114
Company name ……………………………………………………………… Initials ………..... 1 | Page TENDER DOCUMENT In terms of the Supply Chain Management Regulations (Government Gazette 27636 of 30 May 2005) TENDER PS/T/03/2017: PROVISION OF PHYSICAL SECURITY SERVICES FOR A PERIOD OF THIRTY SIX (36) MONTHS CLOSING DATE: 05 OCTOBER 2017 CLOSING TIME : 11H00 CITY OF MATLOSANA The Municipal Manager PO Box 99 KLERKSDORP 2570 Contact Person: G Maseko Tel: (018) 462 1150 Fax: (018) 487 8494 NAME OF BIDDER: _________________________________________________________________________ PHYSICAL ADDRESS: _____________________________________________________ _________________________________________________________________________ _________________________________________________________________________ CONTACT PERSON: _______________________________________________________ TEL / CELL: _______________________________________________________________ FAX: _____________________________________________________________________ CSD SUPPLIER NO: MAAA __________________________________________________ Co. REGISTRATION NO:_____________________________________________________ TAX COMPLIANCE STATUS PIN: _____________________________________ CITY OF MATLOSANA

CITY OF MATLOSANA

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 1 | P a g e

TENDER DOCUMENT In terms of the Supply Chain Management Regulations (Government Gazette 27636 of 30 May 2005)

TENDER PS/T/03/2017: PROVISION OF PHYSICAL SECURITY SERVICES FOR A PERIOD OF THIRTY SIX (36) MONTHS

CLOSING DATE: 05 OCTOBER 2017

CLOSING TIME : 11H00

CITY OF MATLOSANA The Municipal Manager PO Box 99 KLERKSDORP 2570 Contact Person: G Maseko Tel: (018) 462 1150 Fax: (018) 487 8494

NAME OF BIDDER: _________________________________________________________________________ PHYSICAL ADDRESS: _____________________________________________________ _________________________________________________________________________ _________________________________________________________________________ CONTACT PERSON: _______________________________________________________ TEL / CELL: _______________________________________________________________ FAX: _____________________________________________________________________ CSD SUPPLIER NO: MAAA __________________________________________________ Co. REGISTRATION NO:_____________________________________________________ TAX COMPLIANCE STATUS PIN: _____________________________________

CITY OF MATLOSANA

Page 2: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 2 | P a g e

ADVERT PUBLISHED IN THE LOCAL NEWSPAPER, NOTICE BOARDS AND WEBSITE OF THE MUNICIPALITY ON 01/09/2017 AND CSD WEBSITE ON THE 01/09/2017

Sealed tenders, duly endorsed TENDER: TENDER NO: PS/T/03/2017: PROVISION OF PHYSICAL SECURITY SERVICES FOR PERIOD OF THIRTY SIX (36) MONTHS are hereby invited and fully completed tender documents must be placed in a sealed envelope and placed in the tender box on the Ground floor Foyer entrance, at the City of Matlosana Main Building, Corner Bram Fischer and OR Tambo Street, Klerksdorp by not later than 11h00, 05 October 2017 or be mailed to reach the Tender Box, City of Matlosana, P.O.Box 99, Klerksdorp, 2570 before the specified closing date and Time. No tender will be considered unless submitted on Council's official tender document. A tender which is late, incomplete, unsigned, or submitted by facsimile or electronically, will not be accepted. Tender documents are available at a non-refundable fee of R500-00 from the SCM Offices, Municipal Offices, Treasury Offices (Expenditure) Mayibuye Building, Klerksdorp or download them for free at www.etenders.gov.za. Detailed technical information is available from Mr. T Maseko during office hours on 018 462 1150. Compulsory site meeting will be held on 12 September 2017 at 10h00, City of Matlosana, Municipal Offices, Civic Centre, Banquet Hall, Cnr Bram Fischer & O R Tambo Street, Klerksdorp. Bid documents will be available from the 01 September 2017. The tender box will be emptied just after 11:00 on the closing date as stated above, hereafter all bids will be opened in public. Late tenders or tenders submitted by e-mail or fax will under no circumstances be accepted. Tenders shall be evaluated in terms of the Preferential Procurement Regulations, 2017 and SCM Policy. The tender will be evaluated on 90/10 preference points. The Municipality reserves the right to withdraw any invitation to tender and/or to re-advertise or to reject any tender or to accept a part of it. The Municipality does not bind itself to accepting the lowest tender or award a contract to the bidder scoring the highest number of points. Council reserves the right to accept any portion of any tender to appoint multiple suppliers and to waive any requirements as contained in the tender conditions. It is expected of all Bidders who are not yet registered on the City of Matlosana Supplier Database to register without delay on the prescribed form. The Municipality reserves the right not to award tenders to Bidders who are not registered on the Database.

CIVIC CENTRE TSR NKHUMISE KLERKSDORP MUNICIPAL MANAGER

Page 3: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 3 | P a g e

INSTRUCTION TO TENDERERS

ALL TENDER CONDITIONS MUST BE STRICTLY ADHERED TO, FAILING WHICH THIS TENDER SUBMISSION WILL BE DECLARED NON-RESPONSIVE

1. No tender will be considered unless submitted on the City of Matlosana Tender document.

2. Any portion of the Tender Document not completed will be interpreted as “not applicable”.

3. Tenders must be properly received and deposited in the above mentioned tender box on or before the closing date and before the closing time at the Tender Box situated on the Entrance, ground Floor, Civic Centre Klerksdorp municipal offices, Civic Centre, corner Bram Fischer & OR Tambo Street, Klerksdorp,. If the tender offer is too large to fit it the allocated box, please enquire at the public counter for assistance.

4. The City of Matlosana reserves the right to accept:

4.1 the whole tender or part of a tender or any item or part of any item or accept more than one

tender (in the event of a number of items being offered) and the City of Matlosana is not obliged to accept the lowest or any tender;

4.2 a tender which is not substantially or materially different from the tender specification.

5. The City of Matlosana shall not consider tenders, which are received after the closing date and

time for such a tender.

6. The City of Matlosana will not be held responsible for any expenses incurred by tenderers in preparing and submitting tenders.

7. The City of Matlosana may, after the closing date, request additional information or clarification

of tenders in writing.

8. A tenderer may request in writing and, after the closing date, that his/her tender be withdrawn and which withdrawal will be permitted or refused in the sole discretion of the City of Matlosana after consideration of the reasons for the withdrawal, which shall be set out by the tenderer in the written request for withdrawal.

9. The City of Matlosana’s representative for the purpose of this tender shall be:

NAME OF THE PERSON – MR. G MASEKO CONTACT NUMBERS – (018) 462-1150.

10. RESOLUTIONS AND POWER OF ATTORNEY

A tender submitted:

10.1 by a registered company may not be considered unless accompanied by a resolution by the Directors of the company authorising the tender to be made and the signatory to sign the tender on the company’s behalf (Returnable Schedule to be completed);

Page 4: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 4 | P a g e

10.2 by a registered close corporation may not be considered unless accompanied by written authority from all the members of the close corporation authorising the tender to be made and the signatory to sign the tender on the close corporation’s behalf (Returnable Schedule to be completed);

10.3 by a partnership/joint venture/consortium may not be considered unless accompanied by written authority from all the joint venture/consortium partners authorising the tender to be made and the signatory to sign the tender on the joint venture/consortium’s behalf (Returnable Schedule to be completed).

11. VALIDITY OF BEE CERTIFICATES:

(a) If the certificate was issued by a verification agency the following must be on

the face of the certificate: SANAS logo, unique BVA number, must be an original certificate or certified copy of the original, the name and physical location of the bidder, the registration number and, where applicable, the VAT number of the bidder, the date of issue and date of expiry of the certificate, the certificate number for identification and reference, the scorecard that was used (for example EME, QSE or Generic), the name and / or logo of the Verification Agency, the certificate must be signed by the authorized person from the Verification Agency and the B-BBEE Status Level of Contribution obtained by the bidder.

(b) If certificate was issued by an Auditor/ Accounting Officers: The Accounting Officer’s or Registered Auditor’s letter head with full contact details, the Accounting Officer’s or Registered Auditor’s practice numbers, the name and the physical location of the bidder, the registration number and, where applicable, the VAT number of the bidder, the date of issue and date of expiry, the B-BBEE Status Level of Contribution obtained by the measured entity, the total black shareholding and total black female shareholding, the B-BBEE Status Level of Contribution obtained by the bidder and must be an original certificate or certified copy of the original.

(c) If the certificate was issued by registered auditors approved by IRBA Clearly identify the B-BBEE approved registered auditor by the auditor’s individual registration number with IRBA and the auditor’s logo, clearly record an approved B-BBEE Verification Certificate identification reference in the format required by the SASAE, reflect relevant information regarding the identity and location of the measured entity, identify the Codes of Good Practice or relevant Sector Codes applied in the determination of the scores, record the weighting points (scores) attained by the measured entity for each scorecard element, where applicable, and the measured entity’s overall B-BBEE Status Level of Contribution, reflect that the B-BBEE Verification Certificate and accompanying assurance report issued to the measured entity is valid for 12 months from the date of issuance and reflect both the issuance and expiry date, and the B-BBEE Status Level of Contribution obtained by the bidder and must be an original certificate or certified copy of the original.

FAILURE TO COMPLY WITH THE ABOVE MENTIONED WILL RESULT IN NO PREFERENCE POINTS BEING AWARDED

Page 5: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 5 | P a g e

12. VALIDITY PERIOD

Any tender submitted shall remain valid, irrevocable and open for written acceptance by the City of Matlosana for a period of ninety (90) days from the closing date. By submitting a tender, the tenderer undertakes not to withdraw his tender or to amend it during the aforesaid period of ninety (90) days.

13. INDUCEMENTS, REWARDS, GIFTS AND OTHER ABUSES OF THE SUPPLY CHAIN MANAGEMENT SYSTEM

No person who is a provider or prospective provider of goods or services, or a recipient or prospective recipient of goods disposed or to be disposed of, may directly or indirectly:

13.1 through a representative or intermediary promise an offer or grant:

a) any inducement or reward to the City of Matlosana for or in connection with the award of a contract; or

b) any reward, gift, favour or hospitality to any official or any other role player involved in the implementation of the supply chain management policy.

13.2 influence or interfere with the work of any City Officials involved in the tender

process in order to inter alia:

a) influence the process and/or outcome of a bid; b) incite breach of confidentiality and/or the offering of bribes; c) cause over and under invoicing; d) influence the choice of procurement method or technical standards; e) Influence any City of Matlosana Official in any way which may secure an unfair

advantage during or at any stage of the procurement process.

13.3 Abuse of the Supply Chain Management System is not permitted and may result in the tender being rejected, cancellation of the contract, “blacklisting” and/or any such remedies as determined by City of Matlosana`s SCM Policy.

14. DECLARATIONS AND AUTHORISATION

Tenderers are required to complete all statutory declarations and authorisations in the schedules attached hereto (failing which the tender may be disqualified in terms of Evaluation Criteria).

15. SAMPLES

If the Tender Specification requires the Tenderer to provide samples, same shall be provided in accordance with the instructions set out in the Specification.

16. No tender will be considered if tippex or any other correctional fluid used. Scratch out the price, rewrite and sign at the changed price. Bidders are requested to draw a diagonal line in the space

Page 6: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 6 | P a g e

provided for items which they do not tender on. This is to ensure that no prices are inserted after closing date. No plus or minus for price shall be accepted.

17. This tender is issued under condition that the Bidder should at any stage during production or on completion of the tender be subject to inspection. The premises of the bidder shall be open, at all reasonable hours, for inspection by a representative of the SCM Unit of council. The bidder shall provide, if required all the facilities for the inspections, tests and analysis of the supplies free of charge and shall if required provide all material, samples, labour and available apparatus which may be required for the purpose of such inspection, tests and analysis free of charge unless otherwise specified. The bidder shall also agree that the financial standing of the bidder and his ability to manufacture or to supply goods or services as stipulated in the bid may be examined as part of evaluation process. Prior to submitting their tender document to the City of Matlosana, tenderers should make a copy thereof for record purposes. No copies of any part of the submitted tender document will be made for the tenderers during the evaluation and adjudication processes.

18. In the event of the successful bidder’s prices being subject to the exchange rate, the successful bidder will be required to obtain exchange rate cover on the Municipality’s behalf in order to protect the Municipality against exchange rate variations as and when orders are placed.

19. THE CITY COUNCIL IS NOT BOUND TO ACCEPT ANY OR THE CHEAPEST BID

The City Council will not be bound to accept the lowest or any quotation and reserves the right to accept any portion of any quotation/Bid, nor to assign any reason for the rejection of a quotation/bid. The City of Matlosana also reserves the right to appoint more than one supplier to this tender. 20. ENDORSEMENT OF ENVELOPES

The Bidder shall place one sealed envelope and must clearly be marked as follows: PS/T/03/2017: PROVISION OF PHYSICAL SECURITY SERVICES FOR A PERIOD OF THIRTY SIX (36) MONTHS. 21. EVALUATION CRITERIA

21.1 INVALID TENDERS

Tenders shall be invalid, and shall be endorsed and recorded as such in the tender opening record by the responsible official (appointed or assigned by the Assistant Director: Supply Chain Management to open the tenders) in the following instances:

21.1.1 If the tender is not sealed; 21.1.2 the tender is not submitted on the official Tender Offer; 21.1.3 if the tender is not completed in non-erasable ink; 21.1.4 if the Tender Offer and/or Form of Offer has not been signed; 21.1.5 if the Tender Offer and/or Form of Offer is signed, but the name of the tenderer is not

Page 7: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 7 | P a g e

stated, or is indecipherable; or

21.1.6 if in a two envelope system, the tenderer fails to submit both a technical proposal and a separate sealed financial offer. 22. NON-RESPONSIVE TENDERS

Valid tenders will be declared non – responsive if and eliminated from further evaluation if:

22.1 The tenderer has been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act, 12 of 2004 or has been listed on National Treasury’s database as a person prohibited from doing business with the public sector;

22.2 The tender does not comply with the general conditions as set out in the Supply Chain Management Policy of City of Matlosana and Supply Chain Management Regulations applicable to tenders; 22.3 The tender does not comply with the Tender Specification. 22.4 The tenderer has not adhered to the instructions as per the Price Schedule. 22.5 The tender does not comply with any minimum goals stipulated in terms of the preferential procurement section of the City of Matlosana’s SCM Policy. 22.6 The tenderer has not achieved the minimum functionality scoring/points as set out in the tender document. 22.7 The tenderer has failed to complete and/or sign the required declarations and/or authorisations.

23. RESPONSIVENESS CRITERIA

No Tender will be considered by City of Matlosana unless it meets the following responsiveness Criteria (for the tender to be considered responsive, the tender must meet the following requirements):

The tender must be properly received in a sealed envelope clearly marked the description of the service and the tender number for which the tender is submitted;

The tender must be deposited in the relevant tender box as indicated on the notice of the tender on or before the closing date and time of tender;

The official tender document must be fully completed in inedible ink and must not be dismembered. Where information requested does not apply to the tenderer and the space is left blank, it will be deemed to be not applicable;

Page 8: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 8 | P a g e

The tenderer must be in good standing to do business with the public sector in terms of regulation 38 of Supply Chain Management Regulations (Government Gazette 27636 of 30 May 2005);

The Tenderer must adhere to the Pricing instructions;

The tenderer`s details must be provided; The necessary document authorizing the Representative to sign and submit the tender on

the tenderer`s behalf must be completed and signed;

The Declaration of interests by the tenderer must be completed and signed; Complies with the requirements of the specification;

Bidder has the relevant experience to execute the contract and contactable reference must be provided in the form;

The Bidder must have the financial ability to execute the contract, please attach the confirmation letter from the bank indicating the bank rating preferably D;

The Bidder has achieved the required score for functionality (if applicable);

The Bidder must submit the following documents with the tender;

PSIRA certificates of the Director(s) and Company;

UIF certificate/registration;

Fire arm registration certificate from SAPS;

Valid Compensation of Occupational Injuries & Diseases (Act of 1993);

Valid Letter of compliance from the Private Security Services Provident Fund (PSSPF);

Public Liability Cover to the tune of R20 000 000.00;

Bidder to submit certified vehicle registration certificates minimum of 10 Permanently

Branded Vehicles;

The Bidder to submit certified proof of 50 copies of security firearm license;

In case where Consortium or Joint Ventures are involved each party must submit the following documents

• Company Registration Certificates,

• Municipal Service charges accounts of members and bidders,

• Joint Venture agreement signed by principals of the Joint Venture, and

• Each partner in a JV must complete MBD 4, MBD 8 and MBD 9

Page 9: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 9 | P a g e

Bidder to submit municipal accounts of the company and its directors/members from where they are residing. An up to date municipal service account of the company and its members must be submitted with the tender document. The Bidder is required to submit an Affidavit from SAPS if the Bidder is using different addresses stating that he/she pays municipal service charges from that particular address If the municipal account is not in your name please make sure that the owner of is the one to make Affidavit from SAPS. If you are renting from someone attach the lease agreement signed by the landlord declaring that you are paying for municipal services to him/her.

