ESKOM HOLDINGS SOC LIMITED THE CONTRACTOR
|
|
- Emory Horn
- 7 years ago
- Views:
Transcription
1 INVITATION TO TENDER Volume 1: INVITATION TO TENDER ENGINEERING AND CONSTRUCTION INVITATION TO TENDER FOR A PROPOSED BETWEEN: ESKOM HOLDINGS SOC LIMITED AND THE OR FOR (the works): THE CONSTRUCTION OF OIL STORAGE FACILITY, ASSOCIATED ROAD AND DRAINAGE AT VULCAN SUBSTATION CONTENTS: T1.1: LETTER OF INVITATION T1.2: TENDER DATA T 1.3: ESKOM S STANDARD CONDITIONS OF TENDER TENDER No. JB Deadline for tender submission: 10:00AM hours on 09 JUNE 2016 (South African Standard Time) Return this cover sheet with tender
2 Eskom Holdings SOC Limited Eskom Group Commercial Projects Sourcing Megawatt Park, Sunninghill, Sandton, Johannesburg Date Ref Enquiries 17 May 2016 JB Julitha Boloko (011) T1.1 LETTER OF INVITATION Eskom Holdings SOC Limited ( Eskom ) invites you to submit a tender to provide the works as stated on the cover sheet. The list of documents provided for the purpose of the tender is attached to this Invitation to Tender. The scope of work is provided in the Works Information [Volume 3, Part 3]. The terms and conditions of the proposed contract are identified in the Agreements and Contract Data [Volume 3, Part 1]. Eskom Holdings SOC Limited Standard Conditions of Tender [T1.3] specifies the actions to be taken during the process of tendering. The section entitled Tender Data [T1.2] provides the details which make the standardised Conditions of Tender specific to the requirements of this tender, including the criteria you are required to comply with in order to be able to submit a tender in response to this Invitation to Tender. The tender documents are supplied to you on the following basis: [complete / delete / add as applicable]. Free of charge Eskom has delegated the responsibility for this tender to the Eskom Representative whose name and contact details are stated in the Tender Data. Your submission of a tender in response to this Invitation to Tender will be deemed as acceptance of Eskom s Standard Conditions of Tender [T1.3]. Page 2 of 31 2
3 You are required to complete the attached Acknowledgement Form and return by facsimile as indicated on the form within 5 (five) days of receiving this Invitation to Tender. If you do not intend submitting a tender, kindly return all the enclosed documentation together with the Acknowledgement Form, stating your reasons for not wishing to participate. We look forward to receiving and evaluating your tender. Yours faithfully, Julitha Boloko Group Commercial Page 3 of 31 3
4 ACKNOWLEDGEMENT FORM TO: THE ESKOM Representative FROM Group Commercial Projects Sourcing Megawatt Park Sunninghill, Sandton Sender Attention Julitha Boloko Fax No. Fax No INVITATION TO TENDER NO. JB ACKNOWLEDGEMENT: RECEIPT OF INVITATION TO TENDER FOR THE CONSTRUCTION OF OIL STORAGE FACILITY, ASSOCIATED ROAD AND DRAINAGE AT VULCAN SUBSTATION (THE WORKS) We are in receipt of the Invitation to Tender from Eskom Holdings SOC Limited dated 17 MAY We confirm that the documentation received by us is: (delete / complete as applicable) Either: Correct as stated in the attached list of Contents, and that each document is complete. [tick box if documentation complete] Or: Incorrect or incomplete for the following reasons: Please select either statement 1 or 2 below and delete the other: 1. We have noted the deadline for tender submission (given in the Tender Data) and will be submitting our tender before the closing date as instructed. 2. We do not intend to submit a tender for this work, and return all of the attached documentation herewith. Our reason for not wishing to submit a tender is as follows: Yours faithfully for the tenderer Page 4 of 31 4
5 T1.2 TENDER DATA Eskom s Standard Conditions of Tender makes several references to the Tender Data for details that apply specifically to this tender. Each item of data provided below is cross-referenced in square brackets like these [ ] to the applicable clause in the Eskom Standard Conditions of Tender to which the data mainly applies. 1 General [1.1] The Eskom Representative is Name : Julitha Boloko Address : Megawatt Park, Maxwell Drive, Sunninghill, Sandton, Johannesburg Tel No. : (011) Fax No. : E mail : julitha.boloko@eskom.co.za [1.1 & 2.1] A tenderer is a person, sole proprietorship, partnership, close corporation, joint venture or company eligible to submit a tender in accordance with these criteria [2.34]: has a CIDB contractor grading of Level 5CE/GB or higher. Potentially Emerging tenderers with a CIDB grading of 4CE/GB PE will also be eligible to tender. Is registered with the CIDB in a CIVIL WORKS/GENERAL BUILDING class of construction works. If a Joint Venture, every member must be registered and the lead partner must have a grading designation in the CIVIL WORKS/GENERAL BUILDING class of construction work. The combined contractor grading designation calculated in accordance with the CIDB Regulations is equal to or higher than a grading designation determined in accordance with the sum tendered for CIVIL WORKS/GENERAL BUILDING class of construction works. Registered (country) : SOUTH AFRICA Page 5 of 31 5
6 [3.12] A responsive tender will be evaluated on the following tender criteria: Evaluation Method A three step evaluation (1. Basic Compliance 2. Functionality, 3. Price & preference point system 90/10 will be conducted Step 1 Basic Compliance Basic compliance with terms, conditions and specifications of the tender documents. Step 2 Functionality Functionality Criteria Technical Maximum number of points 100 NB: Refer to Technical evaluation criteria document for all returnables Total Minimum Threshold for Qualification Tenderers must, as part of tender documents, submit supportive documentation for all technical requirements. The panel responsible for scoring respective tenders will evaluate and score all tenders based on their submissions and information provided. NB: Tenderers who fail to meet the minimum threshold of 70% for technical will not be evaluated further. Page 6 of 31 6
7 Step 3 Price and Preference Responsive tenders will be adjudicated on the 90/10 Preference Point System The following formula will be used to calculate the points for Price: Adjudication Criteria Price Evaluation Ps = 90 (1 Pt Pmin ) Pmin Points 90 Where: Ps = Points scored for price of Bid under consideration Pt = Rand value of Bid under consideration Pmin = Rand value of lowest acceptable Bid Page 7 of 31 7
8 OBJECTIVE CRITERIA These criteria are generally the criteria or conditions specifically linked to contract award. These criteria will be evaluated for compliance or adherence to Eskom s requirements. Non-adherence to the objective criteria will lead to a disqualification. 1. SHEQ REQUIREMENTS Tenderers must, as part of tender documents, submit supportive documentation for all SHEQ requirements. SHEQ Criteria Safety, Health and Environmental NB: Refer to Updated SHE tender evaluation Annexure C for all returnables for Safety and Health AND Refer to TST Rev2 and Environmental tender returnable evaluation form trmfm0081 for Environmental returnables Quality NB: Refer to QM58 and Quality returnables documents Page 8 of 31 8
