ZNB 5825/2009-H THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES
|
|
|
- Melvin Richardson
- 10 years ago
- Views:
Transcription
1 THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES PAGE TABLE OF CONTENTS... 1 LOCALITY MAP 2 GUIDANCE NOTES 3-5 STANDARD BID DOCUMENTATION SECTION A: INVITATION TO BID. 6 SECTION B: SPECIAL INSTRUCTIONS REGARDING COMPLETION OF BID... 7 SECTION C: REGISTRATION ON PROVINCIAL SUPPLIERS DATABASE... 8 SECTION D: DECLARATION THAT INFORMATION ON SUPPLIERS DATABASE IS CORRECT AND UP TO DATE... 9 SECTION E: DECLARATION OF INTEREST SECTION I: TAX CLEARANCE CERTIFICATE REQUIREMENTS SECTION J: AUTHORITY TO SIGN A BID SECTION K: CONDITIONS OF BID SECTION L: SPECIAL CONDITIONS OF CONTRACT SECTION P: DECLARATION OF BIDDERS PAST SUPPLY CHAIN MANAGEMENT PRACTICES GENERAL CONDITIONS OF CONTRACT ZNT 30 (APPLICATION FOR PREFERENCE POINTS) EVALUATION CRITERIA 59 SPECIFICATION PRICE PAGES WITH SPECIFICATIONS Page 1
2 LOCALITY MAP BID BOX NATALIA LONGMARKET ST CHURCH ST PIETERMARITZ ST INKOSI ALBERT LUTHULI ST CHAPEL ST WE ARE HERE! CENTRAL SUPPLY CHAIN MANAGEMENT, CAPITAL TOWERS 121 CHIEF ALBERT LUTHULI STREET WEST ST PINE ST SCHOOL CPS MAYORS WALK Page 2
3 GUIDANCE NOTES WHEN COMPLETING THE BID DOCUMENT To assist bidders in correctly completing the bid document, the Department of Health highlights the following sections which are included in the bid document: 1. Standard Bid Documentation (i) (ii) (iii) (iv) (v) (vi) (vii) Section A Invitation to bid Complete the name of the bidder. The bidders name is the name of the taxpayer as reflected on the Tax Clearance Certificate issued by the South African Revenue Services. For example, if the name of the taxpayer is Be Accurate, the name of the bidder is Be Accurate. If your company has a trading name, then the name of the bidder is Be Accurate trading as No Mistakes.insert your company s Provincial Suppliers Database Registration Number. For example, BEAC 001 ZNT. Section B Special instructions and notices to bidders regarding the completion of bidding forms Read, understand and follow the instructions Section C Registration on the Provincial Suppliers Database This section points out that companies submitting an offer are required to register on the Provincial Suppliers Database. The Special Terms and Conditions in the bid document advises bidders that if they are not registered on the Database their offer will not be considered. Section D Declaration that information on Provincial Supplier Database is correct and up to date Complete, sign and date the document. Section E Declaration of interest (a) complete paragraphs 2, (if necessary sub-paragraph 2.1), 3, (if necessary subparagraph 3.1), and 4 (if necessary 4.1). (b) complete signature of declarant, position of declarant, name of bidder and date the form. The signature of the declarant is the person duly authorised to sign the bid, the position of declarant is the position/rank/status the person who signs the bid holds in the company and name of bidder is for example, Be Accurate T/A No Mistakes. Section I Tax clearance certificate requirements The original Tax Clearance Certificate must be submitted with the bid before the closing date and time of the bid. Failure to submit a valid Tax Clearance Certificate will invalidate your bid. Read to understand the importance of submitting a valid original tax certificate and how you may obtain such. SectionJ Authority to sign a bid Complete the section that is applicable to your company. For example, if your company is a (Pty) Ltd or Ltd complete Section A. If a one-man/woman business complete Section B. If a partnership business complete Section C. If the business is a cc complete Section D. If the business is a co-operative, complete Section E. Make sure that the appropriate section is correctly completed. Page 3
4 (xi) (xii) Section K Conditions of bid (a) complete paragraph 2 (e) by giving the address of where your business is situated. Do not give a Post Office box number. The address of where the business is situated is for example, 123 Success Road Durban (b) complete paragraph 6 by placing an x in the appropriate square. The Declaration of Interest can be found under Section E of the bid document. (c) complete the section Signed on this..day of at... For example, Signed on this 16 th day of October 2002 at Durban. (d) sign the form. The signature must be that of the person who is authorised by the company to sign the bid document. (e) insert the name of the authorised person in block letters. For example, N.O. ERRORS. (f) complete the line: on behalf of (bidders name). For example, Be Accurate T/A No Mistakes. Again, the name of the company is as reflected on the Tax Clearance Certificate. For example, name of taxpayer: Be Accurate, trade name: No Mistakes. (g) complete the line: capacity of signatory. For example, owner (one man/woman business), member (Close Corporation), Director etc. The capacity of signatory simply means; what position/rank/status does the person who signed the bid document have in the company. (h) complete the line: name of contact person in block letters. For example, N.O. ERRORS. Simply put, who in the company can the Department of Health contact should it wish to query the offer. (i) complete the line: postal address. For example, P.O. Box 1 Durban 4000 or 123 Success Road Durban. (j) complete the lines: telephone, fax and cell phone numbers. If your company has an E- Mail address supply the details. Section L - Special Conditions of Contract There are certain clauses in the Special Terms and Conditions that calls for information that must be supplied when submitting an offer. Read the Special Terms and Conditions and supply the required information as called for. (xiii) Section P Declaration of Bidders Past Supply Chain Management Practices To be completed by bidder 2. General Conditions of Contract For your information. (Read) 3. ZNT 30 Application for preference points (a) Complete the form correctly as preference points are allocated according to the information supplied. Complete page 5. Take special care to or x columns 2, 3,4 and 5 under the heading Business Information (Page 6). Again, take care to complete the information as called for under paragraph 3 of the ZNT 30. (Page 7) Under the heading HDI Status Yes/No (b) state Yes or No and insert your HDI Status. For example, Black/Indian/Coloured. Sign, date and insert your company s name on (Page 8) of the ZNT 30. Make sure that the Commissioner of Oaths completes their section and the date the bidder signs the ZNT 30 is on the same date the Commissioner of Oaths completed their section. The dates must correspond. Also make sure that the Commissioner of Oaths has initialled each page of the ZNT 30 (Pages 5 8). Page 4
5 4. Evaluation Criteria Bids will be evaluated in terms of the criteria stipulated. Be aware of this. 5. Specification Read the specification as it gives the bidder a clear idea of what the Department requires. 6. Price page Complete the form correctly and make sure that it is signed, witnessed and dated. The Department of Health trusts that the aforementioned information will assist your organisation in correctly completing the bid document. Regards Page 5
6 STANDARD BID DOCUMENTATION SECTION A INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR THE REQUIREMENTS OF THE KWAZULU-NATAL DEPARTMENT OF HEALTH PLEASE NOTE THIS BID CLOSES AT 11:00 CLOSING DATE : BID NO. : DESCRIPTION : THE SUPPLY OF UNIFORMS REQUIRED BY : CENTRAL PROVINCIAL STORES CONTRACT PERIOD : SIX MONTHS VALIDITY PERIOD : 180 days NAME OF BIDDER PROVINCIAL SUPPLIERS DATABASE REGISTRATION NO.: NB: IN ORDER TO QUALIFY FOR PREFERENCE POINTS A BIDDER MUST ENSURE THAT HE/ SHE/ IT IS REGISTERED AS A SUPPLIER ON THE KWAZULU-NATAL SUPPLIER DATABASE, AND THAT ALL INFORMATION IS ACCURATE AND UP TO DATE BEFORE THE CLOSURE OF THE BID DOCUMENTS DELIVERED BY HAND MUST BE DEPOSITED IN THE BID BOX SITUATED IN: CENTRAL SUPPLY CHAIN MANAGEMENT DIRECTORATE 121 CHIEF ALBERT LUTHULI ROAD PIETERMARITZBURG 3200 THE BID BOX IS AVAILABLE ON THE FOLLOWING DAYS AND TIMES : MONDAY TO FRIDAY: 08:00-16:00 DOCUMENTS POSTED SHALL BE ADDRESSED TO: HEAD: DEPARTMENT OF HEALTH CENTRAL SUPPLY CHAIN MANAGEMENT DIRECTORATE 121 CHIEF ALBERT LUTHULI ROAD PIETERMARITZBURG 3200 TECHNICAL ENQUIRIES TO BE MADE TO: MRS N. MAPHUMULO TEL Page 6
7 SECTION B SPECIAL INSTRUCTIONS AND NOTICES TO BIDDERS REGARDING THE COMPLETION OF BIDDING FORMS PLEASE NOTE THAT THIS BID IS SUBJECT TO TREASURY REGULATIONS 16A ISSUED IN TERMS OF THE PUBLIC FINANCE MANAGEMENT ACT, 1999, THE KWAZULU-NATAL SUPPLY CHAIN MANAGEMENT POLICY FRAMEWORK AND THE GENERAL CONDITIONS OF CONTRACT. 1. Unless inconsistent with or expressly indicated otherwise by the context, the singular shall include the plural and visa versa and with words importing the masculine gender shall include the feminine and the neuter. 2. Under no circumstances whatsoever may the bid forms be retyped or redrafted. Photocopies of the original bid documentation may be used, but an original signature must appear on such photocopies. 3. The bidder is advised to check the number of pages and to satisfy himself that none are missing or duplicated. 4. Bids submitted must be complete in all respects. 5. Bids shall be lodged at the address indicated not later than the closing time specified for their receipt, and in accordance with the directives in the bid documents. 6. Each bid shall be addressed in accordance with the directives in the bid documents and shall be lodged in a separate sealed envelope, with the name and address of the bidder, the bid number and closing date indicated on the envelope. The envelope shall not contain documents relating to any bid other than that shown on the envelope. If this provision is not complied with, such bids may be rejected as being invalid. 7. All bids received in sealed envelopes with the relevant bid numbers on the envelopes are kept unopened in safe custody until the closing time of the bids. Where, however, a bid is received open, it shall be sealed. If it is received without a bid number on the envelope, it shall be opened, the bid number ascertained, the envelope sealed and the bid number written on the envelope. 8. A specific box is provided for the receipt of bids, and no bid found in any other box or elsewhere subsequent to the closing date and time of bid will be considered. 9. No bid sent through the post will be considered if it is received after the closing date and time stipulated in the bid documentation, and proof of posting will not be accepted as proof of delivery. 10. No bid submitted by telefax, telegraphic or other electronic means will be considered. 11. Bidding documents must not be included in packages containing samples. Such bids may be rejected as being invalid. 12. Any alteration made by the bidder must be initialed. 13. Use of correcting fluid is prohibited 14. Bids will be opened in public as soon as practicable after the closing time of bid. 15. Where practical, prices are made public at the time of opening bids. 16. If it is desired to make more than one offer against any individual item, such offers should be given on a photocopy of the page in question. Clear indication thereof must be stated on the schedules attached. Page 7
8 SECTION C REGISTRATION ON THE PROVINCIAL SUPPLIERS DATABASE 1. In terms of the KwaZulu-Natal Supply Chain Management Policy Framework, all suppliers of goods and services to the Province of KwaZulu-Natal are required to register on the Provincial Suppliers Database. 2. If you wish to apply for registration, forms may be downloaded from the website, (click on Document Library and then choose Forms ) or obtained by phoning the toll free number This number is also available for general enquiries relating to Provincial supply chain management issues. 3. If a business is registered on the Database and it is found subsequently that false or incorrect information has been supplied, then the Department may, without prejudice to any other legal rights or remedies it may have; 3.1 de-register the supplier from the Database, 3.2 cancel a bid or a contract awarded to such supplier, and the supplier would become liable for any damages if a less favourable bid is accepted or less favourable arrangements are made. 4. The same principles as set out in paragraph 3 above are applicable should the supplier fail to request updating of its information on the Suppliers Database, relating to changed particulars or circumstances. 5. Application for registration must be submitted to the Provincial Treasury. IF THE SUPPLIER IS NOT REGISTERED AT THE CLOSING TIME OF BID, THE SUPPLIER IS REQUIRED TO SUBMIT A COPY OF THE REGISTRATION APPLICATION FORM, TOGETHER WITH THE BID DOCUMENTATION, TO THE RESPECTIVE DEPARTMENT INVITING BIDS. Page 8
9 SECTION D DECLARATION THAT INFORMATION ON PROVINCIAL SUPPLIER DATABASE IS CORRECT AND UP TO DATE (To be completed by bidder) THIS IS TO CERTIFY THAT I. (Name of bidder/authorised representative) WHO REPRESENTS... (State name of bidder) AM AWARE OF THE CONTENTS OF THE KWAZULU-NATAL SUPPLIER DATABASE WITH RESPECT TO THE BIDDER S DETAILS AND REGISTRATION INFORMATION, AND THAT THE SAID INFORMATION IS CORRECT AND UP TO DATE AS ON THE DATE OF SUBMITTING THIS BID. AND I AM AWARE THAT INCORRECT OR OUTDATED INFORMATION MAY BE A CAUSE FOR DISQUALIFICATION OF THIS BID FROM THE BIDDING PROCESS, AND/OR POSSIBLE CANCELLATION OF THE CONTRACT THAT MAY BE AWARDED ON THE BASIS OF THIS BID.... SIGNATURE OF BIDDER OR AUTHORISED REPRESENTATIVE... DATE Page 9
10 SECTION E DECLARATION OF INTEREST 1. Any legal person, including persons employed by the Province, or persons who act on behalf of the Province or persons having a kinship with persons employed by the Province, including a blood relationship, may make an offer or offers in terms of this bid invitation. In view of the possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the Province, or to persons who act on behalf of the Province, or to persons connected with or related to them, it is required that the bidder or his/her/their authorized representative shall declare his/her/their position vis-à-vis the evaluating authority and/or take an oath declaring his/her/their interest, where 1.1 the bidder is employed by the Province or acts on behalf of the Province; and/or 1.2 the legal person on whose behalf the bidding document is signed, has a relationship with a person/persons who are involved with the evaluation and adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for whom or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid 2. IN ORDER TO GIVE EFFECT TO THE ABOVE, THE FOLLOWING QUESTIONNAIRE MUST BE COMPLETED AND SUBMITTED WITH THE BID: 2.1 Full Name of bidder or his or her representative: 2.2 Identity Number: 2.3 Position occupied in the Company (director, shareholder etc): 2.4 Company Registration Number: 2.5 Tax Reference Number: 2.6 VAT Registration Number: * State means (a) 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); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. 2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? If so, furnish the following particulars: Name of person / director / shareholder/ member:... Name of state institution to which the person is connected: Position occupied in the state institution: Any other particulars: Page 10
11 2.8 Did you or your spouse, or any of the company s directors / YES / NO shareholders / members or their spouses conduct business with the state in the previous twelve months? If so, furnish particulars: Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? YES / NO If so, furnish particulars Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between the bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid? YES / NO If so, furnish particulars. 2.11Do you or any of the director s /shareholders/ members of the company have any interest in any other related companies whether or not they are bidding for this contract? YES / NO If so, furnish particulars: Page 11