Bidders must attach proof of registration on CSD. Bidders are also required to ensure that their details are up to date on CSD;

No award to be made to a bidder whose tax matters are not in order. Bidder’s tax matter will be verified from CSD which is linked to SARS;

Bidder to initial every page of the tender document. Failure to do so will invalidate your tender;

Bidders MUST submit a scanned PDF soft copy on a CD or Memory Stick of a completed tender document with all required attachments. Scanned data on CD/Memory Stick submitted must be an exact copy of the hard copy document. Any discrepancies between the Scanned data on CD and the hard copy of the tender document may invalidate the bid;

The Bidder to submit audited annual financial statements for the past three years or since the date of establishment of the business.

24. PROHIBITION OF RESTRICTIVE PRACTICES

a) In terms of section 4(1) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder(s) is/ are or a contractor(s) was/were involved directly or indirectly fixing a purchase or selling price or any other trading condition; dividing markets by allocating customers, suppliers, territories or specific types of goods or services; or collusive bidding.

b) If a bidder(s) or contractor(s), in the judgment of the purchaser, has/have engaged in any of the restrictive practices referred to above, the purchaser may, without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered or terminate the contract in whole or in part and refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of 1998.

25. FRONTING

a) The City of Matlosana supports the spirit of broad based black economic empowerment and recognizes that real empowerment can only be achieved through individuals and businesses conducting themselves in accordance with the Constitution and in an honest, fair, equitable,

Page 10: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 10 | P a g e

transparent and legally compliant manner. Against this background the City of Matlosana condemns any form of fronting.

b) The City of Matlosana, in ensuring that bidders conduct themselves in an honest manner will, as part of the bid evaluation processes, conduct or initiate the necessary enquiries/ investigations to determine the accuracy of the representation made in bid documents. Should any of the fronting indicators as contained in the Guidelines on Complex Structures and Transactions and Fronting, issued by the Department of Trade and Industry, be established during such enquiry/investigation, the onus will be on the bidder / contractor to prove that fronting does not exist. Failure to do so within a period of 14 days from date of notification may invalidate the bid/contract and may also result in the restriction of the bidder/contractor to conduct business with the public sector for a period not exceeding ten years, in addition to any other remedies the City of Matlosana may have against the bidder/contractor concerned.

26. AWARDS TO TENDERERS WHO ARE NOT THE HIGHEST RANKED The tenderer that scores the highest number of adjudication points must be recommended for acceptance unless objective criteria justify the acceptance of another tender. Such objective criteria include whether the recommended tenderer:

a) has demonstrated that it has the necessary resources and skills required to fulfil its obligations in terms of the tender document;

b) poses any commercial or legal risk to the City of Matlosana; 27. CITY OF MATLOSANA VENDOR DATABASE No awards will be made to a tenderer who is not registered on Supplier Database of City of Matlosana. It is the responsibility of each bidder to keep all the information on Municipal database updated. If any information required (e.g. Bank details, tax clearance certificate, proof of CIDB registration, etc.) is not valid or has expired, all transactions with the vendor may, in the sole discretion of the Municipality, be suspended until such time as the correct, verified information is received.

28. PARTNERSHIPS/JOINT VENTURES (JV’S)/CONSORTIUMS In the case of partnerships/joint ventures/consortiums, a copy of the partnership/joint venture/ consortium agreement must be submitted with the tender document. All parties/partners to the partnership/joint venture/consortium agreement must be registered on Supplier database of City of Matlosana.

29. THE CITY OF MATLOSANA RESERVES THE RIGHT TO ACCEPT: a) or reject any variation, deviation, tender offer, or alternative tender offer, and may cancel the

tender process and reject all tender offers at any time before the formation of a contract. City of Matlosana shall not accept or incur any liability to a tenderer for such cancellation and rejection, but will give written reasons for such action upon receipt of a written request to do so.

Page 11: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 11 | P a g e

b) a tender offer which in the opinion of City of Matlosana does not materially and/or substantially deviate from the terms, conditions and specifications of the tender document.

c) the whole tender or part of a tender or any item or part of any item, or to accept more than one tender (in the event of a number of items being offered), and the City of Matlosana is not obliged to accept the lowest or any tender.

30. COIDA Tenderers must attach proof of registration/insurance in terms of the Compensation for Occupational Injuries and Disease Act, Act 130 of 1993. This can either take the form of a certified copy of a valid Letter of Good Standing issued by the Compensation Commissioner, or proof of insurance with a licenced compensation insurer, from either the tenderer’s broker or the insurance company itself. 30. PROCUREMENT ABOVE R10 MILLION (VAT INCLUDED) If the value of the transaction is expected to exceed R10 million (VAT included), a Tenderer shall complete and attach the required documents, including audited financial. 31. NEGOTIATIONS WITH PREFERRED BIDDERS

31.1 Municipal Manager (or his delegated authority) may authorise the negotiation of the final terms of a contract with tenderers identified through a competitive bidding process as preferred tenderer provided that such negotiation:

a. does not allow any preferred tenderer a second or unfair opportunity;

b. is not to the detriment of any other tenderer; and

c. does not lead to a higher price than the tender as submitted.

31.2 Minutes of such negotiations must be kept for record purposes.

31.3 If negotiations fail to result in acceptable contract terms, Municipal Manager (or his delegated authority) may terminate the negotiations and invite the next ranked tenderer for negotiations. The original preferred tenderer should be informed of the reasons for termination of the negotiations. Once negotiations are commenced with the next ranked tenderer, earlier negotiations may not be reopened by City of Matlosana.

31.4 The provisions of clauses 1 to 3 shall apply to the invitation to negotiate of the next ranked tenderer, mutatis mutandis.

32. INDEPENDENT BID DETERMINATION

32.1 Tenderers must complete, sign and submit, together with their tender or upon being requested to do so in writing, a certificate of independent bid determination failing which the tender offer may be declared non-responsive.

Page 12: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 12 | P a g e

32.2 Tenders may also be declared non-responsive if it is determined on reasonable grounds or evidence that the tenders are submitted by tenderers:

a) who (notwithstanding having submitted duly completed certificates of independent

tender determination) are nevertheless deemed to have knowledge of the contents of any other tenderer‟s offer and/or has submitted a certificate which is not true and correct in every respect;

b) in a horizontal relationship which has the effect of substantially preventing or

lessening competition in a market, subject to the exceptions as set out in section 4(1)(a) of the Competitions Act, 89 of 1998;

c) who are presumed to be firms engaged in a restrictive horizontal practice as

contemplated in section 4(1)(b) read with section 2 of the Competitions Act, 89 of 1998;

d) in a vertical relationship which has the effect of substantially preventing or lessening

competition in a market, subject to the exceptions as set out in section 5(1) of the Competitions Act, 89 of 1998

Page 13: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 13 | P a g e

TERMS OF REFERENCE (TOR)

PS/T/03/2017: PROVISION OF PHYSICAL SECURITY SERVICES FOR A PERIOD OF THIRTY SIX (36) MONTHS

1. DEFINITIONS AND TERMS

1.1. In these Terms of Reference, unless the context indicates otherwise, a word or expression to which a meaning has been in the Terms of Reference, has the same meaning, and -

(a) “Contract” means an agreement entered into between the successful bidder(s) and the City of Matlosana where the successful bidder(s) agreed to render physical security services as specified in the Terms of Reference. Such a contract will include all appendices to the main document and must conform to the Terms of Reference.

(b) “bidder(s)” means person or persons, partnership, Successful bidder or firm who herewith submits a bona fide bid for the provision of physical security services to City of Matlosana

(c) “Client Department” means City of Matlosana.

(d) “PSIRA” Private Security Industry Regulatory Authority

1.2. Words in the singular shall also include words in the plural and vice versa and words denoting the male gender shall be interpreted as also referring to the female gender where the context permits.

2. SCOPE AND SERVICE REQUIREMENT 2.1. To provide for the safeguarding of certain Municipal premises and vehicles and for the

protection of the people within its premises as per CONTROL OF ACCESS TO PUBLIC PREMISES AND VEHICLES ACT NO. 53 OF 1985 and any subsequent amendments thereof as stated on Annexure A.

THE CONTRACTORS RESPONSIBILITIES SHALL BE AS FOLLOWS:

o Oversees all security activities performed by service providers’ security personnel. o Handles all problems experienced by security personnel on site. o Ensures that there is always security equipment required on site according to the specification o Be involved in any security operational projects and manage special events for the City of

Matlosana as and when required. o Ensures that Security Officers are always in uniform and display their PSIRA registration cards o Holds monthly meetings with the Director: Public Safety or his/her delegated representative o Ensures that all security staff understands the needs and expectation of the secondary clients

(visitors) and primary clients (employees) of the COM. o The Contractor must provide adequate security personnel as required by the COM for the

successful rendering of security service on 24 hours basis throughout the contract. o Ensure that security personnel present themselves well to the staff members and to the public. o The Contractor will be held liable for any damages or loss suffered by the COM, as a result of the

Contractor's own or his employees' negligence or intent, which originated on the site o The Contractor may not, unless otherwise specified, make use of any of the COM’s equipment,

Page 14: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 14 | P a g e

aids and/or property, for purposes of compliance with the conditions, which equipment, aids and/or property include, inter alia, vehicles, stationery, firearms, rooms and furniture.

o The Contractor is responsible for the training of his/her personnel at the site in respect of the application of the guidelines of the emergency plan applicable for the specific site.

o Reporting of incidence on regular basis to COM Security Manager and keep incidence register. o The Service Provider must monitor guards on duty within 12 hours two visits after being deployed o Attend to complaints speedily o Monitoring system to be installed and linked to the service providers control room; o Monthly reports to be provided, which includes but not limited to monitor tracking report, incident

report and register, duty rosters & all additional approved expenses; o Daily visits of a supervisor to monitor daily operations; o Security personnel to ensure that proper daily hand over is performed; o Daily duty roster must be kept; o All security personnel must be provided with a radio phone, linked to the service providers control

room; o For security reasons, the service provider must not frequently replace security personnel stationed

at Municipality premises without valid reasons and must inform Municipality timeously; o Visitors daily register and asset verification register must be in place; o All security personnel must be professional, presentable, dedicated, wear company uniform with

pride at all times and well maintained; o Security personnel should always report for duty on time; o Security Company to equip security personnel with two (2) full sets of corporate uniform per season

and security accessories.

3. TECHNICAL REQUIREMENTS

The following are minimum security requirements for bidders: -

3.1.1. Office infrastructure as per PSIRA prescribed standards. 3.1.2. Successful bidder’s competency certificate to handle firearms. 3.1.3. Security equipment:

a) Operating Base station and hand held two-way radios

b) Hand held metal detector

c) Firearms (Where Required)

d) Baton sticks

e) Hand cuffs with keys

f) Torch/flash light

g) Bulletproof vests

h) Security Registers

i) ID card

j) PSIRA cards

k) Whistle & Lanyard

l) Pepper spray

Page 15: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 15 | P a g e

m) Firearm Safe

n) Samples of Uniforms.

o) Minimum of 10 Permanently Branded Vehicles.

3.1.4. Operational Plan

a) An operational plan must be submitted by the successful bidder detailing the following policies and procedures: -

1. Policy and procedure to deal with labor disputes.

2. Contingency plan. (Firearms may be required in case of Emergencies at some sites or clusters depending on Identified Risks)

3. Policy and procedure if there is an armed attack at a facility being guarded. (Day and Night)

4. Policy and Procedure if there is a theft at a facility being guarded. (day and Night)

5. Policy and procedure if the staff or visitors at an institution are injured or killed as a result of a security breach.

6. Policy and procedure if visitors or staff is armed.

7. Incident logging, reporting and escalation procedures and policy.

b) The following shall also be verified during inspection in loco:

(i) Existence of an operating office with the required security equipment and evidence to indicate the conducting of security services.

(ii) The Control Room’s ability to contact the various guards at the facilities they are guarding.

(iii) The guards’ ability to contact the Control Room and Police if required.

(iv) Bidder’s Firearms and their respective Firearm Licenses.

(v) Safes as per Firearm.

3.1.5. Security equipment specification

a) TWO-WAY RADIO Hand-held two-way radios provided by the Successful bidder shall have an adequate range to ensure good communications between any two points within a patrolled area of responsibility on the premises of the Client department on which security services are provided.

Page 16: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 16 | P a g e

The successful bidder shall provide the Client Municipality before the commencement date of the service with a diagram indicating the local communication network and call signs to be used by the Successful bidder during the term of this agreement. Any changes in these networks or call-signs shall forthwith be brought to the attention of the client Municipality in writing.

The hand-held two-way radios shall at all times be in working condition. The Successful bidder shall at his own cost supply a base radio, to be installed in the Control Room, which shall enable direct communication between the client department’s personnel and the Successful bidder’s personnel. Proper radio procedures and protocol shall be used.

b) OCCURRENCE BOOKS The successful bidder shall provide an Occurrence Book which must be engraved with both the bidder’s Logo and the City of Matlosana Logo on the date of commencement of deployment. All Occurrence Books deployed at City of Matlosana local Municipality sites shall henceforth be engraved with both logos at the expense of the Successful bidder.

c) SECURITY UNIFORM The successful bidder will provide his personnel with a standard corporate uniform as follows: -

(i) Corporate uniform: matching uniform bearing a visible logo of the bidder.

(ii) Furthermore, the successful bidder should also provide his personnel with

protective clothing for different climate conditions. i.e. Raincoats, coats etc.

d) MANAGEMENT OF DISCIPLINE

The successful bidder must draw up and consistently enforce a disciplinary code in respect of all security officers in its employ and undertakes to submit certified copies of its current grievance and disciplinary procedures before commencement of the contract.

Disciplinary code contemplated above must contain rules which adequately reflect the relevant values and principles as well as any further rules that are reasonably necessary to ensure disciplined, honest, safe, reasonable, professional and competent conduct by security officers in the circumstances in which they are employed and made available by the successful bidder for the rendering of security services.

e) PROVISION OF FIREARMS

The successful bidder shall at all times during the contract period ensure that: -

(i) All firearms to be deployed at Municipality sites shall be accompanied by a certificate issued by a qualified gunsmith declaring that the firearms are serviceable and comply with the Firearms Control Act 60 of 2000. The Certificate will be renewed at least once every twelve (12) months.

Page 17: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 17 | P a g e

(ii) Only firearms registered in the name of the Successful bidder shall be permitted on the Municipal sites. The successful bidder shall guarantee that he is the lawful owner of all firearms issued to his personnel.

(iii) The successful bidder shall at all times ensure that all firearms and ammunition issued to his personnel are in clean and working condition and are properly maintained.

(iv) All handguns carried by personnel must be securely holstered and out of sight.

(v) Security Officers who are assigned firearms have valid competency certificates to

handle firearms.

f) LIABILITY The successful bidder shall at all times be liable for the acts and omissions of its employees providing security services to the Client Municipality when acting within the course and scope of their duties and employment.

The successful bidder will be held responsible for any damage or loss to or of assets suffered by a client Municipality as a result of the bidder’s Security Officers’ negligence or willful action in the ordinary execution of their duty. As such the successful bidder is required to provide certified copy Public Liability Insurance a minimum equivalent to R 20, 000, 000.00 to cover such loss.

The successful bidder shall furnish the Client Municipality with a copy of the policy cover and a letter from the relevant Insurance providing such cover and certifying that the policy is effective. The policy should be valid on the commencement date of the contract and should be in force for the duration of the contract.

The Client Municipality shall not be responsible for any injury or death of security personnel, damage to any vehicles, equipment or other material used by the successful bidder in respect of the security services provided and used on the premises caused by the Client municipality or any of its employees acting within the course and scope of their duties and employment. Therefore, the successful bidder shall indemnify the Client Municipality against: –

i. Any damage to the Client Municipality’s property, whether movable or immovable;

ii. Loss of property belonging to the Clients municipality;

iii. Liability in respect of any damage to property, whether movable or immovable, belonging to third parties and on the premises of the Client Municipality; and

iv. Liability in respect of death of, unlawful arrest, injury, illness or disease to any person connected to the rendering of the security services.

The successful bidder shall be responsible for all costs incurred in the transportation, deployment and posting of such personnel.

Page 18: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 18 | P a g e

3.2. COMPLETION OF BID DOCUMENT

The following are minimum requirements for completion of the bid document: -

3.2.1. Bidders are required to complete the entire bid document in terms of the requirements contained herein.

3.2.2. Where the space provided in the bid document is insufficient, separate schedules may be drawn up in accordance with the given formats. These schedules shall then be bound together with suitable contents page and submitted with the bid documents.

3.2.3. All bid documents, certificates, schedules (including additional schedules as mentioned above) and all forms required by this bid must be completed in black ink and signed by the authorized signatory.

3.2.4. Only original bid document shall be accepted.

3.2.5. Bidders shall ensure that there are no missing or duplicated pages. City of Matlosana shall not accept liability in regard to claims by bidders that pages are missing or duplicated.

3.2.6. Correction fluid is not allowed and any cancellation, alteration or amendment on the bid document must be signed for by the authorised signatory.

3.2.7. Completed bid document with supporting documents shall be packaged, bound, sealed, marked and submitted strictly as stipulated in this bid document.

3.3. BID PRICING

3.3.1. All prices must be indicate prices without Vat and prices inclusive of Value Added Tax (if Registered) and any other costs necessary for the execution and completion of the contract in accordance with the bid document.