9 2. SKILLS DEVELOPMENT Eskom intends to improve Skills Development by ensuring that technical support is directed towards enhancing supply capacity and capability within the industry or sector of operation. By doing this the capacity and competitiveness of the local supply base will be increased and the goals of shared growth, employment creation, poverty reduction and skills development will be achieved. Tenderers are encouraged to propose Skills Development initiatives in terms of the Skills required for this project as indicated in the table below: Skill type Eskom s target (Local to South Africa) Trainee Supervisor/Foreman 1 Trainee SHE officer 1 Bricklayer 2 Electrician 2 Tenderers proposal (Local to South Africa) Local Content Local content (not a designated sector) Criteria Target (%) Proposed Target (%) Local content to South Africa 100% 3. FINANCIAL An analysis of the tenderers financial statements will be conducted for the purposes of establishing the tenderers financial viability and ability to meet all of its contractual obligations for the duration of the contract, should the tenderer be awarded the contract. Where applicable a financial evaluation will be conducted by Eskom to further evaluate the financial viability of the tenderer. Page 9 of 31 9
10 B-BBEE Evaluation (10 points) Tenderers are required to submit original and valid B-BBEE Status Level Verification Certificates or certified copies thereof together with their bids to substantiate the B-BBEE claims. Tenderers who do not submit B-BBEE Status Level Verification Certificates or non-compliant contributors to B-BBEE will not qualify for preference points for B-BBEE however will not be disqualified from the tender process. Such a tenderer will score points out of 90 for price and 0 points out of 10 for B-BBEE. Points awarded to a tenderer for attaining the B-BBEE Status Level of contribution in accordance with the table below: B-BBEE Qualification Number of Points (90/10 system) points points < 100 points points < 85 points points < 75 points points < 65 points points < 55 points points < 45 points points < 40 points 1 Non-compliant contributor < 30 points 0 The points scored for price will be added to the points scored for B-BBEE status level of contribution to obtain the tenderers total points scored out of a 100. Page 10 of 31 10
11 2 Tenderer's obligations [2.3 & 2.5] The tender documents are Volume 1 : Invitation to Tender Volume 2 : Returnable documents Volume 3 : Contract Addenda [2.7; 3.2] issued by Eskom Holdings SOC Limited [2.8] A Non Compulsory Site Meeting has been arranged for tenderers as follows: Not Applicable [2.9] The closing time for clarification of queries is five (05) days before the deadline for tender submission. [2.10 & 2.13] The conditions of contract, available separately, are stated in the Contract Data. [2.16] Alternative tender(s) may be based only on the following criteria and subject to acceptance by Eskom Holdings SOC Limited. A different completion date. A different main option and other combinations of secondary option clauses, acceptable to Eskom as the Employer, selected from the NEC Engineering and Construction Contract. Provision of a financing package where none has been requested by this tender. Different technical methods and specifications. [2.18] The tender may be submitted for the whole of the works only. [2.19] Tender returnables are generally in the document called Tender Returnables [Volume 2], but may also be in other tender documents where the tenderer is requested to return something as part of his tender. [2.20] The tender shall be submitted as one (01) original hard copy AND one (01) identical hard copy of the original document. TENDERERS WHO FAIL TO SUBMIT THE COPIES AS REQUIRED WILL BE DISQUALIFIED [2.22] The Invitation to Tender number is JB [2.23] The tender shall be addressed to Eskom as follows: ATT: JULITHA BOLOKO CONFIDENTIAL TENDER NO. JB Page 11 of 31 11
12 [2.25] The place for delivery of the tender is the Eskom Tender Box located at : THE TENDER OFFICE MAIN RECEPTION GROUND FLOOR MEGAWATT PARK MAXWELL DRIVE SUNNINGHILL SANDTON Marked: CONFIDENTIAL TENDER NO. JB Telegraphic, telephonic, telex, facsimile, and late tenders will not be accepted. [2.27 & 3.3] The deadline for tender submission is 10:00 hours on 09 JUNE 2016 (South African Standard Time). NOTE: Late tenders will not be accepted [2.29] The validity period is FOUR (4) MONTHS. [2.35] Eskom s requirement regarding Black/Black Women-owned Suppliers are as follows: Not Applicable 3 Eskom's undertakings [3.4] There will be no public opening of tenders [3.14] The Eskom Representative will determine the evaluated tender price by adjusting the total of the Prices (if any) as follows: Making the specified correction for arithmetical errors [3.12]. Excluding contingencies in any bill of quantities or activity schedule. Making an adjustment based on the application of the quantitative information entered by tenderers in the Contract Data provided by the Contractor to provisional amounts assessed by Eskom s Representative. A model tender assessment schedule suitable for use with Options A and B of the NEC Engineering and Construction Contract may be included in the tender returnables for this purpose. Making an appropriate adjustment for any other acceptable variations, deviations, or alternative tenders submitted. Making a comparison of the Nett Present Value of each adjusted tender based on the tendered programme (if provided) and prices, on the estimated effect of Price Adjustment Factors and rate of exchange fluctuations (if applicable) and on other evaluation parameters relating to uncertainty and risk. [3.20] The number of copies of signed contract documents to be supplied by Eskom are: For the NEC Engineering and Construction Contract: One Page 12 of 31 12
13 4 Additional conditions of tender The additional conditions of tender are: The Tenderer s attention is specifically drawn to the fact that a contract in respect of the services requested herein will not necessarily result from the tenders received in response to this enquiry Eskom reserves the right to conduct a further procurement process with or without a request for the tender or to enter into negotiations with any one or more of the tenderers. Eskom reserves the right not to evaluate and/or consider any tender that does not comply strictly with the requirements as set out in this tender and/or which does not meet one or more of the pre-requisites gatekeepers set out Eskom reserves the right to cancel or withdraw this tender without prior notice and without furnishing any reasons whatsoever Eskom reserves the right to award a tender to a supplier who may not be the highest scoring or highest ranked supplier, for the purpose of maximising recognition of black ownership, black management control, skills development and/ or preferential procurement in line with Section(2)(1)(f) of the PPPFA. Page 13 of 31 13
14 Volume 2: INVITATION TO TENDER ENGINEERING AND CONSTRUCTION The tenderer must complete and return the following returnable documents: No Returnable Document / Schedule Tenderer s Tick Box 1 Cover sheet of this invitation 2 Authorization Form 3 Form of offer and acceptance 4 Contract Data Part 2: Data provided by the Contractor 5 Priced Bill of Quantities 6 Original and valid SARS Tax Clearance Certificate 7 Proof of CIDB Contractor Registration 8 A valid B-BBEE Verification Certificate from a Verification Agency 9 Certificate of Compliance with the Employment Equity Act 10 Technical and SHEQ Returnables 11 Declaration Regarding Fair Bidding Practices Page 14 of 31 14
15 Volume 3: ENGINEERING AND CONSTRUCTION 1. AGREEMENTS AND DATA 1.1 Contract Data Part 1: Data provided by the Employer 1.2 Adjudicator s contract (if required with contract establishment) 2. PRICING DATA 2.1 Pricing instructions 3 EMPLOYER'S WORKS INFORMATION 3.1 See list of contents within the document itself 4 SITE INFORMATION 4.1 List documents as applicable 5 DRAWINGS 5.1 Works Information drawings 5.2 Site Information drawings Page 15 of 31 15
