85
TENDER DOCUMENT TENDER NUMBER: T23 of 2021/22 TENDER DESCRIPTION: THREE ( 3 ) YEAR CONTRACT FOR MAINTENANCE OF THE EXISTING KNYSNA MUNICIPAL TELEMETRY INSTALLATION CLOSING TIME: 12H00 CLOSING DATE: 19 JANUARY 2022 Tender Box at: SUPPLY CHAIN MANAGEMENT UNIT FINANCE BUILDING,QUEEN STREET KNYSNA 6570 NB: 1 All bids must be submitted on the official forms (not to be re-typed) 2 Bids must be completed in black ink in writing 3 No bids will be considered from persons in the service of the state Name of Bidder: Tendered Amount: B-BBEE Status Level of Contributor: CIDB contractor designation: CSD Supplier number CSD Unique reference number B-BBEE certificates submitted with the bid document MUST be VALID ORIGINAL BBBEE CERTIFICATES or VALID CERTIFIED COPIES OF THE B-BBEE CERTIFICATES Signature of Knysna Municipality Officials at Tender Opening 1. 2.

TENDER DOCUMENT THREE ( 3 ) YEAR CONTRACT FOR …

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

TENDER DOCUMENT

TENDER NUMBER: T23 of 2021/22

TENDER DESCRIPTION: THREE ( 3 ) YEAR CONTRACT FOR MAINTENANCE OF THE EXISTING KNYSNA MUNICIPAL TELEMETRY INSTALLATION

CLOSING TIME: 12H00 CLOSING DATE: 19 JANUARY 2022

Tender Box at:

SUPPLY CHAIN MANAGEMENT UNIT

FINANCE BUILDING,QUEEN STREET

KNYSNA

6570

NB:

1 All bids must be submitted on the official forms – (not to be re-typed)

2 Bids must be completed in black ink in writing 3 No bids will be considered from persons in

the service of the state

Name of Bidder:

Tendered Amount:

B-BBEE Status Level of Contributor:

CIDB contractor designation:

CSD Supplier number

CSD Unique reference number

B-BBEE certificates submitted with the bid document MUST be VALID ORIGINAL BBBEE CERTIFICATES or VALID CERTIFIED COPIES OF THE B-BBEE CERTIFICATES

Signature of Knysna Municipality Officials at Tender Opening

1.

2.

Page 2 of 85

MBD1

KNYSNA MUNICIPALITY

TENDER NOTICE AND INVITATION TO BID

DETAILS OF TENDERER

NAME OF BIDDER:

TRADING AS (if different from above):

STREET ADDRESS:

City/Town

Cod

e

POSTAL ADDRESS:

City/Town

Cod

e

CONTACT PERSON:

ENTERPRISE REGISTRATION NUMBER:

CIDB CRS NUMBER:

TCS PIN FACSIMILE NUMBER:

E-MAIL ADDRESS:

TELEPHONE NUMBER: CELLPHONE NUMBER:

HAS TAX COMPLIANCE STATUS PIN BEEN ATTACHED? YES NO

HAS AN ORIGINAL OR CERTIFIED COPY OF A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (MBD 6.1)

YES NO

HAS THE DECLARATION BEEN COMPLETED AND CURRENT, ORIGINAL OR CERTIFIED MUNICIPAL ACCOUNTS BEEN ATTACHED? (MBD 15)

YES NO

DECLARATION

I am duly authorised to represent the tenderer for the purpose of this tender and hereby tender to supply all or any of the goods and/or render all or any of the services described in the attached document to the Knysna Municipality on the terms and conditions stipulated in this tender document and in accordance with the specification stipulated in the tender document.

NAME (PRINT) SIGNATURE

CAPACITY

DATE

Page 3 of 85

MBD 1

KNYSNA MUNICIPALITY

TENDER NOTICE AND INVITATION TO BID

NOTICE NO :

23/2021/22 DEPARTMENT: DIRECTORATE: INFRASTRUCTURE SERVICES

ADVERTISED IN: KNYSNA-PLETT HERALD, THE EDGE, MUNICIPAL NOTICE BOARD, MUNICIPAL WEBSITE, E-TENDER PORTAL

BID NO: T23 of 2021/2022 PUBLISHED DATE: 24 November 2021

Bids are hereby invited for (Tender Description):

THREE ( 3 ) YEAR CONTRACT FOR MAINTENANCE OF THE EXISTING KNYSNA MUNICIPAL TELEMETRY INSTALLATION

CLOSING TIME AND DATE:

No later than 12H00 On the Date: 19 January 2022

Bids will be opened immediately thereafter, in public at the Knysna Municipality, Supply Chain Management Unit, Finance Building, Queen Street, Knysna

AVAILABILITY OF BID DOCUMENTS:

Tender Documents will be available at no charge from the Knysna Municipality Website at www.knysna.gov.za ( Website navigation is as follow: Information centre – SCM – Tenders).

Due to the Covid-19 pandemic, Knysna Municipality will not issue hard copy of the tender documents. Tender documents must be downloaded from the Knysna Municipality website: www.knysna.gov.za at no cost. Website navigation is as follow: Do Business – Bidding Opportunities - Tenders – Current Tenders.

Due to the Covid-19 pandemic, Knysna Municipality will not issue hard copy of the tender documents. Tender documents must be downloaded from the Knysna Municipality website: www.knysna.gov.za at no cost. Website navigation is as follow: Do Business – Bidding Opportunities - Tenders – Current Tenders.

Date Available: 25 November 2021 Non-refundable Documentation Fee: N/A

BID RULES:

4 Bids are to be completed in accordance with the conditions and bid rules contained in the bid document and supporting documents must be placed in a sealed envelope and externally endorsed WITH THE BID NUMBER, DESCRIPTION AND CLOSING DATE OF THE BID, and be deposited in the Bid Box, at the office of the Knysna Municipality, Supply Chain Management Unit, Finance Building, Queen Street, Knysna. . Bids may only be submitted on the bid documentation that is issued

Bids will be evaluated according to the 80/20 preference points system. The bids are subject to the Preferential Procurement Policy Framework Act 2000 and the Preferential Procurement Regulations 2017 The Municipality reserves the right to withdraw any invitation to bid and/or re-advertise or to reject any bid or to accept a part of it. The Municipality does not bind itself to accept the lowest bid or to award a contract to the Bidder scoring the highest number of points.

NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE AS DEFINED IN THE MUNICIPAL SUPPLY CHAIN MANAGEMENT REGULATIONS (GOVERNMENT GAZETTE NO 40553 DATED 20 JANUARY 2017)..

Tenderers who are not yet registered are required to register on the Municipality’s Accredited Supplier Database as well as the CSD. Application forms are obtainable from the official website – www.knysna.gov.za.

Page 4 of 85

Preferential Procurement Point System Applicable

80/20 Local Content Requirement N/A

CIDB Registration Required 2EP or higher Validity Period 90 Days

Validity period

Notwithstanding the General Conditions of Contract the period for validity of bids as set out in the bid documents, bids shall be deemed to remain valid until formal acceptance by the Knysna Municipality of an offer at any time after the expiry of the original validity period, unless the Knysna Municipality is notified in writing of anything to the contrary (including any further conditions) by the bidder.

Site Meeting/Information Session

A compulsory clarification meeting will be held on Thursday, 09 December 2021 at 10:00 at the Technical Services Boardroom, No. 3 Church Street, Knysna.

No person/s will be allowed to join the clarification meeting, or to submit a bid, if such a person/s are more than fifteen (15) minutes late

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO:

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:

Section: Technical Services Section: Supply Chain Management

Contact Person: Rhoydon Parry Contact Person: M. Mato

Tel: Written Enquiries Only Tel: Written Enquiries Only

Email: [email protected] Email: [email protected]

Authorised by: Acting Municipal Manager Mr D. Adonis

Version 1.4

Page 5 of 85

MBD 2

KNYSNA MUNICIPALITY

TAX CLEARANCE CERTIFICATE REQUIREMENTS

It is a condition of tender 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, before an award may be considered.

1. In order to meet this requirement bidders are required to complete in full the 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. 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.

3.

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.

4.

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.

5.

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

6.

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

Page 6 of 85

MBD 4

KNYSNA MUNICIPALITY

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.

3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1. Full Name of bidder or his / her representative:

3.2. Identity number:

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

3.4. Company Registration Number:

3.5. Tax Reference Number:

3.6. VAT Registration Number:

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

3.8. Are you presently in the service of the state* YES / NO

3.8.1. If yes, furnish particulars.

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

3.9.1. If so, furnish particulars.

3.10. 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

3.10.1. If so, state particulars.

3.11. Are you aware of any relationship (family, friend, other) between the bidder and any person in the service of the state who may be involved with the evaluation and or adjudication of this bid?

YES / NO

3.11.1. If so, state particulars.

3.12. Are any of the company’s directors, managers, principal shareholders or stakeholders in service of the state?

YES / NO

3.12.1. If so, state particulars.

Page 7 of 85

3.13. Is 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 so, 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 so, furnish particulars.

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

COMPLETION OF THE FOLLOWING INFORMATION IS COMPULSORY:

Full Name Identity Number Individual Tax Number for

each Director

State Employee Number

CERTIFICATION

I 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.

NAME OF ENTERPRISE

CAPACITY

DATE

NAME (PRINT)

SIGNATURE

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

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

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

c) an official or 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 entity; or

f) an employee of Parliament or a provincial legislature.

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

Page 8 of 85

MBD 6.1

KNYSNA MUNICIPALITY

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

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. The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and therefore the 80/20 system shall be applicable.

1.3. Preference points for this bid shall be awarded for:

Price; and

B-BBEE Status Level of Contribution.

1.3.1 The maximum points for this bid are allocated as follows: POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTION 20

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

1.4. Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.5. The municipality 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 municipality.

2. DEFINITIONS

2.1. “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies;

2.2. “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -Based Black Economic Empowerment Act;

2.3. “B-BBEE status level of contributor”

means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

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

2.5. “Broad-Based Black Economic Empowerment Act”

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

Page 9 of 85

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

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

2.8. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.9. “EME” means any enterprise with annual total revenue of R5 million or less;

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

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

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

2.13. “person” includes a juristic person;

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

2.15. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

2.16. “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

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

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

3. ADJUDICATION USING A POINT SYSTEM

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

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

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

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

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

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

4. POINTS AWARDED FOR PRICE

Page 10 of 85

4.1. 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

or

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid

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

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

5.2. 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

5.3. Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

5.4. Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.5. A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.

5.6. A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

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

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

5.9. A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

6. BID DECLARATION

min

min180

P

PPtPs

min

min190

P

PPtPs

Page 11 of 85

6.1. Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1

7.1. B-BBEE Status Level of Contribution:

Points Claimed (maximum of 10 or 20 points

7.2. Points claimed in respect of paragraph 6.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA.

8. SUB-CONTRACTING

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

8.2. 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? Indicate YES / NO

9.

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

10. DECLARATION WITH REGARD TO COMPANY/FIRM

10.1. Name of firm

10.2. VAT registration number

10.3. Company registration number:

10.4. Type Of Company/ Firm [TICK APPLICABLE BOX]

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Ltd Company

(Pty) Limited

10.5. Describe Principal Business Activities

10.6. Company Classification Manufacturer

Page 12 of 85

[TICK APPLICABLE BOX]

Supplier

Professional service provider

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

10.7. Municipal Information

Municipality where business is situated :

Registered Account Number:

Stand Number:

10.8. Total number of years the enterprise has been in business?

11. DECLARATION

I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct;

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

(iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

a) disqualify the person from the bidding process;

b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

d) restrict the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and forward the matter for criminal prosecution

NAME OF ENTERPRISE

CAPACITY

DATE

NAME (PRINT)

SIGNATURE

WITNESS 1 WITNESS 2

Page 13 of 85

MBD 8

KNYSNA MUNICIPALITY

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1. This Municipal Bidding Document 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.

2. The bid of any bidder may be rejected if that bidder, or any of its directors have:

2.1. abused the municipality’s / municipal entity’s supply chain management system or committed any improper conduct in relation to such system;

2.2. been convicted for fraud or corruption during the past five years;

2.3. wilfully neglected, reneged on or failed to comply with any government, municipal or other public sector contract during the past five years; or

2.4. 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).

3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1. 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).

Yes / No

3.2. If so, furnish particulars:

3.3. 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

3.4. If so, furnish particulars:

3.5. 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

3.6. If so, furnish particulars:

3.7. 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

3.8. If so, furnish particulars:

3.9. 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

3.10. If so, furnish particulars:

Page 14 of 85

MBD 8

4. CERTIFICATION

I, 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.

NAME OF ENTERPRISE

CAPACITY

DATE

NAME (PRINT)

SIGNATURE

WITNESS 1

WITNESS 2

Page 15 of 85

MBD 9

KNYSNA MUNICIPALITY

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1. 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.

2. 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.

3. This Municipal Bidding Document 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.

4. In order to give effect to the above, the following Certificate of Bid Determination must be completed and submitted with the bid:

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

Bid Number: T 23 of 2021/22

Description: THREE ( 3 ) YEAR CONTRACT FOR MAINTENANCE OF THE EXISTING KNYSNA MUNICIPAL TELEMETRY INSTALLATION

in response to the invitation for the bid ISSUED by the Knysna Municipality, do hereby make the following statements that I certify to be true and complete in every respect:

certify, on behalf of (Name of Bidder):

That:

1. I have read and I understand the contents of this Certificate;

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

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

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

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder

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

Page 16 of 85

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.

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.

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.

NAME (PRINT)

SIGNATURE

CAPACITY DATE

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.

³Joint 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 17 of 85

MBD 15

KNYSNA MUNICIPALITY

CERTIFICATE FOR PAYMENT OF MUNICIPAL SERVICES

(To be signed in the presence of a Commissioner of Oaths)

I, the undersigned, in submitting the accompanying bid, declare that I am duly authorised to act on behalf of: (name of the enterprise)

I hereby acknowledges that according to SCM Regulation 38(1)(d)(i), the Municipality may reject the tender of the tenderer if any municipal rates and taxes or municipal service charges owed by the Tenderer or any of its directors/members/partners to the Knysna Municipality, or to any other municipality or municipal entity, are in arrears for more than 3 (three) months.

To the best of my personal knowledge, neither the firm nor any director/member/partner of said firm is in arrears on any of its municipal accounts with any municipality in the Republic of South Africa, for a period longer than 3 (three) months.

If the value of the transaction is expected to exceed R10 million (VAT included) I certify that the bidder has no undisputed commitments for municipal services towards any Municipality in respect of which payment is overdue for more than 30 days;

PHYSICAL BUSINESS ADDRESS(ES) OF THE TENDERER MUNICIPAL ACCOUNT

NUMBER

FURTHER DETAILS OF THE BIDDER’S Director / Shareholder / Partners, etc.:

Director /

Shareholder /

partner

Physical

address of the

Business

Municipal

Account

number(s)

Physical

residential

address of the

Director /

shareholder /

partner

Municipal

Account

number(s)

NB: Please attach certified copy(ies) of ID document(s)

NB: Please attach copy(ies) of Municipal Accounts

Number of sheets appended by the tenderer to this schedule (If nil, enter NIL)

Page 18 of 85

MBD 15

Therefore hereby agrees and authorizes the Knysna Municipality to deduct the full amount outstanding by the Tenderer or any of its directors/members/partners from any payment due to the tenderer; and

I further hereby certify that the information set out in this schedule and/or attachment(s) hereto 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, the cancellation of the contract.