3.3.2. Bidders’ prices are subject to PSIRA Regulated Price Escalations. 3.4. RESERVATION OF RIGHTS

MATLOSANA LOCAL MUNICIPALITY RESERVES THE RIGHT TO:-

3.4.1. Request further information from any bidder after the closing date of the bid;

3.4.2. Communicate only with the shortlisted bidders as and when necessary;

3.4.3. Verify information and documentation of respective bidder from the South African Revenue Services (SARS), Private Security Industry Regulatory Authority (PSIRA), Companies & Intellectual Property Commission (CIPC) or any other relevant entity and to visit the premises of the bidder at any time without notice. Any information received which does not correspond with the one provided in the bid document will render the bid null and void.

3.4.4. Not make an award;

Page 19: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 19 | P a g e

3.4.5. Enter into price negotiations with any preferred bidder; and

3.4.6. Can appoint a third party to evaluate the service provider’s compliance with any aspect

of this bid.

3.4.7. Cancel the contract, if it is satisfied that any person (being an employee, partner, director or shareholder of the bidder or a person acting on behalf of or with the knowledge of the bidder), firm or company (The expression “person, firm or company” shall include an authorised employee or agent of such a person, firm or company):

a) is executing a contract with government unsatisfactorily; b) has offered, promised or given a bribe or other gift or remuneration to any officer or

employee in the Public Service in connection with obtaining or executing a contract;

c) has acted in a fraudulent manner or in bad faith or in any other unsatisfactory manner in obtaining a contract with any government department, provincial administration, public body, company or person, or that he has managed his affairs in such a way that he has in consequence there-of been found guilty of a criminal offence;

d) has approached an officer or employee in the Public Service before or after bids

have been called for, to influence the award of the contract in his favour;

e) has withdrawn or amended his bid after the time set for the receipt and opening of bids;

f) when advised that his bid has been conditionally accepted, has given notice of his

inability to execute or sign the contract or to furnish any security required;

g) has entered into any agreement or arrangement, whether legally binding or not, with any other person, firm or company to refrain from bidding for this contract, or as to the amount of the bid to be submitted by either party;

h) has disclosed to any other person, firm or company the exact or approximate

amount of his proposed bid except where disclosure, in confidence, was necessary to obtain insurance premium quotations for the preparation of the bid; the City of Matlosana may, in addition to any other legal recourse which it may have, cancel the contract between the client Municipality and such person , firm or company and /or resolve that no bid from such a person, firm or company will be favourably considered for a specific period.

3.5. SIGNING OF THE CONTRACT AND SERVICE LEVEL AGREEMENT

The bid will be awarded on condition that the successful bidder signs the contract and Service Level Agreement with City of Matlosana based on the contents of this document, bid offer and letter of award.

Page 20: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 20 | P a g e

4. EVALUATION CRITERIA The bid will be evaluated as follows:-

Step 1: Compliance with Tender conditions

Step 2: Functionality

Step 3: Screening/Vetting of Bidders and Directors/Shareholders

Step 4: Price and BBB-EE Points

5. THE CRITERIA OF FUNCTIONALITY/ TECHNICAL EVALUATION

a) Bids will be evaluated according to the bid evaluation criteria stipulated in this section of the terms of reference. During this stage bidder`s responses will be evaluated for functionality based on achieving a minimum score of 70 points.

b) Bidders must, as part of their bid documents, submit supportive documentation for all technical requirements as required. The panel responsible for scoring the respective bids will score all bids based on their submissions and the information provided

c) Bidders will not rate themselves, but need to ensure that all information is supplied as required. The Bid Evaluation Committee will check compliance in terms of the requirements as per the tender conditions and will verify all documents submitted by the bidders.

d) The panel members will individually score the responses received against the following criteria as set out below”

NO FUNCTIONALITY DESCRIPTION WEIGHTS TOTAL POINTS ALLOCATION

6.1 LOCALITY

(Proof of residence, e.g municipal rates and taxes and

or lease agreement).

20

6.1.1 City of Matlosana

Klerksdorp, Orkney, Stilfontein and Hartebeesfontein

and their townships

20

6.1.2 Dr KK Kaunda District 15

6.1.3 North West Province 10

6.1.4 Others 0

Page 21: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 21 | P a g e

6.2 AUDITED FINANCIAL STATEMENT 20

6.2.1 1 - 2 audited financial year statements = 10 15

6.2.2 3 – or more financial year statements = 15 20

6.3 Experience /Track record

Bidders must have a minimum of three (3) years

working experience in the Security Industry. Which is

comparable / similar to the brief contained within the

scope of work by providing the following:

• Company registration documents;

• PSIRA Certificate

25

6.3.1 3 years and above 25

6.3.2 Between 1 – 2 years 10

6.3.3 < 1 year 5

6.4 Previous Experience Contract Value

Contactable Written References (at least 3 with one

being for a current contract) Submission of

appointment/contract letters and or completion

certificates inclusive of values. Failure to submit the

required documentation no points will be awarded

35

6.4.1 R 20 million or more 35

6.4.2 R10 million to R19 million 20

6.4.3 R5 million to R9 million 15

Total Points Allocation 100

NB: BIDDERS THAT SCORE LESS THAN 70 POINTS OUT OF 100 IN RESPECT OF FUNCTIONALITY WILL BE REGARDED AS NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR FURTHER EVALUATION ON PRICE AND B-BBEE POINTS AND POINTS

Page 22: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 22 | P a g e

SCORED BY QUALIFYING BIDDERS WILL NOT BE TAKEN INTO CONSIDERATION FOR PRICE AND B-BEEE EVALUATION.

7. PREFERENCE POINTS

The 90/10 point system shall be applicable in terms of the Preferential Procurement Framework Act, 2005 (Act No.5 of 2000) and its regulations. Preference points shall be allocated as follows:-

Folio No. Criteria Points

7.1. Price 90

7.2. B-BBBE status level of contribution 10

TOTAL 100

8 SCOPE OF WORK AND SPECIFICATIONS

Private Security Industry Regulatory Authority

a) The bidder must be registered in terms of the Private Security Industry Regulatory Act (Act 56 of 2001). As proof thereof, a certified copy of registration must be attached with the tender.

b) All Security Officers that the bidder supplies to render the service must be registered as Security Officers in terms of The Private Security Industry Regulatory Act (Act 56 of 2001).

c) For purposes of this contract, use will be made of the relevant category of Security Officers

as defined in the order made in terms of Section 61A(2) of the Labour Relations Act, 1956, as published by Government Gazette No. 10933 dated 25 February 2000.

d) A copy of the registration certificates in respect of all the Security Officers must be attached

within two months of assuming duty.

e) The bidder shall, in order to ensure the continuity of the service to be rendered, in case of strike, allocate specific supervisor to the specific site for the duration of this contract. A list of supervisors shall be supplied to the COM and these security officials may be rotated after every 6 months within COM campuses (this may be requested earlier if not satisfied by conduct of specific security supervisor).

f) All security officers supplied to render the service must be trained to the standard set by the

Private Security Industry Regulatory Authority (PSIRA), and from the accredited centre.

Page 23: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 23 | P a g e

g) The Security Officers must understand and be able to implement the Control of Access to Public Premises and Vehicle Act No. 53 of 1985, and all relevant legislations.

8.1 SUPERVISION OF EMERGENCY ASSISTANCE

The bidder must have a well-established and equipped (24) hour security control room and must furnish details of equipment, etc. which is available in the security control room. Control Room should be around City of Matlosana Municipality, with 10 minutes response time

NB: Bidders must be reachable within twenty four (24 hours).

8.2 MINIMUM WAGES

It is expected that the bidder shall pay his/her employees at least the minimum monthly basic wage, as prescribed by the Sectoral Determination and any other law.

8.3 ASSUMPTION OF DUTY

The successful bidder must be in a position to supply services within one month after the date of formal contract i.e. from the date of receipt of an official appointment letter.

8.4 PROVISION OF PERSONNEL IN CRISES SITUATION

Bidders must, in consultation with the COM Security Manager, undertake to provide certain and reasonable number of staff as required for the rendering of service at the site during crisis situations. Failure to consult with COM Security Manager will result in this matter being regarded as been illegitimate.

8.5 SECURITY SERVICE

The norm/quality of the service to be rendered must be in accordance with PSIRA the acceptable standard of the trade concerned.

It is the responsibility of the successful bidder to see that personnel in his service and especially those employed for the rendering of this service, meet the requirements at all times. All possible steps shall be taken by the bidder to ensure that the intended execution of this agreement takes place. These steps include, inter alia, the following:

a) The protection of COM officials against injuries, death or any other offences, including offences referred to in Schedule 1 of the Criminal Procedure Act, 1977 (Act 51 of 1977);

b) The protection of COM property at the intended sites and the protection of said property against theft and vandalism, etc.

Page 24: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 24 | P a g e

8.6 SECURITY PERSONNEL COMPLIANCE

a) All security officers must be South African citizens.

b) Security Officers must have obtained at least Senior Certificate.

c) Security Officers must not be younger than 18 years of age.

d) The Security Officers supplied to render the service, must at least have had 12 months security experience.

8.7 OATH OF SECRECY AND VETTING a) All security personnel as well as all personnel and management involved with the Security

Services of the COM may at the commencement of this agreement sign an "Oath of Secrecy" declaration and submit the declaration to the COM Security Manager.

b) The Supervisor and Security officers must sign an undertaking in which they declare that they will refrain from any action which might be to the detriment of the COM in general.

c) The Supervisor and Security Officers are prohibited from reading documents or records in offices or the unnecessary handling thereof.

d) No information concerning the COM activities may be furnished to the public or media by the Contractor or any of his/her employees.

8.8 GENERAL REQUIREMENTS FOR SECURITY PERSONNEL

The following general requirements apply:

a) At all times Security Officers must present an acceptable image and appearance which implies, inter alia, that they may not sit, lounge about, sleep, smoke, eat or drink while attending to third parties or the public.

b) The Supervisors and Security Officers must at all times present a professional dedicated attitude. A professional dedicated attitude approach shall imply, inter alia, that there shall be no unnecessary arguments with visitors/staff or discourteous behaviour towards them.

c) The Supervisors and Security Officers must be physically healthy and medically fit for the execution of their duties.

d) The COM retains the right to ascertain from the Private Security Industry Regulatory Authority as to whether the supervisors and Security Officers are in good standing with the PSIRA.

e) In proper behaviour addressing public.

Page 25: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 25 | P a g e

8.9 UNIFORMS AND IDENTIFICATION

The Contractor shall undertake to ensure that each member of his/her security personnel will at all times when on duty be fully aware of:

a) A neat and clearly identifiable uniform of the company, which will include matching raincoats and overcoats for personnel performing duties outside the building.

b) For Security Officers performing duties at duty point’s specific and clear identification is required.

c) A clear identification card of the company with the member's photo, identification and staff number on it, worn conspicuously on his/her person at all times.

d) Alternatively: The valid identification card issued by the Private Security Industry Regulatory Authority.

8.10 MAXIMUM SHIFT HOURS

No security personnel may be allowed to work a daily shift longer than (12) twelve hours.

8.11 INSPECTIONS

A thorough inspection of the service shall be performed by COM officials as well as the Contractor himself/herself at least every (3) three months.

8.12 GENERAL a) The Contractor's personnel must at all-time refrain from littering and they must keep the

grounds/building/work area occupied by them clean, hygienic and neat.

b) Under no circumstances will any security personnel be allowed to trade on the premises.

c) The Contractor shall not erect or display any sign, printed matter, painting, name plates, advertisement, and article or object of any nature whatsoever, in, or against the COM’s buildings or sites or any part thereof without consent. The Contractor shall not publicly display at any site any article or object which might be regarded as objectionable or undesirable.

d) Any sign, printed matter, painting, name plates, advertisements, article or object displayed without consent or which is regarded as objectionable or undesirable will immediately be removed. The Contractor shall be held responsible for the costs of such removal and also the damages incurred as a result of such removal.

9. CONTRACTOR'S RESPONSIBILITIES

9.1 Oversees all security activities performed by security personnel.

9.2 Handles all problems experienced by security personnel on site.

9.3 Attends all problems regarding payment, family problems of Security Officers.

Page 26: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 26 | P a g e

9.4 Ensures that there is always security equipment required on site according to the specification. Be involved in any security operational projects and manage special events from Contractor's point of view.

9.5 Ensures that Security Officers are given continuous training.

9.6 Shortage of security personnel should be recorded in the occurrence book by the supervisor. COM shall be informed and also keep their own record with regard to shortages of Security Officers.

9.7 Ensures that Contractor's security officer is familiar and knowledgeable on how to handle emergency situations.

9.8 Ensures that registers are clean, neat, legible and updated at all times.

9.9 Ensures that Security Officers are always in uniform and display their PSIRA registration cards

9.10 Holds monthly meetings with the Contractor’s Director.

9.11 Ensures that all security staff understands the needs and expectation of the secondary clients (visitors) and primary clients (employees) of the COM.

9.12 The Contractor must provide adequate security personnel as required by the COM for the successful rendering of security service on 24 hours basis throughout the contract.

9.13 Ensure that security personnel present themselves well to the staff members and to the public.

9.14 The Contractor will be held liable for any damages or loss suffered by the COM, as a result of the Contractor's own or his employees' negligence or intent, which originated on the site

9.15 The COM shall not be liable for any loss or damage of any nature to any of the Contractor's properties or any items kept at the COM sites, even in cases where the loss originated as a result of negligence or intent on the part of the COM.

10.1 THE COM IS INDEMNIFIED AGAINST ANY OF THE FOLLOWING CASES:

10.1 Loss of life or injuries which may be sustained by the security personnel during the execution of their duties.

10.1.1 Damages to or destruction of any equipment or property of the Contractor during the execution of their duties.

10.1.1.1 Any claims and legal costs which may ensure from the failure by or acts committed by security personnel against third persons, which acts include:

10.1.1.2 Illicit frisking, arrests and other illicit or wrongful deeds.

10.1.2 The Contractor may not, unless otherwise specified, make use of any of the COM’s equipment, aids and/or property, for purposes of compliance with the conditions, which equipment, aids and/or property include, inter alia, vehicles, stationery, firearms, rooms and furniture.

Page 27: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 27 | P a g e

10.1.3 The Contractor is responsible for the training of his/her personnel at the site in respect of the application of the guidelines of the emergency plan applicable for the specific site.

10.1.4 Contractor shall provide a duty roster for coming month.

Reporting of incidence on regular basis to COM Security Manager and keep incidence register.

10.2 SECURITY OFFICERS RESPONSIBILITIES

10.2.1 Practice Access Control procedures in terms of the Control of Access to Public Premises and Vehicles Act (Act 53 of 1985).

10.2.2 The Security Officers shall be responsible for the protection of COM property on the site, and the protection of the said property against theft, fire and vandalism.

10.2.3 The protection of the COM officials against any injuries, threat of any offences, including offences referred to in Schedule 1 of the Criminal Procedure Act (Act 51 of 1977).

10.2.4 Controlling or reporting on the movement of persons or vehicles through checkpoints or gates.

10.2.5 Conduct searches in terms of the Control of Access to Public Premises and Vehicle Act (Act 53 of 1985).

10.2.6 Patrol the premises and all buildings of COM, physically and electronically where possible.

10.2.7 React to emergency situations.

10.2.8 Ensure that security registers are up to date and kept legible and neat at all times.

10.2.9 Escort employees, visitors, contractors where necessary.

10.2.10 Security Officers are prohibited to bring to work any facilities other than those required for execution of their duties.

10.2.11 Security Officers shall report on duty in time as requested by the COM.

10.2.12 Security Officers found guilty of any offence stipulated in this agreement shall be removed from site immediately.

10.2.13 Security Officers should avoid any conflicts with the staff members or members of the public.

10.2.14 Security Officers shall report any lost and found articles and goods to supervisors.

10.2.15 Security Officers who are under the influence of any intoxicated substance cannot be allowed on site.

10.2.16 Act as an emergency officer during emergency situation until the arrival of COM staff members and emergency services.

Page 28: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 28 | P a g e

10.3 CODE OF ETHICS AND RESTRICTIONS OF SECURITY PERSONNEL

10.3.1 Security Officers must be paid the minimum wage according to Basic Conditions of employment Act 75 of 1997.

10.3.2 COM will have the option to request the successful bidder to replace any Security Officer, whom they found not suitable for the site.

10.3.3 Standard uniforms are agreed between both parties.

10.3.4 Physical address within the area with an office.

10.3.5 Equipped with SABS and SAPS approved storage for rifles and hand guns.

10.3.6 Two way radios.

10.3.7 Fax and or email facility.

10.3.8 Landline.

10.3.9 Vehicles for patrol and visitations at operations area for response to crime incidents.

10.3.10 the service provider should report a crime at SAPS within it being in process or at least not later than 30 min after the incident.

10.3.11 Submit a comprehensive report about a crime to the municipality within 24 hours of the

commission of such crime.

10.3.12 Submit weekly, monthly, quarterly and annual report to client on incident statistics, work in progress, handled matters and overall security situation including recommendations.

10.3.13 Record on occurrence book, all visitations, incidents, searches inspections conducted and avail such records to client for scrutiny and further processing.