12 DECLARATION I, THE UNDERSIGNED (NAME) CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2.1 TO ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE SIGNATURE OF DECLARANT BID NUMBER DATE POSITION OF DECLARANT NAME OF BIDDER Page 12
13 SECTION I TAX CLEARANCE CERTIFICATE REQUIREMENTS It is a condition of a bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder s tax obligations. 1. In order to meet this requirement, bidders are required to complete in full the attached form TCC 001 Application for a Tax Certificate and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders/individuals who wish to submit bids. 2. SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year from the date of approval. Copies of TCC 001 Application for a Tax Clearance Certificate form are available from any SARS branch office nationally or on the website 3. The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable. 4. In bids where Consortia/Joint Ventures/Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate. 5. Applications for the Tax Clearance Certificates may also be made via efiling. In order to use this provision, taxpayers will need to register with SARS as efilers through the website Page 13
14 A. COMPANIES SECTION J AUTHORITY TO SIGN A BID If a Bidder is a company, a certified copy of the resolution by the board of directors, personally signed by the chairperson of the board, authorising the person who signs this bid to do so, as well as to sign any contract resulting from this bid and any other documents and correspondence in connection with this bid and/or contract on behalf of the company must be submitted with this bid, that is before the closing time and date of the bid AUTHORITY BY BOARD OF DIRECTORS By resolution passed by the Board of Directors on Mr/Mrs... (whose signature appears below) has been duly authorised to sign all documents in connection with this bid on behalf of... (Name of Company) IN HIS/HER CAPACITY AS:... SIGNED ON BEHALF OF COMPANY:... (PRINT NAME) SIGNATURE OF SIGNATORY:... DATE:... WITNESSES: B. SOLE PROPRIETOR (ONE - PERSON BUSINESS) I, the undersigned... hereby confirm that I am the sole owner of the business trading as SIGNATURE DATE Page 14
15 C. PARTNERSHIP The following particulars in respect of every partner must be furnished and signed by every partner: Full name of partner Residential address Signature We, the undersigned partners in the business trading as...hereby authorise...to sign this bid as well as any contract resulting from the bid and any other documents and correspondence in connection with this bid and /or contract on behalf of SIGNATURE SIGNATURE SIGNATURE DATE DATE DATE D. CLOSE CORPORATION In the case of a close corporation submitting a bid, a certified copy of the Founding Statement of such corporation shall be included with the bid, together with the resolution by its members authorising a member or other official of the corporation to sign the documents on their behalf. By resolution of members at a meeting on At...Mr/Ms..., whose signature appears below, has been authorised to sign all documents in connection with this bid on behalf of... (Name of Close Corporation) SIGNED ON BEHALF OF CLOSE CORPORATION:. (PRINT NAME) IN HIS/HER CAPACITY AS DATE:... SIGNATURE OF SIGNATORY:... WITNESSES: Page 15
16 E CO-OPERATIVE A certified copy of the Constitution of the co-operative must be included with the bid, together with the resolution by its members authoring a member or other official of the co-operative to sign the bid documents on their behalf. By resolution of members at a meeting on at....mr/ms...whose signature appears below, has been authorised to sign all documents in connection with this bid on behalf of... (Name of co-operative) SIGNATURE OF AUTHORISED REPRESENTATIVE/SIGNATORY:... IN HIS/HER CAPACITY AS:... DATE:..... SIGNED ON BEHALF OF CO-OPERATIVE: NAME IN BLOCK LETTERS WITNESSES: Page 16
17 SECTION K CONDITIONS OF BID 1. I/We hereby bid to supply all or any of the supplies and/or to render all or any of the services described in the attached documents to the KwaZulu-Natal Provincial Administration (hereinafter called the Province ) on the terms and conditions and be in accordance with the specifications stipulated in the bid documents (and which shall be taken as part of and be incorporated into this bid) at the prices and on the terms regarding time for delivery and/or execution inserted therein. 2. I/we agree that: (a) (b) (c) (d) (e) the offer herein shall remain binding upon me and open for acceptance by the Province during the validity period indicated and calculated from the closing time of the bid; this bid and its acceptance shall be subject to Treasury Regulations 16A issued in terms of the Public Finance Management Act, 1999, the KwaZulu-Natal Supply Chain Management Policy Framework, the Provincial Treasury issued Practice Notes, and the KwaZulu-Natal General Conditions of Contract, with which I/we am fully acquainted; if I/we withdraw my bid within the period for which I/we have agreed that the bid shall remain open for acceptance, or fail to fulfil the contract when called upon to do so, the Province may, without prejudice to its other rights, agree to the withdrawal of my bid or cancel the contract that may have been entered into between me and the Province. I/we will then pay to the Province any additional expenses incurred by the Province having either to accept any less favourable bid or, if fresh bids have to be invited, the additional expenditure incurred by the invitation of fresh bids and by the subsequent acceptance of any less favourable bid. The Province shall have the right to recover such additional expenditure by set-off against monies which may be due to me under this or any other bid or contract or against any guarantee or deposit that may have been furnished by me or on my behalf for the due fulfilment of this or any other bid or contract and pending the ascertainment of the amount of such additional expenditure to retain such monies, guarantee or deposit as security for any loss the Province may sustain by reason of my default; if my bid is accepted, the acceptance may be communicated to me by registered post, and that the South African Post Office Limited shall be treated as delivery agent to me; the law of the Republic of South Africa shall govern the contract created by the acceptance of my bid and I choose domicilium citandi et executandi in the Republic at (full physical address) : I/we furthermore confirm that I/we have satisfied myself as to the correctness and validity of my bid: that the price(s), rate(s) and preference quoted cover all of the work/item(s) and my obligations under a resulting contract, and I accept that any mistakes regarding the price(s) and calculations will be at my risk. 4. I/we hereby accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this agreement, as the Principal(s) liable for the due fulfilment of this contract. 5. I/we agree that any action arising from this contract may in all respects be instituted against me and I/we hereby undertake to satisfy fully any sentence or judgement which may be pronounced against me as a result of such action. Page 17
18 6. I/we confirm that I/we have declared all and any interest that I or any persons related to my business has with regard to this bid or any related bids by completion of the Declaration of Interest Section. 7. CERTIFICATION OF CORRECTNESS OF INFORMATION SUPPLIED IN THIS DOCUMENT I/we, THE UNDERSIGNED, WHO WARRANT THAT I AM DULY AUTHORISED TO DO SO ON BEHALF OF THE BIDDER, CERTIFY THAT THE INFORMATION SUPPLIED IN TERMS OF THIS DOCUMENT IS CORRECT AND TRUE, THAT THE SIGNATORY TO THIS DOCUMENT IS DULY AUTHORISED AND ACKNOWLEDGE THAT: (1) The bidder will furnish documentary proof regarding any bidding issue to the satisfaction of the Province, if requested to do so. (2) If the information supplied is found to be incorrect and/or false then the Province, in addition to any remedies it may have, may:- (a) (b) Recover from the contractor all costs, losses or damages incurred or sustained by the Province as a result of the award of the contract, and/or Cancel the contract and claim any damages which the Province may suffer by having to make less favourable arrangements after such cancellation. SIGNED ON THIS... DAY OF AT SIGNATURE OF BIDDER OR DULY NAME IN BLOCK LETTERS AUTHORISED REPRESENTATIVE ON BEHALF OF (BIDDER S NAME)... CAPACITY OF SIGNATORY... NAME OF CONTACT PERSON (IN BLOCK LETTERS, PLEASE) POSTAL ADDRESS... TELEPHONE NUMBER:... FAX NUMBER:... CELLULAR PHONE NUMBER:... ADDRESS:... Page 18
19 SECTION L SPECIAL CONDITIONS INTRODUCTION (a) Bidder/s must ensure that they are fully aware of the Conditions contained in this bid document as they shall become the Conditions of Contract once the bid is awarded (b) It is the intention of the Department of Health to make multiple awards contained in this bid. Therefore, the Department of Health reserves the right, should it deem necessary to enter into negotiations with the bidder, regarding a flat rate price and service delivery. (c) Only bidders that fully meet the specifications shall be 1. ACCEPTANCE OF BID 1.1 The Department of Health Bid Adjudication Committee is under no obligation to accept the lowest or any bid. 1.2 The financial standing of bidders and their ability to manufacture or to supply goods or render services may be examined before their bids are considered for acceptance. 2. AMENDMENT OF CONTRACT 2.1 Any amendment to or renunciation of the provisions of the contract shall at all times be done in writing and shall be signed by both parties subject to the Department of Health Bid Adjudication Committee approval. 3. BASIS AND QUANTITIES 3.1 Bids must be for supply ex duty paid stocks held in the Republic of South Africa during the contract period The Department of Health is under no obligation to purchase any stock, which is in excess of the indicated quantities of each item. The quantities reflected in the bid forms are estimated quantities and no guarantee is given or implied as to the actual quantity which will be ordered. The Department of Health also reserves the right to purchase its requirements elsewhere outside the contract if : The minimum packing or minimum order quantity specified by the contractor be more than that of an institution s requirement The item(s) are urgently required and not immediately available An emergency arises. 4. CHANGE OF ADDRESS 4.1 Bidders must advise the Department of Health Central Supply Chain Management should their address (domicilium citandi et executandi) details change from the time of bidding to the expiry of the contract. Page 19
20 5. COMPLIANCE WITH SPECIFICATION (INCLUDING SABS/S.A.B.S/CKS/ISO/ EN SPECIFICATIONS) 5.1 Offers must comply strictly with the specification. Offers exceeding specification requirements are deemed to comply with the specification. The quality of products must not be less than what is specified. Where SABS/S.A.B.S/ CKS/ ISO AND EN specifications are called for, the Bidder must submit a certificate of compliance from the SABS with the submission of the bid. If the product is an S.A.B.S mark bearing product, this certificate will not be necessary. 5.2 SABS/S.A.B.S can be contacted for testing and conformity services at Tel: Fax: S.A.B.S, SABS /ISO /EN and CKS specifications will be at the account of the prospective bidder 6. SOUTH AFRICAN NATIONAL ACCREDITATION SYSTEM 6.1 The South African Accreditation System (SANAS) is recognized by the South African Government as the single National Accreditation Body that gives formal recognition that Laboratories, Certification Bodies, Inspection Bodies, Proficiency Testing Scheme Providers and Good Laboratory Practice (GLP) test facilities are competent to carry out specific tasks. This organization can be contacted as follows: Tel: : Fax: COUNTER OFFERS 7.1 Bidders attention is drawn to the fact that counter offers with regard to any of the abovementioned Special Conditions of Contract will invalidate such bids 8. DELIVERY AND PACKAGING 8.1 Basis of delivery: Delivery of items for various institutions shall be made directly to the relevant institutions before 14:30 as indicated in the order issued by the relevant institutions 8.2 In emergency cases, the Department of Health reserves the right to request the successful bidder/s to effect deliveries at any given time including Saturdays, Sundays and public holidays 8.3 Bidders will be required to make prior arrangement before delivery to allow for a delivery schedule with the Department of Health. 8.4 The delivery performance of contract will be closely monitored and any subsequent orders will only be issued to those suppliers that has proved to be competent with their delivery performance 8.5 Random inspection and sampling of items will be conducted upon delivery to verify quality and quantity against specification and contract samples and any other quality accreditation that can be prescribed. 8.6 It is the contractor s responsibility to off load the delivery vehicle 8.7 Order details must be presented upon delivery on delivery notes. 8.8 Delivery packages should be of a durable quality that will allow stacking and for further transportation without breakage. Page 20
21 8.9 Where applicable each item in a carton must be individually labelled and the following information must appear on the outer packaging of the carton: (a) (b) (c) (d) (e) (f) (g) Name of the manufacturer/supplier Description of item Item number code / catalogue number Date of manufacture Product expiry date. Batch no Lot no. 9. DELIVERY CONDITIONS 9.1 Delivery of products must be made in accordance with the instructions appearing on the official order form. 9.2 All deliveries or dispatches must be accompanied by a delivery note stating the official order number against the delivery that has been effected. 9.3 In respect of items awarded to them, contractors must adhere strictly to the delivery periods stipulated by them in their bids document. 9.4 The instructions appearing on the official order form regarding the supply, dispatch and submission of invoices must be strictly adhered to. 9.5 All invoices must be submitted in the original format. 9.6 Deliveries not complying with the order form will be returned to the contractor at the contractor s expense 9.7 No locally manufactured product many be substituted during the contract period with an imported product, and vice versa, without prior approval of Contract Management and the Department of Health. If approved, such substitution will be on the same terms and conditions as the current contract. 10. DETAILS OF CURRENT CONTRACTS HELD BY THE BIDDER (refer to Annexure A) 10.1 The bidder must furnish the following details of all current contracts. (i) (ii) (iii) (iv) Date of commencement of contract/s; Expiry date/s; Value per contract; and Contract details. That is, with whom held, phone number and address/s of the companies. 11. DOCUMENTATION OF UNDERTAKING AND LEGISLATIVE REQUIREMENTS 11.1 In the event of the bidder not being the actual manufacturer and will be sourcing the product(s)from another company, a letter from that company(ies)/supplier(s) confirming firm supply arrangement(s) including lead times in this regard, must accompany your bid at closing date and time 11.2 The said company/manufacturer/supplier issuing such a letter must confirm that it has familiarised itself with the item description/specification and bid conditions and if the bid of more than one item, it should be clearly indicated in respect of which item(s) the supportive letter has been issued Bidders offering medicated products which require registration in terms of Act 101 of 1965 (Medicine & Related Substances Control Act, 1965) be in possession of valid registration certificates, issued in terms of the said Act, at the closing date and time of bid and must comply with the conditions under which the medicines are registered. Page 21