NAME OF ENTERPRISE

NAME (PRINT)

CAPACITY

SIGNATURE DATE:

COMMISSIONER OF OATHS

Signed and sworn to before me at , on

this day of 20

by the Deponent, who has acknowledged that he/she

knows and understands the contents of this Affidavit, it 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:

Apply official stamp of authority on

this page:

Version 3.0

Page 19 of 85

MBD 16

KNYSNA MUNICIPALITY

GENERAL CONDITIONS OF CONTRACT

1. DEFINITIONS

The following terms shall be interpreted as indicated:

“Closing time” means the date and hour specified in the bidding documents for the receipt of bids.

“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.

“Contract price” means the price payable to the supplier under the contract for the full and proper performance of his contractual obligations.

“Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution.

"Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its products internationally

“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 new product results that is substantially different in basic characteristics or in purpose or utility from its components.

“Day” means calendar day.

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

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

“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 supplies are so delivered and a valid receipt is obtained.

"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.

”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.

“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 bidder, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the bidder of the benefits of free and open competition.

“GCC” means the General Conditions of Contract for Constructions Works, Third edition, 2015 (GCC 2015)

“Goods” means all of the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser under the contract.

Page 20 of 85

“Imported content” means that portion of the bidding 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 handling charges to the factory in the Republic where the supplies covered by the bid will be manufactured.

“Local content” means that portion of the bidding price which is not included in the imported content provided that local manufacture does take place.

“Manufacture” means the production of products in a factory using labour, materials, components and machinery and includes other related value-adding activities.

“Order” means an official written order issued for the supply of goods or works or the rendering of a service.

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

“Purchaser” means the organization purchasing the goods.

“Republic” means the Republic of South Africa.

“SCC” means the Special Conditions of Contract.

“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.

“Supplier” means the successful bidder who is awarded the contract to maintain and administer the required and specified service(s) to the State.

“Tort” means in breach of contract.

“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.

“Written” or “in writing” means handwritten in ink or any form of electronic or mechanical writing.

2. Application

2.1. These general conditions are applicable to all bids, contracts and orders including bids for functional and professional services, sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise indicated in the bidding documents.

2.2. Where applicable, special conditions of contract are also laid down to cover specific supplies, 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 bidding documents, the purchaser shall not be liable for any expense incurred in the preparation and submission of a bid. Where applicable a non-refundable fee for documents may be charged.

3.2. Invitations to bid 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 bidding documents and specifications.

Page 21 of 85

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 as 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.

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 bidder 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:

7.3.1. 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 bidding documents or another form acceptable to the purchaser; or

7.3.2. 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.

8. Inspections, tests and analyses

8.1. All pre-bidding testing will be for the account of the bidder.

8.2. If it is a bid condition that supplies to be produced or services to be rendered should at any stage during production or execution or on completion be subject to inspections tests and analysis, the bidder or contractor’s premises shall be open, at all reasonable hours, for inspection by a representative of the purchaser or an organization acting on behalf of the purchaser.

8.3. If there are no inspection requirements indicated in the bidding 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.

Page 22 of 85

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. Supplies 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.

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, and in any subsequent instructions ordered by the purchaser.

10. Delivery

10.1. Delivery of the goods shall be made by the supplier in accordance with the documents and terms specified in the contract. The details of shipping and/or other documents to be furnished by the supplier are specified.

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

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

13.1.1. performance or supervision of on-site assembly and/or commissioning of the supplied goods;

13.1.2. furnishing of tools required for assembly and/or maintenance of the supplied goods;

13.1.3. furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods;

13.1.4. 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

13.1.5. 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.

Page 23 of 85

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:

14.1.1. 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;

14.1.2. in the event of termination of production of the spare parts:

14.1.2.1. advance notification to the purchaser of the pending termination, in sufficient time to permit the purchaser to procure needed requirements; and

14.1.2.2. 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 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 in SCC.

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 in SCC 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 fulfilment of other obligations stipulated in the contract.

16.3. Payments shall be made by the purchaser no later than thirty (30) days after submission of an invoice, statement 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 bid, with the exception of any price adjustments authorized or in the purchaser’s request for bid 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 20% 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

Page 24 of 85

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. Subcontracts

20.1. The supplier shall notify the purchaser in writing of all subcontracts awarded under this contract, if not already specified in the bid. Such notification, in the original bid 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 supplies are required, or the supplier’s services are not readily available.

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 without the application of penalties.

21.5. Upon any delay beyond the delivery period in the case of a supplies contract, the purchaser shall, without cancelling the contract, be entitled to purchase supplies 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:

23.1.1. 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;

23.1.2. if the Supplier fails to perform any other obligation(s) under the contract; or

23.1.3. if the supplier, in the judgment 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

Page 25 of 85

services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue performance of the contract to the extent not terminated.

23.3. Where the purchaser terminates the contract in whole or in part, the purchaser may decide to impose a restriction penalty on the supplier by prohibiting such supplier from doing business with the public sector for a period not exceeding 10 years.

23.4. If a purchaser intends imposing a restriction on a supplier or any person associated with the supplier, the supplier will be allowed a time period of not more than fourteen (14) days to provide reasons why the envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated fourteen (14) days the purchaser may regard the supplier as having no objection and proceed with the restriction.

23.5. Any restriction imposed on any person by the purchaser will, at the discretion of the purchaser, also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and with which enterprise or person the first-mentioned person, is or was in the opinion of the purchase actively associated.

23.6. If a restriction is imposed, the purchaser must, within five (5) working days of such imposition, furnish the National Treasury, with the following information:

23.6.1. the name and address of the supplier and / or person restricted by the purchaser;

23.6.2. the date of commencement of the restriction

23.6.3. the period of restriction; and

23.6.4. the reasons for the restriction.

These details will be loaded in the National Treasury’s central database of suppliers or persons prohibited from doing business with the public sector.

23.7. If a court of law convicts a person of an offence as contemplated in sections 12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32 of the Act the Register must be open to the public. The Register can be perused on the National Treasury website.

24. Anti-dumping and countervailing duties and rights

24.1. When, after the date of bid, provisional payments are required, or antidumping 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 of 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 contractor to the State or the State may deduct such amounts from moneys (if any) which may otherwise be due to the contractor in regard to supplies 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.

Page 26 of 85

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 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.

27.3. Should it not be possible to settle a dispute by means of mediation, it may be settled in a South African court of law.

27.4. Notwithstanding any reference to mediation and/or court proceedings herein,

27.4.1. the parties shall continue to perform their respective obligations under the contract unless they otherwise agree; and

27.4.2. the purchaser shall pay the supplier any monies due for goods delivered and / or services rendered according to the prescripts of the contract.

28. Limitation of liability

28.1. Except in cases of criminal negligence or wilful misconduct, and in the case of infringement pursuant to Clause 6;

28.1.1. 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

28.1.2. 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.

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 bid 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 bid 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.

Page 27 of 85

32.3. No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award of a bid SARS must have certified that the tax matters of the preferred bidder are in order.

32.4. No contract shall be concluded with any bidder 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.

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.

35. Prohibition of restrictive practices

35.1. In terms of section 4 (1) (b) (iii) 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 in collusive bidding.

35.2. If a bidder(s) or contractor(s) based on reasonable grounds or evidence obtained by the purchaser has / have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in section 59 of the Competition Act No 89 0f 1998.

35.3. If a bidder(s) or contractor(s) has / have been found guilty by the Competition Commission of the restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.

General Conditions of Contract for Constructions Works, Third edition, 2015 (GCC 2015)

Page 28 of 85

Special Conditions

Bidders who do not comply with these conditions will deemed non-responsive. Bidders must indicate whether they comply with these conditions below, by indicating Yes or No, with relevant proof.

Item Description Column to be completed by Tenderer

Minimal Proof Required

( Failure to submit the required proof will result

in zero points being awarded)

1) Tenderer's relevant experience (track record) on previous contracts of a similar nature (i.e. radio based telemetry), in excess of R 1 mil, including VAT previously successfully completed by the Tenderer.

Yes:

No:

Tenderers to complete Schedule of Tenderer’s Experience detailing all aspects of past projects/contracts. i.e. references, description and value of work, date completed etc.

2) Tenderer’s site supervisor to have a minimum of National Diploma Electrical Engineering with 5 years’ experience in telemetry and SCADA.

Yes:

No:

Tenderers to complete relevant clauses, Schedule of Particulars Information and attach CV of proposed supervisor clearly detailing qualifications, experience etc.

3) Tenderer must have a full time certified ADROIT and telebridge integrator employed.

NB: The Municipality is currently an ADROIT licence holder.

Yes:

No:

Tenderers to complete relevant clauses of Part - Schedule Of Particulars/Information and to attach supporting CV / qualifications of proposed candidate.

4) Ease of integration – Tenderer must provide at least 5 letters from Employers indicating integration of systems of all telemetry equipment offered to that specified in the tender specification.

Yes:

No:

Tenderers to complete relevant clauses of Part - Schedule Of Particulars / Information indicating type of telemetry equipment offered and to attach supporting documentation confirming compatibility of any alternative equipment proposed (with contactable references) where the offered equipment was installed together with the specified type.

Page 29 of 85

KNYSNA MUNICIPALITY

TENDER SPECIFICATIONS

TENDER NUMBER: T 23 of 2021/22

TENDER DESCRIPTION: THREE ( 3 ) YEAR CONTRACT FOR MAINTENANCE OF THE EXISTING KNYSNA MUNICIPAL TELEMETRY INSTALLATION

TENDER DATA AND SCOPE OF WORKS

1. SPECIFICATION REQUIREMENTS

If your specifications exceed the minimum specifications below, your bid will not be penalized or excluded.

Non-compliance with the required specifications will result in bids being deemed as non-responsive.

Due to the nature and scope of this tender, subcontracting is not allowed in this tender.

Knysna Municipality invites tenders for a THREE (3) YEAR CONTRACT FOR MAINTENANCE OF THE EXISTING KNYSNA MUNICIPAL TELEMETRY INSTALLATION.

SITE INFORMATION

All sites are located within the Knysna Municipal Boundaries and the prevailing site conditions are as follows:

Altitude above sea level: ± 0 to ± 700m

Minimum Temperatures: - 5degrees Celsius

Maximum Temperatures: 80degrees Celsius

Max relative humidity: 450C

Ambient atmosphere: Coastal climate with severely corrosive conditions

GENERAL PROJECT SPECIFICATION

1.0 GENERAL

The purpose of this tender is to procure the services of a Service Provider (also referred to as Supplier or Contractor) to provide maintenance and support services for the existing telemetry system of Knysna Municipality for a three year period.

This contract also involves the upgrading of the existing telemetry equipment at various outstations located within the Knysna municipal area and the integration of same onto the existing Adroit SCADA software at the Municipality's Central Stations as further detailed hereafter.

Tenderers are to allow for all things, whether specified or necessary, for the manufacture, works testing, delivery, off-loading, site testing, and commissioning.

Tenderers are to take note that due to the unpredictable nature of the project a tender may be accepted in whole, or in whole with certain items being added, or in whole with the proviso that certain items of work may be omitted at a later date.

Page 30 of 85

2.0 EXISTING SYSTEM OVERVIEW

The status of both the existing civil and electrical infrastructure are monitored remotely by the Municipality and the details of the various individual telemetry systems in use are as further described hereunder.

2.1 Potable Water and Sewerage Telemetry System

The Civil Department telemetry system is used to monitor the status of, and in certain instances control the day to day operation of the potable water and sewerage reticulation networks for the Knysna, Brenton, Belvidere, Rheenendal, Sedgefield, Buffalo Bay and Karatara areas.

The afore-mentioned reticulation networks incorporate such infrastructure as Water Purification Works (WPW), Waste Water Treatment Plants (WWTW), water and sewerage pumpstations, reservoirs, flow meters stations, etc.

The main components of said telemetry system are as follows:

i) Knysna, Brenton, Belvidere and Rheenendal:

Main Central Station - located inside the control room at the town WPW comprising of two computers ( configured in a hot standby arrangement ) with two 42" LCD overview screens depicting the water and sewer reticulation networks for the Knysna, Brenton, Belvidere and Rheenendal areas. The SCADA software in use is Adroit version 6 with 750 scan points. A cell phone modem is connected to the system at the Central Station for SMS alarming purposes.

WWTW Central Station — the central station at the WWIW monitors and controls only the local plant and is linked to the Main Central Station at the town WPW via a wireless network. The WWTW central station is installed inside the control room building located on the WWTW site and consists of two computers (configured in a hot standby arrangement) running Adroit version 5, 750 scan point software. A wall mounted 42" LCD overview screen and desktop mounted 21" screen display the operation and performance of the local WWTW plant. A cell phone modem is connected to the system for SMS alarming purposes.

Remote View Nodes - Remote manager nodes at the Town Civil Department and Belvidere Municipal offices, as well as at the offices of the Superintendent for Water Purification and Superintendent for Water and Sewer Reticulation allow real time viewing of the SCADA software as required by these personnel. It is to be noted that the existing SCADA software only allows for three remote nodes to be active simultaneously.

Outstations - approximately 78 individual outstations, comprising of 35 water pump stations and reservoirs, 40 sewerage pump stations, 2 WPW and 1 WWTW respectively.

Telemetry Equipment - existing equipment consists mostly of the Spectrum Teleflex or Teleranger RTU type telemetry modules installed inside wall mounted, weatherproof enclosures and interfaced to the existing pump station equipment.

Communication — mainly via analogue or digital radios, of the HYT or MDS type. The existing frequency pairs in use are 445.4375 TX 1 440.43/5 Rx Mhz (Water) and 445.3 Tx / 440.3 Rx Mhz (Sewerage). The main telemetry repeater is located atop the Brenton Tower Reservoir located on the Western side of the Knysna Estuary.

ii) Sedgefield, Buffalo Bay and Karatara:

Sedgefield Central Station - located at the Sedgefield Engineers Department's Offices and monitors and controls the operation of the entire water and sewerage reticulation network for the Sedgefield area. The Buffalo Bay Reservoir and Raw Water Pump station sites are also monitored and displayed at this central station. However, no link between this central station and the one in Karatara or Knysna exists. This Central Station consists of a single master computer and screen, running a 150 scan point Adroit Version 6 SCADA software package. A cell phone modem for SMS alarm purposes is also installed at this Central Station.

Karatara Central Station - located at the Karatara WPW and monitors and controls the operation of the relatively small water reticulation network of the town, as well as various signals at the purification plant itself. This Central Station consists of two computers, each

Page 31 of 85

with their own 21" LCD oversliew screen, configured in a hot standby arrangement. A 75 scan point Adroit Version 7 SCADA software package is installed on both computers. A cell phone modem for SMS alarming purposes is installed at this Central Station, however no dial in facilities exist for remote support or diagnostics.

Outstations - approximately 27 individual outstations, comprising of 13 water pump stations and reservoirs, 12 sewerage pumpstations and 2 WPW respectively.

Telemetry Equipment - existing equipment consists mostly of the Spectrum Teleflex or Teleranger RTU type telemetry modules installed inside wall mounted, weatherproof enclosures and interfaced to the existing pump station equipment.

Communication — mainly via analogue radios, of the HYT type with the existing frequency pairs in use as mentioned previously above. The main analogue repeater site for Sedgefield and Buffalo Bay is located atop the Sedgefield 4ML Reservoir, while a digipeater site near the Karatara River provides the communication link to the Karatara Raw Water Pump station.

iii) Electrical Telemetry System

The Knysna Municipal Electrical Department has an independent stand-alone telemetry systems which monitor the functioning and status of the electrical reticulation network throughout the town, as well as the for load control purposes.