10.3.14 Fire arm Registration Certificate.

10.3.15 Competency Certificate each individual armed guard.

10.3.16 With no compromise every security guard must be armed, whilst at the post.

Page 29: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 29 | P a g e

11. SERVICE REQUIRED PROVISION OF PHYSICAL SECURITY SERVICES FOR A PERIOD OF THIRTY SIX MONTHS (36) ON THE FOLLOWING PREMISES:

GRADE ARMED / UNARMED

SECTION/ SITES GUARDS

• CoM - Main Residence 2x Day and Night C 2x ARMED

• CoM - Stevenson Pump Station 1 Day and 2Night C 3x ARMED

• CoM - Khuma Municipal Offices 1 Night C 1x ARMED

• CoM -Swart Street Pump Station 1 Day and 2Night C 3x ARMED

• CoM - Tigane Pump Station 1 Day and 2 Night C 3x ARMED

• CoM - Khuma Pump Station 1 Day and 2 Night C 3x ARMED

• CoM - N12 Stilfontein Substation 1 Day and 2 Night C 3x ARMED

• CoM - Stilfontein WWT Plant 1 Day and 2 Night C 3x ARMED

• CoM - Stil. Civic Center 1 Day and 1 Night D 2x

UNARMED

• CoM - Hartbeesfontein WWT Plant 1 Day and 2 Night C 3x ARMED

• CoM - Kld/Jouberton WWT Plant 1 Day and 2 Night C 3x ARMED

• CoM - Kanana Workshop 1 Day and 1 Night C 2x ARMED

• CoM - Orkney (Solid) WWT Plant 1 Day and 1 Night C 2x ARMED

• CoM - Klerksdorp Central Workshop 1 Day and 1 Night C 2x ARMED

Page 30: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 30 | P a g e

• CoM - Stilfontein Workshop 1 Day and 1 Night C 2x ARMED

• CoM - Orkney Westley Workshop 1 Day and 2 Night C 3x ARMED

• CoM - Jouberton Workshop 1 Day and 1 Night C 2x ARMED

• CoM - Klerksdorp Library 1 Day D 1x UNARMED

• CoM - Stilfontein Library 1 Day D 1x UNARMED

• CoM - Khuma Library 1 Day D 1x UNARMED

• CoM - Orkney Library 1 Day D 1x UNARMED

• CoM - Kanana Library 1 Day D 1x UNARMED

• CoM - Vaal Reefs Library 1 Day D 1x UNARMED

• CoM - Jouberton Library 1 Day D 1x UNARMED

• CoM - Alabama Library 1 Day D 1x UNARMED

• CoM - Manzilpark Library 1 Day D 1x UNARMED

• CoM - Hartbeesfontein Library 1 Day D 1x UNARMED

• CoM - Tigane Library 1 Day D 1x UNARMED

• CoM - Khuma New Library 1 Day D 1x UNARMED

• CoM - Jouberton License Department 1 Day C 1x ARMED

• CoM - Orkney License Department 1 Day C 1x ARMED

• CoM - Hartbeesfontein License

Department

1 Day and 1 Night C 2x ARMED

Page 31: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 31 | P a g e

• CoM - Alabama Swimming Pool 1 Day D 1x UNARMED

• CoM - Jouberton Swimming Pool 1 Day D 1x UNARMED

• CoM - Manzilpark Hall 1 Night C 1x ARMED

• CoM - Kanana Community Hall 1 Night C 1x ARMED

• CoM - Orkney Community Hall 1 Night C 1x ARMED

• CoM - Khuma Community Hall 1 Night C 1x ARMED

• CoM - Jouberton Hall 1 Night C 1x ARMED

• CoM - Stilfontein Hall 1 Night C 1x ARMED

• CoM - Jouberton Main Substation 1 Day and 1 Night C 2x ARMED

• CoM - Jouberton North Substation 1 Day and 1 Night C 2x ARMED

• CoM - Jouberton South Substation 1 Day and 1 Night C 2x ARMED

• CoM - Jouberton East Substation 1 Day and 1 Night C 2x ARMED

• CoM - Jouberton West Substation 1 Day and 1 Night C 2x ARMED

• CoM - Oppenheimer Stadium 1 Day and 1 Night C 2x ARMED

• CoM - Recreation Centre 1 Day C 1x ARMED

• CoM - Ellaton Pumpstation 1 Day and 2 Night C 3x ARMED

• CoM - Lion Lodge 1 Day and 1 Night D 2x UNARMED

• CoM -Klerksdorp Museum 1 Night D 1x UNARMED

• CoM - Orkney Parks 1 Day and 1 Night C 2x ARMED

• CoM - Khuma Main 1 Day and 1 Night C 2x ARMED

• CoM - Circle Kanana 1 Day and 1 Night C 2x ARMED

• CoM - Kanana Ext 11 1 Day and 2 Night C 3x ARMED

Page 32: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 32 | P a g e

NB: THE APPOINTED COMPANY MAY BE REQUESTED TO INCREASE OR DECREASE THE NUMBER OF THE SECURITY OFFICERS AS AN WHEN THE NEED ARISES.

• CoM - Faan Meintjies 1 Day and 2 Night C 3x ARMED

• CoM - Power station 1 Day and 2 Night C 3x ARMED

• CoM - Central Magasyn store 1 Day and 2 Night C 3x ARMED

• CoM - Magasyn Depot 1 Day and 2 Night C 3x ARMED

• CoM - Traffic Dept. 1 Day and 1 Night C 2x ARMED

• CoM - Fresh Produce Market 5 Day and 5 Night C 10x ARMED

• CoM - Community Services 1 Day and 1 Night C 2x ARMED

• CoM - Kld Civic Centre 3 Day and 2 Night D 5x UNARMED

• CoM - Ou Kerk 1 Night D 1x UNARMED

• CoM – Finance Parking 1 Day D 1x UNARMED

• CoM – Pump Station Jouberton Ext 24 1 Day and 2 Night C 3x ARMED

Page 33: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 33 | P a g e

PRICE SCHEDULE

Shift Description Grade Quantity RATE Profit Total cost per annum inclusive of profit Exclude VAT Per officer Per Month

Monday to Sunday Armed Security Officer

C 104 R R R R

Monday to Sunday Unarmed Security Officer

D 26 R R R R

Security equipment/ tools to be provided

Armed Security Officer

C 104 R R R R

Security equipment/ tools to be provided

Unarmed Security Officer

D 26 R R R R

ANNUAL PRICE ESCALATION AS PER PSIRA FOR FIRST YEAR

R

ANNUAL PRICE ESCALATION AS PER PSIRA FOR SECOND YEAR

PERCENTAGE ADDED ………………………. %

R

Page 34: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 34 | P a g e

ANNUAL PRICE ESCALATION AS PER PSIRA FOR THIRD YEAR

PERCENTAGE ADDED ………………………. %

R

SUB-TOTAL EXCL VAT

R

ADD 14% VAT

R

GRAND TOTAL FOR 36 MONTHS ( VAT INCLUDED AND PROFIT)

R

Page 35: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 35 | P a g e

MUNICIPAL RATES AND SERVICES

The Tenderer

a) hereby acknowledges that according to SCM Regulation 38(1)(d)(i) the City Manager may reject the tender or quote of the Tenderer if any municipal rates and taxes or municipal service charge owed by the Tenderer or any of its directors/members/ partners to the City of Matlosana, or to any other municipality or municipal entity, are in arrears for more than three months;

b) and confirms the following information for the purpose of giving effect to the above, hereby declaring that it is true and correct. The Tenderer acknowledges that failure to properly and truthfully complete this schedule may result in the tender being disqualified and/or in the event that the Tenderer is successful, cancellation of contract

Physical Business address(es) of the Tenderer Municipal Account number(s)

Names of Directors/ Partners/Members

Physical residential address of the Directors/ Partners/Members

Residential Municipal Account number(s)

Name of Municipality(ies)

IF THERE IS NOT ENOUGH SPACE FOR ALL THE NAMES, PLEASE ATTACH THE INFORMATION TO THIS SCHEDULE IN THE SAME FORMAT

NB: PLEASE ATTACH COPY (IES) OF MUNICIPAL ACCOUNTS OF THE COMPANY AND MEMBERS

Page 36: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 36 | P a g e

a) A certified copy of the bidder’s and those of its directors municipal accounts (for the Municipality where the bidder pays his account) for the month preceding the tender closure date must accompany the tender documents. If such a certified copy does not accompany the bid document of the successful bidder, the Municipality reserves the right to obtain such documents after the closing date to verify that their municipal accounts are in order.

b) If a bidder rents their premises, proof must be submitted that the rental includes their municipal rates and taxes or municipal charges and that their rent is not in arrears.

DECLARATION

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

CERTIFY THAT THE INFORMATION FURNISHED ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

……………………………………………… ………………………….

Signature Date

……………………………………. ………………………………………

Position Name of Bidder

Page 37: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 37 | P a g e

DETAILS OF BIDDER

Name of firm/entity/enterprise

Trading as(if different from above)

Postal Address

Physical Address

Contact details of the person signing the tender

Name of person signing the tender _______________________________________________

Telephone :( ) ________________ Fax: ( )_________________

Cell phone No:__________________________

E-mail address: ___________________________________

Company Income Tax no.

VAT Registration no.

Company Registration no

Tenderer`s Bank

Name of Bank: ___________________________________

Account No: _______________________________________

Branch name: _____________________

Branch code:__________

Page 38: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 38 | P a g e

MBD 1

INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CITY OF MATLOSANA

BID NUMBER: ......................... CLOSING DATE: …………… and CLOSING TIME: ........

DESCRIPTION: ………………………………………………………………………………….

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

VALID PERIOD: 90 days

BID DOCUMENTS MAY BE POSTED TO:

The Municipal Manager

City of Matlosana

Civic centre, Corner OR Tambo & Bram Fischer Street

P.O.Box 99

Klerksdorp

2570

OR DEPOSITED IN THE BID BOX SITUATED AT

Civic centre, Corner OR Tambo & Bram Fischer Street, Foyer of the Civic Centre, Klerksdorp

Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration.

ALL TENDER DOCUMENTS MUST BE CLEARLY MARKED WITH THE WORDING “TENDER” AND THE TENDER NUMBER MUST BE CLEARLY VISIBLE.

The bid box is generally open 24 hours a day, 7 days a week.

ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE TYPED)

Page 39: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 39 | P a g e

THE FOLLOWING PARTICULARS MUST BE FURNISHED (FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)

NAME OF THE BIDDER

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

POSTAL ADDRESS

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

STREET ADDRESS

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

TELEPHONE NUMBER

CODE……………NUMBER……………………………..

CELLPHONE NUMBER ………………………………………………………………………

FACSIMILE NUMBER

CODE………..… .NUMBER………………………………

VAT REGISTRATION NUMBER

………………………………………………………………………

HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN ATTACHED? (MBD 2) YES/NO

HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (MBD 6.1) YES/NO

IF YES, WHO WAS THE CERTIFICATE ISSUED

BY………………………………………………………………………………………

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)

A VERIFICATION AGENCY ACCREDITED BY THE SOUITH AFRICAN NATIONAL ACCREDITATION SYSTEM (SANAS)

A REGISTERED AUDITOR

(Tick applicable box)

Page 40: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 40 | P a g e

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE).

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS/SERVICES/WORKS OFFERED? YES/NO (IF YES ENCLOSE PROOF)

CONTACT PERSON

…………………………………………………………………………………………

E-MAIL ADDRESS

………………………………………………………………………………………………

SIGNATURE OF BIDDER

……………………………………………………………………………………..

DATE

……………………………………………………………………………………………..

CAPACITY UNDER WHICH THIS BID IS SIGNED

……………………………………………………………………

Failure on the part of the bidder to sign this bid form (MBD1) and thus to acknowledge and accept the conditions in writing or to complete the attached forms, questionnaires and specifications in all respects, may invalidate the bid.

Bids should be submitted on the official forms and should not be qualified by the bidder's own conditions. Failure to comply with these requirements or to renounce specifically the bidder's own conditions of tender, when called upon to do so, may invalidate the bid.

TERMS

I/We hereby tender to supply all or any of the supplies and/or to render all or any of the services described in the attached documents to the City of Matlosana on the terms and conditions and in accordance with the specifications stipulated in the bid documents (and which shall be included and incorporated as part of this bid) at the prices and on the terms regarding time for delivery and/or execution inserted therein.

I/We agree that -

The offer herein shall remain binding upon me/us and open for acceptance during the validity period indicated and calculated from the closing time of the tender;

Page 41: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 41 | P a g e

If I/we withdraw my/our bid within the period for which I/we have agreed that the bid shall remain open for acceptance, or fail to fulfil the contract when called upon to do so, the Municipality may, without prejudice to its other rights, agree to the withdrawal of my/our bid or cancel the contract that may have been entered into between me/us and the Municipality and I/we will then pay to the Municipality any additional expense incurred by the Municipality having either to accept any less favourable bid or, if fresh bids have to be invited, the additional expenditure incurred by the invitation of fresh bids and by the subsequent acceptance of any less favourable bid, the State shall also have the right to recover such additional expenditure by set-of against moneys which may be due or become due to me/us under this or any other bid or contract or against any guarantee or deposit that may have been furnished by me/us or on my/our behalf for the due fulfilment of this or any other bid or contract and pending the ascertainment of the amount of such additional expenditure to retain such moneys, guarantee or deposit as security for any loss the Municipality may sustain by reason of my/our default;

If my/our bid is accepted the acceptance may be communicated to me/us by letter or order by ordinary post or registered post and that SA Post Office Ltd shall be regarded as my/our agent, and delivery of such acceptance to SA Post Office Ltd shall be treated as delivery to me/us;

The law of the Republic of South Africa shall govern the contract created by the acceptance of my/our bid and that I/we choose domicilium citandi et executandi in the Republic as indicated above.

I/We furthermore confirm that I/we have satisfied myself/ourselves as to the correctness and validity of my/our bid; that the price(s) and rate(s) quoted cover all the work/item(s) specified in the bid documents; and that the price(s) and rate(s) cover all my/our obligations under a resulting contract and that I/we accept that any mistakes regarding price(s) and calculations will be at my/our risk.

I/We hereby accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me/us under this agreement as the Principal(s) liable for the due fulfilment of this contract.

I/We agree that any action arising from this contract may in all respects be instituted against me/us and I/we hereby undertake to satisfy fully any sentence or judgement which may be pronounced against me/us as a result of such action.

I/We declare that I/we have participation*/no participation* in the submission of any other bid for the supplies/services described in the attached documents. If in the affirmative, state names(s) of bidder(s) involved

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

Page 42: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 42 | P a g e

I/We hereby declare that I/We have read and understand the above and agree to be bound by the stated terms and conditions.

Are you duly authorised to sign the bid? * YES / NO

Has the Declaration of Interest (MBD4) been duly completed and included with the other bid forms? * YES / NO

Have the company or any of its Directors, Shareholders or Joint Venture Partners in their present or previous capacity ever been restricted from bidding by any organ of the State? * YES / NO

If yes, please provide full details of restriction.

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

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

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

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

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

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

Page 43: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 43 | P a g e

MBD 2

TAX CLEARANCE CERTIFICATE REQUIREMENTS

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

1. In order to meet this requirement bidders are required to complete in full the attached form TCC 001 “Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids.

2. SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year from the date of approval.

3. The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable.

4. In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate.

5. Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za.

6. Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za

Page 44: CITY OF MATLOSANA

MBD 4

DECLARATION OF INTEREST

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

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 the service of the state, it is required that the bidder or their authorised representative declare their positionin relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.

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

and submitted with the bid.

3.1Full Name: _______________________________________________________________

3.2Identity Number: __________________________________________________________

3.3Company Registration Number: ______________________________________________

3.4Tax Reference Number: ____________________________________________________

3.5VAT Registration Number: ___________________________________________________

3.6 Are you presently in the service of the state∗? YES/NO

3.6.1 If so, furnish particulars.

____________________________________________________________________________

____________________________________________________________________________

____

3.7 Have you been in the service of the state for the past twelve months? YES/NO

3.7.1 If so, furnish particulars.

____________________________________________________________________________

____________________________________________________________________________

∗ In terms of the provisions of regulation 1 of the Municipal Supply Chain Management Regulations: “in the service of the state” means to be –

(a) a member of- (i) any municipal Municipality; (ii) any provincial legislature; or (iii) the national Assembly or the national Municipality 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 (f) an employee of Parliament or a provincial legislature.

Page 45: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 45 | P a g e

3.8 Do you, have any relationship (family, friend, other) with persons in the service of the state and

who may be involved with the evaluation and or adjudication of this bid? YES/NO

3.8.1 If so, furnish particulars.

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

3.9 Are you, aware of any relationship (family, friend, other) between a bidder and any

persons in the service of the state who may be involved with the evaluation and or

adjudication of this bid? YES/NO

3.9.1 If so, furnish particulars

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

3.10 Are any of the company’s directors, managers, principle shareholders or stakeholders in

service of the state? YES/NO

3.10.1 If so, furnish particulars.

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

3.11 Is any spouse, child or parent of the company’s directors, managers, principle shareholders

or stakeholders in service of the state? YES/NO

3.11.1 If so, furnish particulars.

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

3.12 Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders in service of the state? YES / NO

3.12.1 If yes, furnish particulars.

________________________________________________________________________________________________________________________________________________________

Page 46: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 46 | P a g e

3.13 Are any spouse, child or parent of the company’s directors trustees, managers, principle shareholders or stakeholders in service of the state? 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 business whether or not they are bidding for this contract. YES / NO

3.14.1 If yes, furnish particulars:

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________

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

Full Name Identity Number State Employee Number

………………………………….. ……………………………………..