22 11.4 Businesses/entities offering medicated products in terms of this bid or dealing in Medicines provide proof of licensing with the Medicines Control Council in terms of Section 22c(1)(b) of the Medicines and Related Substances Control Act as amended, at the closing date and time of bid Non-compliance with the above mentioned Special Conditions will invalidate the bid for such products offered. 12. ENTERING OF HOSPITAL/CLINIC STORES 12.1 No representative from a company shall be permitted to enter hospital/clinic premises, buildings or containers where stores are kept unless he/she is accompanied by the responsible official in charge of stores. Before entering hospital/clinic premises, buildings or containers where stores are kept, the company representative must in writing, motivate why entry is necessary and written authority must be obtained to enter from the Manager of the Institution. 13. EQUAL BIDS 13.1 In the event that two or more bids have equal total points, the successful bid will be the one scoring the highest number of preference points for specified goals. Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots. 14. EXECUTION PLAN 14.1 The bidder will be required to provide an efficient and effective service. Therefore, the bidder is required to submit proof that he/she has the required capacity to execute the contract tendered for successfully. The bidder must supply references or state his/her experience as a company to undertake the contract. References of past experience of owners/employees of new entities must accompany the bid document. Alternatively, the bidder must submit a project execution plan that the company will utilise to successfully execute the contract in terms of manpower, machinery, process, process control, infrastructure, etc. (refer to / attach as Annexure B) 14.2 If the bidder is a supplier/distributor, not a manufacturer of the product bided for, he/she must submit with the bid document on the closing date and time of bid a guarantee or a letter of undertaking from a manufacturer that support required to execute the contract successfully for the duration of the contract shall be provided.(please mark as Annexure C) NOTE: Failure to submit sufficient information for an assessment to be made may invalidate the entire bid It is a bid condition that prior to an award of the bid being made and/or during the evaluation process, the Department of Health reserves the right to conduct inspections of the premises of the most acceptable bidder. Therefore premises of the bidder shall be open, at reasonable hours, for inspection by a representative of the Department of Health or organization acting on its behalf. 15. EXTENSION OF CONTRACT 15.1 An extension of contract may be considered. It is the normal policy that contracts are not extended. However, circumstances may arise whereby a contract cannot be renewed in time. If this is found to be the case, the right is reserved to approach existing contractor(s) to extend the contract for such period agreed to. Page 22
23 16. FIRM PRICES 16.1 This bid requires that all prices bided are firm for one year only. If a non-firm price is bided then the bidder will be disqualified for not complying with the Conditions of the Bid Bidders are advised that should they be successful in being awarded the contract, it is mandatory for the successful bidder to take out forward cover with a recognized financial institution for a period of one year. 17. HISTORICAL DATA 17.1 Historical value and volume reports must be submitted on a three (3) monthly basis to Contract Management, Department of Health, Supply Chain Management by all successful bidders : SUPPLIER MEASURES (a) (b) Delivery period adherence Quality adherence END USER MEASURES (a) (b) (c) (d) On time payment Rand value of invoices not paid on time Actual quantities ordered vs estimated quantities forecasted On time order placement 17.2 This information will be submitted at the expense of the contractor. 18. INFORMATION REQUIRED FROM BIDDER (please mark as Annexure D) 18.1 Bidders must provide the following particulars about themselves as part of the bid: 18.2 Where they have their Headquarters. Details to be supplied on company s 18.3 Where they have their Regional Offices. letterhead. 19. INSPECTION FOR QUALITY 19.1 All deliveries to authorised participants will be subjected to a visual examination and scrutiny by the relevant participants, and/or inspection for quality by Provincial Quality Control Laboratories in the Republic of South Africa, and/or inspection for quality by an accredited South African National Accreditation Section ( SANAS ) testing agency In the event of products tested the contractor will bear the cost of any item failing to meet the relevant standard. 20. IRREGULARITIES 20.1 Companies are encouraged to advise the Department of Health timeously of any possible irregularities which might come to their notice in connection with this or other contracts. Page 23
24 21. JOINT VENTURES 21.1 In terms of the Preferential Procurement Regulations, 2001 pertaining to the Preferential Procurement Policy Framework Act 5 of 2000, a consortium or joint venture may, based on the percentage of the contract value managed or executed by their HDI/PPG members, be entitled to equity ownership in respect of an HDI/PPG Should this bid be submitted by a joint venture, the joint venture agreement must accompany the bid document before the closing date and time of bid. The joint venture agreement must clearly specify the percentage of the contract to be undertaken by each company participating therein Separate ZNT 30 s (Application for Preference Points) must be submitted by each company participating in the joint venture. The non-submission of a ZNT 30 by a company will result in preference points not being allocated to such company. Failure to submit the joint venture Agreement will result in preference points not being allocated to all companies participating in the joint venture Each party to a Joint Venture/Consortium must submit an original valid Tax Clearance Certificate together with the bid before the closing date and time of bid. 22. LATE BIDS 22.1 Bids are late if they are received at the address indicated in the bid documents after the closing date and time A late bid shall not be considered and, where practical, shall be returned unopened to the Bidder, accompanied by an explanation. 23. MULTIPLE AWARDS 23.1 The Department of Health Bid Adjudication Committee reserves the right to award the bid to more than one contractor, provided the respective bidders offer complies with the specification and meets all the conditions attached to the bid The awarding of this bid is not dependent solely of the factors on prices and preference points and where necessary the Department of Health may rely on other factors such as equitable distribution of opportunity. The Department of Health Bid Evaluation and Adjudication Committees will scrutinize that principal business activity of the bidder falls within the principal business activity of the company bidding. 24. NOTIFICATION OF AWARD OF BID 24.1 Notification of the award of bid shall be in writing by a duly authorized official of the Department of Health, Central Supply Chain Management. The written acceptance of an offer constitutes a legal and binding contract if no appeals are lodged. The contract circular will be issued by a duly authorized official of the Department of Health only The intentions of award of bid will be advertised in the same media as the invitation. Page 24
25 25. PAYMENT FOR SUPPLIES AND SERVICES 25.1 A contractor shall be paid by the institution concerned, in accordance with supplies delivered and services rendered Should a contractor indicate a special discount on his/her account provided payment is made within a certain time, every effort shall be made to take advantage of such discount Any query concerning the non-payment of accounts must be directed to the institution concerned. The following protocol will apply if accounts are queried: (i) (ii) (iii) contact must be made with the officer-in-charge of stores; if there is no response from stores, the Manager of the institution must be contacted; failing all of the above, the contractor must contact The General Manager: Accounting Services supplying the following details : (a) (b) name/s of person/s contacted at the institution and dates; and details of outstanding account. 26. PRICE INCREASES The General Manager: Accounting Services will then take the appropriate action All bid prices must be firm for the contract period. Only CPIX will be used to consider requests for price increases. 27. PRICES ONLY OFFER 27.1 Where only 1 offer is received, the Department of Health has to determine whether the prices are fair and reasonable. Proof of reasonableness will be determined in the following sequence: (i) comparison with prices, after discounts, to his/her other normal clients and the relative discount that the State enjoys; (ii) where this is not possible, profit before tax based on a full statement of relevant costs; and (iii) in all cases, comparison with previous bid prices where these are available. 28. PROVINCIAL SUPPLIERS DATABASE 28.1 A bidder submitting an offer must be registered on the Provincial Suppliers Database. A bidder who has submitted an offer and is not registered on the Provincial Suppliers Database will not be considered Each party to a Joint Venture/Consortium must be registered on the Provincial Suppliers Database at the time of submitting the bid. 29. PERIOD OF CONTRACT 30.1 The contract will run for a period of six months. Page 25
26 30. QUANTITIES 30.1 The quantities reflected on the bid are estimated and the Department of Health cannot guarantee any percentage off-take. The awarding of the contract is subject to the provision that quantities cannot be guaranteed Bidders are required to thoroughly read the price page with regard to the quantity for costing purposes 31. RATE OF EXCHANGE 31.1 All bids involving imported products must use the rate of exchange that was applicable 14 days prior to the closing date indicated in the bid documents. If this day falls on a week-end or public holiday, the next working day must be used Bidders must submit documentary proof (in the form of a certified copy) from their bank or any other legally recognised financial institution, clearly indicating what the rate of exchange was 14 days prior to the closing date, as mentioned above. Information may be obtained from the internet from a financial institution s website In addition to this, the bidder must confirm that the bid price relating to an imported product was based on the rate of exchange 14 days prior to the closing date as mentioned above The Department of Health reserves the right to re-negotiate the price should there be a reduction of the price in the market The Department of Health reserves the right to re-negotiate the price should there be a reduction of price in the market. 32. SAMPLES 32.1 Samples will not be accepted with the closing of the bid document A sample meeting will be arranged whereby the required companies will be invited to forward their samples on a specified date and time 32.3 Samples must be made available for the sample meeting, failure to provide a sample will reject their bid offer Samples shall be supplied by the bidder at his/her own risk The Department shall not be obliged to pay for such samples The Department reserves the right not to return such samples and to dispose of them at it s discretion 32.7 Samples must be clearly marked: Item number Name of the Company Brand name Bid number N.B. Failure to clearly mark the samples submitted shall result in the samples not being evaluated and eliminated from further consideration Page 26
27 33. SPECIAL CONDITIONS OF CONTRACT 33.1 The bid is issued in accordance with the provisions of the Public Financial Management Act (PFMA), chapter 16 A of the Treasury Regulations and shall be subject to the provisions of the General Conditions of Contract. The Special Conditions of Contract are supplementary to that of the General Conditions of Contract. Where, however, the Special Conditions of Contract are in conflict with the General Conditions of Contract, the Special Conditions of Contract prevail 34. STATEMENT OF SUPPLIES AND SERVICES 34.1 The contractor shall, monthly, furnish particulars of supplies delivered or services executed. Such information must be submitted to the Department of Health Supply Chain Management. Information required is as follows: (i) (ii) (iii) Name of institution Orders received order number & catalogue number & quantity delivered. Training performed Name of institution, number of officials trained and type of training performed If the contractor fails to provide the required information, the Department of Health may, without prejudice to any other rights which it may have, institute inquiries at the expense of the contractor to obtain the required particulars. 35. UNSATISFACTORY PERFORMANCE 35.1 Unsatisfactory performance occurs when performance is not in accordance with the contract conditions. (i) Before any action is taken, the institution shall warn the contractor by registered/certified mail that action will be taken in accordance with the contract conditions unless the contractor complies with the contract conditions and delivers satisfactory supplies or services within a specified reasonable time (7 days minimum). If the contractor does not perform satisfactorily despite the warning the institution will: (a) (b) take action in terms of its delegated powers make a recommendation to its Head Office for cancellation of the contract concerned. (ii) When correspondence is addressed to the contractor, reference will be made to the contract number/item number/s and an explanation of the complaint. 36. VALIDITY PERIOD OF BID AND EXTENSION THEREOF 36.1 The validity (binding) period for the bid must be 180 days from close of bid. However, circumstances may arise whereby this Department may request the bidders to extend the validity (binding) period. Should this occur, the Department will request bidders to extend the validity (binding) period under the same terms and conditions as originally tendered for by bidders. This request will be done before the expiry of the original validity (binding) period. Page 27
28 37. VAT 37.1 Bid prices must be inclusive of VAT A tax invoice shall be in the currency of the Republic of South Africa and shall contain the following particulars: (a) The name, address and registration number of the supplier; (b) the name and address of the recipient; (c) an individual serialized number and the date upon which the tax invoice is issued; (d) a description of the goods or services supplied; (e) the quantity or volume of the goods or services supplied; (f) either (i) (ii) the value of the supply, the amount of tax charged and the consideration for the supply; or where the amount of tax charged is calculated by applying the tax fraction to the consideration, the consideration for the supply and either the amount of the tax charged, or a statement that it includes a charge in respect of the tax and the rate at which the tax was charged. NOTE The Department of Health reserves the right to verify the veracity on all information submitted. Page 28
29 ANNEXURE A In terms of paragraph 10 of Special Conditions of Contract the bidder must furnish the following details of all current contracts. (i) (ii) (iii) (iv) Date of commencement of contract/s; Expiry date/s; Value per contract; and Contract details. That is, with whom held, phone number and address/s of the company. DATE OF COMMENCEMENT EXPIRY DATE VALUE OF CONTRACT CONTRACT DETAILS Page 29