16 T1.2 TENDER DATA (CONTINUED) The tenderer must complete and return the following returnable documents: T2.1a - List of Commercial Returnable Documents The tenderer must complete and return the following returnable documents: (If not applicable, indicate with N/A) 1. Document to be returned prior to submitting a tender Acknowledgement Form forming part of T1.1 Invitation to Tender (to be returned within 5 working days of receipt of tender documents) T a List of Commercial Documents to be submitted with the tender Form of offer and acceptance ( Section C1.1 of NEC contract) Data Provided by the Contractor ( Section C1.2b of NEC contract ) Declaration of Authority Completed Declaration of Fair Tendering Practices Confirmation of Receipt of Addenda to Tender Documents Contract Conditions Qualification Schedule T2.1a-1 T2.1a-2 T2.1a-5 T2.1a-6 Valid Original SARS Tax Clearance certificate (IRP20) applicable if the tenderer is a South African tax payer Certified Copy of the VAT registration certificate (VAT 103) if the tenderer qualifies as a VAT vendor. Tenderers should note that the Employer will only pay VAT against presentation of a valid tax invoice and to the extent that VAT is payable in connection with the required scope (South African tenderers only) Audited Financial Statements of the tenderer for the previous two financial years, or to the extent that such statements are not available, for the last year. Tenderers must note that in the case of a joint venture or special purpose vehicle (SPV) especially formed for this tender, audited financial statements for each participant in the JV / SPV is required. To the extent that the tenderer falls within the definition of a designated Employer as contemplated in the Employment Equity Act 55 of 1998, the tenderer is required to furnish the Employer with proof of compliance with the Employment Equity Act, including proof of submission of the Employment Equity report to the Department of Labour. (South African tenderers only) Original certificate of good standing or proof of application issued by the Compensation Fund (COID) or a licensed compensation insurer (South African tenderers only) If two or more tenderers form a joint venture, consortium or other unincorporated grouping of two or more persons ( joint venture ), a copy of the joint venture agreement entered into between the partners Schedule of Proposed Subcontractors/ Sub-consultants as per template Page 16 of 31 16
17 List of company directors/ shareholders and percentage ownership T2.1b - List of B-BBEE Returnable Documents List of B-BBEE documents to be submitted with the tender: Valid B-BBEE (Broad-Based Black Economic Empowerment) Certificate by an accredited Verification Agency Completed SD&L and Localization Compliance Matrix T2.1c - List of Financial Returnable Documents List of Financial documents to be submitted with the tender: Priced Bill of Quantities Audited Financial Statements of the tenderer for the previous two financial years Page 17 of 31 17
18 T2.1d - List of Technical and SHEQ Returnable Documents T2.1b- List of Technical Tender Returnable Documents Refer to Technical evaluation criteria document for all returnables (attached) Quality Requirements Refer to QM58 and PQA Quality returnables (attached) Acknowledgement of Form A and B (Sign and return) Occupational Health and Safety Requirements : Refer to Annexure C 1: SHE Tender Evaluation and Scoring Card for the returnables Acknowledgement of Annexure B (SHE REQUIREMENTS FOR TENDER ENQUIRIES) Environmental Requirements TST Rev 2 (Attached) (Annexures C and D) Contractors to take note of the requirements of Annexure D of the TST rev2 Trmfm0081 Evaluation Form (attached) Environmental Requirements during Commercial Process (Attached) Page 18 of 31 18
19 Declaration of Authority Tender Schedule T2.1a 1 Please indicate the legal incorporation status of your business entity by ticking the appropriate box hereunder. The signatory hereto must furthermore indicate his/her authority to respond to this tender and all enquiries associated therewith on behalf of the tenderer. Alternatively, certified copies of the relevant incorporation documentation confirming the information required in this schedule may be submitted as a tender returnable. PARTNERSHIP COMPANY JOINT VENTURE CLOSE CORPORATION OTHER (specify) A. Partnerships, Companies, Close Corporations or Others I, the undersigned, hereby confirm that I am duly authorised to sign all documents in connection with this tender and any contract resulting from it on behalf of (insert the full legal name of the tenderer). Signed Position / Capacity B. Joint Ventures We, the undersigned, are submitting this tender in Joint Venture and hereby authorise Mr/Ms, an authorised signatory of, (insert the full legal name of the business entity serving as the lead partner) acting in the capacity of lead partner, to sign all documents in connection with the tender and any contract resulting from it on our behalf. We attach to this Schedule a copy of the joint venture agreement which incorporates a statement that all partners are liable jointly and severally for the execution of the contract and that the lead partner is authorised to incur liabilities, receive instructions and payments and be responsible for the entire execution of the contract for and on behalf of any and all the partners. Page 19 of 31 19
20 Legal Name of Joint Venture Participant Lead partner Full Name and Capacity of Authorised Signatory Signature Page 20 of 31 20
21 Declaration of Fair Tendering Practices Tender Schedule T2.1a - 2 (TO BE PLACED ON THE Tenderer s LETTERHEAD) TO: ESKOM HOLDINGS SOC LIMITED THE CONSTRUCTION OF OIL STORAGE FACILITY, ASSOCIATED ROAD AND DRAINAGE AT VULCAN SUBSTATION "We acknowledge that competitiveness is a requirement of the Eskom procurement process and that collusive tendering is prohibited by law. We confirm that we have not engaged in price fixing with any other tenderer or person, or in any way colluded with any other tenderer or person in connection with this Invitation to Tender JB Signed Date Name Position tenderer Page 21 of 31 21
22 Confirmation of Receipt of Addenda to Tender Documents T2.1a-5 We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer: Date Received Title or Details (Attach additional pages if more space is required) Page 22 of 31 22
23 Contract Conditions Qualification Schedule T2.1a-6 (Note to tenderer: Prepare a separate document attached to this schedule if the proposed changes are extensive. No other deviations will be considered other than this schedule) Contract Clause No. Subject of the proposed change Proposed change Rationale for the proposed change Signed Date Name Position tenderer Page 23 of 31 23
24 Localisation Compliance Matrix Tender Schedule T2.1a -11 Local Content This represents the Local Content in South Africa. Local content is total spending minus the imported component. Tenderers must maintain records to certify imported content e.g. bill of materials, expenditure records, income statements. Localisation matrix Criteria Target (%) Proposed Target (%) Local content to South Africa 100% Skills Development Eskom intends to improve Skills Development by ensuring that technical support is directed towards enhancing supply capacity and capability within the industry or sector of operation. By doing this the capacity and competitiveness of the local supply base will be increased and the goals of shared growth, employment creation, poverty reduction and skills development will be achieved. Tenderers are encouraged to propose Skills Development initiatives in terms of the Skills required for this project as indicated in the table (matrix) below. These will form part of the contractual obligation with the successful contractor. Skills development matrix Skill type Eskom s target Tenderers proposal Trainee Supervisor/Foreman 1 Trainee SHE officer 1 Bricklayer 2 Electrician 2 The Tenderer is to provide the individuals in specified trades identified above with sufficient on the job and other skills training in the specified trade or discipline to: a. achieve the outcome of passing a trade test and qualifying as an artisan, or the equivalent for any of the required skills and accordingly to be certified to that level; or (as applicable) b. Generally be regarded, when there is no industry standard test or certification for the trade or discipline in question, as being employable in that trade or discipline. Page 24 of 31 24