Signature Date

…………………………………. …………………………………………

Capacity Name of Bidder

Page 47: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 47 | P a g e

MBD 5

DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (VAT INCLUDED)

For all procurement expected to exceed R10 million (VAT included), bidders must complete the following questionnaire:

1 Are you by law required to prepare annual financial statements for auditing? YES / NO

1.1 If yes, submit audited annual financial statements for the past three years or since the date of establishment if established during the past three years.

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

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

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

2 Do you have any outstanding undisputed commitments for municipal services towards a municipality or any other service provider in respect of which payment is overdue for more than 30 days? YES / NO

2.1 If no, this serves to certify that the bidder has no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payment is overdue for more than 30 days. YES / NO

2.2 If yes, provide particulars.

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

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

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

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

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

3 Has any contract been awarded to you by an organ of state during the past five years, including particulars of any material non-compliance or dispute concerning the execution of such contract? YES / NO

3.1 If yes, furnish particulars

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

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

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

Page 48: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 48 | P a g e

4. Will any portion of goods or services be sourced from outside the Republic, and, if so, what portion and whether any portion of payment from the municipality / municipal entity is expected to be transferred out of the Republic? YES / NO

4.1 If yes, furnish particulars

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

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

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

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

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

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

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

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

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

CERTIFICATION

I, THE UNDERSIGNED (FULL NAMES)

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

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT.

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

………………………………….. …………………………

Signature Date

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

Position Name of Bidder

Page 49: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 49 | P a g e

MBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

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, 2017.

1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

1.2

a) The value of this bid is estimated to exceed R50 000 000 (all applicable taxes included) and therefore the 90/10 preference point system shall be applicable; or

b) Either the 80/20 or 90/10 preference point system will be applicable to this tender (delete whichever is not applicable for this tender).

1.3 Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

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

POINTS

PRICE 90

B-BBEE STATUS LEVEL OF CONTRIBUTOR 10

Total points for Price and B-BBEE must not exceed

100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

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

Page 50: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 50 | P a g e

2. DEFINITIONS (a) “B-BBEE” means broad-based black economic empowerment as defined in section

1 of the Broad-Based Black Economic Empowerment Act;

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “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 goods or services, through price quotations, advertised competitive bidding processes or proposals;

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

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

(1) B-BBEE Status level certificate issued by an authorized body or person;

(2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

(3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE 3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

−−=

minmin180

PPPtPs or

−−=

minmin190

PPPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

Page 51: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 51 | P a g e

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR 4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations,

preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

5. BID DECLARATION 5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must

complete the following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING 7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

Page 52: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 52 | P a g e

7.1.1 If yes, indicate:

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

ii) The name of the sub-contractor………………………………………………………….. iii) The B-BBEE status level of the sub-contractor......................................…………….. iv) Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned

by: EME √

QSE √

Black people Black people who are youth Black people who are women Black people with disabilities Black people living in rural or underdeveloped areas or townships Cooperative owned by black people Black people who are military veterans

OR Any EME Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm: ………………………………………………………………………

8.2 VAT registration number: ……………………………………….……………………………

8.3 Company registration number: …………….……………………….…………………………

8.4 TYPE OF COMPANY/ FIRM

� Partnership/Joint Venture / Consortium

� One person business/sole propriety

� Close corporation

� Company

� (Pty) Limited

[TICK APPLICABLE BOX]

Page 53: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 53 | P a g e

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

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

8.6 COMPANY CLASSIFICATION

� Manufacturer

� Supplier

� Professional service provider

� Other service providers, e.g. transporter, etc.

[TICK APPLICABLE BOX]

8.7 MUNICIPAL INFORMATION

Municipality where business is situated:

….……………………………………………….

Registered Account Number: ………………………….

Stand Number: ……………………………………………….

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

8.9 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 contributor indicated in paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

i) The information furnished is true and correct;

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

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, 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 contributor 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 favourable arrangements due to such cancellation;

(d) recommend that the bidder or contractor, its shareholders and

Page 54: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 54 | P a g e

directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

……………………………………….

SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

WITNESSES

3. ……………………………………..

4. …………………………………….

Page 55: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 55 | P a g e

MBD 7.2

CONTRACT FORM - RENDERING OF SERVICES

THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SERVICE PROVIDER (PART 1) AND THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SERVICE PROVIDER AND THE PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE RECORDS.

PART 1 (TO BE FILLED IN BY THE SERVICE PROVIDER)

1. I hereby undertake to render services described in the attached bidding documents to (name of the institution)……………………………………. in accordance with the requirements and task directives / proposals specifications stipulated in Bid Number………….……….. at the price/s quoted. My offer/s remain binding upon me and open for acceptance by the Purchaser during the validity period indicated and calculated from the closing date of the bid.

2. The following documents shall be deemed to form and be read and construed as part of this agreement:

(i) Bidding documents, viz - Invitation to bid; - Tax clearance certificate; - Pricing schedule(s); - Filled in task directive/proposal; - Preference claims for Broad Based Black Economic Empowerment

Status Level of Contribution in terms of the Preferential Procurement Regulations 2017;

- Declaration of interest; - Declaration of Bidder’s past SCM practices; - Certificate of Independent Bid Determination; - Special Conditions of Contract;

(ii) General Conditions of Contract; and (iii) Other (specify)

3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) and rate(s) quoted cover all the services specified in the bidding documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

4. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this agreement as the principal liable for the due fulfillment of this contract.

5. I declare that I have no participation in any collusive practices with any bidder or any other person regarding this or any other bid.

6.

Page 56: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 56 | P a g e

7. I confirm that I am duly authorised to sign this contract.

NAME (PRINT) …………………………….

CAPACITY …………………………….

SIGNATURE …………………………….

NAME OF FIRM …………………………….

DATE …………………………….

WITNESSES

1 …….………………

2 ……….……………

Page 57: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 57 | P a g e

MBD 7.2

CONTRACT FORM - RENDERING OF SERVICES

PART 2 (TO BE FILLED IN BY THE PURCHASER)

1. I……………………………………………. in my capacity as……………………...……… accept your bid under reference number ………………….dated………………………for the rendering of services indicated hereunder and/or further specified in the annexure(s).

2. An official order indicating service delivery instructions is forthcoming.

3. I undertake to make payment for the services rendered in accordance with the terms and conditions of the contract, within 30 (thirty) days after receipt of an invoice.

DESCRIPTION OF

SERVICE

PRICE (ALL APPLICABLE

TAXES INCLUDED)

COMPLETION DATE

B-BBEE STATUS LEVEL

OF CONTRIBUTION

MINIMUM THRESHOLD FOR

LOCAL PRODUCTION

AND CONTENT (if applicable)

4. I confirm that I am duly authorised to sign this contract.

SIGNED AT ……………………………………… ON ………………………………..

NAME (PRINT) ………………………………………….

SIGNATURE …………………………………………

WITNESSES

1 ….…………………………….

2 …..…………………………….

OFFICIAL STAMP

Page 58: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 58 | P a g e

MBD 8

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:

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 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).

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the 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).

Yes

No

4.2.1 If so, furnish particulars:

Page 59: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 59 | P a g e

4.3 Was the bidder or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

Item Question Yes No

4.4 Does the bidder or any of its directors owe any 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?

Yes

No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal 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?

Yes

No

4.7.1 If so, furnish particulars:

CERTIFICATION

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

CERTIFIES 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 PROVES TO BE FALSE.

…………………………………………………………. …………………………

Signature Date

………………………………………… ……………………………………………

Position Name of Bidder

Page 60: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 60 | P a g e

MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Municipal Bidding Document (MBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an

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 per 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 MBD 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

(MBD9) 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.

Page 61: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 61 | P a g e

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

__________________________________________________________________________

(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;

Page 62: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 62 | P a g e

(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.

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;

(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.

Page 63: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 63 | P a g e

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

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.

Page 64: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 64 | P a g e

BANK RATING

DETAILS OF CONTRACTOR`S BANK ACCOUNT

I/We furnish the following information:

Name of Bank: ____________________________________________________________

Branch of Bank: ___________________________________________________________

Town/City where bank is situated: ______________________________________________

Contact Person at the Bank __________________________________________________

Telephone No of Bank: Code _________________ Number __________________________

Account Number: ___________________________________________________________

Bank rating (include confirmation from bank or financial institution) _____________________

Page 65: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 65 | P a g e

A. CERTIFICATE OF AUTHORITY FOR SIGNATORY

1. CERTIFICATE FOR CLOSE CORPORATION

RESOLUTIONTAKEN BY THE BOARD OF DIRECTORS/ MEMBERS/ PARTNERS

RESOLUTION of a meeting of the Board of Directors/Members/ Partners of

__________________________________________________________________________

(Name of tenderer)

Held at __________________________________________ (place) on ________________

RESOLVED THAT:

1. The enterprise submits a tender to the City of Matlosana in respect of the following project:

Bid No: ………………………………………………………………………..

2. Mr/Ms/Mrs __________________________________________________________________

In his capacity as ________________________________________ and who will sign as follows:

_________________________________________

(Specimen signature)

Be, and is hereby, authorized to sign the tender and any and all other documents and /or correspondence in connection with and relating to the tender, as well as to sign any contract, and or all documentation resulting from the award of the tender to the enterprise mentioned above.

Page 66: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 66 | P a g e

Note: The resolution must be signed by all the directors or members/ partners of the tendering enterprise.

Should the space provided below not be sufficient for all directors to sign, please provide a separate sheet in the same format as below?

No Name Capacity Signature

1

2

3

4

5

6

B CERTIFICATE FOR SOLE PROPRIETOR

I ………………………………………....………………………………………………..hereby confirm that I am a sole owner of the business trading as ……………………………………………………………..............................................

Signature of sole Owner: ……………………............……… Date: ………………………….

As witnesses:

1. ……………………………………………… 2. ………………………………………

Page 67: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 67 | P a g e

C. CERTIFICATE OF AUTHORITY FOR JOINT VENTURE

RESOLUTION TAKEN BY THE BOARD OF DIRECTORS OF A CONSORTIUM OR JOINT VENTURE

Resolution of a meeting of the board of Directors/ Members/ Partners of

_______________________________________________________________________Name of Tenderer

Held at __________________________ on ___________________________________

RESOLVED THAT:

1. The enterprise submits a tender to City of Matlosana in respect of the following project:

Bid Number and Description: …………………………………………………………………..

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

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

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

As consortium/ Joint Venture comprising (list all the legally correct full names and Registration numbers if applicable, of the enterprises forming the consortium / Joint venture:

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

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

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

2. Mr/ Mrs/Ms ________________________________________________________________

In his/her capacity as ___________________________________________________________

And who will sign as follows: _________________________________________

Specimen signature

Be, and is hereby, authorized to sign the tender and any and all documents and/or correspondence in connection with and relating to tender, as well as to sign any contract,

Page 68: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 68 | P a g e

and or all documentation resulting from the award of the tender to the consortium/ joint venture enterprise mentioned above.

3. The enterprise in the form of a consortium or joint venture accept jointly and several liability with parties under item 1 above for the fulfilment of the obligations of the joint venture deriving from, and in any way connected with contract to be entered into with City of Matlosana in respect of the project described above under item1.

4. The consortium/ Joint venture enterprise chooses as its Domicilium et citandi for all purposes arising from this joint venture agreement and contract with City of Matlosana in respect of the project under item

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

Note: The resolution must be signed by all directors or members/ partners of the tendering enterprise. Should the space provided below not be sufficient for all directors to sign, please provide a separate sheet in the same format?

No Name Capacity Signature

1 Lead partner

2

3

4

5

6

7

8

D. CERTIFICATE OF AUTHORITY FOR THE COMPANY

Bid No ………………………………………………………….

I, ………………………………………………………………………….. , chairperson of the

board of directors of ………………………………………………………………………………..

hereby confirm that by the resolution of the board of Directors taken on

……………………………….. Mr/ Ms …………………………………………. acting in the

capacity of ………………………… was authorized to sign the tender and any and all other

documents and /or correspondence in connection with and relating to the tender, as well as

to sign any contract, and or all documentation resulting from the award of the tender to the

enterprise mentioned above .

Page 69: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 69 | P a g e

_________________________________ _____________________ _______________

Name of Authorised person Signature Date

_______________________________ _______________________ _________

Name Chairperson of board of directors Signature Date

Page 70: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 70 | P a g e

SCHEDULE OF RELEVANT WORK CARRIED OUT BY TENDERER

List of recent previous work of a similar nature undertaken by the firm

Description of Project Name of Client Name Name of Responsible Official

Telephone No.

Value of

Contract

Year Completed

Page 71: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 71 | P a g e

NB: BIDDERS TO SUBMIT APPOINTMENT LETTERS AND OR COMPLETION CERTIFICATES, INDICATING THE PROJECTS VALUES ISSUED BY EMPLOYERS FOR ALL COMPLETED PROJECTS LISTED ABOVE. PROJECTS CLAIMED TO BE COMPLETED, BUT FOR WHICH COMPLETION CERTIFICATES HAVE NOT BEEN SUBMITTED, WILL NOT BE TAKEN INTO CONSIDERATION, WHEN EXPERIENCE IS BEING EVALUATED.

Name of Authorised Person ________________________________________ Signature ____________________________ Date ____________

Page 72: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 72 | P a g e

RELEVANT EXPERTISE OF KEY PERSONNEL

Qualifications and experience of key staff to be utilized in this execution of this tender.

Name Position Qualifications Relevant expertise / competencies

Work undertaken in similar / related fields

Managing Director

Supervisor

Site Manager

Operations Manager

Client Manager

Name of person Authorised to sign................................................................Signature of Authorised person........................................ Date: ..............

Page 73: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 73 | P a g e

DETAILS OF ESTABLISHED OFFICE AND FACILITIES AVAILABLE

Description YES NO Area (m²)

Office available in City of Matlosana

Other

Physical address and contact number at Office facility:

Street name and no. ................................................................................

Suburb: ......................................................................................................

Town: ........................................................................................................

Province: ....................................................................................................

Name of Municipality: …………………………………………………………..

Name of District: …………………………………………………………………

Contact person: ........................................................................................

Contact number: .......................................................................................

Please Attach certified proof of where the facility is located from the municipality you reside or the landlord

Equipment

Provide information on equipment and resources that you have available for this project attach details if the space provide is not enough)

Description : Equipment owned Number of units

Page 74: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 74 | P a g e

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)

Permanently employed staff : gender and race Number of staff

Temporary staff to be employed for the project : gender and race

Number of staff

Name of Tendering Entity :

Signature : Date :

Page 75: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 75 | P a g e

INDEMNITY FORM

INDEMNITY

Given by (Name of Company)

___________________________________________________________________ of

(registered address of

Company)_____________________________________________________________ a

company incorporated with limited liability according to the Company Laws of the Republic of

South Africa (hereinafter called the Contractor), represented herein by (Name of

Representative) ____________________________________ in his capacity as

(Designation)___________________________________________________________of

the Contractor, is duly authorised hereto by a resolution

dated_________________________________ /20____ , to sign on behalf of the Contractor.

WHEREAS the Contractor has entered into a Contract dated______________ / 20 __ , with

the Municipality who require this indemnity from the Contractor.

NOW THEREFORE THIS DEED WITNESSES that the Contractor does hereby indemnify and hold harmless the Municipality in respect of all loss or damage that may be incurred or sustained by the Municipality by reason of or in any way arising out of or caused by operations that may be carried out by the Contractor in connection with the aforementioned contract; and also in respect of all claims that may be made against the Municipality in consequence of such operations, by reason of or in any way arising out of any accidents or damage to life or property or any other cause whatsoever; and also in respect of all legal or other expenses that may be incurred by the Municipality in examining, resisting or settling any such claims; for the due performance of which the

Contractor binds itself according to law. SIGNATURE OF CONTRACTOR:

DATE:

SIGNATURE OF WITNESS 1:

DATE: SIGNATURE OF WITNESS 2:

DATE

Page 76: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 76 | P a g e

NATIONAL TREASURY GENERAL CONDITIONS OF CONTRACT

GOVERNMENT PROCUREMENT

General Conditions of Contract

TABLE OF CLAUSES

1. Definitions

2. Application

3. General

4. Standards

5. Use of contract documents and information inspection

6. Patent Rights

7. Performance security

8. Inspections, tests and analyses

9. Packing

10. Delivery and documents

11. Insurance

12. Transportation

13. Incidental Services

14. Spare parts

15. Warranty

16. Payment

17. Prices

18. Variation orders

19. Assignment

20. Subcontracts

21. Delays in the supplier’s performance

22. Penalties

Page 77: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 77 | P a g e

23. Termination for default

24. Anti-dumping and countervailing duties and rights

25. Force Majeure

26. Termination for insolvency

27. Settlement of Disputes

28. Limitation of Liability

29. Governing language

30. Applicable law

31. Notices

32. Taxes and duties

33. Transfer of contracts

34. Amendments of contracts

1. Definitions

1. The following terms shall be interpreted as indicated:

1.1 “Closing time” means the date and hour specified in the tendering documents for the

receipt of tenders.