Both systems are completely separate from the Civil Department's telemetry system and each other. The electrical reticulation monitoring system uses its own radio stations and fibre optic cable network in underground sleeves or fixed to overhead lines to operate the electrical network protection schemes and monitoring of the status of various electrical equipment.

PROJECT TECHNICAL SPECIFICATION

1. GENERAL

This part of the specification deals with the main items of material and equipment which it will be the Contractor's responsibility to supply and install in accordance with this document and the drawings.

Sufficient information is provided in this document and on the drawings to enable the tenderer to accurately price the work. Tenderers must allow for all items, whether specified in detail or not, required to complete the installation in a neat and workmanlike manner.

2. RESPONSIBILITY AND DUTIES

The successful Contractor shall ensure that the telemetry system is kept in a 100 % functional and reliable condition at all times.

The successful Contractor's duties shall include for the following:

Attend to call-outs, within one working day, when notified by the Municipality in order to attend to / diagnose faults on the system.

The maximum response time to a normal work instruction will be twenty four hours (i.e. within one working day) and that for an emergency work instruction will be eight (8) hours after notification by the Municipality.

Servicing and general preventative maintenance on equipment as and when required.

Breakdown maintenance and repair on plant and equipment as and when required.

Supply and install new plant, equipment or material as required by the municipality during the course of the project, which may also include the installation and programming of HMl's and PLC's, as well as fault finding on same.

Assisting the Municipality in drawing up a detailed annual maintenance program for all equipment and plants.

Page 32 of 85

Monthly maintenance inspections on the entire telemetry installation and submission of a report providing inter alia a list of items that require attention and the cost of each item (as per the relevant tender rates as applicable). This shall include any preventative maintenance work required. The Contractor shall not proceed with this work until the costs in this regard have been approved.

Monitoring of municipal stock levels of various critical items to ensure availability.

3. EQUIPMENT

The existing equipment utilised by the Municipality is of the Spectrum Teleflex, Teleranger or Telelogger RTU type and any replacement equipment or material offered shall be capable of seamlessly integrating with the existing system and equipment without adversely affecting any functioning of the existing system in any way.

Whole scale replacement of existing equipment shall not be permitted where it is possible to restore the functionality of the system by the simple replacement of any faulty components of said equipment, unless agreed otherwise with the Municipality.

Any equipment provided or replaced shall comply with the minimum standards as given hereunder:

3.1 Enclosure

If the housing for the telemetry equipment cannot be re-used and must be replaced, the new housing shall consist of a 304 stainless steel epoxy powder coated, wall mounted, grey, weatherproof type

Enclosure with hinged doors, of sufficient dimensions to accommodate all items of existing / new equipment and shall have spare space for a minimum of two extra I/O modules.

The telemetry equipment shall be mounted inside on a removable 304 stainless steel backing plate. The installation shall be so designed that it will be possible to easily unplug and remove the telemetry outstation, complete with the backing plate and plug it into another outstation of the same type, for testing purposes.

3.2 Telemetry Equipment

Any equipment offered must be similar or equivalent to the Spectrum Teleflex type and with the exception of the power supply unit shall be mounted on a removable mounting plate within enclosures.

All inter-connecting wiring between items of equipment shall run in PVC trunking and shall be terminated in pin or bolt-type ferrules and lugs. All telemetry signals shall be configured so that a Mains Failure does not create erroneous signals, and a laminated legend card detailing all I / O, pin numbers, wire colours etc. shall be provided.

Any new equipment supplied shall conform to the following requirements:

Digital radio transmitter / receiver, suitable for use on the required telemetry frequency, similar or approved equal to the PDR221 type, capable of operating on UHF frequencies from 380 - 512 MHz

A battery and power supply / charger suitably sized to provide 24 hours operation of the station in the event of mains failure. The power supply shall have a nominal output of 12V DC and shall be capable of providing the required voltage and power output regardless of whether a battery is present or not.

Spectrum Teleflex RTU communications unit or approved equal with sufficient status / analog / control modules to cater for the I / O required on site.

All telemetry equipment shall further comply with the relevant clauses of the General Technical Specification.

Page 33 of 85

3.3 Antenna

The type of antenna's to be installed at each outstation shall be determined after testing the radio communications link at each individual outstation. It shall be the Telemetry Contractor's responsibility to undertake and conduct the afore-mentioned radio communication tests.

The antenna to be installed shall be suitably rated to ensure excellent communications in all weather conditions. The antenna shall preferably be selected to communicate directly with the central station or where this proves to be unfeasible, as a store-and-forward site. Any modifications that are required to a store-and-forward antenna and programming of the telemetry equipment shall be carried out to ensure that the communication path is functional.

Where whip antennas are required for aesthetical reasons, the suitability of using same must be tested on site and confirmation must be obtained from the regulatory authority that these type may be used, before the antennas are ordered.

Where antenna are to be mounted on masts these shall comprise of a 3m, 38mm diameter, aluminium pole, complete with galvanised steel brackets and / or base plate, concrete plinth, earthing conductor, clamps and earth spikes as required.

Lightning and surge protection on both the electrical supply as well as the antenna cable shall be installed.

3.4 Earthing

In addition to earthing all telemetry equipment to the mains supply earth ( by means of an earth wire separate from a plug-in mains lead ), the antenna shall be earthed by means of an earth spike or spikes driven into the ground as close to the antenna base as possible, but not closer than 3m to any building structure. Sufficient earth spikes shall be used to achieve an earth resistance of not greater than 20 ohms. The purpose of this earth point is for lightning protection only, and no other equipment shall be connected thereto without the express permission of the Employer.

Where whip antennas are utilised no earth spikes are required as the probability of same being struck by lighting is very remote.

The Contractor shall provide ear-thing test certificates after completion of the telemetry installation.

3.5 Inputs I Outputs

When undertaking any work onsite the Contractor shall ensure that all of the existing incoming and outgoing signals at a station are incorporated and functioning correctly.

Unless otherwise stated, the following conventions shall be used for I / O:

a) Status inputs Normally open, dry contact change of state i.e. on contact closure, status is set; on contacts opening, status is restored.

b) Analog inputs 4 - 20mA, source of DC supply to be from instruments.

c) Control Outputs Fleeting dry contact closure (2 - 10 sec). Output to incorporate interposing relay with min. 2 amp, 250 volt rated contacts.

The typical I / O to be encountered are as listed below, with the exact I I O varying in accordance to each outstations individual requirements.

Status inputs:

Telemetry Panel Intruder

Building / Kiosk Intruder

Normal Mains Fail

Telemetry Supply Fail

Genset Run

Page 34 of 85

Genset Fault

Pump Duty Cycle, i.e. Auto, PI, P2, etc.

Pump in Auto

Pump in Manual

Pump Run

Pump Not Available

Pump tripped on Emergency Stop

Pump tripped on Overload

Pump tripped on Overtemp

Pump tripped on Water Ingress

No Flow Trip

Valve Open

Valve Closed

Valve Malfunction

Sump Low Level Alarm

Sump High Level Alarm

Possible pulse outputs of flow meter, etc.

Analogue inputs:

Telemetry Battery Voltage Generator Battery Voltage

Generator Fuel Level

Sump Level

Pump current

Flow Meter

Control Outputs:

Pump Start Pump Stop

Valve Open

Valve Close

Where additional facilities, modifications, upgrading or remedial measures are required to the existing electrical installations and / or motor control panels inside the pumpstations in order to attain the required mode of operation or monitoring / control capabilities, such measures shall be undertaken as part of this Contract. All such measures shall however first be determined in consultation with the Municipality.

Human Machine Interface (I-IMI)

Where an I-IMI module is to be installed this shall be similar or approved equal to the Delta or Schneider type, incorporating a LCD touch screen with trending facilities.

The unit shall be programmed in as user friendly manner as possible and all settings shall be accessed and adjusted through touchable images or keys on the afore-mentioned touch screen.

The details of the control system's input, monitoring and alarm screens shall be decided in consultation with the Engineer and as detailed elsewhere in this specification. Various settings as indicated by the Engineer shall also be password protected and provision for this security facility shall also be allowed for.

All programming, etc. implemented shall be recorded and a hard and softcopy of same issued to the Employer on handover.

Page 35 of 85

The tenderer shall also make due allowance in his tender price for a registered copy of the HMI programming software to be supplied to the Municipality, as well as for training for at least three of the Municipality's maintenance personnel on said software. The afore-mentioned training shall consist of a minimum of three days of 8 hours each, to be held at the Municipality's promises, and shall include for all notes, configuration files, manuals, etc. required.

Programmable Logic Controller ( PLC

3.7

Where a PLC is to be installed this shall be similar or approved equal to the Delta or ABB type, incorporating a I-IMI touch screen display facility.

The required I/O's for the PLC are similar to those required for the telemetry installation detailed elsewhere, and shall be determined in accordance with the number of feeds, indications and controls required, and a minimum of 20% additional I/O's shall also be provided, over and above the required count.

Analogue inputs shall be suitable for 4 — 20 mA, full floating, differential inputs with a minimum resolution of 10 bits. 4 — 20 mA loop isolator modules shall be installed where required. Allowance shall be made for an additional 2 analogue inputs for future monitoring of equipment / transducers.

Digital inputs shall be suitable for 24V AC or DC and shall be opto-isolated. Digital outputs shall be of the voltage free type. All control outputs shall be normally closed on active to ensure a failsafe method of operation.

All PLC inputs shall be protected against voltage surges or transients. Transient protection shall be of the Surgetech or Phoenix type and rated for 120 Joules, 5 kA at the standard 8 / 20 LIS transient profile.

All I/O terminations I connections shall be done via DIN rail mounted Klippon or Phoenix terminal blocks, with knife interconnects.

C3.3.5

The Central Processing Unit (CPU) shall be selected to cater for the complete I/O count as specified above, as well as the extended I/O count of the additional two future pump sets.

The PLC / PC communication protocol shall be Modbus based and PLC software shall be written to effect the control and operations as set out elsewhere In this specification and the installation shall not be regarded as complete and a completion certificate shall not be issued until full detailed documentation of the software is received.

Before any programming commences the Contractor shall ensure that he fully understands the sequence of operation and shall draw up all the software flow diagrams and submit same to the Engineer for approval prior to implementation.

Only professionally compiled documentation shall be acceptable and shall include complete flow diagrams of all the programmes. The programmes themselves shall also be provided with comprehensive comments to explain the instructions. All programming, etc. implemented shall be recorded and a hard and softcopy and of same issued to the Employer on handover.

The tenderer shall also make due allowance in his tender price fora registered copy of the PLC programming software to be supplied to the Municipality, as well as for training for at least three of the Municipality's maintenance personnel on said software. The afore-mentioned training shall consist of a minimum of three days of 8 hours each, to be held at the Municipality's premises, and shall include for all notes, configuration files, manuals, etc. required.

4. TRANSDUCERS

In certain instances it may be required by the Municipality for the Telemetry Contractor to install new or replace faulty level sensors, float switches, etc. monitoring the instantaneous levels of sumps, reservoirs, etc.

Any new equipment supplied shall comply with the Municipality’s requirements in this regard as follows:

Page 36 of 85

4.1 Ultrasonic Level Sensors

These shall be of the Mobrey, loop powered type, usually 0 to 5 m, although the exact range required will need to be confirmed on site.

Typically, the ultrasonic level sensor shall be installed inside the sump to monitor the fluid level inside same and the ultrasonic transducer head shall be mounted on purpose made cantilever type stainless C steel bracket above the maximum overflow level of the sump and shall be supplied complete with 15 m of instrumentation cable.

The status of the ultrasonic level sensor's 4 to 20 mA signal shall be monitored via the SCADA software and an "Sensor Fail" alarm shall be generated and displayed on the screen / panel should the signal be outside the normal operating range.

4.2 Pressure Sensors

Each submersible sensor shall similar or equal to the Wica type and shall be supplied complete with 15 m of instrumentation cable and the measuring range of same shall suit the purpose for which they are intended. All submersible sensors shall be so mounted as to allow easy withdrawal and easy reinsertion to the exact same level for maintenance purposes.

Each pressure transducer shall be installed inside an approximately 50 mm diameter protective PVC pipe / conduit. Said pipe / conduit shall be secured to the concrete structure using stainless steel brackets and bolts and the cable entry into the pipe / conduit shall be by means of threaded PVC compression glands of sufficient dimensions to suit the pipe / conduit I cable.

The status of the pressure sensor's 4 to 20 signal shall be monitored via the SCADA software and a "Sensor Fail" alarm shall be generated and displayed on the screen / panel should the signal be outside the normal operating range.

4.3 Float Switches

Any float switches supplied shall be similar or approved equal to the Flygt waterproof float type and shall be supplied complete with fifteen metres of outgoing cable.

The float switches shall be tied to a nylon rope with a lead weight secured to the other end of said rope to prevent movement inside the sump.

4.4 Flow Meters

Any flow meters to be installed shall be of the magnetic flow meter type similar or approved equal to the Siemens Magflow type.

The new flow meters shall include a sensor, remotely mounted transmitter, display unit, cabling,

supports, grounding rings ( if applicable ) plus one flange adaptor on the upstream side and one flange adapter on the downstream side for a full-bore, in-line, double flanged unit. Where it is not feasible to install an in-line unit due to the conditions on site, a clamp-on ultrasonic type flowmeter similar or approved equal to the Siemens SITRANS type shall be installed.

The transmitter shall provide local flow indication and a 4-20 mA output. The display shall be digital

and indicate instantaneous flow rate, as well as incorporate an integrated totalizer for the total volume of water pumped. Indication of the flow shall be in m3/h and in l/s. Flow integration shall be provided.

Indication shall be provided at the unit as well as remotely. The transmitter shall also be supplied with an integrated RS485 serial interface to supply all readings to telemetry equipment via Modbus RTU protocol.

The pressure rating of the sensor shall be the same as the pipework in which it is installed but shall

not be lower than PN10. The sensor shall have an IP68 protection and the transmitter IP67. The

meter shall have a polyurethane lined, stainless steel tube and the sensor’s electrodes shall be

provided with automatic timed electrode cleaning. The external corrosion protection system for the meter sensor shall be suitable for buried applications.

Page 37 of 85

The equipment shall be installed, connected and calibrated by competent persons. The meter shall be installed with a straight pipe length of at least 10 pipe diameters upstream of the sensor and a straight pipe length of at least 5 pipe diameters downstream of the meter. The meter and the cabling shall be provided with protection against electromagnetic interference.

A factory calibration certificate shall be provided before installation and included in the Operating and Maintenance Manual for the pump stations.

5. PUMPSTATION ALARM SYSTEM

In certain instances it may be required by the Municipality for the Telemetry Contractor to install a new pepper gas alarm system inside the existing municipal pump station buildings.

Any pepper gas alarm system provided shall be similar in nature to the Ataraxia type. The alarm system shall monitor unauthorised access inside the buildings and must be able to be disarmed via a weather / vandal proof, stainless steel keypad housed inside a purpose built enclosure surface mounted or built into the external wall of the pump station buildings.

The keypad enclosure shall be manufactured from minimum 2mm thick stainless steel, vandal proof and shall incorporate a padlockable mechanism to secure access to the keypad. The padlockable mechanism and padlock shall be shrouded to prevent easy forcing of the padlock by means of a bolt cutter, etc.