25 Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011 Tender Schedule T2.1a -12 This preference form must form part of all tenders invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, TENDERERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all tenders: - the 80/20 system for requirements with a Rand value of up to R (all applicable taxes included); and - the 90/10 system for requirements with a Rand value above R (all applicable taxes included). 1.2 The value of this tender is estimated to exceed R (all applicable taxes included) and therefore the 90/10 system shall be applicable. 1.3 Preference points for this tender shall be awarded for: (a) (b) Price; and B-BBEE Status Level of Contribution The maximum points for this tender are allocated as follows: POINTS PRICE B-BBEE STATUS LEVEL OF CONTRIBUTION... Total points for Price and B-BBEE must not exceed Failure on the part of a tenderer 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 tender, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed The purchaser reserves the right to require of a tenderer, either before a tender is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser. Page 25 of 31 25
26 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 tender 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 tendering processes or proposals; 2.5 Broad-Based Black Economic Empowerment Act means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 comparative price means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; 2.7 consortium or joint venture means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 contract means the agreement that results from the acceptance of a tender by an organ of state; 2.9 EME means any enterprise with annual total revenue of R5 million or less 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 tender 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 tenderer; 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 tender 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; Page 26 of 31 26
27 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 tenderer 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 tenders have scored equal total points, the successful tender 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 tenders have scored equal points including equal preference points for B-BBEE, the successful tender must be the one scoring the highest score for functionality. 3.6 Should two or more tenders be equal in all respects, the award shall be decided by the drawing of lots. 4. POINTS AWARDED FOR PRICE 4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10 Pt P min Pt P min Ps = 80 1 or Ps = 90 1 P min P min Where Ps = Points scored for comparative price of tender under consideration Pt = Comparative price of tender under consideration Pmin = Comparative price of lowest acceptable tender Page 27 of 31 27
28 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 tenderer for attaining the B-BBEE status level of contribution in accordance with the table below: B-BBEE Status Level of Contributor Number of points (90/10 system) Number of points (80/20 system) Non-compliant contributor Tenderers 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. 5.3 Tenderers other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS. 5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate. 5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate tender. 5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice. 5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the tender documents that such a tenderer 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 tenderer qualifies for, unless the intended subcontractor is an EME that has the capability and ability to execute the sub-contract. 5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other Page 28 of 31 28
29 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. TENDER DECLARATION 6.1 Tenderers 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 AND B-BBEE Status Level of Contribution:. = (maximum of 10 or 20 points) (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA). 8 SUB-ING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable) 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? YES / NO (delete which is not applicable) 9 DECLARATION WITH REGARD TO COMPANY/FIRM 9.1 Name of company/firm : VAT registration number : Company registration number :. 9.4 TYPE OF COMPANY/ FIRM Partnership/Joint Venture / Consortium One person business/sole propriety Close corporation Company (Pty) Limited [TICK APPLICABLE BOX] 9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES Page 29 of 31 29
30 COMPANY CLASSIFICATION Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX] 9.7 Total number of years the company/firm has been in business? 9.8 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) (ii) (iii) (iv) The information furnished is true and correct; The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form. 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; 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 tendering process; (b) (c) (d) recover costs, losses or damages it has incurred or suffered as a result of that person s conduct; 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; restrict the tenderer 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 (e) forward the matter for criminal prosecution Page 30 of 31 30
31 WITNESSES: 1. SIGNATURE(S) OF TENDERER(S) 2. DATE:.. ADDRESS:... Page 31 of 31 31
PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT
INVITATION TO TENDER Group technology & Commercial Volume 1: INVITATION TO TENDER ENGINEERING AND CONSTRUCTION SHORT INVITATION TO TENDER FOR A PROPOSED BETWEEN: ESKOM HOLDINGS SOC LTD AND THE OR FOR (the
More informationADVERTISEMENT DATE 3 December 2014 Marketing & Communications RFQ NUMBER JCPZ/RFQ/MKT14 2014 DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
More informationKnysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software
Knysna Municipality is inviting quotations from suitable suppliers for the goods described below. Category Computer Software ADVERTISEMENT DATE: 15 th May 2014 RFQ NUMBER: 40/2014 DESCRIPTION OF GOODS/SERVICES:
More informationADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
More informationReproduced by Sabinet Online in terms of Government Printer s Copyright Authority No. 10505 dated 02 February 1998
4 No.34350 GOVERNMENT GAZETTE, 8 JUNE 2011 No. R. 502 8 June 2011 PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2011 I, Pravin J. Gordhan, Minister of Finance,
More informationPROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE
1 SOL PLAATJE MUNICIPALITY INVITATION FOR QUOTATION Q 072 /2014: PROCUREMENT OF VEEAM BACKUP & REPLICATION ENTERPRISE FOR VMWARE LICENCE SUPPLIER ADRESS: TEL NO: CELL NO.: FAX NO: Prepared for:- Prepared
More information90 days (commencing from the RFB Closing Date) RENEWAL OF MICROSOFT LICENSES FOR THE CIDB FOR THE PERIOD OF 12 MONTHS
Page 1 of 27 BID/RFQ NUMBER: RFB60419 CLOSING DATE: 7 DECEMBER 2015 CLOSING TIME: 11:00 AM BID VALIDITY PERIOD: 90 days (commencing from the RFB Closing Date) DESCRIPTION OF BID: RENEWAL OF MICROSOFT LICENSES
More informationIMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000
IMPLEMENTATION GUIDE PREFERENTIAL PROCUREMENT REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000 1 December 2011 1 TABLE OF CONTENTS PART ONE GENERAL 1.
More informationREQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES
REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES RFP TSM/001/2015 1. Background to CATHSSETA CATHSSETA is a statutory body established through the Skills Development Act of 1998 to enable
More informationPREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000
PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000 [View Regulation] [ASSENTED TO 2 FEBRUARY, 2000] [DATE OF COMMENCEMENT: 3 FEBRUARY, 2000] (English text signed by the President) ACT To give
More informationTERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project
TERMS OF REFERENCE Appointment of a website developer as service provider for the National Biosafety Communication Project I. INTRODUCTION AND BACKGROUND The National Biosafety Platform (Biosafety SA)
More information1. Cover Page and Guideline pg. 2. 2. Invitation to Tender (SBD 01) pg. 4. 3. Valid Original Tax Clearance Certificate (SBD 02) pg.
Index: 1. Cover Page and Guideline pg. 2 2. Invitation to Tender (SBD 01) pg. 4 3. Valid Original Tax Clearance Certificate (SBD 02) pg. 7 4. Declaration of Interest (SBD 04) pg. 8 5. Preference Points
More informationTerms of Reference for. Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013
Terms of Reference for Organisation Design and Assessment for the Technology Innovation Agency. HR 002/2013 Issue Date: 15 November 2013 Closing Date: 06 December 2013 1 Request for Proposal Organisation
More informationNCRCP3262 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011
REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011 1 UVIMBA FINANCE, 128 Alexandra Road, King William s Town, PO Box 495, 5601, Tel - 043 604
More informationNAMAKWA DISTRICT MUNICIPALITY
Notice: 31/2014 NAMAKWA DISTRICT MUNICIPALITY PROCUREMENT OF THE SUPPLY, DELIVERY & INSTALLATION OF A FLEET TRACKING SYSTEM... NAME OF SERVICE PROVIDER ADDRESS:...... TEL :... FAX :.. Ms M L Brandt Municipal
More informationEskom Holdings SOC Ltd s Standard Conditions of Tender
1. General Actions 1 The Employer, the Eskom Representative and each eligible er submitting a shall act timeously, ethically and in a manner which is fair, equitable, transparent, competitive and cost-effective.
More informationREQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS 1 250 V-NECK T -SHIRTS
Tel. (013) 282 5303 Fax. (013) 282 5594 Email: council@stevetshwete.gov.za Website: www.stevetshwetelm.gov.za P.O. Box 14, Middelburg, Mpumalanga, 1050 Civic Centre, Wanderers Avenue, Middelburg, Mpumalanga
More informationCity of Johannesburg Johannesburg Roads Agency
City of Johannesburg Johannesburg Roads Agency 66 Pixley Seme Street (previously Sauer Str.) Cnr. Rahima Moosa Street (previously Jeppe Str.) Johannesburg 2001 P/Bag X70 Braamfontein South Africa 2017
More informationINVITATION TO BID (SBD 1) BID DESCRIPTION BID DOCUMENTS ARE TO BE DEPOSITED AT:
INVITATION TO BID (SBD 1) YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS BID : NRF/SAAO/2016/014 CLOSING DATE: 8 April 2016 CLOSING TIME 11:00 BID DESCRIPTION Service and
More informationLUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT
MUNICIPALITY UMASIPALA MUNISIPALITEIT LUKHANJI DIRECTORATE: FINANCE SUPPLY CHAIN MANAGEMENT UNIT Private Bag X7111 QUEENSTOWN 5320 Telephone: 045 807 2000 Fax: 045 807 2059 Website: www.lukhanji.gov.za
More informationRFQ 803 SUPPLY AND DELIVERY OF STATIONERY
IMS-SCM-020F RFQ 803 SUPPLY AND DELIVERY OF STATIONERY Procurement Less than R 500 000 (Including Vat) (For publication on Amatola Water Board Notice Board/s and Website) The Amatola Water Board requests
More informationT34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON
T34/05/13 REQUEST FOR PROPOSAL FOR THE PROVISION OF MEDIA MONITORING SERVICES TO THE IDC CLOSING DATE: WEDNESDAY, 29 MAY 2013 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION
More informationFINANCIAL SERVICES BOARD FSB REPUTATION MANAGEMENT BID FSB2015/019 CLOSING DATE: 14 JULY 2015
FSB REPUTATION MANAGEMENT CLOSING DATE: 14 JULY 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office Park, Block B; 41 Matroosberg
More informationContents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006
PUBLIC PROCUREMENT AND ASSET DISPOSAL BOARD STANDARDISED CONDITIONS OF TENDER Feb 2006 Contents: 1 General 2 Tenderer s obligations 3 The Procuring Department s undertakings 1 General Actions 1 The Procuring
More informationRequest for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR RFP No. 579/29/05/2015 Date of Issue: 15 May 2015 Closing Date: Friday, 29 th May 2015 Place: Tender box,
More informationSOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer
SOL PLAATJE MUNICIPALITY Directorate: Technical Services Section: City Electrical Engineer Contact persons: Mr. D Jacobs Telephone: 053 830 6413 Documents are obtainable from the Contract Department at
More informationFINANCIAL SERVICES BOARD SECURITY INFORMATION AND EVENT MANAGEMENT (SIEM) SOLUTION BID FSB2015/017 CLOSING DATE: 23 JUNE 2015
SECURITY INFORMATION AND EVENT MANAGEMENT (SIEM) SOLUTION CLOSING DATE: 23 JUNE 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office
More informationThursday, 04 December 2014@ 12h00
1 RFQ No. 8/2/2/24-2014 Closing Date and Time Thursday, 04 December 2014@ 12h00 Description Proposal for Service Provider to Provide Industrial Cleaning Services at the Vereeniging Fresh Produce Market.