30 ANNEXURE B EXECUTION PLAN The bidder must provide an execution plan on how the contract is going to be executed successfully: (Please refer to Clause 14, page 22) Page 30
31 SECTION P DECLARATION OF BIDDERS PAST SUPPLY CHAIN MANAGEMENT PRACTICES (To be completed by Bidder.) 1 This Section must form part of all bids invited. 2 It serves as a declaration to be used by Departments in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system. 3 The bid of any bidder may be disregarded if that bidder, or any of its directors have- a. abused the Department s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract. 4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. Item Question Yes No 4.1 Is the bidder or any of its directors listed on the National Treasury s database as companies or persons prohibited from doing business with the public sector? Yes No (Companies or persons who are listed on this database were informed in Writing of this restriction by the National Treasury after the audi alteram partem rule was applied) If so, furnish particulars: 4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? To access this Register, enter the National Treasury s website, click on the icon Register for Tender Defaulters or submit your written request for a hard copy of the Register to facsimile number (012) If so, furnish particulars: 4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years? Yes Yes No No Page 31
32 4.3.1 If so, furnish particulars: 4.4 Was any contract between the bidder an any organ of state terminated during the past five years on account of failure to perform on or comply with the contract? Yes No If so, furnish particulars: CERTIFICATION I, THE UNDERSIGNED (FULL NAME) CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.. Signature.. Date Position Name of Bidder Page 32
33 GENERAL CONDITIONS OF CONTRACT DEFINITIONS: The following terms shall be interpreted as indicated: (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) (n) (o) 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 Province and the Contractor, 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 Contractor under the contract for the full and proper performance of his contractual obligations. Corrupt practice means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution. 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 recognised 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 with 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 delivery and unloaded in the specified store or depot or on the specified site in compliance with the conditions of the contract or order, the Contractor 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 and services 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 Contractor and not involving the Contractor s fault or negligence and not foreseeable. Such event may include, but is not restricted to, acts of the Province 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. Goods means all the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser under the contract. Page 33
34 (p) (q) (r) (s) (t) (u) (v) (w) (x) (y) 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 Contractor 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 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. Province means the procuring Department, incorporating the KwaZulu-Natal Provincial Legislature. 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 Contractor covered under the contract. Written or in writing means handwritten in ink or any form of electronic or mechanical writing. Page 34
35 1. CESSION OF CONTRACTS 1.1 The Contract is personal to the Contractor who shall not sub-let, assign, cede or make over the Contract or any part thereof, or any share of interest therein, to any other person without the written consent of the Province, and on such conditions as it may approve. 1.2 This sub-clause shall not apply to sub-contracts given to regular suppliers of the Contractor for materials and minor components relating to the goods or services supplied. The Province reserves the right to require the Contractor to submit, for noting, the names of such subcontractors in order to ascertain their registration on the Provincial Suppliers Database and they must be legal entities. 2. DISCREPANCIES Should there appear to be any discrepancies, ambiguities or want of agreement in description, dimensions, qualities or quantities in the Contract, the Contractor shall be obliged to refer the matter to the Provinces Representative for a decision, before proceeding to execute the Contract or part thereof in respect of which the said discrepancies, ambiguities or want of agreement appear to exist. 3. QUALITY AND GUARANTEE 3.1 All Goods supplied shall be equal in all respects to samples, patterns or specifications where such are provided. Any changes to quality or brands will have to be approved by the Province, as this is a change to the conditions of the contract. 3.2 Should the Province, after the award of the Contract and/or during the manufacture of the goods specified, decide on a variation or alteration to the specification, either at the suggestion of the Contractor or otherwise, which will be to the Province s advantage, such variation or alteration shall be performed to the Province s satisfaction. Any variation in the Contract Price arising there from shall be subject to agreement between the Province and the Contractor. 3.3 The Contractor shall not be relieved of his obligations with respect to the sufficiency of the materials and workmanship and the quality of the Goods supplied by the reason of no objection having been taken thereto by the Province s Representative at the time the Goods were delivered. 3.4 The Contractor 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 Contractor 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 Contractor, that may develop under normal use of the supplied goods in the conditions prevailing in the country of the final destination. 3.5 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 the Special Conditions of Contract. 3.6 The Province shall promptly notify the Contractor in writing of any claims arising under this warranty. The Contractor shall immediately remedy the said defect free of cost to the Province. Should the Contractor delay remedial work in excess of time stipulated by the Province s representative, the Province may have such remedial work executed at the Contractor s expense. Should the Province decide that the defect is such that it cannot be remedied, the Goods may be rejected. Such rejected goods shall be held at the risk and expense of the Contractor and shall, on request of the Province, be removed by him immediately on receipt of notification of rejection. The Contractor shall be responsible for any loss the Province may sustain by reason of such action as the Province may take, in terms of this clause. 3.7 The risk in respect of the Goods purchased by the Province under the contract shall remain with the Contractor until such goods have been delivered to the Province. Page 35
36 3.8 The principle feature of the Goods and Work are described in the Goods or Services Information, but the Goods or Services Information does not purport to indicate every detail of construction, fabrication or arrangements of Goods and Works necessary to meet the requirements. Omission from the Goods or Services information of reference to any part or parts shall not relieve the Contractor of his responsibility for carrying out the Work as required under the Contract. 3.9 If any dispute arises between the Province and the Contractor in connection with the quality and guarantee of the Goods, either party may give the other notice in writing of the existence of such dispute, and the same shall thereupon be referred to arbitration in South Africa by a person mutually agreed upon by both parties. The submission shall be deemed to be a submission to arbitration within the meaning of the terms of the arbitration laws in force in the Republic of South Africa. 4. FAILURE TO COMPLY WITH CONDITIONS AND DELAYED EXECUTION 4.1 If a bidder amends or withdraws his/her/their bid after the closing time but before the bidder is notified that his/her/their bid has been accepted, or when notified that his/her/their bid has been accepted, he/she/they fail/fails, within the period stipulated in the conditions of bid or such extended period as the Province may allow, to sign a contract or to provide security when requested to do so, he/she/they shall, unless the Province decides otherwise, and without prejudice to any other right which the Province may have under paragraphs 4.2 and 4.4, including the right to claim damages if a less favourable bid is accepted or less favourable arrangements are to be made, forfeit any deposit which may have been made with the bid. 4.2 Should the contractor fail to comply with any of the conditions of the contract, the Province shall be entitled, without prejudice to any of its other rights, to cancel the contract. 4.3 Upon any delay beyond the contract period in the case of a supplies contract, the Province shall, without canceling the contract, be entitled forthwith 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 supplies delivered later at the contractor s expense and risk, or forthwith to cancel the contract and buy such supplies as may be required to complete the contract, and without prejudice to its rights, be entitled to claim damages from the contractor. 4.4 Upon any delay beyond the contract period in the case of a service contract, the Province shall, without prejudice to any other right and without canceling the contract, be entitled forthwith to arrange the execution of the service not rendered in conformity with the contract or to cancel the contract, and without prejudice to its other rights, be entitled to claim damages from the contractor. 4.5 In the event of the Province availing itself of the remedies provided for in paragraph the contractor shall bear any adverse difference in price of the said supplies services and these amounts plus any other damages which may be suffered by the Province, shall be paid by the contractor to the Province immediately on demand, or the Province may deduct such amounts from moneys (if any) otherwise payable to the contractor in respect of supplies or services rendered or to be rendered under the contract or under any other contract or any other amounts due to the contractor; or if the Contractor fails to supply the goods or render the service within the period stipulated in the contract, the Province shall have the right, in its sole discretion, to claim any damages or loss suffered. 4.6 No damages shall be claimed in respect of any period of delay which the contractor can prove to be directly due to a state of war, sanctions, strikes, lockouts, damage to machinery as a result of accidents, fire, flood or tempest or act of God, which could not be foreseen or overcome by the contractor, or to any act or omission on the part of persons acting in any capacity on behalf of the Province. 4.7 If the delivery of the supplies or the rendering of the service is likely to be delayed or is in fact being delayed on account of any of the reasons mentioned in paragraph 4.6, full particulars of the Page 36
37 5. PATENTS circumstances shall be reported forthwith in writing to the Province and at the same time the contractor shall indicate the extension of the delivery period which is desired. 5.1 The Contractor shall pay all royalties and expenses and be liable for all claims in respect of the use of patent rights, trademarks or other protected rights, and hereby indemnifies the Province against any claims arising there from. 5.2 The Contractor shall indemnify the Province against all third-party claims of infringement of patent, trademark, or industrial design rights arising from the use of the goods or any part thereof by the Province. 6. PACKAGING, MARKING AND DELIVERY 6.1 All goods shall be crated, packed or battened securely in such a manner as to prevent damage during loading, transport and off-loading. Unless otherwise specified, packing cases and packing materials are included in the Contract Price, and shall be and remain the property of the Province. 6.2 All goods shall be clearly marked in the manner stated in the Goods or Services Information. 6.3 Goods shall be delivered to the address within the Province s area of jurisdiction as set out in the Special Conditions of Contract or Goods and Services Information. 6.4 Goods shall be delivered on Weekdays between 08:00 and 16:00, free of all charges, only when ordered upon an official letter or form of order issued by the Province. No goods will be received on Saturdays, Sundays and public holidays. This paragraph (6.4) is applicable only when not excluded in the Special Conditions of Contract. 6.5 Goods delivered shall in all cases be accompanied by delivery notes in duplicate, one which will be retained by the Province. The Contractor shall be responsible for the safe delivery as to the quality, quantity and condition of the goods. 6.6 Delivery, unless otherwise provided for in the Special Conditions of Contract, shall be affected within seven (7) days from receipt of the order. The Contractor shall advise the Province upon receipt of an order in writing of any anticipated delays, citing reasons therefore and put forward a new anticipated delivery date. The Province may then extend the delivery date, if and as it deems fit. 6.7 Should the Contractor fail to supply the material within the time stated in his bid, or within the extended time allowed to him in terms of clause 6.6 hereof, the Province reserves the right (after giving the Contractor seven days notice in writing) to cancel the contract and purchase the materials elsewhere and the bidder shall refund to the Province any extra cost incurred over and above the contract price. No liability shall, however, be attached to the Contractor if delivery of materials is rendered impossible or delayed by reason of circumstances beyond the Contractor s control. 6.8 If the Contractor cannot produce proof satisfactory to the Province that the delay was due to circumstances beyond his control, no price increase after the due date will be recognized. 6.9 If at any time the Province ascertains that, due to negligence of the Contractor or for reasons beyond his control: No work on the order has been commenced and in the opinion of the Province, there is little or no prospect of work being commenced in reasonable time; Delivery of any materials is being or is likely to be delayed beyond the delivery date promised, and/or There is little or no prospect of the order being completed within a reasonable time after the promised date; the Province may, by notice to the Contractor in writing, cancel as from the future date specified in such notice, the whole or any part of the order in respect of which material has not been delivered by that date without incurring any liability by Page 37