Up to 99 individual user codes shall be available to be programmed for the relevant Municipal maintenance personnel, and the entry / exit times of each user shall be logged on the telemetry

SCADA system. The alarm system shall incorporate a modbus communication system in order to communicate with the telemetry equipment.

The alarm system shall have the ability of being divided into zones in order that different alarm codes entered on the keypad will disarm different rooms, as well as a master code that will disarm all rooms at once. It is envisaged that three categories of user access will be applicable in this regard, i.e. access to pump station room only, access to generator room only, and access to entire building.

The alarm system must be connected to an audible siren as well as an external red indicator light outside each room indicating the status of the alarm system, i.e. alarm activated / deactivated.

Appropriate A3 size warning labels must also be provided on all access doors of the pump station.

6. APN COMMUNICATION NETWORK

If required by the Municipality the Telemetry Contractor may be requested under this contract to set up an APN network to communicate between the various Central Stations, in order that the "satellite" Central Stations at Sedgefield and Karatara can be viewed at the main Central Station in Knysna.

Should an APN link be required this would be set up and configured on the Vodacom cellular network, and the cost shall include a twenty four months Vodacom APN data contract.

7. CONTROL ROOM EQUIPMENT

As a default all new computer related hardware shall be supplied via the Municipality's IT Department. The Contractor shall make due allowance for liaison with the relevant parties concerning the type of equipment required, as well as the installation thereof.

In exceptional circumstances where it is required for the Contractor to supply the necessary replacement or upgraded hardware inside the various control rooms I central stations, said equipment shall be comply with the relevant clauses as given below.

All new equipment shall be supplied complete with licensed software, operating systems, etc.

7.1 Workstations

All workstations supplied shall be provided complete with a keyboard and mouse and shall have the

following minimum specifications:

· Tower Case

· Power Supply

Page 38 of 85

· 2.4 GHz Intel Processor

· 4 Gb RAM

· 120 Gb SSD Hard Drive

· Keyboard

· Wireless Mouse

· Windows 10 Pro (or later) Operating System

· 2 x Serial RS232 ports

· HSDPA modem and data contract

· Speaker for alarm

· Network Card

· 21” local desk mounted LCD screen

· Uninterruptible Power Supply ( UPS ), on-line type, for computer / monitor to provide power for

30 minutes.

· Lightning protection on power supply

7.2 Overview Display Monitors

Where SCADA overview LED display monitors are required same shall be supplied complete with

wall mounted brackets and shall have the following minimum specifications:

· Monitor Type - LED

· Display Size - 40” ( diagonal )

· Operational Duration – 24 / 7

· Native Resolution – Full HD (1920 x 1080)

· Response Rate - 16ms

· Multi-screen Capability - Serially controlled. 2x2, 3x3, 4x4

8. SCADA SOFTWARE INTEGRATION

The existing Adroit SCADA software shall be updated and programmed as required in consultation with and to the satisfaction of the Municipality' representative.

The Contractor must be a certified ADROIT system integrator and must have expertise in communication and operation of the tele-Bridge OPC platform.

The Contractor may also be requested to carry out additional programming of the software to enhance the functionality and appearance of the SCADA system, as requested by the representative of the Municipality. This work will be limited to a reasonable time period, as agreed to by both parties.

8.1 Graphical User Interface

When undertaking any modifications / programming on the SCADA software the Contractor shall liaise with the Municipality regarding the appearance of the graphics and mimics to ensure that the symbols are represented in a meaningful way, and that the graphical user interface incorporates all the required I I O signals received from the field.

The screens are to be ergonomically engineered to ensure a simple, clear and intuitive representation of all objects displayed. The graphic symbols shall be vector based. The screens shall show an overview of the entire water and sewage networks, as well as show a detailed close up of each outstation, complete with a photographic I schematic image of that outstation.

Page 39 of 85

8.2 Database

All changes to the existing database shall be configured to enable easy access to historical data. It shall be possible to extract data, and export it to a Microsoft Excel spreadsheet, or other similar package. All analogue inputs shall be archived at ten minute intervals. All levels shall be archived in one group and all flow rates in another. The data shall be stored for a minimum of five years.

The software shall be set-up to facilitate the copying and retrieving of archived data and all data shall be stored on more than one computer, so that in the event of a computer failure the data is duplicated. Any duplicated data shall be automatically updated once the failed computer is restored. Data shall be stored and updated in such a manner as to ensure the efficient use of each processor.

8.3 Trending

Dynamic trend screens shall be set up to display all of the analogue inputs. The screens shall be divided into logical areas.

8.4 Alarms

All alarms are to be logged. Alarms shall be linked to the existing cell phone paging system, to alert maintenance staff in the event of same and the icon representing that outstation on the overview screen shall flash red.

8.5 Reporting

The existing reports shall be updated to include any new work undertaken. The format of the reports produced shall be in accordance with the requirements of the Municipality's Representative and the data produced on each report shall be stored for easy access at a later stage for comparison purposes (e.g. It shall be possible to compare the average flow rate at a particular meter in December 2012, with the same period in 2014 ).

Where requested by the Municipality copies of the Daily / Weekly / Monthly reports and Daily alarms shall be automatically emailed to the various managers and supervisors. The setting up and configuring of these emailed reports and alarms shall be limited to a reasonable time period, as agreed to by both parties.

9. FIBRE OPTIC INSTALLATION

It is the Municipality's intention to replace the existing radio communication network with a fibre optic backbone in the future.

Any fibre optic related work will be confirmed by the Municipality at a later date. Where same is required the Contractor may be requested under this contract to install the last mile single-mode and multimode fibre and all related termination equipment.

The Tenderer shall allow for all patch panels, mid couplers and patch leads for all equipment as applicable, the exact details of which will be firmed up during the course of the project.

All equipment shall be installed in accordance with the manufacturer's recommendations and all materials used shall be protected against corrosion and shall be resistant to UV radiation.

Should the contractor not have the in-house expertise to install fibre cable, the services of a specialist in this field shall be employed.

Page 40 of 85

10. INSPECTION TESTING AND COMMISSIONING

Allowance shall be made for full testing and commissioning of the installation in the presence of the Municipality's Representative at a time to be mutually agreed where deemed necessary by the Municipality.

The Contractor shall however, ensure that he has carried out full testing of the system to ensure that it is in full working order before notifying the Municipality's Representative. Any additional professional fees incurred for re-inspections as a result of excessive defects will be for the Contractor's account.

Commissioning shall be carried out by a competent person. If, in the opinion of the Municipality's Representative commissioning is not being carried out in a competent manner, the Municipality reserves the right to employ a competent person at cost to the Telemetry Sub-Contractor's account.

STANDARD PRELIMINARY AND GENERAL INFORMATION

1 . PREAMBLE

This Part of the Specification deals with general requirements to be met and standards for plant and workmanship which shall be observed in the execution of the Contract covered by this Specification. "Plant" is defined as machinery, apparatus, materials, articles and things of all kinds to be provided under the Contract other than Constructional Plant.

This Specification is indexed at the beginning hereof. Pages are numbered and Tenderers must check that all pages are included. In the event of any material omission, discrepancy, or otherwise occurring, the attention of the Engineer must be directed thereto at the time of tendering. If this is not done, it will be taken that the Tenderer is in possession of a complete copy and is aware of the contents thereof.

When the requirements of this Part are at variance with any detailed requirement of any other Part hereof or the Drawings, such detailed requirements shall take precedence. All items of plant which are specified in this Specification or by nature of the installation are required, shall comply with this Part, unless stated otherwise elsewhere in this Specification. In the event of ambiguity the Engineer shall be asked for his clarification prior to submission of the Tender.

Any reference herein to "elsewhere in this Specification" shall be deemed to mean in any of the other Parts of this Specification or on the Drawings.

This Specification covers major items required for this installation but shall not limit the Contractor's responsibility to provide everything necessary to complete the Contract. The works shall be carried out with best quality items of plant and to a high class of workmanship. All items of plant shall be the best of their respective kinds, and the Contractor shall, upon request of the Engineer, furnish him with proof to his satisfaction that they so comply.

This Specification and accompanying Drawings are copyright and are the property of the Engineer and must be returned to him whether a bona-fide tender is submitted or not.

2. ALTERNATIVE OFFERS

Tenderers are recommended to tender in accordance with the Specification. While tenderers may offer alternative materials, makes of equipment, construction techniques, etc. which believe will be advantageous, it is to be clearly understood that the main tender is to be in full compliance with this Specification.

The total tender price entered on the Form of Tender, all prices entered in any Schedule of Quantities and the prices detailed in the Price Summary, must reflect the price to provide the plant and c everything which is or may be necessary for the completion of the Works in complete accordance with this Specification, irrespective of any alternatives that may be offered.

Page 41 of 85

Where alternative offers are submitted, these shall comply in principle with all requirements of this Specification. Tenderers should note that should any accepted alternative subsequently be found not to meet this condition, the Contractor will be liable for all costs incurred in making the necessary alterations.

Should tenderers wish to offer alternative makes and types of equipment to those specified herein, the alternatives are to be listed separately in detail, complete with make, type No., price etc.: in the Schedule of Departures from the Technical Specification. In cases where a Schedule of Quantities is applicable, the alternative price for each noted item must be submitted.

The Employer shall have the right to accept any or all of the alternative offers as he thinks appropriate and must give his written acceptance of these prior to orders being placed.

Failure to comply with the foregoing may result in the Contractor being compelled to meet the requirements of this Specification in full at the tendered price.

3. SCHEDULES TO BE COMPLETED

The Tenderer shall, unless relief is given elsewhere in this Specification, complete the Schedules of Amendments and Qualifications, Particulars Information, Experience, Sub-Contractors, Plant and Equipment, and the Bill/Schedule of Quantities, Schedule of Rates, Schedule of Daywork Rates and the Price Summary. The tender will be considered incomplete and therefore may be disqualified if all of this information is not submitted with the tender.

4. SPARE PARTS

Tenderers shall state in the Schedule of Particulars the names of the accredited South African Agents from whom spare parts for all items of plant offered are obtainable and the nearest Centre to the Works at which such spare parts are available. Submission of a tender will be construed as confirmation that spare parts for all equipment offered are readily available, and the Contractor will be held responsible for any costs involved if this should prove to be otherwise.

5. DELIVERY TIMES OF MANUFACTURED ITEMS

The Tenderer shall, if required in the Schedule of Particulars, state the times quoted by the Suppliers for both despatch and delivery of major items of plant likely to contribute to an extension of the time for completion.

The Contractor shall, during the continuance of the Contract, keep the Employer well and sufficiently informed regarding the placing of all orders for materials and the progress of manufacture of any plant so as to ensure that no extension if the time for completion may be occasioned because of non-delivery of plant within the time specified for delivery of same. A delivery status report on each major item of plant shall be submitted by the 7th of every second month.

6. PACKING AND DELIVERY

Plant shall be carefully packed and protected to avoid mechanical or other damage during transport and off-loading. The Contractor will be held responsible for any damage occurring prior to its acceptance in writing by the Employer.

Every item of plant is to be clearly labelled with its description and with the Contract number.

All consignments shall be addressed to the Contractor on Site and he shall make prior arrangements for receipt and storage upon arrival. The Employer will not accept delivery of items of plant for the Contractor unless the Contractor has made prior arrangements to this effect with the Employer. The Contractor will be required to make all arrangements for off-loading since no equipment for this will be available on Site unless stated to the contrary in Part C3.1 hereof.

Page 42 of 85

7. PROJECT NOTICE BOARD

N/A

8. LAYOUT OF INSTALLATION

Before work on any particular section is commenced, the position of all control equipment and plant shall be approved by the Employer.

9. DRAWINGS CERTIFICATES AND OPERATING INSTRUCTIONS

9.1 Tenderers shall submit with their tender, outline drawings and pamphlets showing principal dimensions of the plant offered together with a general description of its operation.

9.2 The Contractor shall within one month of the Contract being let, submit duplicate copies of his detailed drawings to the Employer for approval. The following drawings shall be submitted, as appropriate:

General arrangement details of all items of plant.

Schematic and wiring diagrams of all switchboards and control systems.

Detailed layout drawings of all pipework, ducting, cable racking etc.

Detailed layouts, sections and elevations of all plant rooms.

Rating plate details of all plant including inter alia- max: kW rating, speed, temperature limitations, no-load voltage, full load current, percentage impedance, etc. Cable termination arrangements of all transformers, motors etc.:

Detailed drawings of all plinths, foundations or bases.

Failure to comply with this requirement may result in the Employer instructing the Contractor to place the order for the specific item of plant with another Manufacturer. Where failure of the Contractor to ensure that the proposed Manufacturer complies with this requirement necessitates the above action being taken, no increase in price will be considered.

9.3 The Contractor shall, within one month of the Contract being let, or earlier if so required, submit triplicate copies of type test certificates issued by an approved testing station in respect of all items of plant for which such certificates are required by the Employer.

9.4 After completion of manufacture, all test certificates called for in shall be provided in duplicate.

9.5 Prior to the issue of the Completion Certificate the following documents shall be provided, as appropriate, in duplicate, bound in a durable folder bearing the contract title and number:

Test certificates relating to tests done after completion of the installation as called for.

Catalogue extracts of all major items of plant with performance curves marked to show operating duties.

List of spare part numbers and local Agents for these parts.

"As built" drawings, including layouts, sections, wiring and control diagrams and plant schematic diagrams. These are to show in detail the positions of poles, stays, cables, joints, sleeves, ducts, heating and cooling coils, dampers, pipes, control and regulating valves, air release valves, expansion joints, fixed equipment and all other pertinent items of plant. In the case of buried services, the route of such services and location of all cables, pipes, joints, valves, tees, access manholes, etc. are to be dimensioned relative to permanent and fixed objects. These drawings must depict the complete installation as finally commissioned.

Detailed instruction manual covering the operation, maintenance and servicing of each item of major plant provided under this Contract and, where the complete plant has been supplied under this Contract, the operation of the plant as a whole.

Page 43 of 85

The Contractor shall note that the Completion Certificate will not be issued until the above has been complied with.

10. STANDARDS AND CODES OF PRACTICE

The installation shall comply with the following and all amendments thereto, as appropriate:-

SANS 0142 Code of Practice for the Wiring or Premises, as appropriate (referred to herein as the Wiring Regulations).

The Occupational Health and Safety Act (Act 85, 1993) and Regulations.

The Post Office Act.

The SAIEE Code of Practice for Overhead Power Lines.

The Local Authorities: Standard Electricity Supply By-Law and appropriate Additional By-Law or Regulations.

Any further Specification, Regulation or Code of Practice stated elsewhere in this Specification.

All items of plant supplied and/or installed, whether expressly specified herein or not, shall conform in respect of quality, manufacture, tests and performance with the requirements of the appropriate South African Bureau of Standards Specifications and addenda thereto, or, if no such Specification exists covering any one or more of these requirements, with the relevant requirements of the appropriate British Standard Specifications and addenda thereto, except where elsewhere required by this Specification or approved by the Employer. Where the South African Bureau of Standards has issued a licence for the use of its Mark on products complying with any of its Specifications, only such products which carry the Mark shall be supplied.

Preference will be given to plant manufactured in South Africa.

11. APPROVAL OF DRAWINGS

All Drawings, circuit or schematic diagrams prepared by or on behalf of the Contractor for submission to the Employer in terms of the requirements of this Specification shall have been thoroughly checked, corrected where necessary and signed as approved by the Contractor, prior to such submission.