More informationCity of Johannesburg Supply Chain Management Unit
MBD 6.2 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves
More informationKindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES
Request for formal written price quotations Kindly furnish me with a written quotation for the supply of the following service: ENVIRONMENTAL IMPACT ASSESSMENT (EIA) CONSULTANCY SERVICES The Johannesburg
More informationRequest for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project
CSIR TENDER DOCUMENTATION Request for proposals (RFP) The Provision of transcription services to the CSIR for a Human Language Technology data pipeline optimisation project RFP No. 667/30/10/2015 Date
More informationREQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015
REQUEST FOR QUOTE (RFQ) Provision of IT service RFQ No: 017-2014/2015 Advert date: 24 November 2014 RFQ background Closing Date: 04 December 2014 at 11:00 AM The Construction Education and Training Authority
More informationTERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE SECURE EMAIL MANAGEMENT SOLUTION AND ARCHIVING FOR NLC: RFP 010/2015
TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE SECURE EMAIL MANAGEMENT SOLUTION AND ARCHIVING FOR NLC: RFP 010/2015 1.Description of Service The National Lotteries Commission requires
More informationQ044/09 - THE SUPPLY OF STORAGE SERVER(S) TO THE SOL PLAATJE MUNICIPALITY
SOL PLAATJE MUNICIPALITY Directorate: Financial Services Section: Information Technology Contact person: W. GOUWS, telephone 053 8306483 Date: 30 MARCH 2009 Your Reference No. IF REGISTERED ON SOL PLAATJE
More informationANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:
INVITATION TO BID SBD 1 YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE BRAND BID NUMBER: BSA/014/2015 CLOSING DATE: 02 November 2015 CLOSING TIME: 11:00 DESCRIPTION: (ERP) SOLUTION IMPLEMENTED IN
More informationANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM
ANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat) (For publication on Ekurhuleni Metropolitan Municipality
More informationCONSTRUCTION EDUCATION AND TRAINING AUTHORITY. RFQ No: 00010 2015/2016 PROVISION OF VEHICLE TRACKING DEVICES. Issued by:
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY RFQ No: 00010 2015/2016 PROVISION OF VEHICLE TRACKING DEVICES Issued by: Construction Education and Training Authority: Supply Chain Unit Unit 5 Midrand Business
More informationADVERTISEMENT DATE 3 June 2015 RFQ NUMBER DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
More informationT54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON
T54/09/14 APPOINTMENT OF A PANEL OF STOCK BROKERS TO PROVIDE BROKERAGE SERVICES TO THE IDC BID CLOSING DATE: WEDNESDAY, 08 OCTOBER 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS
More informationREQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM
REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM Tender Number: GNP-014-15 Request For Bid: KNP IPZ Eastern Perimeter River Gap Detection Security System TABLE OF CONTENTS
More informationAppointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014
Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. Briefing Session: 18 February 2015 at 14h00 RFP No.: RFP 28/2014 Closing Date: 10 March 2015,
More informationAMATHOLE DISTRICT MUNICIPALITY
1 AMATHOLE DISTRICT MUNICIPALITY TERMS OF REFERENCE It is the intention of the Amathole District Municipality to enter into a formal contract with a service provider that will carry out the services described
More informationTENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS
TENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS TENDER NO. NYDA-2014/01/RSK NATIONAL YOUTH DEVELOPMENT AGENCY (NYDA) 11 BROADWALK AVENUE HALFWAY HOUSE MIDRAND 1685
More informationTO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW
TO ALL TENDERERS, PLEASE NOTE THE FOLLOWING VERY IMPORTANT NOTICE: YOU MUST SUBMIT YOUR TENDER OFFER BY THE CLOSING TIME INDICATED BELOW REGARDLESS OF THE REASONS FOR LATE SUBMISSION, YOUR TENDER OFFER
More informationANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM
ANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat) (For publication on Ekurhuleni Metropolitan Municipality
More informationCONSTRUCTION EDUCATION AND TRAINING AUTHORITY BID NO: 018-2015/2016 PROVISION OF ARCHIVING SERVICES FOR CETA. Issued by:
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY BID NO: 018-2015/2016 PROVISION OF ARCHIVING SERVICES FOR CETA Issued by: Construction Education and Training Authority: Supply Chain Unit Unit 5 Midrand Business
More informationFINANCIAL SERVICES BOARD MEDIA MONITORING (BROADCAST, PRINT AND ONLINE) BID FSB2015/037 CLOSING DATE: 24 NOVEMBER 2015
MEDIA MONITORING (BROADCAST, PRINT AND ONLINE) BID FSB2015/037 CLOSING DATE: 24 NOVEMBER 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk
More information90 days (commencing from the RFB Closing Date)
Page 1 of 39 BID/RFQ NUMBER: RFB40111 COMPULSORY BRIEFING 12 JANUARY 2016 CLOSING DATE: 31 JANUARY 2016 CLOSING TIME: 11:00 AM BID VALIDITY PERIOD: 90 days (commencing from the RFB Closing Date) DESCRIPTION
More informationT01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON
T01/01/14 REQUEST FOR PROPOSAL TO CONDUCT ANNUAL CUSTOMER SATISFACTION SURVEYS CLOSING DATE: FRIDAY, 31 JANUARY 2014 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION 1: GENERAL
More informationRecords Information Management System Development and Implementation
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : procurement@mgsl.co.za WEBSITE : www.mgslg.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets
More informationTABLE OF CONTENTS WALTER SISULU UNIVERSITY. TITLE: Supply Chain Management Policy POLICY NUMBER: FIN 02 FORUM: DATE: MINUTE: EFFECTIVE DATE:
WALTER SISULU UNIVERSITY TITLE: Supply Chain Management Policy POLICY NUMBER: FIN 02 FORUM: DATE: MINUTE: EFFECTIVE DATE: REFER QUESTIONS TO: Chief Financial Officer NO. OF PAGES: TABLE OF CONTENTS WALTER
More informationREQUEST FOR PROPOSAL/TENDER (RFP/T)
/Tender (RFP/T) REQUEST FOR PROPOSAL/TENDER (RFP/T) TENDER NUMBER: RFP/T: 01/02/14 COMPULSORY BRIEFING SESSION: DATE : 28 th February 2014 TENDER CLOSING: DATE : 14 th March 2014 TIME : 12h00 Noon DESCRIPTION:
More informationSoftware Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30
Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30 Mode of Bid Submission Hand deliver / courier / post Last Date & Time of Submission of Bid
More informationINVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE BRAND SOUTH AFRICA
INVITATION TO BID SBD 1 YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE BRAND SOUTH AFRICA BID NUMBER: BSA/015/2015 CLOSING DATE: 22 DECEMBER 2015 CLOSING TIME: 11:00 DESCRIPTION: OF BRAND SOUTH
More informationEXTERNAL POLICY PROCUREMENT
EXTERNAL POLICY PROCUREMENT Revision: 0 Page 1 of 8 TABLE OF CONTENTS 1 SCOPE 3 2 POLICY 3 2.1 Procurement objectives 3 2.2 Broad-Based Black Economic Empowerment (BBBEE) 3 2.3 Business ethics and governance
More informationTranscription services for committee minutes
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationRequest for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar
ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za 30 th September
More informationF25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS
F25 F25: SUPPLIER LIST APPLICATION FORM SUPPLIER LIST APPLICATION FORM (F25) REQUIREMENTS The Supplier List Application Form (F25) is an application to be registered on UNISA s supplier database and must
More informationYagan Moodley Tel : (011) 3583458
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationREQUEST FOR PROPOSALS FROM SERVICE PROVIDERS TO PROVIDE AN
REQUEST FOR PROPOSALS FROM SERVICE PROVIDERS TO PROVIDE AN ELECTRONIC DOCUMENT AND RECORDS MANAGEMENT SYSTEM (EDRMS) AND A ROLL OUT PLAN THAT COMPLIES WITH THE NATIONAL ARCHIVES AND RECORDS SERVICES ACT
More informationRequest of training on Operational Risk Management
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationREQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08
Contract Number: SP-GK-0301/06/08 REQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08 ISSUED BY: MS ELDAH PHATHWA SENIOR MANAGER: ACQUISITION SOUTH AFRICAN NATIONAL PARKS
More informationNational Arts Council (NAC) information of the National Arts Council (NAC) thereby developing a
National Arts Council (NAC) INVITATION FOR BID YOU ARE HEREBY INVITED TO SUBMIT BIDS Appointment of a service provider to conduct research on the archived information of the National Arts Council (NAC)
More informationCity of Johannesburg Supply Chain Management Unit
Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationREQUEST FOR PROPOSALS FOR MEDIA MONITORING SERVICES
REQUEST FOR PROPOSALS FOR MEDIA MONITORING SERVICES Closing date: 14 th September 2015 Time: 11:00 Submission format: Electronic submission to 331.procurement@sanedi.org.za Name of the respondent: Late
More informationCONSTRUCTION EDUCATION AND TRAINING AUTHORITY RFQ NO: 00016-2015/2016
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY RFQ NO: 00016-2015/2016 WEBSITE HOSTING WITH SUITABLE AND USER-FRIENDLY WEB CONTENT MANAGEMENT FACILITIES Issued by: Construction Education and Training Authority:
More informationNELSON MANDELA BAY METROPOLIAN MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY VERSION 4
NELSON MANDELA BAY METROPOLIAN MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY VERSION 4 Date of adoption: Council resolves in terms of section 111 of the Local Government Municipal Finance Management Act
More informationRequest for proposal (RFP) for Off- Site Scanning of Files and Documents for the GPAA
(GPAA 34/2015) Request for proposal (RFP) for Off- Site Scanning of Files and Documents for the GPAA Page 1 of 38 RFP document scanning services bid (GPAA34/2015) DOCUMENT SCANNING FACILITIES BID: GOVERNMENT
More informationREQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR ICT DESKTOP MANAGED SERVICES TENDER NUMBER: HO/ICT/270/05/2015
REQUEST FOR PROPOSALS (RFP) FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR ICT DESKTOP MANAGED SERVICES ICT DESKTOP MANAGED SERVICES Page 1 of 40 Issue Date: 10 May 2015 for / on behalf of PRASA Tender
More informationREQUEST FOR BIDS: APPOINTMENT OF SERVICE PROVIDER TO PROVIDE MEDIA MONITORING AND ANALYSIS SERVICES
REQUEST FOR BIDS: APPOINTMENT OF SERVICE PROVIDER TO PROVIDE MEDIA MONITORING AND ANALYSIS SERVICES (RFB NUMBER: PROC T243) CLOSING DATE AND TIME: 24 NOVEMBER 2014 AT 11H00AM CONTENTS PAGE 1 INVITATION
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS OF CMVP TRAINING AND COMPANY SANAS ACCREDITATION Closing date: 18 th February 2016 Time: 11:00 Submission format: Electronic submission to 343.procurement@sanedi.org.za Name of the
More informationQUOTATION AND TENDER PROCESS
QUOTATION AND TENDER PROCESS Introduction The quotation and tender processes are both used to obtain written offers from suppliers for the supply of goods and services. The quotation process is normally
More information1. Technical Offer Submission Sheet
8. Sample Forms SUMMARY Sample Form No. 1: 1. TECHNICAL OFFER SUBMISSION SHEET... 3 Sample Form No. 2: 2. PRICE OFFER SUBMISSION SHEET... 5 Sample Form No. 3: 3. BID SECURITY... 6 Sample Form No. 4: 4.
More informationQUOTATION STANDARD BIDDING DOCUMENT ANNEXURE QUOTATION DESCRIPTION. Background. Scope of Work
QUOTATION STANDARD BIDDING DOCUMENT ANNEXURE QUOTATION FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS QUOTATION NUMBER: NRF/SAEON/ICT/03/2016 CLOSING DATE: 18 May 2015 QUOTATION DESCRIPTION Provision
More informationREVISED SUPPLY CHAIN MANAGEMENT POLICY
REVISED SUPPLY CHAIN MANAGEMENT POLICY Page 1 of 57 KOUGA MUNICIPALITY REVISED MUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT, 2003 Date of adoption: Council
More information2015/2016 DATABASE REGISTRATION FORM
TO ALL SUPPLIERS SEEKING REGISTRATION AS A PREFERRED SUPPLIER ON THE DATABASE OF THE NATIONAL TREASURY All suppliers are invited to register as a preferred supplier on the database of the CETA. In order
More informationInternational Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014
More informationNATIONAL STUDENT FINANCIAL AID SCHEDME (NSFAS) BID No: SCMN014/2015 REQUEST FOR PORPOSALS CORPORATE TRAVEL MANAGEMENT DURATION: 3 YEARS.