38 reasons of such cancellation. The cases where circumstances beyond the control of the Contractor have delayed commencement or completion of the order, cancellation of the order will be effected by mutual arrangement or where this is not possible by the decision of the Province. The Contractor shall then as soon as possible after such date deliver to the Province that part of the order which has been completed, and payment is to be effected is for the part performance on a proportional basis, subject to the uncompleted part not being an integral or essential part of the contract Should a price other than an all-inclusive price be required, this shall be specified in the SCC. 7. CONSIGNMENT OF GOODS 7.1 Goods, if delivered by Spoornet may be consigned carriage paid in the Contractor s name, care of the Province to the place of delivery stipulated, but not in the name of the State. Goods consigned to stores located in areas which Spoornet may refuse to deliver, must be done so care of a local agent or to a local depot from which they may be re-delivered by road to such stores. 7.2 Contractors shall arrange with Spoornet to deliver goods to the Province s stores during the hours and on the days that the stores are open. 7.3 The Province will not be responsible for any damage, re-delivery charges or any other charges raised by Spoornet. 7.4 Claims on the South African Transport Services or on any other carrier in respect of weight, quantity, damage or loss, shall be made by the Contractor. 8. PAYMENT 8.1 The Contractor shall furnish the Province with an invoice accompanied by a copy of the delivery note upon fulfilment of other obligations stipulated in the contract. 8.2 Payments shall be made promptly by the Province, but in no case later than thirty days (30) days after submission of an invoice or claim by the Contractor. 8.3 Payments will be made in Rand unless otherwise stipulated. 8.4 Payments for goods are made by the Province only. Any disputes regarding late or delayed payments must be taken up with the department and if a problem persists, the Supply Chain Management Office can be requested to investigate the delays. 9. INVOICES All invoices submitted by the Contractor must be Tax Invoices indicating quantity ordered and quantity delivered, the amount of tax charged and the total invoice amount. 10. CONTRACT PRICE ADJUSTMENT 10.1 Firm contract prices shall not be subject to adjustment. contract prices which are not firm shall be increased or reduced by the amount of variation between the Cost to Bidder and the actual cost to the Contractor, such variations to be subject to the following conditions: Where the Cost to Bidder was based on a printed catalogue or list price, the variation shall be the difference between that price list and the price list actually charged. Should it transpire that the Cost to Bidder was not based on the latest available price list at the Date of Bid, the Province shall have the right to elect the price list on which any variation shall be based Where the Cost to Bidder was based on a quotation by the manufacturer, or where the Contractor is the manufacturer, and the Contract Price was based on the cost of materials and labour ruling at a certain date, the variation in the Contract Price shall be calculated by means of the Steel and Engineering Industries Federation of South Africa (SEIFSA) formula if this is stipulated in the Contract, or if the Province s representative considers it to be appropriate. Where the use of the SEIFSA formula is not appropriate, the variation shall be calculated by means of another formula acceptable to the Province, which shall be Page 38
39 indicated in the Special Conditions of Contract. Only those cost increases due to wage increases prescribed by regulating measures having the force of law, or increases in the cost of materials and railage as may be proven by documentary evidence, or published data, will be considered in determining Contract Price variation Any difference between Rates and Charges ruling at the time of bid and those actually paid by the Contractor will be for the account of the Province. The Contract Price adjustment arising from any variation in Rates and Charges shall, in every instance, be applied to the appropriate value, or tonnage, of the Goods shipped. Where a variation in the Cost to bidder has been allowed, the contract price shall be adjusted by the product of such variation and every component of Rates and Charges which is based on the value of the Goods, whether or not the costs of such components have varied No claim for increased costs will be entertained if the Contractor is unable to produce documentation to substantiate Cost to Bidder and Rates and Charges on which the contract price was based and documentation to support his claim. Such documentation must, in the opinion of the Province, adequately support the Contractor s claim. No claim for increased costs to the Contractor arising from negligence on his part, or that of the manufacturer, will be considered The Contractor shall, in respect of every consignment or shipment of Goods delivered, supply to the Province s Representative documentary evidence of variation, if any, in Cost to Bidder and Rates and Charges Claims for increased cost shall be submitted with the invoice for the Goods in respect of which the claim is made, or as soon thereafter as possible. Claims shall not be considered if received more than 90 days after the expiry of the Contract unless notice of intention to claim has been given to the Province before such date In the event of there being no claim by the Contractor for increased costs, the Contractor shall not be entitled to full payment under the Contract before he has submitted to the Province, in his own name or in the name of the manufacturer, a certificate declaring that there have been no adjustments in the cost of manufacture which entitle the Employer to a reduction in the Contract Price as provided for in this clause. 11. REMEDIES IN THE CASE OF DEATH, SEQUESTRATION, LIQUIDATION OR JUDICIAL MANAGEMENT 11.1 In the event of the death of a contractor or the provisional or final sequestration of his/her/their estate or of his/her/their cession or transfer of a contract without the approval of the Province or of the surrender of his/her/their estate or of his/her/their reaching a compromise with his/her/their creditors or of the provisional or final liquidation of a contractor s company/closed corporation or the placing of its affairs under judicial management, the Province may, without prejudice to any other rights it may have, exercise any of the following options : cancel the contract and accept any of the bids which were submitted originally with that of the contractor or any offer subsequently received to complete the contract. In such a case the estate of the contractor shall not be relieved of liability for any claim which has arisen or may arise against the contractor in respect of supplies not delivered or work not carried out by the contractor, under the contract Allow the executor, trustee, liquidator or judicial manager, as the case may be, for and on behalf of and at the cost and expense of the estate of the contractor to carry on with and complete the contract For and on behalf of and at the cost and expense of the estate of the contractor, itself carry on with and complete the contract and in that event the Province may take over and utilize, without payment, the contractor s tools, plant and materials in whole or in part until the completion of the contract. Page 39
40 11.2 Should the Province elect to act in terms of paragraph it shall give notice of its requirements to the executor, trustee, liquidator or judicial manager of the contractor s estate and should the said executor, trustee, liquidator or judicial manager fail within 14 days of the dispatch of such notice to make provision to the satisfaction of the Province for the fulfillment of such requirements, or should no trustee, liquidator or judicial manager be appointed within 14 days of the occurrence mentioned in paragraph 11.1, the Province may apply any remedy open to it in terms of the contract as if a breach thereof had taken place Should the Province act in terms of paragraph the contractor must leave the premises immediately and may not occupy such premises on account of retention or any other right. 12. LAW TO APPLY The Contract shall in all respects be construed in accordance with the law of the Republic of South Africa, and any difference that may arise with the law of the Republic of South Africa, and any difference that may arise between the Province and the Contractor in regard to the Contract, shall be settled in the Republic of South Africa. 13. OFFERING OF COMMISSION OR GRATUITY If the Contractor, or any person employed by him, is found to have either directly or indirectly offered, promised or given to any office bearer of the Province or person in the employ of the Province, any commission, gratuity, gift or other consideration, the Province shall have the right, summarily and without recourse to law and without prejudice to any other legal remedy which it may have in regard to any loss or additional cost or expenses, to cancel the Contract without paying any compensation to the Contractor. 14. PREFERENCES 14.1 Should the Contractor apply for preferences in the submission of his bid, and it is found at a later stage that these applications were incorrect or made under false pretences, the Province may, at its own right: Recover from the Contractor all costs, losses or damages incurred or sustained by the Province as a result of the award of the Contract; and / or Cancel the contract and claim any damages which the Province may suffer by having to make less favourable arrangements after such cancellation The Province may impose penalties, however, only if provision therefore is made in the Special Conditions of Bid. 15. WEIGHTS AND MEASURES The quantities of goods offered or delivered shall be according to South African standard weights and measures. 16. SECURITY 16.1 Special Conditions of Contract relating to Surety/Guarantee requirement must be dealt with in strict compliance with the Conditions of Bid set out herein In respect of contracts less than R , the guarantees and sureties required may be based on a risk evaluation conducted by the Province inviting the bid No deposits are required for bid applications for contracts below R Page 40
41 17. ORDERS 17.1 Goods shall be delivered and services rendered only upon receipt of a written official order or the signing of a contract with the Province, and accounts shall be rendered as indicated on the official order or in the contract, as the case may be The Province reserves the right to call upon any Contractor during the contract period to make known the following details: Name of Institution placing order; Provincial official order number; Quantity ordered; and List of items ordered. 18. EXPORT LICENCES 18.1 When orders are placed for goods in respect of which an export licence from the country of origin of supplies is required, the Contractor shall: Not incur any direct or indirect costs in connection with the supply or despatch of such supplies before he has obtained such licence; If the government of the country from which the supplies are to be exported refuses, or fails to grant such licence within three months of the placing of the order, the order shall be considered to be cancelled and no liability will be accepted for any loss or expenses irrespective of the nature thereof, including loss or expenditure suffered or incurred by the Contractor or any other person in respect of the production, supply, transportation or delivery of such supplies. 19. INSURANCE 19.1 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 in the SCC Any insurance policies taken out by a Contractor to cover goods delivered for a contract must be taken out with a company registered in South Africa in terms of relevant insurance and companies acts. 20. INSPECTION, TESTS AND ANALYSES 20.1 In terms of Provincial policy, inspections of a Bidder s goods and services are permitted. Bidders and Contractors must allow reasonable access to premises to officials from the department inviting the bid, or person specially appointed by the Province to carry out inspection or tests. There are two main categories: Firstly, where the bid conditions call for goods to be inspected during the contract period. Secondly, where the inspection results are to be submitted with the bid document If it is a bid condition that goods to be produced should at any stage during production or on completion be subject to inspection, the premises of the Contractor shall be open, at all reasonable hours, for inspection by a representative of the Province or of an organisation acting on its behalf Inspections tests and analyses may be carried out prior to despatch in regard to such contract goods as may be deemed necessary by the Province, and the Contractor shall provide, if required, all the required facilities for the inspection, tests and analyses of the goods free of charge and shall, if required, provide all the materials, samples and labour and available apparatus which may be required for the purposes of such inspection, tests and analyses free of charge, unless otherwise specified. Page 41
42 20.4 If there are no inspection requirements in the bid documents and no mention thereof is made in the letter of acceptance, but during the contract it is decided that inspections shall be carried out, the Province shall itself make the necessary arrangements, including payment arrangements, with the testing authority concerned. The premises of the Bidder Contractor must be open and accessible at all reasonable times for the purposes of these tests If the inspection, tests and analyses show the goods or service to be in accordance with contract requirements, the cost of the inspection, tests and analyses shall be defrayed by the Province calling for such tests or analyses. Where the supplies or services do not comply with the contract, the costs shall be defrayed by the Contractor and the Province shall have the right, without prejudice to any other legal remedy it may have, to deduct such costs from payments due to the Contractor under the contract or under any other contract Goods and services which do not comply with the contract requirements may be rejected Any 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, and such rejected goods shall be held at the cost and risk of the Contractor who shall, when called upon, remove them immediately at his own cost and forthwith substitute them for goods which do comply with the requirements of the contract, failing which such rejected goods shall be returned at the Contractor s cost and risk. Should the Contractor fail to provide the substitute goods forthwith, the Province may, without giving the Contractor a further opportunity to substitute the rejected goods, purchase such supplies as may be necessary at the expense of the Contractor, for example, the transport costs and other expenses regarding the rejected goods must be refunded by the Contractor Where imported goods are to be inspected before delivery, the Contractor shall notify his suppliers abroad of the conditions applicable to inspections Provisions contained in sub-clause 20.1 and 20.8 shall not prejudice the right of the Province to cancel the contract on account of a breach of the conditions thereof. 21. RESTRICTION OF BIDDING Without prejudice on any other legal remedies, the Province may impose restrictions on a Bidder in terms of which bids to the Province will not be accepted for such period as determined by the Province. This information may be passed to other provinces or State organisations in the Republic of South Africa. These restrictions may be imposed in terms of the breach of any of the requirements to be met in terms of the accepted bid or contract. The Province may also make a restriction on a bidder from another province or State institution applicable to this Province. 22. CONTRACTOR S LIABILITY 22.1 In the event of the contract being cancelled by the Province in the exercise of its rights in terms of these conditions, the Contractor shall be liable to pay to the Province any losses sustained and/ or additional costs or expenditure incurred as a result of such cancellation, and the Province shall have the right to recover such losses, damages or additional costs by means of set-off from moneys due or which may become due in terms of the contract or any other contract or from guarantee provided for the due fulfilment of the contract and, until such time as the amount of such losses, damages or additional costs have been determined, to retain such moneys or guarantee or any deposit as security for any loss which the Province may suffer or may have suffered The Contractor may be held responsible for any consequential damages and loss sustained which may be caused by any defect, latent or otherwise, in supply or service rendered or if the goods or service as a result of such defect, latent or otherwise, does not conform to any condition or requirement of the contract. Page 42