1.2 “Contract” means the written agreement entered into between the purchaser and the

supplier, as recorded in the contract form signed by the parties, including all attachments

and appendices thereto and all documents incorporated by reference therein.

1.3 “Contract price” means the price payable to the supplier under the contract for the full

and proper performance of his contractual obligations.

1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value

to influence the action of a public official in the procurement process or in contract execution.

1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized

by its government and encouraged to market its products internationally.

1.6 “Country of origin” means the place where the goods were mined, grown or produced or

from which the services are supplied. Goods are produced when, through manufacturing,

processing or substantial and major assembly of components, a commercially recognized

Page 78: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 78 | P a g e

new product results that is substantially different in basic characteristics or in purpose or

utility from its components.

1.7 “Day” means calendar day.

1.8 “Delivery” means delivery in compliance of the conditions of the contract or order.

1.9 “Delivery ex stock” means immediate delivery directly from stock actually on hand.

1.10 “Delivery into consignees store or to his site” means delivered and unloaded in the

specified store or depot or on the specified site in compliance with the conditions of the

contract or order, the supplier bearing all risks and charges involved until the goods are so

delivered and a valid receipt is obtained.

1.11 "Dumping" occurs when a private enterprise abroad market its goods on own initiative

in the RSA at lower prices than that of the country of origin and which have the potential to

harm the local industries in the RSA.

1.12”Force majeure” means an event beyond the control of the supplier and not involving the

supplier’s fault or negligence and not foreseeable. Such events may include, but is not

restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods,

epidemics, quarantine restrictions and freight embargoes.

1.13 “Fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution of a contract to the detriment of any tenderer, and

includes collusive practice among tenderers (prior to or after tender submission) designed to

establish tender prices at artificial non-competitive levels and to deprive the tenderer of the

benefits of free and open competition.

1.14 “GCC” means the General Conditions of Contract.

1.15 “Goods” means all of the equipment, machinery, and/or other materials that the supplier

is required to supply to the purchaser under the contract.

1.16 “Imported content” means that portion of the tendering price represented by the cost of

components, parts or materials which have been or are still to be imported (whether by the

supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight

and other direct importation costs such as landing costs, dock dues, import duty, sales duty

or other similar tax or duty at the South African place of entry as well as transportation and

Page 79: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 79 | P a g e

handling charges to the factory in the Republic where the goods covered by the tender will

be manufactured.

1.17 “Local content” means that portion of the tendering price, which is not included in the

imported content provided that local manufacture does take place.

1.18 “Manufacture” means the production of products in a factory using labour, materials,

components and machinery and includes other related value-adding activities.

1.19 “Order” means an official written order issued for the supply of goods or works or the

rendering of a service.

1.20 “Project site,” where applicable, means the place indicated in tendering documents.

1.21 “Purchaser” means the organization purchasing the goods.

1.22 “Republic” means the Republic of South Africa.

1.23 “SCC” means the Special Conditions of Contract.

1.24 “Services” means those functional services ancillary to the supply of the goods, such as

transportation and any other incidental services, such as installation, commissioning,

provision of technical assistance, training, catering, gardening, security, maintenance and

other such obligations of the supplier covered under the contract.

1.25 “Supplier” means the successful tenderer who is awarded the contract to maintain and

administer the required and specified service(s) to the State.

1.26 “Tort” means in breach of contract.

1.27 “Turnkey” means a procurement process where one service provider assumes total

responsibility for all aspects of the project and delivers the full end product / service required

by the contract.

1.28 “Written” or “in writing” means hand-written in ink or any form of electronic or

mechanical writing.

2. APPLICATION

2.1 These general conditions are applicable to all tenders, contracts and orders including

tenders for functional and professional services (excluding professional services related to

the building and construction industry), sales, hiring, letting and the granting or acquiring of

Page 80: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 80 | P a g e

rights, but excluding immovable property, unless otherwise indicated in the tendering

documents.

2.2 Where applicable, special conditions of contract are also laid down to cover specific

goods, services or works.

2.3 Where such special conditions of contract are in conflict with these general conditions,

the special conditions shall apply.

3. GENERAL

3.1 Unless otherwise indicated in the tendering documents, the purchaser shall not be liable

for any expense incurred in the preparation and submission of a tender. Where applicable a

non-refundable fee for documents may be charged.

3.2 Invitations to tender are usually published in locally distributed news media and on the

Municipality /municipal entity website.

4. STANDARDS

4.1 The goods supplied shall conform to the standards mentioned in the tendering

documents and specifications.

5. USE OF CONTRACT DOCUMENTS AND INFORMATION INSPECTION

5.1 The supplier shall not, without the purchaser’s prior written consent, disclose the

contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or

information furnished by or on behalf of the purchaser in connection therewith, to any person

other than a person employed by the supplier in the performance of the contract. Disclosure

to any such employed person shall be made in confidence and shall extend only so far as

may be necessary for purposes of such performance.

5.2 The supplier shall not, without the purchaser’s prior written consent, make use of any

document or information mentioned in GCC clause 5.1 except for purposes of performing the

contract.

5.3 Any document, other than the contract itself mentioned in GCC clause 5.1 shall remain

the property of the purchaser and shall be returned (all copies) to the purchaser on

completion of the supplier’s performance under the contract if so required by the purchaser.

Page 81: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 81 | P a g e

5.4 The supplier shall permit the purchaser to inspect the supplier’s records relating to the

performance of the supplier and to have them audited by auditors appointed by the

purchaser, if so required by the purchaser.

6. PATENT RIGHTS

6.1 The supplier shall indemnify the purchaser against all third-party claims of infringement

of patent, trademark, or industrial design rights arising from use of the goods or any part

thereof by the purchaser.

6.2 When a supplier developed documentation / projects for the municipality / municipal

entity, the intellectual, copy and patent rights or ownership of such documents or projects will

vest in the municipality / municipal entity.

7. PERFORMANCE SECURITY

7.1 Within thirty (30) days of receipt of the notification of contract award, the successful

tenderer shall furnish to the purchaser the performance security of the amount specified in

SCC.

7.2 The proceeds of the performance security shall be payable to the purchaser as

compensation for any loss resulting from the supplier’s failure to complete his obligations

under the contract.

7.3 The performance security shall be denominated in the currency of the contract or in a

freely convertible currency acceptable to the purchaser and shall be in one of the following

forms:

(a) a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in

the purchaser’s country or abroad, acceptable to the purchaser, in the form provided in the

tendering documents or another form acceptable to the purchaser; or

(b) a cashier’s or certified cheque

7.4 The performance security will be discharged by the purchaser and returned to the

supplier not later than thirty (30) days following the date of completion of the supplier’s

performance obligations under the contract, including any warranty obligations, unless

otherwise specified.

Page 82: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 82 | P a g e

8. INSPECTION, TESTS AND ANALYSES

8.1 All pre-tendering testing will be for the account of the tenderer.

8.2 If it is a tender condition that goods to be produced or services to be rendered should at

any stage be subject to inspections, tests and analyses, the tenderer or contractor’s

premises shall be open, at all reasonable hours, for inspection by a representative of the

purchaser or organization acting on behalf of the purchaser.

8.3 If there are no inspection requirements indicated in the tendering documents and no

mention is made in the contract, but during the contract period it is decided that inspections

shall be carried out, the purchaser shall itself make the necessary arrangements, including

payment arrangements with the testing authority concerned.

8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the goods

to be in accordance with the contract requirements, the cost of the inspections, tests and

analyses shall be defrayed by the purchaser.

8.5 Where the goods or services referred to in clauses 8.2 and 8.3 do not comply with the

contract requirements, irrespective of whether such goods or services are accepted or not,

the cost in connection with these inspections, tests or analyses shall be defrayed by the

supplier.

8.6 Goods and services which are referred to in clauses 8.2 and 8.3 and which do not

comply with the contract requirements may be rejected.

8.7 Any contract goods may on or after delivery be inspected, tested or analysed and may

be rejected if found not to comply with the requirements of the contract. Such rejected goods

shall be held at the cost and risk of the supplier who shall, when called upon, remove them

immediately at his own cost and forthwith substitute them with goods, which do comply with

the requirements of the contract. Failing such removal the rejected goods shall be returned

at the suppliers cost and risk. Should the supplier fail to provide the substitute goods

forthwith, the purchaser may, without giving the supplier further opportunity to substitute the

rejected goods, purchase such goods as may be necessary at the expense of the supplier.

8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to

cancel the contract on account of a breach of the conditions thereof, or to act in terms of

Clause 22 of GCC.

Page 83: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 83 | P a g e

9. PACKING

9.1 The supplier shall provide such packing of the goods as is required to prevent their

damage or deterioration during transit to their final destination, as indicated in the contract.

The packing shall be sufficient to withstand, without limitation, rough handling during transit

and exposure to extreme temperatures, salt and precipitation during transit, and open

storage. Packing, case size and weights shall take into consideration, where appropriate, the

remoteness of the goods’ final destination and the absence of heavy handling facilities at all

points in transit.

9.2 The packing, marking, and documentation within and outside the packages shall comply

strictly with such special requirements as shall be expressly provided for in the contract,

including additional requirements, if any, and in any subsequent instructions ordered by the

purchaser.

10. DELIVERY AND DOCUMENTS

10.1 Delivery of the goods and arrangements for shipping and clearance obligations shall be

made by the supplier in accordance with the terms specified in the contract.

11. INSURANCE

11.1 The goods supplied under the contract shall be fully insured in a freely convertible

currency against loss or damage incidental to manufacture or acquisition, transportation,

storage and delivery in the manner specified.

12. TRANSPORTATION

12.1 Should a price other than an all-inclusive delivered price be required, this shall be

specified.

13. INCIDENTAL SERVICES

13.1 The supplier may be required to provide any or all of the following services, including

additional services, if any:

(a) Performance or supervision of on-site assembly and/or commissioning of the supplied

goods;

(b) Furnishing of tools required for assembly and/or maintenance of the supplied goods;

Page 84: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 84 | P a g e

(c) Furnishing of a detailed operations and maintenance manual for each appropriate unit of

the supplied goods;

(d) performance or supervision or maintenance and/or repair of the supplied goods, for a

period of time agreed by the parties, provided that this service shall not relieve the supplier

of any warranty obligations under this contract; and

(e) Training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly,

start-up, operation, maintenance, and/or repair of the supplied goods.

13.2 Prices charged by the supplier for incidental services, if not included in the contract

price for the goods, shall be agreed upon in advance by the parties and shall not exceed the

prevailing rates charged to other parties by the supplier for similar services.

14. SPARE PARTS

14.1 As specified, the supplier may be required to provide any or all of the following

materials, notifications, and information pertaining to spare parts manufactured or distributed

by the supplier:

(a) such spare parts as the purchaser may elect to purchase from the supplier, provided that

this election shall not relieve the supplier of any warranty obligations under the contract; and

(b) in the event of termination of production of the spare parts:

(i) advance notification to the purchaser of the pending termination, in sufficient time to

permit the

purchaser to procure needed requirements; and

(ii) following such termination, furnishing at no cost to the purchaser, the blueprints,

drawings, and specifications of the spare parts, if requested.

15. WARRANTY

15.1 The supplier warrants that the goods supplied under the contract are new, unused, of

the most recent or current models, and that they incorporate all recent improvements in

design and materials unless provided otherwise in the contract. The supplier further warrants

that all goods supplied under this contract shall have no defect, arising from design,

materials, or workmanship (except when the design and/or material is required by the

purchaser’s specifications) or from any act or omission of the supplier, that may develop

Page 85: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 85 | P a g e

under normal use of the supplied goods in the conditions prevailing in the country of final

destination.

15.2 This warranty shall remain valid for twelve (12) months after the goods, or any portion

thereof as the case may be, have been delivered to and accepted at the final destination

indicated in the contract, or for eighteen (18) months after the date of shipment from the port

or place of loading in the source country, whichever period concludes earlier, unless

specified otherwise.

15.3 The purchaser shall promptly notify the supplier in writing of any claims arising under

this warranty.

15.4 Upon receipt of such notice, the supplier shall, within the period specified and with all

reasonable speed, repair or replace the defective goods or parts thereof, without costs to the

purchaser.

15.5 If the supplier, having been notified, fails to remedy the defect(s) within the period

specified, the purchaser may proceed to take such remedial action as may be necessary, at

the supplier’s risk and expense and without prejudice to any other rights which the purchaser

may have against the supplier under the contract.

16. PAYMENT

16.1 The method and conditions of payment to be made to the supplier under this contract

shall be specified.

16.2 The supplier shall furnish the purchaser with an invoice accompanied by a copy of the

delivery note and upon fulfillment of other obligations stipulated in the contract.

16.3 Payments shall be made promptly by the purchaser, but in no case later than thirty (30)

days after submission of an invoice or claim by the supplier.

16.4 Payment will be made in Rand unless otherwise stipulated.

17. PRICES

17.1 Prices charged by the supplier for goods delivered and services performed under the

contract shall not vary from the prices quoted by the supplier in his tender, with the exception

Page 86: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 86 | P a g e

of any price adjustments authorized or in the purchaser’s request for tender validity

extension, as the case may be.

18. VARIATION ORDERS

18.1 In cases where the estimated value of the envisaged changes in purchase does not

vary more than 15% of the total value of the original contract, the contractor may be

instructed to deliver the goods or render the services as such. In cases of measurable

quantities, the contractor may be approached to reduce the unit price, and such offers may

be accepted provided that there is no escalation in price.

19. ASSIGNMENT

19.1 The supplier shall not assign, in whole or in part, its obligations to perform under the

contract, except with the purchaser’s prior written consent.

20. SUBCONTRACTORS

20.1 The supplier shall notify the purchaser in writing of all subcontracts awarded under this

contracts if not already specified in the tender. Such notification, in the original tender or

later, shall not relieve the supplier from any liability or obligation under the contract.

21. DELAYS IN THE SUPPLIER`S PERFORMANCE

21.1 Delivery of the goods and performance of services shall be made by the supplier in

accordance with the time schedule prescribed by the purchaser in the contract.

21.2 If at any time during performance of the contract, the supplier or its subcontractor(s)

should encounter conditions impeding timely delivery of the goods and performance of

services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its

likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice,

the purchaser shall evaluate the situation and may at his discretion extend the supplier’s

time for performance, with or without the imposition of penalties, in which case the extension

shall be ratified by the parties by amendment of contract.

21.3 The right is reserved to procure outside of the contract small quantities or to have minor

essential services executed if an emergency arises, the supplier’s point of supply is not

situated at or near the place where the goods are required, or the supplier’s services are not

readily available.

Page 87: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 87 | P a g e

21.4 Except as provided under GCC Clause 25, a delay by the supplier in the performance

of its delivery obligations shall render the supplier liable to the imposition of penalties,

pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC

Clause 22.2 without the application of penalties.

21.5 Upon any delay beyond the delivery period in the case of a goods contract, the

purchaser shall, without cancelling the contract, be entitled to purchase goods of a similar

quality and up to the same quantity in substitution of the goods not supplied in conformity

with the contract and to return any goods delivered later at the supplier’s expense and risk,

or to cancel the contract and buy such goods as may be required to complete the contract

and without prejudice to his other rights, be entitled to claim damages from the supplier.

22. PENALTIES

22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to

perform the services within the period(s) specified in the contract, the purchaser shall,

without prejudice to its other remedies under the contract, deduct from the contract price, as

a penalty, a sum calculated on the delivered price of the delayed goods or unperformed

services using the current prime interest rate calculated for each day of the delay until actual

delivery or performance. The purchaser may also consider termination of the contract

pursuant to GCC Clause 23.

23. TERMINATION FOR DEFAULT

23.1 The purchaser, without prejudice to any other remedy for breach of contract, by written

notice of default sent to the supplier, may terminate this contract in whole or in part:

(a) if the supplier fails to deliver any or all of the goods within the period(s) specified in the

contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause

21.2;

(b) if the supplier fails to perform any other obligation(s) under the contract; or

(c) if the supplier, in the judgement of the purchaser, has engaged in corrupt or fraudulent

practices in competing for or in executing the contract.

23.2 In the event the purchaser terminates the contract in whole or in part, the purchaser

may procure, upon such terms and in such manner, as it deems appropriate, goods, works

or services similar to those undelivered, and the supplier shall be liable to the purchaser for

Page 88: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 88 | P a g e

any excess costs for such similar goods, works or services. However, the supplier shall

continue performance of the contract to the extent not terminated.

24. ANTIDUMPING AND CONTERVAILING DUTIES AND RIGHTS

24.1 When, after the date of tender, provisional payments are required, or anti-dumping or

countervailing duties are imposed, or the amount of a provisional payment or anti-dumping

or countervailing right is increased in respect of any dumped or subsidized import, the State

is not liable for any amount so required or imposed, or for the amount of any such increase.

When, after the said date, such a provisional payment is no longer required or any such anti-

dumping or countervailing right is abolished, or where the amount of such provisional

payment or any such right is reduced, any such favourable difference shall on demand be

paid forthwith by the supplier to the purchaser or the purchaser may deduct such amounts

from moneys (if any) which may otherwise be due to the supplier in regard to goods or

services which he delivered or rendered,

or is to deliver or render in terms of the contract or any other contract or any other amount

which may be due to him.