12. CLERK OF WORKS

If a Clerk of Works is to be appointed this will be specified.

In cases where a Clerk of Works is appointed to the Project the Contractor shall afford him every facility for the performance of his duty. When the Clerk of Works is appointed on an "ad hoc" basis the Contractor shall arrange to meet him at specific times, to avoid unnecessary interruption of his other duties.

13. STORAGE AND ACCOMMODATION

It shall be the responsibility of the Contractor to arrange a site for the purpose of stacking and storing his plant, and for other activities necessary in connection with the execution of the Works. The Contractor shall also be responsible for arranging with the relevant Authorities for water, electricity and telephone connection and shall bear all costs involved, including the cost of supply.

14. CONTRACTOR'S REPRESENTATIVE

Immediately the successful Tenderer is advised that his tender is to be accepted and before a formal contract may have been entered into, he shall designate a senior member of his staff to be his Contractor's representative. Such representative shall be an experienced engineer, who will be resident close to the site of the Works and shall be competent and duly authorised to co-ordinate the

Page 44 of 85

work in the Contractor's office, and between his office and the Site, and between the Contractor and his Suppliers as well as to maintain liaison with the Employer and other parties, to attend progress meetings and generally to represent the Contractor on all aspects of his Contract. In particular, the representative shall attend at the office of the Employer as and when required, and shall collaborate with him in finalising the drawings of the Works as a whole, so far as the installation which forms the subject of this Contract, is concerned.

15. PROGRESS MEETINGS

The Contractor shall ensure that his Supervisor attends all progress meetings. Any deviation from the foregoing will be stated elsewhere in this Specification. If the Contractor's progress is such that more frequent meetings are considered necessary by the Employer, the Supervisor shall also attend these at the Contractor's expense.

16. VARIATION ORDERS

The Contractor shall note that all variation orders issued to him must be fully priced and returned to the Employer within six weeks of the date of issue indicated on the variation orders.

Should this requirement not be complied with, and no correspondence is received by the Employer within the specified time-period giving good and fair reason why the Contractor has failed to submit fully priced variation orders, the Employer will price the variation orders without reference to the Contractor and the price thus calculated will be taken as final and no further correspondence will be entered into.

17. VALUE OF VARIATIONS

When the Contract is based upon a Schedule of Quantities, approximate Schedule of Quantities, or Schedule of Prices with approximate quantities, the value of all alterations, additions or omissions shall be ascertained by measurement and valuation in accordance with the nett rates of prices for similar work in the Schedules.

Where the nett rates or prices in the Schedules do not apply or it is not practicable to deduce nett rates or prices therefrom, the said value shall be agreed upon between the Employer and the Contractor if reasonably possible before the commencement of the alterations or additions and where the valuation of the alterations and additions cannot be ascertained by measurement or the value thereof ascertained or agreed upon as aforesaid then the value of the work shall be based on the value of the materials used and labour employed thereon at day work rates.

18. ATTENDING FOR MEASUREMENT

The Contractor, or his Representative shall, from time to time, when required on reasonable notice by the Employer, attend at the Works to take jointly with the Employer’s Representative any measurements of the work executed that may be necessary for the purpose of preparing the final account. Any such measurements when ascertained and any differences arising thereon, shall be duly recorded in the manner required by the Employer.

The Contractor shall, without extra charge, provide assistance with every appliance and other thing necessary for measuring the work.

If the Contractor's Representative fails to attend when so required, the Employers Representative shall have power to proceed by himself to take such measurements and to prepare the final account, and in that case any decision of the Employer shall be final and conclusive.

19. OPERATING MAINTENANCE AND SERVICING PROCEDURES

The Contractor shall instruct the Employer's appointed Representative in routine operating, maintenance and servicing procedures of all items of plant supplied under this Contract, and shall ensure that he fully understands the documents provided.

Page 45 of 85

20. MAINTENANCE

During the Defects Liability Period, the Contractor shall, carry out full maintenance operations specifically recommended by the Suppliers of any item of plant used in the Works to maintain it in full and correct operation. Such maintenance shall include all attention necessary to comply with the Suppliers' recommendations and shall include the provision of all necessary consumable items. The Contractor will also be required to make any adjustments necessary during this period to ensure the satisfactory operation of the plant.

On completion of each such maintenance visit the Contractor shall submit to the Employer a schedule detailing the work done, which schedule shall have been countersigned by the Employer's representative, whereupon a certificate will be issued for monies due, in respect of the particular maintenance service, as included in the original Tender Price.

Allowance for all costs in relation to the above must be made in the Tender Price. It shall be noted that the Employer reserves the right to omit partly or wholly the prices submitted for the maintenance of the Works, should the installation not be adequately maintained within the stipulated maintenance period. Mutually agreeable conditions will be negotiated by the Employer with the Contractor should the Works not be put into operation immediately on issue of the Completion Certificate.

21. VALUE ADDED TAX

The attention of Tenderers is drawn to the Value Added Tax Act (Act 89 of 1991) and any amendments thereto. All tenders submitted shall indicate the nett tender price, the amount of VAT and the gross tender price carried to the Form of Tender as provided for in the Price Summary. The amount stated in the Form of Offer and Acceptance will be taken as being inclusive of any tax due in terms of the said Act and no claims whatsoever in this respect will be considered.

22. GUARANTEE

The Contractor shall guarantee to the Employer the material, equipment and workmanship delivered by him, for a period of 12 months or any other period stated elsewhere in this Specification. The guarantee must be valid for a period starting on the date when the Works or portion thereof are accepted by the Engineer as complete and in working condition. The complete installation must be guaranteed against defects as a result of patent and latent defects of the design and equipment, save design defects made or specified by the Employer, as well as against faulty materials and workmanship. Fair wear and tear is excluded from the guarantee. The guarantee must provide that all material, equipment, parts, spares and appurtenances that become defective during the guarantee period be replaced free of charge of any nature to the Employer. The costs of labour and transportation required to replace such part of a defective installation shall be borne by the Contractor and shall be included in his guarantee. The Contractor shall cede to the Employer the remainder of any guarantee which he has received from his Suppliers and which extends beyond the period mentioned herein.

If it becomes necessary for the Contractor to replace or remove any defective portions of the Works under this condition, the provisions thereof shall apply to the portions so renewed or replaced until the expiry of the guarantee from the date of such replacement or renewal, and in the event of any defects occurring or being discovered in or to the Works within the guarantee period as aforesaid, the guarantee shall continue until the defects have been made good to the satisfaction of the Employer.

If any defects are not remedied within a reasonable time, the Employer shall proceed to have the work done at the risk and expense of the Contractor, but without prejudice to any other rights which the Employer may have against the Contractor in respect of such defects.

Page 46 of 85

STANDARD TECHNICAL SPECIFICATION: TELEMETRY INSTALLATIONS

GENERAL

All items of work not specified in the Particular Specification are to comply with the clauses below.

1. ANTENNA

The antenna to be installed shall be suitably rated to ensure excellent communications in all weather conditions. The antenna to be installed shall be selected to either communicate directly with the central station or a store-and-forward site. Any modifications that are required to a store-and-forward antenna and programming of the telemetry equipment shall be carried out to ensure that the communication path is functional.

Where whip antennas are required for aesthetical reasons, the suitability of using same must be tested on site and confirmation must be obtained from the regulatory authority that these type may be used, before the antennas are ordered.

2. MASTS

Where required, the masts for the antenna's shall be of suitable length to ensure excellent communications with the central or store-and-forward station.

The mast shall be manufactured from aluminium and shall be of a heavy duty construction, The diameter shall be 50mm with a minimum 5mm wall thickness. The mast shall be minimum 6m long unless specified otherwise in the Particular Specification.

The mast shall either be mounted to the wall of a building with a galvanised steel bracket or mounted onto a galvanised steel bracket bolted onto a concrete plinth. In the event of a plinth being required, this shall also be included in the work to be carried out under this contract.

3. EARTHING

In addition to earthing of the metal parts of the enclosure and all electrical equipment within it to the mains supply earth (by means of an earth wire separate from a plug-in mains lead), external antennas shall be earthed by means of an earth spike or spikes driven into the ground as close to the antenna base as possible, but not closer than 3m to any building structure. Sufficient earth spikes shall be used to achieve an earth resistance of not greater than 10 ohms. The purpose of this earth point is for lightning protection only, and no other equipment shall be connected thereto without the express permission of the Engineer.

The earth wire shall be insulated with black PVC and shall be minimum 35mm2 Cu. The connections C shall be made with connectors or lugs.

4. EQUIPMENT CABINET

If housing for the telemetry equipment is not provided by others, it shall be mounted in a Perano type IP54 enclosure of sufficient dimensions to accommodate all items of equipment and have spare space for a minimum of two extra I/O modules.

5. POWER SUPPLY UNIT

The power supply units shall have a nominal output of 12V DC and shall be specifically manufactured for use with radio equipment. The units shall not induce any noise which will impair the functioning of the radio or telemetry equipment, be suitably rated to charge the batteries specified, be capable of providing a voltage output regardless of whether a battery is present, be able to charge a completely flat battery and be similar or approved equal to the Astron type.

A battery voltage monitor shall be installed to monitor the battery voltage during a power failure, which shall be similar or approved equal to the Klippon type. This shall be installed to ensure that a low battery condition is monitored before the voltage is too low to enable the telemetry equipment to send a signal.

Page 47 of 85

6. BATTERY

The battery shall be minimum 18Ah of the sealed, maintenance free type. The battery terminals shall be shrouded.

7. LIGHTNING/ SURGE PROTECTION

Lightning/ surge protection of the polyphasor type shall be installed on the antenna cable where external antennas are installed.

Lightning/ surge protection shall also be installed on the mains supply, similar or approved equal to the Blitzductor type.

8. RADIOS

The radios supplied shall be similar or approved equal to the Motorola GM340 type and shall be capable of operating on UHF frequencies from 403 - 470MHz. The radios shall be able to receive data on one frequency and transmit on a second. They shall be equipped with channel monitors. The output power shall be adjustable from 1 to 25W.

9. RADIO INTERFACE UNIT

A suitable interface unit shall be supplied and installed between the radio and telemetry module.

10. FIELD INTERFACE UNIT

The field interface units (FIU) shall be similar or approved equal to the SSE or Spectrum Teleranger types. Sufficient add-on I/O modules shall be provided to enable all I/O to be connected.

11. INPUTS/ OUTPUTS

All inputs will be dry contact switches, wired by others to a female type multipole connector. The inputs and outputs from the telemetry equipment shall be wired to a male type multipole connector with cable gland and hood, to fit into the female connector provided by others. All wiring and terminals shall be clearly labelled.

Unless otherwise stated, the following conventions shall be used for I/O:

Status inputs: Normally open, dry contact change of state i.e. on contact closure, status is set; on contacts opening, status is restored.

Analogue inputs: 4-20mA.

Control outputs: Fleeting dry contact closure (2 - 10 sec). Output to incorporate interposing relay with min. 2 amp, 250 volt rated contacts.

12. CENTRAL STATION EQUIPMENT

The equipment at the Central Station shall be programmed to send and receive all signals to and from the outstations.

13. SCADA SOFTWARE PROGRAMMING

The SCADA software shall be programmed to receive all the signals from the outstations via the central telemetry equipment.

Page 48 of 85

Outstation screens shall be programmed, showing all the status and analogue values at the outstations.

The overview screens shall be programmed with dynamic links between them and the outstation detailed screens.

All events/ alarms are to be logged on event and alarm pages.

High level and pump trip alarms shall be sent via SMS through a cellular modem.

14. MAINTENANCE MANUALS

Maintenance manuals shall be provided to the Engineer prior to commissioning. The manuals shall include all items of data necessary to trace each I/O through the system. They shall also list all the parts used in the installation and have contact details, including telephone numbers, for spares and assistance.

GENERAL PROJECT SPECIFICATION

1.0 Existing System Overview

2.0 Site Information

3.0 Letting of Contract

4.0 Engineer's Drawing

5.0 Programme and Completion

6.0 Project Notice Board

7.0 Electrical Supply

8.0 Switching of Supplies

9.0 Site Staff

10.0 Clearance with Other Services

11.0 Damage to Structures

12.0 Co-ordination

13.0 Payment

14.0 Local Labour

15.0 Maintenance Performance

16.0 Training

17.0 References

18.0 Rates

19.0 "As-Built" Drawings and Manuals

HEALTH AND SAFETY

1.0 General

2.0 Health and Safety Information

3.0 Health and Safety Plan

4.0 Health and Safety Conditions

Page 49 of 85

1.0 EXISTING SYSTEM OVERVIEW

The load control system uses mainly digital radios to turn on an off the load control relays situated at each domestic consumer's premises throughout the town.

The main components of these telemetry systems are as follows:

i) Electrical Reticulation Monitoring System

Main Central Station - located at the Electrical Department Offices in Knysna and comprises of a single PC and 21" LCD overview screen depicting the electrical reticulation network for the Knysna area. The SCADA software in use is Adroit version 7 with 1 500 scan points. A cell phone modem is connected to the system at the Central Station for SMS alarming purposes.

Outstations - approximately 13 electrical substations, each comprising of numerous individual protection relays and feeder equipment panels.

Telemetry Equipment - existing equipment consists mostly of the Spectrum Teleflex or Teleranger RTU type telemetry modules installed inside wall mounted, weatherproof enclosures and interfaced to the existing electrical equipment.

Communication — via a mixture of analogue and digital radios (445.3875 Tx / 440.3875 Rx Mhz), as well as underground and overhead fibre optic cabling.

Load Control System

Main Central Station - located at the Electrical Department Offices in Knysna and comprises of a single PC running the Spectrum I-MS software. A standby PC is installed at the Main Intake Substation located in the Knysna Industrial Area for back-up purposes.

Communications — the Central Station communicates via digital radio to two transmitter stations located at the Tower Reservoir and Brenton on Sea Micro-Tower, which in turn forward the required On I Off signals to the load control units.

2.0 SITE INFORMATION

Tenderers must familiarise themselves with the local conditions.

3.0 LETTING OF CONTRACT

The contract will be let as a Direct Contract with Knysna Municipality in terms of the Conditions of Contract as set out in this document.

The contract period will be for three (3) years, and will automatically cease after 3 years from final appointment letter, unless the Contractor receives official notification to extend the contract.

The contract may be cancelled at any stage should it be found that the requirements of the contract data and specifications have not been adhered to.

4. ENGINEER'S DRAWING

None

5. PROGRAMME AND COMPLETION

The duration of the entire contract will be three (3) years from date of tender award.

The programme for major tasks during the contract period will be agreed with the Contractor before work commences.

Page 50 of 85

The maximum response time required to a normal work instruction will be one (1) working day, i.e. within 24 hours of notification.

The maximum response time required to an emergency work instruction will be eight (8) hours after notification by the Municipality.

The Municipality will in any event clearly communicate the nature of the instruction provided.

It must be noted that should the Contractor fail to respond within the time frames required above, then all associated costs with regards to any sub sequential damages occurred beyond these time frames will be for the Contractor's account

6. PROJECT NOTICE BOARD

A project notice board is not required as part of the contract.

7. ELECTRICAL SUPPLY

The existing electrical supply to the pump stations is typically 400V three phase, and 230V single phase, 50 Hz system. Actual voltages may deviate by up to 10% from these values and all equipment, jointing materials, etc., shall be suitably rated for these conditions. The phase rotation is to be checked and maintained through-out the network.