43 23. PRICE LISTS Price lists which are part of the contract shall not be amended without the approval of the Province, unless the SCC specify otherwise. 24. SUBMISSION OF CLAIMS 24.1 Claims must be submitted within 90 days of the delivery date of items, but the delivery date will be calculated according to the delivery period stipulated in terms of the contract, unless an extension for late delivery has been granted by the Province For period contracts, no price increase will be granted within the first 180 days of the contract period. No price increase applications which are submitted later than 90 days after the contract period expired, will be considered. The claims shall be accompanied by documentary proof and, if required, an auditor s report sustaining the claim shall be provided Claims referring to formulae and indices must be clearly set out in terms of indices or formulae values used to calculate the bid price, and the adjusted indices or values. 25. PROVINCIAL PROPERTY IN POSSESSION OF A CONTRACTOR 25.1 Province s property supplied to a Contractor for the execution of a contract remains the property of the Province and shall at all times be available for inspection by the Province or its representatives. Any such property in the possession of the Contractor on the completion of the contract shall, at the Contractor s expense, be returned to the Province forthwith The Contractor shall be responsible at all times for any loss or damages to the Province s property in his possession and, if required, he shall furnish such security for the payment of any such loss or damages as the Province may require. 26. RIGHTS TO PROCURE OUTSIDE THE CONTRACT 26.1 The Province reserves the right to procure goods outside the contract in cases of urgency or emergency or if the quantities are too small to justify delivery costs, or if the goods are obtainable from another organ of Province or if the Contractor s point of supply is not situated at or near the place where the goods are required or if the Contractor s goods are not readily available No provision in a contract shall be deemed to prohibit the obtaining of goods or services from a Province or local authority. 27. AMENDMENT OF CONTRACT No agreement to amend or vary a contract or order or the conditions, stipulations or provisions thereof shall be valid and of any force and effect 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. 28. NOTICES 28.1 Every written acceptance of a bid shall be posted to the supplier/bidder concerned by registered or certified mail and any other notice to him/her/it shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him/her/it in writing and such posting shall be deemed to be proper service of such notice 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 such notice. 29. INCIDENTAL SERVICES 29.1 The Contractor may be required to provide any or all of the following services, including additional services, if any, specified in the Special Conditions of Bid: (a) (b) performance or supervision of on-site assembly and/or commissioning of the supplied goods: furnishing of tools required for assembly and/or maintenance of the supplied goods; Page 43
44 (c) (d) (e) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods; 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 Contractor of any warranty obligations under this contract; and training of the Province s personnel, at the Contractor s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods Prices charged by the Contractor 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 Contractor for similar services. 30. USE OF CONTRACT DOCUMENTS AND INFORMATION INSPECTION 30.1 The Contractor shall not, without the Province 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 Province in connection therewith, to any person other than a person employed by the Contractor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance The Contractor shall not, without the Provinces prior written consent, make use of any document or information mentioned in GCC clause 30.1 except for purposes of performing the contract Any document, other than the contract itself mentioned in GCC clause 30.1 shall remain the property of the Province and shall be returned (all copies) to the Province on completion of the Contractor s performance under the contract of so required by the Province The Contractor shall permit the Province to inspect the Contractor s records relating to the performance of the Contractor and to have them audited by auditors appointed by the Province, if so required by the Province. 31. SPARE PARTS 31.1 If specified in SCC, the Contractor may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Contractor: (a) (b) (i) 32. PENALTIES (ii) such spare parts as the Province may elect to purchase from the Contractor, provided that this election shall not relieve the Contractor of any warranty obligations under the contract. In the event of termination of production of the spare parts: Advance notification to the Province of the pending termination, in sufficient time to permit the Province to procure needed requirements; and Following such termination, furnishing at no cost to the Province, the blueprints, drawings, and specifications of the spare parts, if requested Subject to GCC Clause 4, if the Contractor fails to deliver any or all of the goods or to perform the services within the period(s) specified in the contract, the Province 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 delayed goods or unperformed services, using the current prime interest rate calculated for each day of the delay until actual delivery or performance. The Province may also consider termination of the contract in terms of the GCC. Page 44
45 33. ANTI-DUMPING AND COUNTERVAILING DUTIES AND RIGHTS 33.1 When, after the date of bid, provisional payments are required, or anti-dumping or countervailing duties are imposed, or the amount of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized import, the State is not liable for any amount so required or imposed, or for the amount of any such increase. When, after the said date, such a provisional payment is no longer required or any such antidumping 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 my 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. 34. GOVERNING LANGUAGE 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. 35. TAXES AND DUTIES 35.1 A foreign Contractor shall be entirely responsible for all taxes, stamp duties, licence fees, and other such levies imposed outside the Province s country A local Contractor shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted goods to the Province No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award of a bid the Province must be in possession of a tax clearance certificate, submitted by the bidder. This certificate must be an original issued by the South African Revenue Services. Page 45
46 APPLICATION FOR PREFERENCE POINTS (ZNT 30) THESE FORMS MUST BE COMPLETED AND SUBMITTED TOGETHER WITH YOUR BID OR QUOTATION. Page 46
47 FOR INFORMATION ONLY 1. Primary Definitions: 1.1 Affirmable Business Enterprise - a business which adheres to statutory labour practices, is a legal entity, registered with the South African Revenue Service and a continuing and Independent Enterprise for profit, providing a Commercially Useful Function and whose management and daily business operations are in the control of one or more of the Historically Disadvantaged Individuals who own it. 1. Supplementary Definitions: 2.1 Affiliated Entity - is a business entity which has control of or the power to control another business entity, albeit indirectly, eg where a third person has control of or has the power to control both entities. Indicators of control shall, without limitation, include interlocking management or ownership, identity of interests among family members, shared facilities and equipment or common use of employees. NOTE: In order to prevent ABE s from breaking themselves down into smaller entities so as to keep within the prescribed turnover limits and in so doing maintain their ABE status, the annual average turnover of Affiliated Businesses must be considered. A business will be deemed to be an affiliated entity should the ABE under consideration have a 50% or more ownership in such an enterprise, or a HDI who has ownership of 33% or more within the ABE under consideration, also have an ownership of 33% or more in the other entity. 2.1 Commercially Useful Function - refers to the performance of real and actual work, or the provision of services, in the discharge of any contractual obligation which shall include but not be limited to the performance of a distinct element of work, which the business has the skill and expertise to undertake and the responsibility for management and supervision. 2.2 Control - means the possession and exercise of legal authority and power to manage the assets, goodwill and daily operations of a business and the active and continuous exercise of appropriate managerial authority and power in determining the policies and directing the operations of the business. 2.3 Disability - means, in respect of a person, a permanent impairment of a physical, intellectual, or a sensory function, which results in restricted, or lack of, ability to perform an activity in the manner, or within the range, considered normal for a human being. 2.4 Executive Director - is a partner in a partnership, a sole proprietor, a director of a company established in terms of the Companies Act, 1973 (Act 61 of 1973) or a member of a close corporation registered in terms of the Close Corporation Act, who jointly and severally with his other partners, co-directors or co-members, as the case may be, bears the risk of business and takes responsibility for the management and liabilities of the partnership company or close corporation. 2.5 Historically Disadvantaged Individuals (HDI) - means a South African citizen: i) who, due to the apartheid policy that had been in place, had no franchise in national elections prior to the introduction of the Constitution of the Republic of South Africa, 1983 ( Act No.110 of 1983) or the Constitution of the Republic of South Africa, 1993 ( Act No. 200 of 1993) (the interim Constitution); i) a female; and ii) has a disability. NOTE: A person, who obtained South African citizenship on or after (27 April 1994) the coming into effect of the Interim Constitution, is deemed not to be an HDI. 2.6 Independent Enterprise - means an enterprise which is free of any degree of direct or indirect ownership, or control by any firm which engages in activities similar to those in respect of which credit toward the Contract Participation Goal is sought, or by any Page 47
48 Executive Director of such a firm, who is not a Historically Disadvantaged Individual. NOTE: Any enterprise whose owners include firms which engage in the majority of activities that are performed by that enterprise cannot claim Affirmable Business Enterprise status. Likewise, any enterprise which has any non HDI Executive Directors who have interests in such firms cannot claim Affirmable Business Enterprise status. 2.7 Priority Population Groups (PPG) - means Historically Disadvantaged Individuals who fall into population groups that were not offered a franchise in national elections before or after the introduction of the 1984 tricameral parliamentary system and only received their franchise during Small Business - means a separate and distinct business entity, including cooperative enterprises and non-governmental organisations, managed by one owner or more which, including its branches or subsidiaries, if any, is predominantly carried on in any sector or sub-sector of the economy mentioned in column 1 of the schedule and which can be classified as a micro, a very small, a small or a medium enterprise by satisfying the criteria mentioned in columns 3, 4 and 5 of the schedule opposite the smallest relevant size or class as mentioned in column 2 of the schedule. 2.9 Trust - means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer that property for the benefit of another person (beneficiary) Trustee - means any person, including the founder of a trust, to whom property is bequeathed in order for the property to be administered for the benefit of another person (beneficiary). Page 48
49 INTRODUCTION AND GUIDELINES The ZNT 30 was specifically designed to provide for the application for preference points. In order to ensure that bidders/suppliers are considered as legitimate bidders/suppliers, it is imperative that the following guidelines are adhered to. 1. Applicants are to complete pages 5 to 8, where applicable. Failure by an applicant bidder/supplier to provide all relevant information required, will result in such a bidder/ supplier not being considered for preference point s allocation. If the information required is not applicable to your business, clearly insert the symbols N/A in the appropriate space. If the space provided is left blank, it will be regarded as information that is still outstanding and the ZNT 30 will not be processed further. 1. Applicants are advised that only original ZNT 30, or PHOTOSTAT copies thereof, will be processed. Any document that has been retyped or redrafted will be disregarded. 2. It is imperative that only documents with an original signature be submitted. No photocopies or fax transmissions will be accepted, if they do not bear the original signature/s. 3. All signatures to the document must be commissioned by an authorised Commissioner of Oaths. Failure to do so will result in the applicant not qualifying for preference points. 4. All terms contained herein shall be interpreted in terms of the KwaZulu-Natal Supply Chain Management Framework. 5. This document remains valid for a period of one hundred and eighty (180) days only. 6. Bidders/Suppliers providing information incorrectly or fraudulently in their ZNT 30 submitted for the purpose of preference points, will be disqualified from bidding and removed from the Suppliers Database, in addition to any other action the Province may institute against such a supplier. Further, in the event of the Province being prejudiced financially, it reserves the right to take legal action against the bidder/supplier. 7. For definitions of terminology used in this document, please refer to the definitions set out in regulation 1 of the Procurement Regulations, 2001, obtainable from the Procurement Administration Office or website. 8. Any alterations made by the bidder must be initialed. The use of correcting fluid is prohibited, and may lead to non-awarding of preference points. 9. Submission of a duly signed ZNT 30 indicates that a bidder/supplier has adequately familiarised himself/herself/itself with the contents and the legal implications thereof. Because bidders/suppliers are accordingly liable for all information submitted on the ZNT 30, they are urged to seek legal advice where there is uncertainty relating to the terms and conditions contained herein. Page 49
50 APPLICATION FOR PREFERENCE POINTS (The following information must be filled in by the applicant. Failure to submit all the required information may lead to non-awarding of preference points) 1. BUSINESS PARTICULARS 1.1. Name of Business: Suppliers Database Registration Number: Postal address: Physicaladdress: Telephone no.:...fax no.:... Cell. no.:... address,ifavailable: Contact person (Print name): Physical location of Head Office (if applicable): TYPE OF BUSINESS Tick whichever block is applicable to your business or firm. PUBLIC COMPANY LTD PRIVATE COMPANY (PTY) LTD CLOSE CORPORATION CC SOLE PROPRIETOR PARTNERSHIP TRUST CO-OPERATIVE VOLUNTARY ASSOCIATIONS JOINT VENTURE Page 50