25. FORCE MAJEURE

25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be

liable for forfeiture of its performance security, damages, or termination for default if and to

the extent that his delay in performance or other failure to perform his obligations under the

contract is the result of an event of force majeure.

25.2 If a force majeure situation arises, the supplier shall promptly notify the purchaser in

writing of such condition and the cause thereof. Unless otherwise directed by the purchaser

in writing, the supplier shall continue to perform its obligations under the contract as far as is

reasonably practical, and shall seek all reasonable alternative means for performance not

prevented by the force majeure event.

26. TERMINATION FOR INSOLVENCY

26.1 The purchaser may at any time terminate the contract by giving written notice to the

supplier if the supplier becomes bankrupt or otherwise insolvent. In this event, termination

will be without compensation to the supplier, provided that such termination will not prejudice

Page 89: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 89 | P a g e

or affect any right of action or remedy, which has accrued or will accrue thereafter to the

purchaser.

27. SETTLEMENT OF DISPUTES

27.1 If any dispute or difference of any kind whatsoever arises between the purchaser and

the supplier in connection with or arising out of the contract, the parties shall make every

effort to resolve amicably such dispute or difference by mutual consultation.

27.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by

such mutual consultation, then either the purchaser or the supplier may give notice to the

other party of his intention to commence with mediation. No mediation in respect of this

matter may be commenced unless such notice is given to the other party.

28. LIMITATION OF LIABILITY

28.1 Should it not be possible to settle a dispute by means of mediation, it may be settled in

a South African court of law.

28.2 Notwithstanding any reference to mediation and/or court proceedings herein,

(a) The parties shall continue to perform their respective obligations under the contract

unless they otherwise agree; and

(b) The purchaser shall pay the supplier any monies due the supplier for goods delivered

and / or services rendered according to the prescripts of the contract.

28.3 Except in cases of criminal negligence or willful misconduct, and in the case of

infringement pursuant to Clause 6;

(a) the supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise, for

any indirect or consequential loss or damage, loss of use, loss of production, or loss of

profits or interest costs, provided that this exclusion shall not apply to any obligation of the

supplier to pay penalties and/or damages to the purchaser; and

(b) The aggregate liability of the supplier to the purchaser, whether under the contract, in tort

or otherwise, shall not exceed the total contract price, provided that this limitation shall not

apply to the cost of repairing or replacing defective equipment.

Page 90: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 90 | P a g e

29. GOVERNING LANGUAGE

29.1 The contract shall be written in English. All correspondence and other documents

pertaining to the contract that is exchanged by the parties shall also be written in English.

30. APPLICABLE LAW

30.1 The contract shall be interpreted in accordance with South African laws, unless

otherwise specified.

31. NOTICES

31.1 Every written acceptance of a tender shall be posted to the supplier concerned by

registered or certified mail and any other notice to him shall be posted by ordinary mail to the

address furnished in his tender or to the address notified later by him in writing and such

posting shall be deemed to be proper service of such notice

31.2 The time mentioned in the contract documents for performing any act after such

aforesaid notice has been given, shall be reckoned from the date of posting of such notice.

32. TAXES AND DUTIES

32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees,

and other such levies imposed outside the purchaser’s country.

32.2 A local supplier shall be entirely responsible for all taxes, duties, license fees, etc.,

incurred until delivery of the contracted goods to the purchaser.

32.3 No contract shall be concluded with any tenderer whose tax matters are not in order.

Prior to the award of a tender SARS must have certified that the tax matters of the preferred

tenderer are in order.

32.4 No contract shall be concluded with any tenderer whose municipal rates and taxes and

municipal services charges are in arrears.

33. TRANSFER OF CONTRACTS

33.1 The contractor shall not abandon, transfer, cede assign or sublet a contract or part

thereof without the written permission of the purchaser.

Page 91: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 91 | P a g e

34. AMENDMENT OF CONTRACTS

34.1 No agreement to amend or vary a contract or order or the conditions, stipulations or provisions thereof shall be valid and of any force unless such agreement to amend or vary is entered into in writing and signed by the contracting parties. Any waiver of the requirement that the agreement to amend or vary shall be in writing, shall also be in writing.

Page 92: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 92 | P a g e

CITY OF MATLOSANA

SUPPLIER DATABASE REGISTRATION FORM FOR OFFICIAL USE:

Signature

Date received at SCM Office Received by

Date of capturing on Phoenix Captured by

Date authorised on Phoenix Authorised by

Vendor number

NAME OF COMPANY: ___________________________________________________

______________________________________________________________________

CSD SUPPLIER NO: MAAA_______________________________________________

Page 93: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 93 | P a g e

SCM TENDER NOTICE: 1-2017/2018

INVITATION TO REGISTER AND TO UPDATE DETAILS ON THE CITY OF MATLOSANA SUPPLIER DATABASE AND CENTRAL SUPPLIER DATABASE (CSD) AND NOTICE TO SUPPLIERS DOING

BUSINESS WITH CITY OF MATLOSANA MUNICIPALITY

The City of Matlosana Municipality (CoM), pursuant to the provisions of the Municipal Finance Management Act no.: 56 of 2003 read together with the Supply Chain Management Regulations (2005) as well as Preferential Procurement Regulations, 2017 pertaining to the Preferential Procurement Policy Framework Act no.: 05 of 2000, hereby invites suppliers/service providers to register on the Council`s supplier database for 2017/18 financial year.

The supplier database aims at giving all potential suppliers an equal opportunity to do business with CoM. Although preference will always be given to registered suppliers, it does not necessary follow that those who are not yet registered will be excluded from doing business with CoM.

Service providers currently registered on Municipality`s Database must re-register or submit updated valid documents for re – registration should their documents have expired.

Companies must ensure that all the mandatory documents are attached to their registration forms. Failure to adhere to the above requirements and incomplete application forms will lead to your application being rejected.

Supplier database registration forms may be physically accessed through the below mentioned address during office hours between 8h00 to 15h00 or electronically be downloaded from Municipality`s website: www.matlosana.gov.za, with effect from 04 September 2017.

All suitable and interested prospective suppliers are encourage to register onto National Treasury`s Central Supplier Database (CSD) by logging onto to the website address of https://secure.csd.gov.za or by logging onto National Treasury website address of www.treasury.gov.za then click on CSD database icon.

Enquiries pertaining to completion, submission and registration of supplier database forms may be directed to the following officials during office hours:

Mr Kingsley Leshomo : 018 487 8558 [email protected] Ms Josephine Tsimane : 018 487 8558 [email protected] Mr Moeletsi Pelesane : 018 487 8558 [email protected] Ms Tshiamo Radigoana : 018 487 8558 [email protected] NOTE

1. The Database forms must be completed in full and signed by duly authorized representative.

2. Only ORIGINAL registration forms will be accepted. Completed Supplier Registration documents, endorsed on the envelope: “Vendor Registration Forms” for attention of the above mentioned officials be forwarded as below indicated:

Physical Address: Postal Address Supply Chain Management Unit SCM Manager Finance Directorate (Mayibuye Centre) Supply Chain Management Unit City of Matlosana Municipality City of Matlosana Municipality Cnr Bram Fischer & Emily Hobhouse P.O.BOX 99 KLERKSDORP KLERKSDORP 2570 2570

Page 94: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 94 | P a g e

3. Please note that no unsigned or faxed forms will be accepted.

4. Copies of the tax clearance certificate are ACCEPTABLE as the new Tax Compliance Status (TCS) system has been implemented by SARS where any thirty party can verify the compliance status through the use of an electronic access PIN, or through the use of a Tax Clearance Certificate obtained from the new TCS system.

5. Businesses intentionally providing incorrect or fraudulent information will be disqualified.

6. Blacklisted enterprises appearing on the National Treasury database and that are prohibited from conducting business with the state, shall not be considered.

7. Members / Directors / Partners / Owners / in service of the state, must declare interest. Failure to do so may lead to disqualification or de-registration.

8 Responding to this invitation do not mean an automatic registration with City of Matlosana Municipality.

9. The Municipality reserve the right to reject any application, which in its opinion failed to comply with the registration requirements or criteria and registration does not guarantee any business opportunities.

NOTICE TO SUPPLIERS DOING BUSINESS WITH CITY OF MATLOSANA MUNICIPALITY

Suppliers and service providers doing business with City of Matlosana Municipality must note that goods or services may not be supplied without an official order from City of Matlosana Municipality.

As of 1 July 2017 City of Matlosana Municipality will only make use of the CSD and will transact in Financial Management System compliant to mSCOA. All suppliers/ service providers registered on the City of Matlosana must be registered on the Central Supplier Database (CSD).

The municipality has no obligation to pay for goods or services supplied without the official order.

Instances where instructions are given to suppliers without orders should be reported to the Manager SCM: Ms. N Kegakilwe, Tel 018 487 8046 e-mail: [email protected].

The official responsible for giving the instruction to the supplier will be liable for the account.

Suppliers must also note that no bids or quotations will be accepted from persons in the service of the state and that no awards will be made to persons whose tax matters are not in order.

Mr. TSR Nkhumise Municipal Manager

Page 95: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 95 | P a g e

PLEASE NOTE

1. This form must be fully completed, only with a black pen, signed, stamped where requested, and placed together with supporting documentation as indicated in the sections below. 2. The use of correction fluid is prohibited. All alterations must be initialed. 3. It is the responsibility of the supplier to supply the municipality with all updated information. The municipality will not be held liable for incorrect information supplied. 4. Registration on City of Matlosana Municipality’s supplier database does not guarantee business

opportunities with the municipality.

5. Prospective suppliers are limited to register for six categories only. 6. All supplier information will be treated strictly confidential. 7. Prospective suppliers must familiarise themselves with the content of City of Matlosana Municipality’s Supply Chain Management Policy which can be viewed on the municipality’s website. 8. This registration form is also available at www.matlosana.gov.za

9. The following documents/information MUST be provided/attached (where applicable) when submitting the supplier database: 9.1. BEE Certificate from SANAS verification Agency 9.2. Email address (Compulsory) 9.3. Fax Number 9.4. Certified Proof of company registration 9.5. Certified copies of Tax Clearance Certificate 9.6. Up to date Municipal Rates and Taxes accounts of the company and Directors 9.7. CIDB Certificate – applicable to construction related services 9.8. PSIRA – applicable to security related services 9.9. Certified Copies of identity documents for all directors or members of the company as listed on the company registration document 9.10. Wireman’s license – applicable to electrical related services 9.11. Accreditation certificate – applicable to computer hardware and software distributors 9.12. Proof of SETA and/or SAQA accreditation – applicable to training related services and 9.13. The service providers must have a reliable and working telephone, fax line and e-mail address. 9.14. The bank details forms must be verified and endorsed with the BANK stamp 9.15 The declaration of correctness of the information provided must be duly completed and signed by the Commissioner of Oaths. 9.16. Caterers (Attach a copy of food handling certificate as issued by Dr KK District Municipality) 9.17. Sworn affidavit for purposes of B-BBEE compliance of an exempted micro enterprise 9.18. Sworn affidavit for purposes of B-BBEE compliance of qualifying small enterprise. 9.19 Company profile

Page 96: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 96 | P a g e

SECTION 1: SUPPLIER DETAILS:

NAME OF BUSINESS

TRADE NAME (If different from above): Co. REGISTRATION NUMBER VAT REGISTRATION NUMBER INCOME TAX REGISTRATION NUMBER TAX CLEARANCE CERTIFICATE NUMBER

Expiry date of tax clearance certificate REGISTERED PHYSICAL ADDRESS OF THE COMPANY

REGISTERED POSTAL ADDRESS OF THE COMPANY

B-BBEE status level of contribution Issue date of B-BBEE certificate

Expiry date of B-BBEE certificate MAIN CONTACT PERSON

Name ……………………………………………………………………………….. POSITION HELD ………………………………………………………….. TEL NUMBER …………………………………………………………….. CELL NUMBER ……………………………………………………………….. FAX NUMBER………………………………………………………………….. EMAIL ADDRESS……………………………………………………………….

Sales person Name: ……………………………………………………………………………. Tel ……………………………………………………. Fax No ……………………………………………………. Cell No ………………………………………………………………. Email Address ………………………………………………………………….

Accounts Name: …………………………………………………………………………… Tel ……………………………………………………. Fax No ……………………………………………………. Cell No ………………………………………………………………. Email Address ………………………………………………………………….

Administration Name: ……………………………………………………………………………… Tel ……………………………………………………. Fax No ……………………………………………………. Cell No ………………………………………………………………. Email Address ………………………………………………………………….

Page 97: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 97 | P a g e

SECTION 2: INDICATE WHERE THE ABOVE COMPANY AND BRANCH/S IS/ARE LOCATED:

PROVINCE DISTRICT MUNICIPALITY TOWN/VILLAGE 1.

2.

3.

4.

5.

6.

7.

8.

9.

SECTION 3: TYPE OF COMPANY (INDICATE WITH AN X AND PROVIDE DOCUMENATRY PROOF) MARK WITH X

1 Public company (LTD) Attach certified copy of company registration documents Attach certified copies of identity documents of all directors

2 Private Company(Pty)Ltd Attach certified copy of company registration documents Attach certified copies of identity documents of all directors

3 Sole Proprietary Attach certified copy of ID Document

4 Partnership Attach certified copy of partnership agreement Attach certified copies of identity documents of all partners

5 Trust Attach certified copy of trust document Attach certified copies of identity documents of all trustees

6 Section 21 Company Attach certified copy of Constitution

7 Other(Specify)

CORE BUSINESS OPERATION (Mark with X in applicable fields)

� Prime Contractor � Supplier � Professional Services � Sub-Contractor � Manufacturer � Construction (CIDB) � Labour-only contractor � Education, Development & Training Service Provider � Other, please specify: ______________________________________________________________________

____________________________________________________________________________

Page 98: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 98 | P a g e

SECTION 4: BANKING DETAILS

Name of Business: ……………………………………………………………………..……………………………………

Company Registration No:…………………………………………………………………………………………………….

CREDIT ORDER INSTRUCTION FORM.

I/We hereby request and authorize you to pay any amounts which accrue to me/us to the credit of my /our bank account with the

mentioned bank.

I/We understand that the credit transfer hereby authorized will be processed by computer through a system known as the "ACB

ELECTRONIC FUNDS TRANSFER SERVICE", and I/we also understand that no additional advice of payment will be provided

by my/our bank,

________________________ _______________________ ___________________

Initials and surname Authorized signature Date

FOR COMPLETION BY BANK OFFICIAL

Name of bank: Account name: Branch code : Account number: Type of account: 1 - Cheque account 4 - Bond account 2 - Savings account 5 - (Not in use) 3 - Transmission account 6 - Subscription Share account\ BANK DETAILS CERTIFIED BY:

BANK STAMP

Name: ID No or Rank

Tell:

Signature Date

Page 99: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 99 | P a g e

SECTION 5: CERTIFICATE FOR MUNICIPAL SERVICES AND PAYMENTS TO SERVICE PROVIDERS

PLEASE SELECT ONE OF THE FOLLOWING OPTIONS THAT ARE APPLICABLE TO YOUR ENTERPRISE AND FOLLOW FURTHER INSTRUCTIONS AS INDICATED BELOW

MARK WITH “X”

Part A: Property owned by enterprise or directors Part B: Property leased by enterprise or directors

PART A: PROPERTY OWNED BY ENTERPRISE OR DIRECTORS

Please complete the following if property is owned by the enterprise, the proprietors, directors or partners in their personal capacity, which must be confirmed by the relevant municipality (ATTACH COPY OF MUNICIPAL ACCOUNT(S) NOT OLDER THAN 30 DAYS)

Name of account holder: ………………………………………………………………………………………………..

Account number: …………………………………………………………………………………..

Account number: …………………………………………………………………………………...

FOR USE BY YOUR LOCAL MUNICIPALITY ONLY

MUNICIPALITY OFFICIAL STAMP

I/we hereby certify that the municipal account details of our client as indicated above is correct.

……………………………………………………………………….. Name of municipal official (print name) ……………………………….……………………………………… Signature of municipal official

PART B: PROPERTY LEASED BY ENTERPRISE OR DIRECTORS

Please attach a sworn affidavit or a copy of your lease agreement if the property is leased by the enterprise or the proprietors or directors in their personal capacity, for which the aforementioned is not responsible for payment of municipal rates and taxes.

I,……………………………………………………………………………………., the undersigned, certify that the information furnished on this declaration form is correct and that I/we have no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payment is overdue for more than 90 days.

.......................................................... …………………………… Signature for and on behalf of supplier Date

Page 100: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 100 | P a g e

SECTION 6: OWNERSHIP OF THE COMPANY

SURNAME INTIALS ID NUMBER GENDER RACE DISABLE ( YES/ NO) EQUITY HOLDING %

NB: (proof of Disability must be submitted from the Registered Doctor)

SECTION 6.1 PREVIOUSLY DISADVATAGED INDIVIDUALS IN MANAGEMENT POSITIONS

SURNAME INTIALS ID NUMBER GENDER RACE DISABLE ( YES/ NO) POSITION

NB: (proof of Disability must be submitted from the Registered Doctor)

Page 101: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 101 | P a g e

DETAILS OF TOP THREE MAJOR SUPPLIERS

CONTRACT DESCRIPTION CLIENT NAME CONTRACT AMOUNT Contact Numbers Street Address Services/Goods Procured

Tel:

Fax:

Email Address

Cell:

Tel:

Fax:

Email Address

Cell

Tel:

Fax:

Email Address

Cell

Page 102: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 102 | P a g e

SECTION 7 MBD 4

DECLARATION OF INTEREST

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

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 the service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.