8. SWITCHING OF SUPPLIES

It shall be the Contractor's responsibility to make all necessary arrangements with the Municipality's Electrical Department to de-energise the LV supplies respectively, in order that the necessary connections can be made, and to pay same for their attendance costs (if any).

The Contractor shall establish their requirements regarding advance notice, permits to work, etc., at the beginning of the contract and shall comply with these requirements.

The network downstream of these points shall be earthed at all times where work is being carried out thereon.

9. SITE STAFF

The Contractor shall have a competent person / supervisor on site at all times to oversee the execution of the work required under this contract. This person shall be familiar and have undergone the necessary training to meet all the health and safety requirements stipulated in the Occupational Health and Safety Act (OHS Act) and where relevant to meet environmental procedures and the requirements of the Municipality. The person in charge will also ensure that the necessary quality control is applied.

10. CLEARANCE WITH OTHER SERVICES

When relevant, it shall be the responsibility of the Contractor to obtain all necessary drawings and information of the existing and planned future underground services from the Municipality and Telkom to ensure that there are no damage to those services during the installation of electrical services and that all necessary clearances with their existing and future plant are allowed. Where necessary, the Contractor shall first locate existing underground services before commencing with the trenching for cables or the excavation of holes for poles.

Where and whenever tar, paving, concrete, grass and / or other existing road and pavement surfaces need to be lifted and removed for the installation of electrical services, the Municipality should be consulted in advance to inspect same before any work commences. On completion of the work, the existing road and pavement surfaces shall be re-instated to its original state and to the satisfaction of the Municipality.

Page 51 of 85

11. DAMAGE TO STRUCTURES

The Contractor shall be responsible for the making good of damage caused by his / her staff to any part of the structures equipment. In the event of the occurrence of damage he / she shall arrange the c repair of such damage to be carried out at his / her own expense to the satisfaction of the Engineer and Employer.

12. CO-ORDINATION

Maintenance Supervisor

It is the Municipality's intention to appoint a Maintenance Supervisor under a separate contract who will be responsible to oversee, instruct and at times supervise the Telemetry Contractor to be appointed under this contract in terms of the work required / undertaken.

It is envisaged that the afore-mentioned Maintenance Supervisor shall largely perform the role of a "Clerk of Works" on behalf of the Municipality and will be involved in the inspection and approval of the finished quality of the work undertaken under this contract. The Municipality may also request that said Maintenance Supervisor assist with the evaluation of claims for work done by the Contractor appointed under this contract.

Allowance shall be made under the relevant item allowed for in the Bill in this regard for the liaison with the afore-mentioned Maintenance Supervisor. It is foreseen that such liaison shall also include daily feedback / co-ordination meetings and planning sessions of up to an hour in duration to be held telephonically or site as required.

IT Department

Special liaison shall be maintained between the successful Contractor and the Municipality's IT department to ensure that any work undertaken on the Municipality's existing data network does not adversely affect or compromise the integrity of same.

The Contractor shall determine the IT Department's requirements beforehand regarding all technical aspects and no work, connection or link onto the existing municipal IT backbone shall proceed until such time as written approval is obtained from the IT Department concerning same.

General

Due allowance shall be made for liaison with the appointed Maintenance Supervisor, as well as the Municipality and any other role players or contractors as required to ensure the smooth running of the project and to ensure that the work is completed without any delays.

Where I / O are to be interfaced with equipment by others, allowance shall be made for liaison with such contractors to ensure compatibility of equipment, identification of terminals or wiring and, in the case of analogue inputs, calibration and setting up of instruments.

13. PAYMENT

When submitting claims for payment the Contractor must provide detailed job cards for each portion of work done listing the hours spent, travel, material required, etc. as applicable.

As allowed for in the Bill of Quantities a fixed mark-up is also to be applied to the proven cost of unscheduled items of equipment and material, as well as other outside expertise required and the Contractor shall also furnish the necessary invoices with any claims in this regard.

No claims for payment for work done will be entertained should the Contractor fail to furnish the necessary supporting documentation as mentioned above.

Page 52 of 85

14. LOCAL LABOUR

Optimum use shall be made of labour from area of proposed work and the Contractor shall as far as practically possible and economically viable make use of labour intensive methods to do the work.

The extent of local labour to be employed on a work instruction will be determined and agreed with the Municipality before any work commences.

15. MAINTENANCE PERFORMANCE

General

The intention of the maintenance portion of this contract is to ensure that the telemetry system be kept in a 100% functional and reliable condition at all times.

Any replacement equipment and material offered shall be capable of seamlessly integrating with the existing system and equipment without adversely affecting any functioning of the existing system.

Whole scale replacement of existing equipment shall not be permitted where it is possible to restore the functionality of the system by the simple replacement of a faulty component thereof.

All repairs and parts supplied by the Contractor shall have a minimum 12 month warranty, and a record of all man-hours, job cards, etc. for each particular job / instruction must be kept for scrutiny upon request if so required.

Proqram

It is envisaged that the duration of the maintenance contract will be three (3) years from date of tender award.

Due to the unpredictable and reactionary nature of the project no formal programme of work is required in terms of maintenance, however the necessary response times indicated elsewhere in this specification shall be adhered to at all times.

Cognisance must be taken of the fact that the pump station networks are in operation full time, and it is therefore imperative that as much preparation work as possible be done before the time in order to limit the disruption of service to a minimum.

Although it is envisaged that the majority works will be performed during normal office hours, the Contractor may also be required to work on weekends, public holidays and other Off-Peak hours as required.

Resources. Tools and Spare Parts

The Contractor shall provide all the necessary manpower, tools and materials to perform all preventative maintenance and repair work.

It is also expected that the Contractor will be able to rely on support from his workshop I factory whenever the need arises.

The tools needed to carry out the necessary work will be provided by the Contractor, and reliance shall not be made on the Municipality to supply, or lend the necessary tools to undertake any of the work. However, should the required expertise or resources be available in house the Municipality reserves the right to assist with certain aspects of the work in order to try limit costs.

The Contractor shall purchase the necessary spare parts, equipment and material through the contract if requested, however where superior quality and I or more favourable prices are available through other suppliers the Municipality reserves the right to supply the appointed Contractor with the necessary equipment / material.

The Contractor shall work closely with the Municipality and advise its store personnel regarding the standard components of equipment / materials and other consumables that should be kept in stock to avoid future supply issues.

Page 53 of 85

Preventative Maintenance

Where instructed the successful Contractor shall undertake the necessary preventative maintenance on the existing telemetry equipment and shall also draw the Municipality's designated representative attention to any items identified during the course of the project that it is felt may require pro-active servicing or replacement to prevent failure. The Contractor shall timeously provide the anticipated costs in this respect for formal approval before any work in this regard is undertaken.

The Contractor shall also assist the Municipality when required with the drawing up of the various preventative maintenance schedules, and shall also attend any feedback sessions / meetings when requested by the Municipality. This work shall be measured be on a time basis with the exact number of hours in this regard agreed to with the Municipality beforehand.

Breakdown Maintenance

The Contractor shall ensure that key staff are contactable and on standby at all times in the event of an emergency breakdown situation.

The Contractor shall provide adequate support during the entire three year course of the contract with sufficient support staff to ensure that the entire water I wastewater telemetry system is maintained and that it operates at optimum performance level.

The Tenderer must have at least one mobile team at all times and the support offered must also include the following:

24 hour per day 365 days a year standby technical support to respond to any reported problems and to resolve any technical / equipment failures encountered.

General assistance and training to Municipal personnel on the ground dealing with any problems relating to the operation of the system.

Response Time

16. TRAINING

As part of the contract the Contractor shall allow for training of the municipal staff / operators during the course of the contract.

Where training of operators is required this shall be on a time basis with the exact number of hours In this regard agreed to with the Municipality beforehand, which may also include formal training courses and sessions to be held at the Contractor's premises. Allowance has been made in the tender rates requested for the travelling and accommodation costs in this regard if training is required to be held outside of Knysna.

Training must include operating and maintenance manuals of any equipment supplied, including training of the relevant municipal staff in the operation of the SCADA software. Such training shall also include first line maintenance, as well as basic trouble shooting of the system I equipment.

If required municipal staff members shall be trained to have a detailed understanding of the system architecture.

17. REFERENCES

The Employer may wish to contact one or more of the Tenderer's reference clients during the detailed evaluation period. Contact names and details of the individuals who may be contacted must be provided.

All contacts with the Tenderer's reference clients may be arranged through the tenderer, but The Employer reserves the right to conduct these information-sharing sessions without representatives from the Tenderer's company being present.

Page 54 of 85

18. RATES

The Bill of Quantities, shall be completed by the Tenderer. Each item is deemed to include the supply and delivery of all items of material to site, including incidentals necessary for the completion thereof, plus profit, but excluding VAT.

The Tenderer shall note that various quantities are for comparative purposes only and do not necessarily describe the extent of the work.

The Municipality reserves the right to supply certain material that is available at the stage of a work instruction, as a free issue item to the Contractor for installation only. The labour rate for the specific item / s in question shall in such instance still govern. It is therefore important to note that all labour rates provided must include handling charges for the respective material.

19. "AS-BUILT" DRAWINGS AND MANUALS

Before the date of the issue of the Certificate of Completion, the Contractor shall hand-over to the Engineer marked-up hard copies of the "As-Builts" of the work undertaken.

These drawings shall clearly show, with measurement relative to the various structures where applicable, all cable routes and positions of cable markers, final details of all circuits, etc. The Contract will not be considered complete until these drawings and manuals have been received.

HEALTH AND SAFETY – GENERAL

The principal contractor and contractors are required to adhere to the provisions of the Occupational Health and Safety Act, 1993 ( Act No. 85 of 1993 ), as amended, and including the Construction Regulations ( 2014 ), as amended, forming part thereof. For the purposes of this part of the document, the terms principal contractor and contractor, and client, shall have the meanings as defined in the abovementioned Regulations.

The principal contractor, or contractor, as the case may be, shall undertake all the duties and activities required of him in terms of the abovementioned regulations. These may include but not necessarily be limited to the following:

Notification of construction work

Preparation, liaison with and submission to the client, and implementation and maintenance of a suitable and sufficiently documented health and safety plan which must include and involve all contractors under a principal contractor's control.

Liaison and cooperation with all other contractors

Supervision of construction work, including appointment of a construction supervisor in terms of the Regulations.

Risk assessment

Fall protection

Structures, formwork and support work, excavation work, demolition work, scaffolding and suspended platforms, hoists of any type, and explosive powered tools

Electrical installations and machinery on construction sites.

Use and storage of flammable liquids, water hazards, general housekeeping and stacking and storage, as well as fire precautions.

HEALTH AND SAFETY INFORMATION

The design described in this document has taken into account the hazards to persons which may occur during construction, commissioning and subsequent use and maintenance. However, the

Page 55 of 85

nature of the work is such that certain hazards are unavoidable and will be prevalent during the above operations and these must be taken into account by the contractor when preparing and implementing the health and safety plan.

In order to assist the Contractor, certain hazards and aspects of health and safety are identified in this document and on the drawings and a Hazard Identification List is provided below to inform the contractor of any known or anticipated dangers or hazards relating to the design or construction work. The information is provided in order to assist the Contractor to analyse and evaluate the risks and does not, in any way, relieve the Contractor of his / her responsibilities in terms of health and safety.

HEALTH AND SAFETY PLAN

The Contractor shall be deemed to have read and fully understood the requirements of the above Act and Regulations and to have allowed for all costs in compliance therewith.

The Contractor shall prepare a Health and Safety Plan in respect of the Works in accordance with the Act and Regulations, which shall cover inter-alia the following details:

Management Structure, Site Supervision and Responsible Persons including a succession plan.

Contractor's induction training programme for employees, sub-contractors and visitors to the Site.

Health and safety precautions and procedures to be adhered to in order to ensure compliance with the Act, Regulations and Safety Specifications.

Regular monitoring procedures to be performed.

Regular liaison, consultation and review meetings with all parties.

Site security, welfare facilities and first aid.

Site rules and fire and emergency procedures.

The Contractor is required to ensure that all sub-contractors or others engaged in the performance of the contract also comply with the above requirements.

HEALTH AND SAFETY CONDITIONS

The Chief Executive Officer of the Contractor shall assume the responsibility in terms of Section 16(1) of the Occupational Health and Safety Act (as amended). Should the Contractor assign any duty in terms of Section 16(2), a copy of such assignment shall immediately be provided to the representative of the Employer as defined in the Contract.

All work performed on the Employer's premises shall be performed under the supervision of the construction supervisor who understand the hazards associated with any work that the Contractor performs on the site in terms of Construction Regulations 2014.

The Contractor shall appoint a Competent Person who shall be trained on any occupational health and safety aspect pertaining to them or to the work that is to be performed.

The Contractor shall ensure that he familiarises himself with the requirements of the Occupational Health and Safety Act and that he, his employees, and any sub-contractors, comply with them.

Discipline in the interests of occupational health and safety shall be strictly enforced.

Personal protective equipment shall be issued by the Contractor as required and shall be worn at all times where necessary.

Written safe work procedures and appropriate precautionary measures shall be available and enforced, and all employees shall be made conversant with the contents of these practices.

No substandard equipment/machinery/articles or substances shall be used on the site.

All incidents referred to in terms of Section 24 of the Occupational Health and Safety Act shall be reported by the Contractor to the Department of Labour and the Employer.

The Employer hereby obtains an interest in the issue of any formal inquiry conducted in terms of Section 32 of the Occupational Health and Safety Act and into any incident involving a Contractor and/or his employees and/or his sub-contractor/s.

Page 56 of 85

No use shall be made of any of the Employer's machinery / plant / equipment / substance / personal protective equipment or any other article without prior arrangement and written approval.

No alcohol or any other intoxicating substance shall be allowed on the site. Any person suspected of being under the influence of alcohol or any other intoxicating substance shall not be permitted access to, or allowed to remain on the site.

Prior to commencement of any work, verified copies of all documents mentioned in the agreement, must be presented to the Employer.

HEALTH AND SAFETY HAZARD IDENTIFICATION LIST

The following list highlights items identified as presenting a hazard or danger to persons during construction and commissioning:

Item Hazard Description Applicable to the Project

(Yes 1 No 1 NIA)

Hazard Rating

(Low, Medium,

High)

Comment/Recommendation

3.1 Are there any specific client H&S requirements for the work?

Yes High Personal protective equipment shall be worn on site.

3.2 Have site archaeological issues been identified and evaluated (might be of historical importance)

N/A N/A N/A

3.3 Has a geotechnical survey been carried out, and if so do the results indicate hazards which require control measures?

N/A N/A NIA

3.4 Is the site adjacent to or over public transport (railways, taxi ranks, bus stops etc.)?

Yes Medium Work is to be carried out in the vicinity of moving vehicles and machinery which will be in operation. Necessary barricading and road signs to be allowed for.

3.5 Is the site adjacent to or over water (eg. rivers, dams, sea, canals)?

Yes Low Contractor to take cognisance of danger presented and provide adequate rescue equipment as required.

Is the site adjacent to, over or under any services or drains etc. (eg. high voltage cables, municipal sewer lines)?

Yes High Special care must be taken not to damage existing high I low voltage cables and existing underground piped services.

3.7 Is the site adjacent to, over or under any public buildings such as schools and hospitals?

Yes High Work is to be carried out in residential areas of Knysna and surrounding areas.