51 1. BUSINESS INFORMATION THE FOLLOWING TABLE MUST BE COMPLETED IN ORDER TO ESTABLISH WHETHER A BUSINESS CAN BE CLASSIFIED AS AN SMME IN TERMS OF THE NATIONAL SMALL BUSINESS ACT 102 OF INDICATE THE SECTOR BY TICKING THE APPROPRIATE BLOCK IN COLUMN 2 AND THEN TICK THE CORRESPONDING INFORMATION BLOCKS IN COLUMNS 3, 4 AND 5. COLUMN 1 COLUMN 2 COLUMN 3 COLUMN 4 COLUMN 5 Sector or sub-sectors in accordance with the Standard Industrial Council TICK WHERE APPLICABLE Total full time equivalent of paid employees Total annual turnover Less than Total gross asset value (fixed property excluded) Less than Agriculture MORE THAN 100 MORE THAN R 4.00m MORE THAN R 4.00m LESS THAN 100 LESS THAN R 4.00m LESS THAN R 4.00m Mining and Quarrying MORE THAN 200 MORE THAN R 30.00m MORE THAN R 18.00m LESS THAN 200 LESS THAN R 30.00m LESS THAN R 18.00m Manufacturing MORE THAN 200 MORE THAN R 40.00m MORE THAN R 15.00m LESS THAN 200 LESS THAN R 40.00m LESS THAN R 15.00m Electricity, Gas and Water MORE THAN 200 MORE THAN R 40.00m MORE THAN R 15.00m LESS THAN 200 LESS THAN R 40.00m LESS THAN R 15.00m Construction MORE THAN 200 MORE THAN R 20.00m MORE THAN R 4.00m LESS THAN 200 LESS THAN R 20.00m LESS THAN R 4.00m Retail and Motor Trade and Repair Services MORE THAN 100 MORE THAN R 30.00m MORE THAN R 5.00m LESS THAN 100 LESS THAN R 30.00m LESS THAN R 5.00m Wholesale Trade, Commercial Agents and Allied Services Catering, Accommodation and other Trade MORE THAN 100 MORE THAN R 50.00m MORE THAN R 8.00m LESS THAN 100 LESS THAN R 50.00m LESS THAN R 8.00m MORE THAN 100 MORE THAN R 10.00m MORE THAN R 2.00m LESS THAN 100 LESS THAN R 10.00m LESS THAN R 2.00m Transport, Storage and Communications MORE THAN 100 MORE THAN R 20.00m MORE THAN R 5.00m LESS THAN 100 LESS THAN R 20.00m LESS THAN R 5.00m Finance and Business Services MORE THAN 100 MORE THAN R 20.00m MORE THAN R 4.00m LESS THAN 100 LESS THAN R 20.00m LESS THAN R 4.00m Community, Social and Personal Services MORE THAN 100 MORE THAN R 10.00m MORE THAN R 5.00m LESS THAN 100 LESS THAN R 10.00m LESS THAN R 5.00m Page 51
52 1. OWNERS/SHAREHOLDERS/PARTNERS/SOLE PROPRIETORS/TRUSTEES/BENEFICIARIES 3.1. List all persons who are OWNERS, PARTNERS, SOLE PROPRIETORS, TRUSTEES AND BENEFICIARIES (whichever is/are applicable) in the business/trust, who are actively involved in the management thereof and who exercise control over the business/trust commensurate with their degree of ownership/interest PROOF OF DISABILITY PROVIDED BY A RECOGNISED RELATED INSTITUTION, IN THE CASE OF HANDICAPPED PERSONS, MUST BE SUPPLIED If insufficient space, kindly attach a copy/copies of this page to this ZNT 30, signed by the same person who signs on behalf of the business/trust on Page 10 hereof. FULL NAME ID NUMBER SOUTH AFRICAN CITIZEN BEFORE 27 APRIL 1994 CAPACITY : MEMBER/PARTNER/ PROPRIETOR/SHARE -HOLDER/TRUSTEE/ BENEFICIARY % OWNERSHIP/ PARTNERSHIP/ TRUST/ CO- OPERATIVE MALE/ FEMALE HANDI- CAPPED AFRICAN (A) / COLOURED (C) / INDIAN (I) YOUTH % OF TIME DEVOTED TO THE FIRM Page 52
53 1. CERTIFICATION OF CORRECTNESS OF INFORMATION SUPPLIED IN THIS DOCUMENT RELATING TO PREFERENCES THAT THE APPLICANT (BUSINESS) MAY APPLY FOR I/WE, THE UNDERSIGNED, WHO WARRANTS THAT HE/SHE IS DULY AUTHORISED TO DO SO ON BEHALF OF THE BIDDER/SUPPLIER, CERTIFIES THAT THE INFORMATION SUPPLIED IN TERMS OF THIS DOCUMENT (ZNT 30) INCLUDING THE ANNEXURE/S WITH ADDITIONAL INFORMATION, IS CORRECT AND ACCURATE AND ACKNOWLEDGES THAT: 4.1 The bidder/supplier will be required to furnish documentary proof of the information relating to preferences points, if requested to do so. 4.1 If the information supplied is found to be incorrect then the Province may, in addition to any remedies it may have: i. Disqualify the bidder/supplier/contractor for a particular bid/contract/project it may be considered for, or which had been awarded to the supplier/contractor; i. Recover from the bidder/supplier/contractor all costs, losses or damages incurred or sustained by the Province as a result of the award of a contract; ii. Cancel the contract and claim any damages which the Province may suffer by having to make less favourable arrangements after such cancellation; and/or iii. De-register the supplier registered on the Suppliers Database. SIGNED ON THIS DAY OF AT..., BEFORE THE COMMISSIONER OF OATHS... SIGNATURE OF BIDDER/SUPPLIER OR DULY AUTHORISED REPRESENTATIVE.. NAME IN BLOCK LETTERS SIGNED ON BEHALF OF (BIDDER/SUPPLIER S NAME)... *Signed and affirmed, before me at... on this... day of... year..., by the deponent who has acknowledged that he/she knows and understands, the contents of this document, and he/she has acknowledged that he/she has no objection to affirming, that he/she regards the affirmation to be binding on his/her conscience. NB: Kindly initial each page in confirmation that the deponent understands the contents of the document and affirms that the information supplied is true and correct. COMMISSIONER OF OATHS FULL NAME:... BUSINESS ADDRESS: CAPACITY:... AREA:... Page 53
54 CRITERIA UTILISED FOR THE AWARDING OF PREFERENCE POINTS (Attached to the ZNT 30 for Information purposes only) PREFERENCE POINT SYSTEM, EVALUATION OF BIDS, AWARDING OF CONTRACTS PERTAINING TO BIDS NOT SCORING HIGHEST POINTS, CANCELLATION OF BID PROCESS AND RE- INVITATION OF BIDS 1. Direct Preference Point System (80/20): Consideration of bids for the procurement of goods and services with an estimated value of R up to R (1) the following formula must be used to calculate the points for price in respect of bids/procurement with a Rand value equal to or above R and up to a Rand value of R Ps = Pt- Pmin Pmin Where Ps = Points scored for price of bid under consideration Pt = Rand value of bid under consideration. Pmin = Rand value of lowest acceptable bid. (2) A maximum of 20 preference points may be awarded to a bidder for achieving the following specified goals. Goal 1 (a) Preference points may be allocated to an HDI woman, HDI disabled person or a youth, with reference to the formula below. (i) x (Xt -25) Where: Xt = the equity ownership of an entity under consideration, with respect to HDI women, HDI disabled persons or youth, which must be determined in relation to total equity ownership of the bidder under consideration. Points are therefore only allocated if the equity ownership of HDI women, HDI disabled persons or youth respectively, is greater than 25%. (b) A maximum of 2.5 points in respect of each group may be allocated. Points may therefore be allocated as follows: (i). (i). (ii). If HDI women equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership. If HDI disabled persons equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership. If youth equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership. Page 54
55 Points may be allocated cumulatively in respect of the above three groups under the relevant circumstances, as set out above. Goal 2 : If the bidder is a black company with a minimum of 40% black equity ownership, 7,5 points must be allocated. (If black equity ownership is less than 40%, no points may be allocated.) Goal 3 : If the bidder is a black co-operative with 100% black ownership, 2.5 points must be allocated. (If black ownership is less than 100%, no points may be allocated.) Goal 4 :Entities which have a 100% PPG equity ownership will qualify for 2.5 points. (If PPG equity ownership is less than 100 %, no points may be allocated.) (3) The preference points scored by a bidder in respect of the goals contemplated in subparagraph (2) must be added to the points scored for price. (4) Only the bid with the highest number of points scored may be selected. A discussion and explanations regarding the application of the preference point system, is contained in Provincial Practice Note SCM 06 of Contract Participation Goal System (90/10): Consideration of bids for the procurement of goods and services with an estimated value above R (1) The following formula must be used to calculate the points for price in respect of bids/procurement with a Rand value above R : Ps = 90 1 Pt P min P min Where Ps = Points scored for price of bid under consideration Pt = Rand value of bid under consideration P min = Rand value of lowest acceptable bid (2) A maximum of 10 preference points may be awarded to a bidder for being an HDI and/or achieving specified goals and/or subcontracting with an HDI. The formula for the calculation of points for the contract participation goals are as follows: (i) N = 10 (D Ds) / (X Ds) Where N = Points scored for achieving contract participation goal/s D = Tendered Participation Goal Ds = Minimum Participation Goal set by employer (10%) X = Participation Goal above which no further points are awarded (40%) (ii) A contractor may achieve his Contract Participation Goal obligations as follows: (a) (b) (b) (b) By virtue of HDI status as a Prime Contractor. By virtue of PPG status as a Prime Contractor. By virtue of joint venture status as a Prime Contractor. By awarding/subcontracting to HDI s/ppg s Page 55
56 (c) By awarding/subcontracting to joint ventures which have HDI/PPG partners. (3) The preference points scored by a bidder in respect of the goals contemplated in subparagraph (2) must be added to the points scored for price. (4) Only the bid with the highest number of points scored may be selected. A discussion and explanations regarding the application of the preference point system, is contained in Provincial Practice Note SCM 06 of Direct Preference Point System (80/20): Consideration of bids for the sale or letting of assets with an estimated value of R up to R (1) The following formula must be used to calculate the points for price in respect of bids with a Rand value equal to, or above R and up to a Rand value of R and which relate to the sale or letting of assets: Ps = Pt Ph Ph Where Ps = Points scored for price of bid under consideration Pt = Rand value of bid under consideration Ph = Rand value of highest acceptable bid (2) A maximum of 20 preference points may be awarded to a bidder for achieving specified goals. Goal 1 (a) Preference points may be allocated to an HDI woman, HDI disabled person or a youth, with reference to the formula below. (i) x (Xt -25) Where: Xt = the equity ownership of an entity under consideration, With respect to HDI women, HDI disabled persons or youth, which must be determined in relation to total equity ownership of the bidder under consideration, Points are therefore only allocated if the equity ownership of HDI women, HDI disabled persons or youth respectively, is greater than 25%. (b) A maximum of 2.5 points in respect of each group may be allocated. Points may therefore be allocated as follows: (iii). (iv). (v). If HDI women equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership. If HDI disabled persons equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership. If youth equity ownership is 25% or more, 2.5 points may be allocated proportional to equity ownership. Page 56
57 Points may be allocated cumulatively in respect of the above three groups under the relevant circumstances, as set out above. Goal 2 Goal 3 :If the bidder is a black company with a minimum of 40% black equity ownership, 7.5 points must be allocated. (If black equity ownership is less than 40%, no points may be allocated.) :If the bidder is a black co-operative with 100% black ownership, 2.5 points must be allocated. (If black ownership is less than 100%, no points may be allocated.) Goal 4 : Entities which have a 100% PPG equity ownership will qualify for 2.5 points. (If PPG equity ownership is less than 100 %, no points may be allocated.) (3) The preference points scored by a bidder in respect of the goals contemplated in subparagraph (2) must be added to the points scored for price. (4) Only the bid with the highest number of points scored may be selected. A discussion and explanations regarding the application of the preference point system, is contained in Provincial Practice Note SCM 06 of Contract Participation Goal System (90/10): Consideration of bids for the sale or letting of assets with an estimated value above R (1) The following formula must be used to calculate the points for price in respect of bids with a Rand value above R and which relate to the sale or letting of assets: Pt Ph Ps = Ph Where - Ps = Points scored for price of bids under consideration Pt = Rand value of bid under consideration Ph = Rand value of highest acceptable bid (2) A maximum of 10 preference points may be awarded to a bidder for being an HDI and/or achieving specified goals and/or subcontracting with an HDI. The formula for the calculation of points for the contract participation goals are as follows: (i) N = 10 (D Ds) / (X Ds) Where N = Points scored for achieving contract participation goal/s D = Tendered Participation Goal Ds = Minimum Participation Goal set by employer (10%) X = Participation Goal above which no further points are awarded (40%) (ii) A contractor may achieve his Contract Participation Goal obligations as follows: (a) (b) (d) (e) (f) By virtue of HDI status as a Prime Contractor. By virtue of PPG status as a Prime Contractor. By virtue of joint venture status as a Prime Contractor. By awarding/subcontracting to HDI s/ppg s By awarding/subcontracting to joint ventures which have HDI/PPG partners. Page 57
58 (3) The preference points scored by a bidder in respect of the goals contemplated in subparagraph (2) must be added to the points scored for price. (4) Only the bid with the highest number of points scored may be selected. A discussion and explanations regarding the application of the preference point system, is contained in Provincial Practice Note SCM 06 of Page 58
59 THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES EVALUATION CRITERIA All proposals received shall be evaluated on the following: 1. Specifications: Only offers that meet the specification and Special Conditions of Contract in all aspects as stipulated in the bid document shall be considered. Offers better than specification are considered to be compliant with the specification. 2. Correctness of information: All information required in the bid document must be accurate and duly completed including all the appropriate signatures. This includes the completion of documentation where required and the submission of required / requested documentation e.g. Valid tax certificate, etc. The Department of Health reserves the right to verify all information submitted. Non compliance with the above will result in elimination from further evaluation of offers 3. Plan to execute the contract: The bidder is required to submit proof that he/she has the required plan to execute the contract. In this instance, you may refer to the Execution Plan in Section L of the Special Conditions of contract. If the bidder source stock/material from manufacturer or distributor a letter of undertaking from the supplier must be attached. Commitment to training and capacitation of employees must be displayed. 4. Preferential Point System: 4.1 The 90/10 preferential point system shall be used in the evaluation process. 4.2 The following Contract Participation Goals (CPG) shall be applied in the evaluation process. CONTRACT PARTICIPATION GOAL By virtue of PPG status as a Prime Contractor or By virtue of HDI status as a Prime Contractor POINTS Note: For purposes of comparison and in order to ensure a meaningful evaluation, bidders must submit detailed information in substantiation of compliance to the evaluation criteria mentioned. Should the space provided not be adequate, bidders are kindly requested to attach the required information as Annexure E following the sequence used in the bid document. Page 59