3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1 Full Name: _______________________________________________________________

3.2 Identity Number: __________________________________________________________

3.3 Company Registration Number: ______________________________________________

3.4 Tax Reference Number: ____________________________________________________

3.5 VAT Registration Number: ___________________________________________________

3.6 Are you presently in the service of the state∗? YES/NO

3.6.1 If so, furnish particulars. _________________________________________________________________________________________________________________________________________________________________________________________________________________________

3.7 Have you been in the service of the state for the past twelve months? YES/NO 3.8.1 If so, furnish particulars. _____________________________________________________________________________________________________________ 3.8 Do you, have any relationship (family, friend, other) with persons in the service of the state and who may be involved with the

evaluation and or adjudication of this bid? YES/NO 3.8.1 If so, furnish particulars. _____________________________________________________________________________________________________________

∗ In terms of the provisions of regulation 1 of the Municipal Supply Chain Management Regulations: “in the service of the state” means to be –

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

(h) a member of the board of directors of any municipal entity; (i) an official of any municipality or municipal entity; (j) 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); (k) a member of the accounting authority of any national or provincial public entity; or (l) an employee of Parliament or a provincial legislature.

Page 103: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 103 | P a g e

3.9 Are you, aware of any relationship (family, friend, other) between a bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid? YES/NO

3.9.1 If so, furnish particulars _______________________________________________________________________________________________________________________________________________________________________________________________________________________

3.10 Are any of the company’s directors, managers, principle shareholders or stakeholders in service of the state? YES/NO 3.10.1 If so, furnish particulars. _____________________________________________________________________________________________________________

3.12 Is any spouse, child or parent of the company’s directors, managers, principle shareholders or stakeholders in service of the state? YES/NO

3.11.1 If so, furnish particulars. _____________________________________________________________________________________________________________

3.12 Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders in service of the state? YES / NO

3.12.1 If yes, furnish particulars. ________________________________________________________________________________________________________________________________________________________________________________________________________________________ 3.13 Are any spouse, child or parent of the company’s directors trustees, managers, principle shareholders or stakeholders

in service of the state? 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 business whether or not they are bidding for this contract. YES / NO

3.14.1 If yes, furnish particulars: ________________________________________________________________________________________________________________________________________________________________________________________________________________________

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

Full Name Identity Number State Employee Number

………………………………….. ……………………………………..

Signature Date

…………………………………. …………………………………………………………… Capacity Name of Bidder

Page 104: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 104 | P a g e

SECTION 8 MBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

5 This Municipal Bidding Document must form part of all bids invited. 6 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.

7 The bid of any bidder may be rejected if that bidder, or any of its directors have:

a. abused the municipality’s / municipal entity’s supply chain 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).

8 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 Treasury’s Database of Restricted Suppliers as

companies or persons 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 Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes

No

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

Item Question Yes No 4.4 Does the bidder or any of its directors owe any 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?

Yes

No

Page 105: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 105 | P a g e

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal 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?

Yes

No

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

Page 106: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 106 | P a g e

SECTION 9 SWORN AFFIDAVIT FOR PURPOSES OF B-BBEE COMPLIANCE OF AN EXEMPT MICRO ENTERPRISE (EME)

ENTERPRISE DETAILS Company Registered Name Company Trade Name Registration Number: VAT Number: Income Tax Reference No Mark With X 100% black owned Level One (135% B-BBEE procurement recognition)

More than 51% black owned Level Two (125% B-BBEE procurement recognition)

Less than 51% black owned Level Four (100% B-BBEE procurement recognition)

TO BE COMPLETED BY THE DEPONENT

I (Full Name): RSA ID/Passport No: age Home Address:

Working Address:

Tel No: (w) (h) Cell:

Declare under oath in English that the annual turnover of the above-mentioned entity was less that or equal to R10 000 000.00 (ten million rand) in terms of the most recent audited financial statements, qualifying the entity as an Exempt Micro Enterprise (EME). I also confirm that the company has a black shareholding as follows:-

Total Black Shareholding (%): Total Black Female Shareholding (%)

I am familiar with, and understand the contents of this declaration. I have no objection to taking the prescribed oath. I consider the prescribed oath as binding to my conscience.

Place: Date: Time: Signed: ………………………………………………………………………………….. TO BE COMPLETED BY THE COMMISSIONER OF OATHS I certify that the DEPONENT has acknowledge that he/she knows and understands the contents of this affidavit, that he/she does not have any objection to taking the oath, and that he/she considers it to be binding on his/her conscience, and which was sworn to and signed before me. At ………………………………………………………..….. on this day …………………………………………………………………… Signed: ………………………………………………………………………………

Full Name:

Business Address

Commissioner of Oath Stamp

Page 107: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 107 | P a g e

SECTION 9.1 SWORN AFFIDAVIT FOR PURPOSES OF B-BBEE COMPLIANCE OF A BLACK OWNED QUALIFYING SMALL ENTERPRISE (QSE)

ENTERPRISE DETAILS Company Registered Name Company Trade Name Registration Number: VAT Number: Income Tax Reference No Mark With X 100% black owned Level One (135% B-BBEE procurement recognition)

More than 51% black owned Level Two (125% B-BBEE procurement recognition)

Less than 51% black owned Level Four (100% B-BBEE procurement recognition)

TO BE COMPLETED BY THE DEPONENT

I (Full Name): RSA ID/Passport No: age Home Address:

Working Address:

Tel No: (w) (h) Cell:

Declare under oath in English that the annual turnover of the above-mentioned entity was greater than R10 000 000.00 (ten million rand) and less than or equal to R50 000 000.00 (fifty million rand) in terms of the most recent audited financial statements, qualifying the entity as an Qualifying Small Enterprise (QSE). I also confirm that the company has a black shareholding as follows:-

Total Black Shareholding (%): Total Black Female Shareholding (%)

I am familiar with, and understand the contents of this declaration. I have no objection to taking the prescribed oath. I consider the prescribed oath as binding to my conscience.

Place: Date: Time: Signed: ………………………………………………………………………………….. TO BE COMPLETED BY THE COMMISSIONER OF OATHS I certify that the DEPONENT has acknowledge that he/she knows and understands the contents of this affidavit, that he/she does not have any objection to taking the oath, and that he/she considers it to be binding on his/her conscience, and which was sworn to and signed before me. At ………………………………………………………..….. on this day …………………………………………………………………… Signed: ………………………………………………………………………………

Full Name:

Business Address

Commissioner of Oath Stamp

Page 108: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 108 | P a g e

SECTION 10 DECLARATION OF CORRECTNESS OF INFORMATION PROVIDED I / we the undersigned, warrant that I am/we are duly authorised to do so and on behalf of _______________________________________________________________________ (name of business) declare that: 1. The information contained in this document and all attached hereto is correct; 2. No municipal rates and taxes or municipal service charges owed by the supplier or any of its directors to any municipality/ municipal entity, are in arrears for more than three (3) months; 3. It is noted that City of Matlosana Municipality may utilise tools at its disposal to verify all information contained and attached hereto; 4. All copies of relevant documentation are attached as indicated under each section; 5. If there are any changes to the information supplied on this document, that I/we will inform the Supply Chain Unit of City of Matlosana Municipality in writing within ten (10) working days of any changes; and 6. Should any information as provided prove to be false, that City of Matlosana Municipality will act against me/us. If the information supplied is found to be incorrect then the City of Matlosana Municipality in addition to any remedies it may have, may 1. disqualify the supplier/applicant for a particular bid/contract/project it may be considered for, or which had been awarded to the supplier/applicant; 2. recover from the supplier all costs, losses or damages incurred or sustained by the municipality as a result of the award of the contract, and/or; 3. cancel the contract and claim any damages which the municipality may suffer by having to make favourable arrangements after such cancellations, and/or; 4. de-register the supplier from the supplier database and/or; 5. list the supplier on National Treasury’s database of restricted suppliers; and/or; 6. take any other action as may be deemed necessary. PLEASE ENSURE THAT ALL SUPPORTING DOCUMENTATION AS INDICATED PER SECTION IS ATTACHED HERETO Full name of duly authorised representative: ___________________________________________________________ Signature: ___________________________________________________________ Capacity: ___________________________________________________________ Date: _______________________________________________________________

COMMISSIONER OF OATHS Signed and sworn to before me at …………………………………………………………………. on this day ………………………………….. of …………………………………………………. 20….. by the deponent, who has acknowledge that he/she knows and understands the contents of this affidavit, that all content contained herein and attached hereto is true and correct to the best of his/her knowledge and that he/she has no objection to taking the prescribed oath, and that the prescribed oath will be binding on his/her conscience.

COMMISSIONER OF OATHS Position: …………………………………………………………………………………………. Address:.…………………………………………………………………………………………………………………………………. …………………………………………………………………………………………………………………………………………… Tel: ……………………………………………………………………………………………………………………………

STAMP OF COMMISIONER OF OATHS

Page 109: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 109 | P a g e

SECTION 11 PRODUCTS AND SERVICES

SELECT MAXIMUM OF SIX (6) CATEGORIES ONLY

ACCOMODATION AND LODGING ARCHITECTURAL ENGINEERING BOILER REPAIRS BRANDING BURGLAR DOORS CAPENTRY CAR DEALERSHIP CATERING SERVICES CCTV CAMERA SYSTEM CEILINGS, SHOPFITTING, BUILD IN MAINTENACE CIVIL WORKS AND ROAD MAITENANCE CLEANING SERVICES AND PEST CONTROL COFFIN MANUFACTURING COMMUNITY DEVELOPMENT COMPILATION OF FACTS SHEETS CONFERENCE ORGANIZERS/FACILITATOR CONFERENCE/TRAINING FACILITIES STEEL CONSTRUCTION SERVICES CONCRETE MANUFACTURING AND WORKS ALLUMINIUM PRODUCTS DEMOLITION SERVICES ALUMINIUM DOORS INSTALLATION, SUPPLIES BUILDING EQUIPMENT AND ACCESSORIES (CEMENT MIXERS etc) CONSTRUCTION MACHINERY CONCRETE PRODUCTS ELECTRICAL DOORS AND GATES GAS AND WELDING CONSUMABLES PLUMBING WARE AND MATERIALS BURGLAR PROOFING AND SYSTEMS CABINET MAKERS EARTHWORKS, DRILLING AND LANDSCAPING GENERAL CLEANING OF ALIEN VEGETATION GENERAL BUILDING WORKS GLAZING METALWORK PAINTING

Page 110: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 110 | P a g e

PAVING GALVANISED PRODUCTS URBAN PLANNING AND DESIGN GARDEN SERVICES CONSULTATION DRIVING SCHOOL ELECTRICAL MAINTENANCE PLUMBING MAINTENANCE ENGINE POETECTION MOTORS ENVIROMENTAL LINE FUNCTION CONSULTANTS EVENTS MANAGEMENT SERVICES FARMING AND PROJECTS FLEET MANAGEMENT FUNERAL UNDERTAKING GARDEN SERVICES GEOTECHNICAL GLASSFITTINGS HIRING OF EQUIPMENT HORTICULTURAL AND IMPORT AND EXPORT ICT INFASTRUCTURE IT SERVICES LEGAL SERVICES: CONTRACTS LEGAL SERVICES: CONVEYANCING LEGAL SERVICES: LITIGATION LEGAL SERVICES: LABOUR LAW LEGAL SERVICES: OTHER MANUFACTURE PVC AND STORMWATER PIPES MANUFACTURE COMPACTION EQUIPMENT AND SPA MARRIAGE TRAUMA AND GENERAL COUNCEILING CONSULTING ENGINEERING: MECHANICAL ENGINEERING MOTIVATIONAL SEMINARS OFFICE EQUIPMENT AND LABOUR SAVING DEVIC OFFICE FURNITURE OFFICE STATIONARY PAINTING /PARTITIONING PALISADES ,CARPORTS, SLIDING GATES PANEL BEATING PEST CONTROL

Page 111: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 111 | P a g e

POSTER DESIGNING PRINTING SERVICES CONSULTING ENGINEERING :PROJECT MANAGEMENT PROMOTIONAL METERIALS PROPERTY VALUATIONS AND LAND AUDIT MANAGEMENT PROTECTIVE CLOTHING QUATITY SURVEYOR RECRUITMENT ADVERTISING REFRIGERATION AND AIRCONDITIONING REFRIGERATIONS RENOVATION OFFICE REPAIRS TO PROPERTY RETAIL TRADE ROAD MAINTENANCE ROOFING SECURITY SERVICES SEWERAGE AND STORMWATER SHUTTLE SERVICES SKILLS DEVELOPMENT AND TRAINING STEEL WORKS STRUCTURES AND BUILDING SUPPLY ELECTRICAL MATERIAL SUPPLY FUEL AND OIL SUPPLY INDUSTRIAL EQUIPMENT SUPPLY OF CORPORATE GIFTS SUPPLY OF INSTRUMENTS AND LAB ANALYSIS SUPPLY WATER AND SEWER CHEMICAL TENTS, TOILET AND SOUND HIRE TIME AND ATTENDENCE AND ACCESS CONTROL SYSTEM TRAINING SERVICES TRANSPORT: BUSES TRANSPORT: MINI BUSES TRANSPORT: TOURISM SUPPLY OF VEHICLE BATTERIES SUPPLY OF CRANES SUPPLY OF MOWERS ENGINE OVERHAULS EXHAUST REPAIRS

Page 112: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 112 | P a g e

SUPPLY OF FUEL, OIL AND LUBRICATION GEARBOX REPAIRS HYDRAULICS MECHANICAL WORKSHOP PANEL BEATING RADIATOR REPAIRS SPARES AND PARTS TOWING SERVICES TESTING EQUIPMENT TOOLBOXES, LADDER RACKS, ROPES, WOODEN PANELS TRANSMISSIONS REPAIR OF TRUCKS ALARM AND TRACKING SYSTEM AUTO ELECTRICAL REPAIRS SUPPLY OF MOTOR CYCLES SUPPLY OF TYRES AND TUBES HIRING OF VEHICLE AND MECHANICAL EQUIPMENT PLANT WASTE OIL COLLECTORS TRANSPORTATION, ROAD AND HIGHWAYS TRAVEL AGENCY TREE FELLING, BUSH CLEARING AND VEGETATIO VEGETATION MANAGEMENT WATER DEVELOPMENT AND SUPPLY KITCHEN APPLIANCES GRAPHIC DESIGN SAFETY EQUIPMENT PRINTING SERVICE GROCERIES INSURANCE OFFICE CURTAINS AND RAILS MEDICAL SERVICES AND SUPPLIES SPORT WEAR ROAD SIGNS PRINTER REPAIRS REPAIR OF ELECTRICAL APPLIANCES BANKING SERVICES ACCOUNTING, AUDITING AND MANAGEMENT SERVICES CONSULTING ENGINEERING: ELECTRICAL

Page 113: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 113 | P a g e

CONSULTING ENGINEERING: ENVIRONMENTAL CONSULTING ENGINEERING: STRUCTURE, BUILDINGS, AND BRIDGES CONSULTING ENGINEERING: WATER SYSTEM CONSULTING ENGINEERING: SOLID WASTE CONSULTING ENGINEERING: PROPERTY DEVELOPMENT CONSULTING SERVICES: LABOUR DISPUTE ADJUDICATION CONSULTING SERVICES: TENDER MANAGEMENT CONSULTING SERVICES: PLANNING AND RECORDS MANAGEMENT CONSULTING SERVICES: LEGISLATION AND MANAGEMENT CONSULTING SERVICES: HEALTH (DIETICIAN) ENGINEERING SERVICES DEED REGSITERS DEBT COLLECTORS ASSET MANAGEMENT AERIAL AND PHOTOGRAPHIC DESIGN PREPAID VENDORS PHARMACIES LABORATORIES TESTS AND EQUIPMENT REMOVAL: RUBBLE AND REFUSE REMOVAL: FURNITURE REAL ESTATE SERVICES RECYCLING RUBBER PRODUCTS RESEACH SERVICES RENOVATION OF SPORTS FIELD AND PARKS SANDBLASTING OF GLASS AND EQUIPMENT SCRAP METAL DEALERS SOCIAL FACILITATION TRANSLATION AND INTERPRETING SERVICES WEED KILLERS AND FERTILIZER SUPPLY AND SPRAYING PUBLICATION, BOOKS AND MAGAZINE VEHICLE SERVICING WORKSHOP EQUIPMENT AND TOOLS ROAD WORTHY TEST NEWS PAPER SUPPLIES AUTOMATED METER READING FIRE EXTINGUISHERS FORENSIC AUDIT SERVICE

Page 114: CITY OF MATLOSANA

Company name ……………………………………………………………… Initials ………..... 114 | P a g e

SIGN WRITING COMPUTER CONSUMABLES CLEANING EQUIPMENTS CLEANING SUPPLIES JOB DESCRIPTION CONSULTANTS LINEN, PILLOWS AND BLANKETS FIRE PROTECTION AND DETECTION INCINERATORS COURIER SERVICES ELECTRICAL CONTRATORS

OTHERS (SPECIFY) …………………………………………………………………………………………….. …………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………..