NATIONAL STUDENT FINANCIAL AID SCHEME (NSFAS) BID No: SCMN014/2015 REQUEST FOR PORPOSALS CORPORATE TRAVEL MANAGEMENT DURATION: 3 YEARS Issued by: NATIONAL STUDENT FINANCIAL AID SCHEDME (NSFAS) 2nd Floor
More informationThe purpose of this database is to give all prospective suppliers an equal opportunity to submit quotations.
TO ALL SUPPLIERS SEEKING REGISTRATION AS APPROVED SUPPLIERS ON DEPARTMENT OF CORRECTIONAL SERVICE S SUPPLIER DATABASE FOR THE PERIOD 1 APRIL 2015 TO MARCH 2016 The purpose of this database is to give all
More informationPROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK
PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK CONTRACT NO: SP-GK-DC/2 TENDER DOCUMENT ISSUED BY: MS ELDAH PHATHWA
More informationT28/05/13. Supply and Installation of Video Conferencing Equipment to IDC CLOSING DATE: FRIDAY, 17 MAY 2013 AT 12:00 NOON
T28/05/13 Supply and Installation of Video Conferencing Equipment to IDC CLOSING DATE: FRIDAY, 17 MAY 2013 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS SECTION 1: GENERAL CONDITIONS
More informationREQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : procurement@mgsl.co.za WEBSITE : www.mgsl.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets
More informationSUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS
SUPPLIER DATABASE REGISTRATION QUESTIONNAIRE - CONSULTANTS Name of company Town / City Revision 0, October 2012 1 ALL SUPPLIER INFORMATION WILL BE TREATED STRICTLY CONFIDENTIAL. NOTE: a) The information
More informationVENDOR APPLICATION FORM
INTRODUCTION AND GUIDELINES VENDOR APPLICATION FORM The purpose of this database is to give all current and prospective service providers, an equal opportunity to submit quotations to the University for
More informationReissue: Request for Quotation: Hosting and Pay Per Click Campaign: Shisa Solar website
ENERGY OFFICE 19th Floor, 75 Dr Langalibalele Dube Street, Durban, 4001 P O Box 1014, Durban 4000 Tel: +27 31 311 1139, Fax; +27 31 311 1089 Email: derek.morgan@durban.gov.za www.durban.gov.za Reissue:
More informationT27/04/13 REQUEST FOR PROPOSAL FOR THE SUPPLY, INSTALLATION AND MAINTENANCE OF ADDITIONAL HEATING EQUIPMENT FOR AIR CONDITIONING SYSTEMS AT THE IDC
T27/04/13 REQUEST FOR PROPOSAL FOR THE SUPPLY, INSTALLATION AND MAINTENANCE OF ADDITIONAL HEATING EQUIPMENT FOR AIR CONDITIONING SYSTEMS AT THE IDC NOTE: A NON COMPULSORY BRIEFING SESSION WILL BE HELD
More informationSupply, deliver and installation of air conditioners
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationSTANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)
STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS) Pre-qualification Ref: Issue Date: [Insert Title of Project] [Insert Reference] [Insert Date] Public Procurement Authority
More informationSupplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE. Procurement Less than R200 000 (including vat)
Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE Procurement Less than R200 000 (including vat) (For publication in the City of umhlathuze Notice Boards and website)
More informationAPPLICATION FORM TO REGISTER ON THE SUPPLIER DATABASE OF HOUSING DEVELOPMENT AGENCY.
APPLICATION FORM TO REGISTER ON THE SUPPLIER DATABASE OF HOUSING DEVELOPMENT AGENCY. 2 TO ALL SUPPLIERS SEEKING REGISTRATION AS PREFERRED SUPPLIER OF GOODS AND SERVICES ON THE PROCUREMENT DATABASE All
More informationLorraine Mapela 011 870-4524
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
More informationSUPPLY CHAIN MANAGEMENT UNIT PROCUREMENT POLICY
SUPPLY CHAIN MANAGEMENT UNIT PROCUREMENT POLICY Signed by acting HOD wef 8 December 2008 PURPOSE 1. The purpose of the departmental procurement policy is to provide guidance within the Department regarding
More informationREQUEST FOR BIDS: THE APPOINTMENT OF A PROFESSIONAL VOIP SERVICES PROVIDER
REQUEST FOR BIDS: THE APPOINTMENT OF A PROFESSIONAL VOIP SERVICES PROVIDER (RFB NUMBER: PROC T250) CLOSING DATE AND TIME: 11 DECEMBER 2014 AT 11H00 AM Page 2 of 53 CONTENTS PAGE 1 INVITATION TO BID...
More informationQuotations will be opened in public in the Boardroom of the City Hall immediately after closing the same day DELIVERY TIME
SOL PLAATJE MUNICIPALITY Directorate: Financial Services Section: Information Technology Contact person: W. GOUWS, telephone 053 8306483 Date: 1 APRIL 2009 Your Reference No. IF REGISTERED ON SOL PLAATJE
More informationNorth American Development Bank. Model Prequalification Document: Prequalification of Contractors
North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried
More informationT10/05/15 REQUEST FOR PROPOSAL FOR THE PROVISON OF OFF-SITE STORAGE SERVICE FOR THE IDC RECORDS BID CLOSING DATE: MONDAY, 08 JUNE 2015 AT 12:00 NOON
T10/05/15 REQUEST FOR PROPOSAL FOR THE PROVISON OF OFF-SITE STORAGE SERVICE FOR THE IDC RECORDS BID CLOSING DATE: MONDAY, 08 JUNE 2015 AT 12:00 NOON Industrial Development Corporation TABLE OF CONTENTS
More informationSPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS
DEA AS AN ORGAN OF STATE SUBSCRIBES TO AND PROPAGATES BOTH THE NOTION OF BROAD BASED BLACK ECONOMIC EMPOWERMENT (BBBEE) ACT, No. 53 Of 2003, THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, No. 5 of
More informationSupply Chain Management Policy
Supply Chain Management Policy (Incorporating Preferential Procurement) Approved : 31 July 2013 Council : C 16/07/13 1 TABLE OF CONTENTS DEFINITIONS 3 POLICY STATEMENT... 11 Introduction... 11 Desired
More informationREQUEST FOR PROPOSALS
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT 40 Hull Street, Cnr. 8th Street and Hull Streets TEL NO. : + 27 (0)11 830 2200 FAX NO.:+ 27 (0)11 830 2201 Vrededorp, Johannesburg, 2092 EMAIL : procurement@mgsl.co.za
More informationSupplier prequalification Document
Table of Contents Part 1 Invitation to Applicants Invitation Notice Statement of Requirements Part 2 Application Procedures Section 1 Instructions to Applicants Section 2 Application submission control
More information