Page 57 of 85

3.8 Are there any other local hazards such as overhead power cables?

Yes High Existing 11kV line exists in the areas where work is to be done.

3.9 Will the ground contours present any construction problems?

Yes Low Sloped ground areas are present at the majority of the sites.

3.10 Is there any asbestos removal involved?

No N/A

3.11 Will excavation be close to live electrical cables or pressure pipes?

Yes High Pressure pipes and electrical cables exist on sites and must be taken note of.

Item Hazard Description Applicable to the Project

(Yes 1 No 1 NIA)

Hazard Rating

(Low, Medium,

High) *

Comment/Recommendation

3.12 Will any excavation works take place?

Yes Medium Where excavations and ground works are to be done adequate allowance shall be made for protection of excavations to prevent injury to humans or animals.

3.13 Will any work be carried out close to live electrical apparatus?

Yes High Due care shall be exercised to ensure safety of workers at all times. Working area shall be physically isolated and demarcated from any live equipment.

3.14 Is there confined space or tank entry work involved?

Yes High Possible entry into existing sewage sumps to be undertaken.

3.15 Will any steel erection works be taking place?

No NIA

3.16 Will tower cranes be used or heavy lifting operations taking place?

No N/A NIA

3.17 Will mobile work platforms, cradles or abseiling be necessary?

No N/A NIA

3.18 Is the access to the site adequate for vehicles and pedestrians? Are there any special

Yes Low Some areas may only be accessible to pedestrians.

Page 58 of 85

arrangements and / or requirements?

3.19 Will the public have access to the site?

Yes High Sites are located inside residential developments and the required signage must be erected.

3.20 Have arrangements been made or co-ordinated for temporary electric supplies?

No NIA Arrange with Municipality if required.

3.21 Have site lighting needs been identified for all stages of the work?

Yes Work will not be undertaken in the night.

3.22 Will any accommodation/ office units be located inside an existing structure?

No NIA Contractor must arrange for his own office.

3.23 Have arrangements been made or co-ordinated for temporary supplies such as water and sewage disposal?

No Contractor must arrange for his own services.

3.24 What is the type of roof construction? Evaluate fall hazards.

N/A High Work will be done at single story roof height and adequate fall protection must be provided.

3.25 Are there any 'Hot Works' to be undertaken?

Yes High Work is to be carried out on electrical equipment, and due care shall be exercised to ensure isolation of the supply when necessary.

3.26 Are electrical items to be installed?

Yes High Work is to be carried out on electrical equipment, and due care shall be exercised to ensure isolation of the supply when necessary.

3.27 Will there be any lift installation works?

No

3.28 Will there be any escalators to install?

No NIA

3.29 Is the project a fire risk?

No

3.30 Have all environmental issues been evaluated and controlled?

Yes Low Contractor to take adequate steps to prevent sewage spills at pump stations during construction.

Page 59 of 85

3.31 Are there any specific fall protection hazards not already assessed?

Yes High Work will be undertaken at raised levels, on slippery surfaces and over sumps.

3.32 Are there any additional hazards which have been identified as being site specific and which are not covered by the foregoing? If YES, note here:

Yes High The sites lie in semi-rural areas and there is a possibility of potentially dangerous animals such as snakes being present.

Hazardous conditions exist at / in the sewage pump stations and pump sumps, namely:

Poisonous and explosive sewage gases.

Lack of oxygen

Contaminated surfaces, fluids and general area with amongst others, life threatening and disease carrying germs.

The Contractor will need to allow as required:

• Ventilation

• Protective clothing, first aid kit and disinfectants, etc.

Immunisation against sewage borne diseases required for personnel working in close contact with raw sewage and contaminated areas.

3.33 Are there any specific medical requirements necessary?

Yes High Medical fitness to work certificates signed off by a qualified Occupational Medical Practitioner must be provided for all staff I labourers to be employed on the project.

Immunisation against sewage borne diseases must be provided for personnel working in close contact with raw sewage and contaminated areas.

The hazard rating takes into account the likely level of consequence (injury I death) to which workers are exposed, the likely number of workers exposed to the hazard, and the probability of occurrence.

Also the tenderer must provide the below required information, failure to comply to any of the below mentioned specification will result in a tenderer being deemed as non-responsive):

Page 60 of 85

T2.2.3 SCHEDULE OF PARTICULARS INFORMATION

Note:

1. This schedule must be completed for all items offered, stating where appropriate, the size or capacity of equipment, type or catalogue no, country of origin and any other detail considered necessary. Failure to comply with this requirement may render the tender invalid.

2. Information in amplification of that given below may be submitted in the form of a covering letter, published literature, etc.

3. Acceptance of a Tender, with this Schedule complete, does not relieve the Tenderer of the responsibility of complying with the Specification for the items listed.

1. TELEMETRY EQUIPMENT

(a) * Manufacturer:

(b) RTU type:

(c) I/O Module types:

(d) Delivery Period: Weeks

* Should the Tenderer propose alternative telemetry equipment to that specified

sufficient proof must be provided of the seamless compatibility of same with the existing

Spectrum type equipment and system currently employed. Such proof must include

written confirmation that the equipment offered can communicate via the existing over

the air Teleranger protocol and will not necessitate a separate standalone system to

be installed. A list of previous projects and contactable references where the proposed

alternative telemetry equipment is operating together with the Spectrum type must also

be provided.

2. SUBMERSIBLE DATA LOGGER

(a) Make and type:

(b) IP rating:

3. RADIOS

a) Digital Radio:

b) Make:

c) Frequency Range:

d) Delivery:

Analogue Radio:

(a)Make:

(b)Frequency Range:

(c)Delivery:

Page 61 of 85

4. BATTERIES

a) 12V, 7Ah:

b) Make:

c) Delivery

a) 12V, 18Ah:

b) Make:

c) Delivery:

a) 12V, 40Ah:

b) Make:

c) Delivery:

5. PEPPER GAS ALARM SYSTEM

(a) Make and type:

(b) Approximate standby power time:

(c) Size of pepper spray gas canisters:

(d) Keypad details:

IP

Rating

Material

Size

6. TRANSDUCERS

(a) Make and Type of Ultrasonic Sensor:

(b) Make and Type of Submersible Pressure Sensors:

(c) Make and Type of Float Switches:

7. MAINTENANCE

(a) Location of Nearest Permanent Office:

(b) Guaranteed Maximum Response Time to:

(i) Normal Work Instruction:

(ii) Emergency Work Instruction:

(c) Name and Experience of Maintenance Team Supervisor:

(d) Name and Experience of other Proposed Members of Maintenance Team:

(e) Name and Experience of certified Adroit system integrator to be used on the project

Page 62 of 85

* Tenderer to attach list of all the above-mentioned proposed technical person(s) the Tenderer

intends using on the project. The list must clearly state for the person's their name, surname, ID,

qualifications and relevant trade test I registration certificates, experience, level of training and the

number of years employed by the Tenderer.

8. OTHER

The following information must also be submitted by the Tenderer:

Tenderer to attach list of all the proposed qualified fulltime technical and software / IT employees

the Tenderer intends using on the project. The list must clearly state for each staff member, their

name, surname, ID, qualifications, experience, level of training and the number of years employed

by the Tenderer.

Name of Tenderer:..................................................................................

(Print or Rubber stamp)

Date:…………………………………………………………………………

Signed on behalf of the Tenderer: ……………………………………………………..

Page 63 of 85

TENDERER'S EXPERIENCE

The following is a statement of similar work successfully executed by myself / ourselves:

Employer, contact person and telephone number.

Description of contract Value of work inclusive of VAT (Rand)

Date completed

PLANT AND EQUIPMENT

Page 64 of 85

(b) Details of major equipment that will be hired, or acquired for this contract if my / our tender is

accepted.

Signed: Date:

Name: Position:

Tenderer:

The following are lists of major items of relevant equipment that I / we presently own or lease and will have available for this contract or will acquire or hire for this contract if my / our tender is accepted.

(a) Details of major equipment that is owned by and immediately available for this contract.

Description, size, capacity, etc.

Attach additional pages to this page if more space is required.

Page 65 of 85

DECLARATION BY TENDERER

I / We certify that I / we am / the information provided is correct and accurate. It is the bidder’s responsibility to ensure that their references are contactable.

I / We agree that the laws of the Republic of South Africa shall be applicable to the contract resulting from the acceptance of *my / our tender and that I / we elect domicillium citandi et executandi in the Republic at:

Postal Code:

I / We furthermore confirm that I / we satisfied myself / ourselves that I/We comply with the stipulated tender specifications.

NAME OF ENTERPRISE:

NAME (PRINT):

CAPACITY: DATE:

SIGNATURE

WITNESS 1

WITNESS 2

2. APPLICABLE SABS 1200 STANDARDIZED SPECIFICATIONS

2.1. SABS 1200 A : GENERAL 2.2. SABS 1200 C : SITE CLEARANCE 2.3. SABS 1200 DM : EARTHWORKS (ROADS,SUBGRADE) 2.4. SABS 1200 ME : SUBBASE

3. APPLICABLE LAWS AND REGULATIONS

3.1. Supply Chain Management (SCM) Regulations

3.2. Preferential Procurement Regulations, 2017

3.3. CIDB Regulations

3.4. Knysna SCM Policy

3.5. General Conditions of Contract for Constructions Works, Third edition, 2015 (GCC 2015)

4. PRICING REQUIREMENTS

Tender prices must be in ZAR Currency (Rand).

Bid prices must be inclusive of VAT.

The tender must be valid for 90 (ninety) days after closing date Notwithstanding the period for validity of bids as set out in the bid documents, bids shall be deemed to remain valid until formal acceptance by the Knysna Municipality of an offer at any time after the expiry of the original validity period, unless the Knysna Municipality is notified in writing of anything to the contrary (including any further conditions) by the bidder.

5. EVALUATION

Page 66 of 85

Tenders will be evaluated on a comparative basis, which is the reason for the design of the tender specification and additional schedules (if applicable).

All tenders received shall be evaluated in accordance with the Municipal Finance Management Act, Act 56 of 2003 (read with its accompanying supply chain management regulations), Construction industry Development Regulations, 2004 (as amended), Knysna SCM Policy, and the Preferential Procurement Policy Framework Act, Act 5 of 2000 (read with its accompanying regulations).

Points will be awarded to tenderers who are eligible for preferences in terms of MBD 6.1: Preference Point Claim Schedule (where preferences are granted in respect of B-BBEE contribution).

The terms and conditions of MBD 6.1 shall apply in all respects to the tender evaluation process and any subsequent contract.

6. ABBREVIATIONS

SCM Supply Chain Management

MBD Knysna Municipality Bidding Document

VAT Value-Added-Tax

Page 67 of 85

MBD 3.1

KNYSNA MUNICIPALITY

PRICING SCHEDULE FOR SERVICES

Tender Number: T 23 of 2021/22

Tender Description: THREE ( 3 ) YEAR CONTRACT FOR MAINTENANCE OF THE EXISTING KNYSNA MUNICIPAL TELEMETRY INSTALLATION

ITEM NO.

DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

NOTES:

(i) All rates must be exclusive of VAT.

(ii) All quantities are provisional and are for comparative purposes only and do not describe the final extent of the work.

A1 Provision of Performance Bond to the value of:

A1.1 R 50 000-00 Sum R/0 Nil Nil

A1.2 R 100 000-00 Sum 1

A1.3 Allow for annual premium costs incurred for insurances as required in terms of the contract.

Sum 1

A1.4 Allow for annual cost incurred for compliance with the requirements of the OHS Act construction regulations.

Sum 1

A1.5 Monthly data and communication operating costs, i.e. standby phone, remote diagnostics.

Sum 12

A1.6 Monthly standby fee. Sum 12

A1.7 Monthly cost of liaison, co-ordination and attendance on Municipality, other Contractors, etc.

Sum 12

ITEM NO.

DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

A1.10 Weekly submission of emailed fault / incident reports to Municipality

Sum 52

TOTAL SCHEDULE A TO BE CARRIED FORWARD TO PRICE SUMMARY

Note on electronic spreadsheet pricing: It remains the contractor's responsibility to check that his prices multiply and add correct, and that all provisional sums are carried over correctly.

Page 68 of 85

Bill B

TENDER NO. - T 23-2021/22

TENDER DESCRIPTION

THREE ( 3 ) YEAR CONTRACT FOR MAINTENANCE OF THE EXISTING KNYSNA MUNICIPAL TELEMETRY INSTALLATION

ITEM NO. DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

NOTES:

(i) All rates must be exclusive of VAT.

(ii) All rates to include for supply, delivery and installation thereof unless specified otherwise.

(iii) All quantities are provisional and are for comparative purposes only and do not describe the final extent of the work.

B1 LABOUR ON-SITE AND TRANSPORT COSTS

Labour, Normal Time:

B1.1 Engineer Hour 20

B1.2 Supervisor Hour 600

B1.3 Installation Technician Hour 600

B1.4 Labourer Hour 600

B2 Labour, Normal Overtime:

B2.1 Engineer Hour 10

B2.2 Supervisor Hour 120

B2.3 Installation Technician Hour 120

B2.4 Labourer Hour 120

B3 Labour, Sundays and Public Holidays:

B3.1 Engineer Hour 5

B3.2 Supervisor Hour 50

B3.3 Installation Technician Hour 50

B3.4 Labourer Hour 50

Page 69 of 85

ITEM NO.

DESCRIPTION

UNIT

QTY

MATERIAL

LABOUR

RATE TOTAL RATE TOTAL

B4 Travel

B4.1 Private Car or Light Delivery Vehicle.

km 50000

B4.2 1 Ton 4x4 Bakkie km 1000

B5 LABOUR OFF-SITE I.E. REMOTE DIAGNOSTICS

Labour, Normal Time:

B5.1 Engineer Hour 10

B5.2 Supervisor Hour 300

B5.3 Installation Technician Hour 300

B6 Labour, Normal Overtime:

B6.1 Engineer Hour 5

B6.2 Supervisor Hour 60

B6.3 Installation Technician Hour 60

B7 Labour, Sundays and Public Holidays:

B7.1 Engineer Hour 5

B7.2 Supervisor Hour 25

B7.3 Installation Technician Hour 25

B8.0 MATERIALS

B8.1 Percentage mark-up on the provisional sum shown for the nett cost of unscheduled items of material and labour from external specialist supplier / firm (State % and extend as an amount).

% 20 R100 000 R100 000

B9.0 EARTHWORKS

B9.1 Excavate in all materials and use for embankment or backfill:

B9.1.1 Excavate in all materials and dispose

10

B9.1.2 Hard rock excavation

10

B9.1.3 Boulder excavation

10

B9.1.4 Soft Rock excavation m³

10

Page 70 of 85

ITEM NO. DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

B10 TRAINING

B10.1 Registered copy of telemetry programming software.

Sum 1

B10.2 On-site training of municipal personnel in basic operation of equipment.

Hour 40

B10.3 On-site training of Municipality's maintenance personnel (min 5 people ) in operation / programming of telemetry software at Municipality’s premises. Item to include for all notes, configuration files, manuals, etc. required.

Hour 40

B10.4 Off-site training of Municipality's maintenance personnel (min 5 people) in operation / programming of telemetry software at Contractor's premises. Item to include for all notes, configuration files, manuals, etc. required.

Hour 40

B10.5 Accommodation and subsistence per person for offsite training of Municipality’s personnel at Contractor's out of town office.

Day 5

B11.0 MISCELLANEOUS

B11.1 Monthly maintenance inspection and report to Municipality, measured on a time cost basis and limited to a time period agreed to by both parties. Travel charges measured elsewhere.

Month 12

B11.2 Preparation of daily / weekly / monthly preventative maintenance schedule for the Municipality, measured on a time cost basis and limited to a time period agreed to by both parties. Travel charges measured elsewhere.

Hours 500

TOTAL SCHEDULE B TO BE CARRIED

FORWARD TO PRICE SUMMARY

Page 71 of 85

Bill C

ITEM NO.

DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

NOTES:

(i) All rates must be exclusive of VAT.

(ii) All rates to include for supply, delivery and installation thereof unless specified otherwise.

(iii) All quantities are provisional and are for comparative purposes only and do not describe the final extent of the work.

C1.0 EQUIPMENT

C1.1 304 Stainless steel grey epoxy powder coated enclosure including backplate as specified.

Item 5

C1.2 Radio equipment as specified, including radio modem, connectors, etc.:

Item 10

C1.2.1 PDR221 or equivalent digital type.

Item 10

C1.2.2 Motorola DM 1400 or equivalent analogue type.

Item 5

C1.3 GSM I GPRS communication equipment:

C1.3.1 GSM Modem Item 5

C1.3.2 24 month data and SIM contract on existing APN in use by Knysna Municipality's telemetry network.

Item 5

C1.4 Externally mounted wireless communication equipment ( 100 Mbs, 2 412 -2 462 Mhz ) and cabling to telemetry equipment, including terminations, surge arrestors, etc.

Item 1

C1.5 12V Power supply and battery charger complete as specified.

Item 10

C1.6 Standby Battery:

C1.6.1 12V, 7Ah Item 20

Page 72 of 85

ITEM NO. DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

C1.6.2 12V, 18Ah Item 10

C1.6.3 12V, 40 Ah Item

C1.6.4 12V, I00Ah Item 1

C1.6.5 58Ahr non rechargeable long life battery

Item 1

C1.7 12V Solar module, complete with 12/24V regulator, solar panel, mounting bracket, etc, but excluding battery measured under Item CI .6 above:

C1.7.1 50W Solar Module Item 1

C1.7.2 75W Solar Module Item 1

C1.7.3 1 OOW Solar Module Item 1

C1.8 Ancillary outstation equipment:

C1.8.1 220V Surge protection device

Item 10

C1.8.2 Multipage LCD display ( 2 line x 16 characters per line ) with 16 x push button keypad.

Sum 2

C1.8.3 12 / 24V Converter ( ) Item 10

C1.8.4 4-20 mA Loop isolator Item 1

C1.9 SPECTRUM type telemetry equipment or approved equivalent. All equipment to be 100% backward compatible with exisiting installed telemetry and to come with manufacturer's guarantee:

C1.9.1 Teleflex 5 RTU module Item 10

C1.9.2 Tele-Logger CPU ( 8 x DIN, 2 DOUTS, 4 AIN )

Item 10

C1.9.3

ITEM NO.

Teleflex2 way backplane

Item

1

Page 73 of 85

DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

C1.9.4 Teleflex 5 Way Backplane

Item 1

C1.9.5 Teleflex Modem Item 10

C1.9.6 DIN 32 1/O module Item 10

C1.9.7 DOUT 32 1/O module Item 10

C1.9.8 AIN 8 1/O module ( •12 Bit )

Item 10

C1.9.9 AOUT 2 1/O module ( 12 Bit ) Relay 8 module ( 220V, 5A )

Item 10

C1.9.10 Relay 4 module ( 220V, 5A )

Item 10

C1.9.11 Comms module ( 4 x onboard serial ports )

Item 5

C1.9.12 Surge arrestor module ( 8 Inputs @ 7.5V)

Item 5

C1.9.13 Surge arrestor module ( 4 Inputs @ 27V)

Item 5

C1.9.14 Surge arrestor module ( 2 Inputs @ 27V)

Item 5

C1.9.15 TeleRanger Compact CPU

Item 10

C1.9.16 TeleRanger CPU2 Item 10

C1.9.17 TeleRanger D1088 module

Item 10

C1.9.18 TeleRanger AIN412 module

Item 10

C1.9.19 TeleFlow for Flowmeter (complete with housing, self contained power, RF communications)

Item 10

C1.9.20 TeleLevel for Reservoirs (complete with sensor, housing, self contained power, RF communications)

Item 10

C1.9.21 TelePress for Pressure (complete with sensor, housing, self contained power, RF communications)

Item 10

C1.10 Touch panel Delta or ABB type HMI display equipment, including all communication cards, etc as required for:

C1.10.1 4,3 Inch wide ( 480 x 272 pixels ) module

Sum 1

Page 74 of 85

ITEM NO. DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

C1.10.3 10,4 Inch wide ( 800 x 600 pixels ) module

Sum 1

C1.11 ABB type PLC equipment or equivalent as specified:

C1.11.1 AC500-eCo CPU 512kB, Ix RS-485, Ethernet TCP/IP, 8DI, 6DO

Sum 1

C1.11.2 AC500 CPU 512kB, 2x RS-232/485, Ethernet TCP/IP

Sum 1

C1.11.3 Analog 16 Input module, 12bit

Sum 1

C1.11.4 Digital 16 Input (Eco) 240VAC

Sum 1

C1.11.5 Analog 8 Input, 8 Output module, 12bit

Sum 1

C1.11.6 Digital Configurable 24 Input/Output

Sum 1

C1.11.7 Digital 32 Input Sum 1

C1.11.8 Digital/Analog 16Dl, 4Al, 2A0, 8DC

Sum 1

C1.11.9 Power supply 24V, 10.0A

Sum 1

C1.11.10 5-Port Industrial Fast Ethernet Switch

Sum 1

C1.12 Completely self-contained battery powered, IP68, submersible (up to 5m) data logger GPRS / GSM equipment similar or approved equivalent to Aquas data logger type.

Item 5

C1.13 Galvanised steel mast fixed to wall of building, including galvanised steel mounting bracket but excluding antenna and cabling measured elsewhere:

C1.13.1 3m Mast Item 5

C1.13.2 6m Mast Item 5

C1.14 Radio antenna, including 15m of cabling, terminations, surge arrestors, etc.

C1.14.1 Whip antenna Item 5

C1.14.2 Folded dipole Item 5

C1.14.3 Yagi dipole ( 3 element )

Item 5

Page 75 of 85

C1.14.4 Robust GSM Antenna Item 5

ITEM NO. DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

C2.1 SCADA computer, complete as specified, including Windows 10 operating system and anti-virus software package.

Item 1

C2.2 Supply and install LCD overview screen complete as specified:

C2.2.1 42" ( wall mounted complete with bracket )

Item 1

C2.2.2 21" ( desk mounted ) Item 1

C2.3 Liasion with Municipality's IT Department for the supply of new computer related hardware / software and setup, configuration and installation thereof.

Sum 1

C2.4 1kVA rack mounted, on-line type UPS with 30 minute standby time.

Item 1

C2.5 Adroit SCADA version 10 software package complete with dongle installed on main computer:

C2.5.1 150 Scan Point Item R/O

C2.5.2 300 Scan Point Item R/O

C2.5.3 750 Scan Point Item R/O

ITEM NO. DESCRIPTION UNIT QTY MATERIAL LABOUR

RATE TOTAL RATE TOTAL

C2.5.4 1500 Scan Point Item R/O

C2.6 Set up and initiate Vodacom or equivalent APN cellular network, complete with twenty four months Vodacom APN data contract as specified.

Item R/O

C3.0 Miscellaneous

C3.1 Allowance per project / site for liaison with Municipality’s Pumpstations Maintenance Contractor for the interfacing and enabling of the new /

Sum 12

Page 76 of 85

upgraded MCC panels and equipment onto the telemetry system.

TOTAL SCHEDULE C TO BE CARRIED FORWARD TO PRICE SUMMARY

Bill D

ITEM NO.

DESCRIPTION

UNIT

QTY

MATERIAL LABOUR

RATE TOTAL RATE TOTAL

NOTES:

(i) All rates must be exclusive of VAT.

(ii) All rates to include for supply, delivery and installation thereof unless specified otherwise.

(iii) All quantities are provisional and are for comparative purposes only and do not describe the final extent of the work.

D1.0 LEVEL SENSORS

Page 77 of 85

D1.1 Supply, install and connect high / low level float switches, similar or equal to Flygt type inside pump chamber.

Sum 10

D1.2 Supply, install and connect Wica type or similar, submersible pressure transducer ( 0 to 5 m ) complete with 10 m of instrumentation cable inside sewage sump / reservoir. Item to include for 3 off stainless steel unistrut type mounting brackets with K-type clamps and +- 50 mm diameter protective PVC pipe.

Sum 2

D1.3 Supply, install and connect Wica type or similar, 0 to 15 bar, pressure transmitter complete with 10 m of instrumentation cable, including isolating ball valve, etc. on pipeline inside pumpstations.

Sum 2

D1.4 Supply, install and connect Wica or similar diesel type, 0 to 5m, pressure transmitter complete with 10 m of instrumentation cable, including isolating ball valve, etc on day tank inside generator room.

Sum 2

ITEM NO.

DESCRIPTION

UNIT

QTY

MATERIAL LABOUR

RATE TOTAL RATE TOTAL

D1.5 Supply, install and connect E & H Prosonic type or equivalent ultrasonic level / flow monitoring equipment inside control panel, sump, reservoir, etc:

D1.5.1 FMU 90 control / display unit, including all programming of same.

Sum 5

D1.5.2 FDU91 (0 to 10m ) ultrasonic level / flow monitoring transducer complete with 15 m of instrumentation cable, including all stainless steel mounting brackets assemblies, etc required.

Sum 5

D2.0 FLOW METERS

Page 78 of 85

D2.1 Liasion with Municipality's Pumpstation Maintenance Contractor for the interfacing and enabling of new flowmeter onto the telemetry system.

Sum 1

D2.2 Supply Battery powered Magnetic Flowmeter with RS485 Modbus interface

- size DN250

Item 5

D2.2.1 Supply Battery powered Magnetic Flowmeter with RS485 Modbus interface

- Size DN200

Item 5

D3.0 PEPPER GAS ALARM SYSTEM

D3.1 Supply and install stainless steel vandal proof padlockable box completed as specified for pepper spray alarm keypad.

Item 1

D3.2 Supply and install pepper gas alarm system, similar to Ataraxia type complete as specified. Item to include for zoned access control system, audible siren and connection of alarm to telemetry and SCADA alarm system, as well as appropriate A3 size warning labels for pumpstation building:

ITEM NO.

DESCRIPTION

UNIT

QTY

MATERIAL

LABOUR

RATE TOTAL RATE TOTAL D3.2.1 3 roomed building ( avg room

size 4m x 4m ) Sum 1

D3.2.2 2 roomed building ( avg room size 4m x 4m )

Sum 1

D3.2.3 1 roomed building ( avg room size 4m x 4m )

Sum 1

D3.2.4 Pepper gas replacement cannister 500ml

Item 10

D4 Terminate and splice fibre optic cable inside telemetry equipment enclosure using 4 fibre splice / patch enclosure.

D4.1 12 Core ( Single Mode ) No 1

D4.2 8 Core ( Single Mode ) No 1

Page 79 of 85

D5.0 Supply and install new fibre interface network switch / module inside telemetry equipment enclosure to connect to new fibre communication cabling. Existing comms modules, radios, etc to be disconnected, removed and returned to Municipality's stores.

No 5

D6.0 LC type single mode pigtails and midcouplers.

No 10

D7.0 OTDR testing and report of fibre installation.

No 5

D8.0 MISCELLANEOUS

D8.1 Radio controlled load switching units with 2 x relay outputs for consumer demand side management (i.e geyser control)

Item 1

TOTAL SCHEDULE E TO BE CARRIED FORWARD TO PRICE SUMMARY

Page 80 of 85

Price Summary

ITEM NO. DESCRIPTION AMOUNT (ZAR)

1 BILL A: PRELIMINARY AND GENERAL ITEMS

2 BILL B: MAINTENTANCE RATES

3 BILL C: TELEMETRY ITEM

4 BILL D: MISCELLANEOUS EQUIPMENT ITEMS

9 SUB TOTALS

10 TOTAL MATERIAL AND LABOUR

11 ESCALATION:

12 YEAR 2 (ESCALATION ON TOTAL MATERIAL AND LABOUR)

13 YEAR 3 (ESCALATION ON TOTAL MATERIAL AND LABOUR)

14 NETT TENDER AMOUNT, EXCL. VAT

15 ADD 15 % VAT

16 GROSS TENDER AMOUNT, TO BE CARRIED FORWARD TO FORM OF OFFER AND ACCEPTANCE IN PART C1.1 HEREOF

NB: The quantities set out in the Bill of Quantities for a Re-measurement Contract are the estimated quantities of the work and they are not to be taken as the actual and final quantities of the works to be executed by the Contractor in fulfilment of his obligations under the contract.

N/B: Price must be inclusive of all costs, including VAT, etcetera

Signature of Knysna Municipality Officials at Tender Opening

1.

2.

Page 81 of 85

DECLARATION BY TENDERER

I / We acknowledge that I / we am / are fully acquainted with the contents of the conditions of tender of this tender form and that I / we accept the conditions in all respects.

I / We agree that the laws of the Republic of South Africa shall be applicable to the contract resulting from the acceptance of *my / our tender and that I / we elect domicillium citandi et executandi in the Republic at:

Postal Code:

I / We furthermore confirm I / we satisfied myself / ourselves as to the corrections and validity of my / our tender: that the price quoted cover all the work items specification in the tender documents and that the price cover all my / our obligations under a resulting contract and that I / we accept that any mistake(s) regarding price and calculations will be at my / our risk.

NAME OF ENTERPRISE:

NAME (PRINT):

CAPACITY: DATE:

SIGNATURE

WITNESS 1

WITNESS 2

Page 82 of 85

MBD 7.1

7. CONTRACT FORM - PURCHASE OF GOODS/WORKS

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.

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

1. I hereby undertake to render services described in the attached bidding documents to Knysna Municipality in accordance with the requirements and specifications stipulated in Bid Number T 23 of 2010/22 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 goods and/or works 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 fulfilment 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. I confirm that I am duly authorised to sign this contract.

Page 83 of 85

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

NAME (PRINT) ………………………………………….

SIGNATURE …………………………………………

OFFICIAL STAMP

MBD 7.2

WITNESSES

1 ….…………………………….

2 …..…………………………….

DATE: ……………………………..

Page 84 of 85

CONTRACT FORM - PURCHASE OF GOODS/WORKS

9. PART 2 (TO BE FILLED IN BY THE PURCHASER)

1. I……………………………………………. in my capacity as……………………...…………………………

accept your bid under reference number T23 OF 2021/2022 dated……………………… for the supply of goods/works 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.

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

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

NAME (PRINT) ………………………………………….

SIGNATURE …………………………………………

OFFICIAL STAMP

WITNESSES

1 ….…………………………….

2 …..…………………………….

DATE: ……………………………..

Page 85 of 85

RETURNABLE DOCUMENT CHECKLIST

No. Item Attached: Yes/No

1 BBBEE Certificate

2 Current Municipal Account (Not older than 90 days)

Current Municipal Account (Not older than 90 days) of the Director / Shareholder / Partners of the tenderer

3 CIDB Designation Certificate

4 Completion Certificates

5 Occupational Health & Safety Plan

6 Workman Compensation Fund Letter of Good Standing

7 Provided CSD No.