60 COATS, WHITE SPECIFICATION: , -27 MATERIAL: 65% POLYESTER /35% COTTON. S.A.B.S 1387PART 1 AND 11 P69. STYLE: BODY: COLLAR: FASTENING: POCKETS: SLEEVES: FOREPARTS : VENTS: HANGER: SEAMS: SEWING: MARKING: SINGLE BREASTED, SQUARE FRONTS, STEP COLLAR, LONG SLEEVES. NO BELT, THREE PATCH POCKETS. TWO SIDE VENTS. UNLINED. STEP COLLAR. STEP 4.5cm WIDE STAND 4cm, AND FALL 5cm AT BACK. LAPEL 24cm. FOUR: PLATIC WHITE 17mm BUTTONS. ATTACHED EQUIDISTANT DOWN FRONT, AND CORRESPONDING BUTTONHOLES. ONE LEFT BREAST POCKETS 13cm WIDE BY 14.5cm DEEP EDGE TO EDGE WHEN FINISHED. BOTTOM CORNERS MITRED 2.5cm, POCKET EDGES TURNED 0.6cm AND SEWN 0.3cm FROM EDGE. ONE PERPENDICULAR ROW OF STITCHING 4cm FROM FRONT EDGE THROUGH POCKET TO FORM PENCIL POCKET. POCKET MOUTH BARRED AT SIDES WITH TRIANGULAR FORM OF STITCHING 0.6cm ALONG POCKET MOUTH AND 2.5cm DEEP. TWO LARGE SIDE POCKETS 20.5cm WIDE BY 23cm DEEP, EDGE TO EDGE, WHEN FINISHED. TOP OF POCKET 12.5cm BELOW NATURAL WAIST AND 12.5cm FROM FRONT EDGE OF COAT. POCKET MOUTH TURNED OVER 3cm TURNED IN 0.6cm TO FINISH 2.5cm AND MACHINE STITCHED 0.3cm FROM EDGE. POCKET MOUTH BARRED AS BREAST POCKET. LONG SLEEVES, TWO PIECE, SHAPED, NO CUFF. HEMMED 2cm FINISHED. SEAMS RAISED AND DOUBLE STITCHED. FRONT FACING OF SELF MATERIAL EXTENDING FROM SHOULDER SEAM TO BOTTOM NOT LESS THAN 16cm WIDE AT TOP. FASTENER STAND TO BE TURNED IN 0.6cm AND STITCHED DOWN. VENTS 30cm LONG TO BE PROVIDED AT THE BOTTOM OF EACH SIDE SEAM OF THE BODY OF THE GARMENT. OF SELF MATERIAL, 10cm BY 1.25cm FINISHED, SEWN HORIZONTALLY AT BASE OF COLLAR. ALL SEAMS TO BE RAISED 1.25cm AND DOUBLE STITCHED, FIRST STITCHING 0.3cm SECOND STITCHING 1cm FROM EDGE OR SAFETY STITCH OVERLOCK. ALL SEWINGS TO BE SPUN POLYESTER M80. THE WHOLE GARMENT TO BE MADE UP IN A CLEAN WORKMANLIKE MANNER AND TO FIT TO THE APPROVAL OF THE ADMINISTRATION. ALL GARMENTS TO HAVE FAST DYE SIZE TAB SEWN IN NECK. SPECIFICATION NUMBER SIZE CHEST SIZE CM CHEST CM LENGTH CENTRE BACK SLEEVE FROM CENTRE BACK CM Page 60
61 ITEM NO: ,-10,-11,-13,-14,-15,-16 DESCRIPTION: MATERIAL: STYLE: BACK: COLLAR: FRONT: POCKETS: SLEEVES: FASTENINGS: STANDS: BOTTOM: MARKING: DRESSES CLEANERS FEMALE. CYCLAMEN PINK AS CKS 129/21c. TO MATCH CLEANERS FEMALE. (PREVIOUSLY KNOWN AS DRESSES MAIDS, SHORT SLEEVES ) POLYESTER 65% COTTON 35%. S.A.B.S 1387 PART 1 AND 11. NOT LESS THAN 180/g/m2. 7 PANEL PRINCESS STYLE, OPEN NECK, FRONT OPENING TO BELOW HIP, SHORT SLEEVES, RAGLAN STYLE. 3 PANELS SHAPED BACK. ONE PIECE COLLAR/LAPEL WITH WIDE POINTED CORNERS. 4 PANELS SHAPED FRONT OPEN TO BELOW HIP, TOP FASTENING BY 5 BUTTONS. TOP BUTTON HOLE 14cm FROM FIRST STEP OF LAPEL OF COLLAR. TWO SIDE POCKETS AND ONE BREAST POCKET FOR INSERT PENS AND SCISSORS. 2 SLANTED SIDE POCKETS SEWN INTO SEAMS SHORT SIDE 14cm LONG, SIDE 19cm MACHINE STITCHED, 8 X 4mm TUCKSIN POCKET FOR ATTRACTIVE EFFECT. ONE BREAST POCKET ON LEFT SIDE 6cm WIDE AND 13.0cm LONG PLACED 7.5cm FROM JOIN BETWEEN FRONT PANELS AT SLEEVE SEAM TO TOP OF POCKET. RAGLAN SLEEVE. FOREARM SEAM RAISED 1.25cm AND DOUBLE STITCHED, FIRST STITCHING 0.3cm DOWN AND SECOND 1cm FROM EDGE. UNDERARM LENGTH 13cm. BUTTONS EQUIDISTANT DOWN FRONT OPENING TO WAIST ONLY. BUTTONHOLES ON CORRESPONDING SIDE. UNHEMMED. SIZE OF GARMENT TO APPEAR ON LABEL. SPECIFICATION NUMBER BUST CM HIPS CM LENGTH FROM NAPE OF NECK UNHEMMED Page 61
62 ITEM NO: , , -11, -12, -15, -16 DESCRIPTION: CAUTIONERY CLAUSE TWO PIECE BOILER SUITS ROYAL BLUE (C0NTI-SUIT). CKS C. FAST DYE SIZE TAB TO BE SEWN ON EACH GARMENT. STOCKS ARE CURRENTLY AVAILABLE AT CENTRAL PROCINCIAL STORES AND THE DEPARTMENT MAY NOT ORDER THIS ITEM DURING THE CONTRACT PERIOD. OUTER MATERIAL: BLUE FLORENTINE DRILL 100% COTTON FULLY SHRUNK 220gm/m2. S.A.B.S 1387 PARTS 1 AND 1V. WAIST BAND LINING: ELASTIC WEBBING: PRESS STUDS: STYLE: JACKET: FOREPARTS: BACK: COLLAR: SLEEVES: POCKET: YOKE: FACING: BOTTOM HEM: TROUSERS: 100% NYLON WARP KNIT. 6 COLOMNS OF RUBBER STRANDS COVERED BY WARP KNIT MULTI-FILAMENT YARNS. NOMINAL WIDTH 40mm AND HAVING A STRETCH OF 120%. OPEN RING TYPE OF A NOMINAL DIAMETER OF 16mm. MANUFACTURED OF STAINLESS STEEL. THE SUIT SHALL CONSIST OF A JACKET AND LONG TROUSERS. OPEN FRONT TYPE CLOSING WITH 4 PRESS STUDS. THE FORE-PARTS SHALL BE OF SHIRT STYLE WITH SINGLE YOKE. FRONT EDGES AND YOKE SWELL STITCHED 10mm FROM THE EDGE. THE BACK SHALL BE PLAIN ONE PIECE. STEP COLLAR 40 MM WIDE AT THE STEP AND SWELL STITCHED 10MM FROM THE EDGE. 1 PIECE SET-IN LONG SLEEVES WITH 12mm PLAIN HEMMED CUFFS. BREAST POCKET 130mm WIDE AND 150mm DEEP WITH AN 8mm HEM. SINGLE STITCHED TO THE FORE-PART WITH SQUARE CORNERS AND BARTACKED AT THE MOUTH. TWO LOWER PATCH POCKETS SIZE 150mm WIDE AND 180mm DEEP. SINGLE SPLIT YOKE FROM THE SHOULDER SEAM TO THE LAPEL BREAK. THE FRONT AND LAPEL FACING OF SELF MATERIAL 30mm WIDE AT THE HEM AND 55mm WIDE AT THE STEP OF THE COLLAR. THE RAW EDGES OF THE FACING OVER-LOCKED AND STITCHED TO THE FORE-PART FROM THE SHOULDER SEAM TO 40mm BELOW THE STEP. THE BOTTOM OF THE JACKET SHALL BE HEMMED 30mm. RUCHED BACK WAIST. FULLY LINED WAIST BAND ATTACHED WITH 5 ROWS OF STITCHING AND WITH 5 X 60mm BELT LOOPS. ZIP FLY CLOSING AT THE WAIST BAND WITH A PLASTIC BUTTON. 2 LAID ON PATCH TROUSER POCKETS WITH SLANTING MOUTH.ONE PLAIN PATCH HIP POCKET ON RIGHT SIDE. THE BOTTOMS OF THE TROUSERS SHALL HAVE A 5cm HEM. WAIST BAND: WAIST BAND GROWN ON AND LINED WITH WARP KNIT NYLON, STITCHED DOWN WITH 5 ROWS OF STITCHING, TO FINISH 45mm WIDE. THE BACK SHALL BE RUCHED FROM SIDE SEAM TO SIDE SEAM. 5 X 60mm BELT LOOPS. FLY: TROUSER SLIDE FASTENER: POCKETS: BOTTOM HEM: SEAMS: FRONT EDGES OF THE TROUSERS OVERLOCKED, TURNED BACK 30mm AND THE FASTENER TAPES ATTACHED WITH 2 ROWS OF STITCHING. A PLASTIC BUTTON ATTACHED AT THE TOP OF THE FLY IN THE WAIST BAND. NOMINAL WIDTH OF 3mm OF NICKEL ALLOY. A SLANTED OPENING PATCH SIDE POCKET SINGLE STITCHED TO EACH TROUSER FRONT. POCKET 115mm DEEP AT THE SIDE SEAM AND 180mm WIDE AT THE BOTTOM. MOUTH AND THE TOP AND BOTTOM OF THE SIDE OPENING BARTACKED. A PLAIN PATCH HIP POCKET SINGLE STITCHED TO THE RIGHT BACK. 140mm WIDE AND 150mm DEEP. THE 15mm HEM BARTACKED AT THE CORNERS OF THE MOUTH. THE TROUSERS SHALL HAVE A 30mm HEM AT THE BOTTOM. ALL SEAMS OF THE SAFETY STITCH OVERLOCK TYPE. SIZES SPECIFICATION NUMBER SIZE CHEST BACK LENGTH SLEEVE WAIST SIZE INSIDE LEG ALL MEASUREMENTS ARE NOMINAL. SLEEVE IS MEASURED FROM CENTRE BACK TO CUFF. Page 62
63 ITEM NO: ,-18,-19,-20,-21,-22,-23 DESCRIPTION: SHIRTS, WHITE POPLIN LOUNGE WITH LONG SLEEVES. MATERIAL: STYLE: COLLAR: SLEEVE: BODY BOTTOM: WHITE POPLIN SHIRTING 65% POLYESTER AND 35% COTTON. CREASE RESISTANT, WASH AND WEAR. ATTACHED COLLAR, OPEN FRONT DOUBLE YOKE CKS34 TOP PATCHPOCKET WITH BLUNTED CORNER. THE TOP OF THE POCKET SHALL HAVE A HEM FINISHED WIDTH 2.5cm. THE FINISHED POCKET MUST BE 13.5cm WIDE AND 16cm DEEP. A ONE PIECE SEMISTIFF COLLAR WITH A 3.2cm STAND AND A FALL OF 3.8cm AT THE CENTRE BACK. THE COLLAR TO BE INTERLINED WITH A FABRIC CUT ON THE BIAS EACH POINT OF THE COLLAR TO HAVE AN INTER-LINING COLLAR STIFFENING PATCH THE FULL WIDTH OF THE LEAF- EDGE AND 14cm LONG, REINFORCED WITH A STIFFENER HELD IN POSITION BY A 3.8cm WIDE STIFFENING PATCH FUSED TO THE COLLAR PATCH. THE COLLAR- STAND INTERLINED WITH FUSIBLE FABRIC TO PROVIDE AN ADEQUATE FOLD LINE. SHALL BE A PLAIN SHIRT SLEEVE WITH A SINGLE CUFF FACED WITH A SELF MATERIAL. THE CUFF SHALL BE 6.3cm WIDE AND INTER-LINED WITH FABRIC. THE CUFF SHALL HAVE CORNERS AND FASTEN WITH BUTTON AND BUTTONHOLE. ADEQUATE LENGTH SHAPED UP TO SEAMS AND OVERLOCKED ALL ROUNDS. SEWINGS: SPUN POLYESTER M80. MARKING: FAST DYE SIZE TAB TO BE SEWN ON EACH GARMENT. SPECIFICATION COLLAR SIZE IN CM SLEEVE SIZES IN CM NUMBER Page 63
64 ITEM NO: ,-42,-43,-44,-45 DESCRIPTION: SHIRTS, LONG SLEEVE MATERIAL: POLYESTER / COTTON COLOUR: WHITE SIZES: IN ACCORDANCE WITH CKS 34 SABS 0188 COMPOSITION: 65% POLYESTER / 35% COTTON WEAVE: PLAIN FULLY SHRUNK MASS PER M2: 112GM/M2 NUMBER OF THREADS: 136 X 72 PER CM YARN COUNT: 45/1 X 45/1 CREASE RESISTANT AND COLOUR FAST. STYLE: MILITARY STYLE, EPAULETTES WITH MITRED POINT. JACKET TYPE WITH FRONTS OF FIVE BUTTON FASTENING, A GLAD NECK COLLAR, A DOUBLE YOKE, SHOULDER STRAPS, TWO BREAST POCKETS WITH FLAPS AND LONG SLEEVES WITH PLAIN CUFFS. THE POCKET FLAPS SHALL HAVE A PEN SLIT (LEFT POCKET ONLY) AND VELCRO FASTENINGS ON EACH CORNER AND A MOCK BUTTON. OPEN GLAD NECK COLLAR SHALL BE DUAL PURPOSE WITH INTERLINING AND STIFFENING. SPECIFICATION SIZE NUMBER SMALL MEDIUM LARGE X LARGE XX LARGE Page 64
65 ITEM NO: , -08, -10 DESCRIPTION: SHIRTS, SHORT SLEEVE (SECURITY PERSONNEL) OPEN COLLAR, GLADNECK STYL EWITH SHOULDER STRAPS FOR EPAULETTES AND SHORT SLEEVES WITH PLAIN HEMMED CUFF. THE SHIRT SHALL HAVE TWO MILITARY STYLE BREAST POCKETS WITH VELCRO TIPPED MITRED FLAPS WITH FALSE BUTTON ON FLAP. THE LEFT HAND TOP POCKET FLAP TO HAVE A PEN WHOLE SLIT. EPAULETTES TO HAVE BUTTON HOLES AT COLLAR END. ALL BUTTONS HAVE FOUR HOLES AND THE COLLAR, EPAULETTES AND POCKET FLAPS ARE TO BE TOP STITCHED. COLOUR: COMPOSITION: MASS: MAZARINE BLUE 65/35 POPLIN WEAVE 115 gram PER SQUARE METRE SPECIFICASATION NUMBER SIZE: MEDIUM X-LARGE XX-LARGE Page 65
66 SPECIFICATION: , -02, -03, -04, -05, -06,-10, -11 SHIRTS, LONG SLEEVE (SECURITY PERSONNEL): THE SHIRT SHALL HAVE A ONE PIECE COLLAR WITH LONG SLEEVES AND SHOULDER STRAPS FOR EQAULETTES. EPAULETTES TO HAVE BUTTON HOLES AT COLLAR END. TWO BREAST POCKETS WITH VELCRO TIPPED MITRES FLAPS WITH FALSE BUTTON ON FLAP. ALL BUTTONS HAVE FOUR HOLES AND THE COLLAR, EPAULETTES AND POCKET FLAPS ARE TO NBE TOP STITCHED. COLOUR: MAZARINE BLUE COMPOSITION: 65/35 POPLIN WEAVE MASS: 115 GRAM PER SQUARE METRE SPECIFICATION NUMBER: SIZE: cm cm cm cm cm cm cm cm Page 66
67 ITEM NO.: ,-39,-40,-41,-42,-43,-44,-45 DESCRIPTION: SKIRTS, NAVY, SECURITY OUTER MATERIAL: THE MATERIAL SHALL BE A 55/45 TREVIRA/WOOL BLEND MADE IN ACCORDANCE WITH SABS 985 TYPES 33. LINING: THE LINING SHALL BE 100% POLYESTER. STYLE: THE SKIRT SHALL BE A THREE PANEL STYLE WITH A REAR SLIT AND 80mm BELT LOOPS. IT SHALL BE FULLY LINED AND FASTEN AT THE BACK BY MEANS OF A ZIP AND BUTTON. FRONTS: THE FRONT SHALL BE PLAIN WITH TWO DARTS. BACKS: THE BACK SHALL HAVE TWO PANELS WITH A REAR SLIT AND A ZIP FASTENING. THERE SHALL BE FOUR DARTS IN THE BACK. WAISTBAND: THE SKIRT SHALL HAVE A 40mm TOPSTITCHED WAISTBAND WITH SIX 80mm BELT LOOPS. HANGER LOOPS SHALL BE SEWN INTO THE SIDE OF THE WAISTBAND. SIZE RANGE: FINISHED GARMENTS MEASUREMENTS CM SPECIFICATION NUMBER SIZE WAIST BK LENGTH COLOUR: NAVY Page 67
68 ITEM NO: ,-08,-10 DESCRIPTION: TROUSERS, COMBAT, MALE AND FEMALE (AEMS AND SECURITY PERSONNEL) MATERIAL: POLYESTER / COTTON (FIELD DRESS) COLOUR: NAVY COMPOSITION: 50% POLYESTER / 50% COTTON WEAVE: PLAIN MASS PER M2: 248gm /m2 NUMBER OF THREADS: 120 X 60 PER cm YARN COUNT: 20/1 X 16/1 STYLE : COMBAT TROUSERS SHALL HAVE A 6cm WIDE WAISTBAND, TWO BUTTON CLOSURE ON WAISTBAND, WITH 6 X 80mm BELT LOOPS, A FLY ZIP, TWO STRAIGHT SIDE POCKETS OF SIZE 29cm DEEP AND 16cm WIDE TO BE BAR TACKED AT TOP AND BOTTOM OF OPENING, ONE JETTED HIP POCKET ON RIGHT HAND SIDE, ONE PLEATED PATCH POCKET WITH FLAP ON LEFT THIGH OF SIZE 20.5cm DEEP AND 19.5cm WIDE, ONE FIELD-DRESSING POCKET OF SIZE 14cm ALONG AND 12cm WIDE, PLAIN BOTTOMS WITH DRAW CORDS. ALL SEAT, SIDE AND INSIDE LEG SEAMS SHALL BE OVERLOCKED AND CHAIN STITCHED FOR EXTRA STRENGTH. ALL POCKETS SHALL BE MADE OF SELF MATERIAL AND THE OPENINGS BARTACKED. FRONT AND BACK CREASES TO BE PERMANENTLY STITCHED. ALL POCKETS VELGRO CLOSURE NO BUTTONS. SPECIFICATION SIZE NUMBER Page 68
69 ITEM NO.: ,-61,-62,-63,-64,-65,-66,-67,-68 TROUSERS MEN (SECURITY PERSONNEL) THE TROUSERS SHALL HAVE A PLAIN WAISTBAND WITH 80mm BELT LOOPS TO ACCOMMODATE A BROAD BELT. IT SHALL HAVE A RUBBERISED INSERT AND REINFORCED EDGES. THE TROUSERS WILL HAVE A ZIP FLY AND FRENCH BEARER WITHOUT PLEATS ON EITHER SIDEOF THE ZIP. THE TWO SIDE POCKETS MUST SLANT, ONE JETTED HIP POCKET WITH BUTTON AND A FOB POCKET. TOP QUALITY WOVEN POLYESTER/COTTON POCKETING SHALL BE USED THROUGHOUT. THE TROUSERS SHALL HAVE A 30mm INLAY AT EACH SIDE OF THE BACK SEAM. CHAIN STITCHING USED ON SEAT AND SIDE SEAM FOR EXTRA STRENGTH, ALL STRESS POINTS SHALL BE BARTACKED THROUGHOUT. ALL GARMENTS WITH FINISHED BOTTOMS. COLOUR : NAVY COMPOSITION : 55% TREVIRA / 45% NEW WOOL WEAVE : PLAIN MASS PER SQUARE METRE : 260 GRAMS NUMBER OF THREADS PER CM : 18 X 18 YARN COUNT : 46/3 X 46/3 SIZE: ITEM NO. SIZE cm cm cm cm cm cm cm cm cm Page 69
70 SPECIFICATION: ,-16,-20,-24,-26,-28 DESCRIPTION: UNIFORM FOR ANCILLARY STAFF (SHORT SLEEVE). Fast dye size tab to be sewn on each garment. CAUTIONERY CLAUSE MATERIAL: COLOUR: STYLE: BACK: COLLAR: FRONT: POCKETS: SLEEVES: Stocks are currently available at Central Provincial Stores and the Department may not order this item during the contract period. S.A.B.S 1183 Type 69. Polyester/Cotton mass 180 gsm. Composition: Polyester 65% Cotton 35%. Opaline Green CKS c. 7 panel Princess style, open neck, front opening to below hip, short Sleeves, Raglan style. 3 Panel shaped back. One piece collar/lapel with wide pointed corners. 4 Panel shaped front open to below hip, top fastening by 5 buttons. (17 mm width). Top button hole 14cm from first step of lapel of collar. Two side pockets and one breast pocket for insert pens and scissors. 2 slanted side pockets sewn into seams short side 14cm long side 19cm machine stitched 8 x 4 mm tucks in pocket for attractive effect. One breast pocket on left side 6 cm wide and 13,0cm long placed 7,5 cm From join between front panels at sleeve seam to top of pocket. Raglan Sleeve. Forearm seam raised 1,25 cm and double stitched, first Stitching 0,3 cm down and second 1 cm from edge. Underarm length 13cm. FASTENING: STANDS: BOTTOM: MARKING: Buttons equidistant down front opening to waist only. Buttonholes on corresponding side. Unhemmed. Size of garment to appear on label. SIZE : ITEM BUST HIPS LENGTH UNHEMMED NUMBER CM CM CM Page 70
71 ITEM NO: ,-73,-74 DESCRIPTION: NURSES UNIFORM WORK WHITE (CROSS-OVER) MATERIAL: STYLE: WHITE BLEACHED COTTON, IN ACCORDANCE WITH THE AMENDED ISSUE OF S.A.B.S. SPECIFICATION, 1401 PART1 AND 111. TYPE P48 PRINTED WITH KZN LOGO. COLLARLESS NECK WITH FACING. FRONT NECK FROM SHOULDER SEAM CURVES GRADUALLY INTO FRONT WAIST. WIDE SHORT SLEEVES. 2 WAIST TIES STITCHED INTO FRONT EDGES AND BARTACKED, BUTTONHOLE IN RIGHT- HAND SIDE SEAM 30cm FROM UNDER ARMHOLE FOR LEFT-HAND TIE TO BE THREADED THROUGH. ONE RIGHT-HAND PATCH SKIRT POCKET STITCHED INTO RIGHT-HAND SIDE SEAM. THE RIGHT HAND FLAP OVERLAPS LEFT HAND FLAP. BOTH FLAPS ARE EQUAL TO EACH OTHER AND THE BACK OF GARMENT. ONE PIECE BACK. BOTTOMS HEMMED. MARKING: FAST DYE SIZE TAB TO BE SEWN ON EACH GARMENT. SIZES Size Back Side Chest Sleeve Sleeve Length Hips length Seam Armhole Circ Sleeve -70 S (87) XL (117) XXL (127 ) Page 71
72 BID/CONTRACT NO: ITEM NO APRONS PLASTIC ORTHOPAEDIC Aprons PVC, 450 Microns, heavy duty, long, for use in the mortuary ( similar to the ones used in butcheries ) ESTIMATED QUANTITY REQUIRED Page 72
73 BID/CONTRACT NO: ITEM NO CAPS SWAT (DEPARTMENT OF HEALTH) No flap, elasticated sides, cotton lined, ventilated with 3 eyelets on each side. Cap to have an embroided badge attached to the front panel during production by supplier. Copy of badge attached (Page 74) badge to measure 4cm wide and 5cm length Composition: 50/50 Polyester Cotton Colour: Size: Navy Small ESTIMATED QUANTITY REQUIRED 130 Page 73
74 Page 74
75 BID/CONTRACT NO: ITEM NO CAPS SWAT (DEPARTMENT OF HEALTH) No flap, elasticated sides, cotton lined, ventilated with 3 eyelets on each side. Cap to have an embroided badge attached to the front panel during production by supplier. Copy of badge attached (Page 74) badge to measure 4cm wide and 5cm length Composition: 50/50 Polyester Cotton Colour: Size: Navy Medium ESTIMATED QUANTITY REQUIRED 170 Page 75
76 BID/CONTRACT NO: ITEM NO CAPS SWAT (DEPARTMENT OF HEALTH) No flap, elasticated sides, cotton lined, ventilated with 3 eyelets on each side. Cap to have an embroided badge attached to the front panel during production by supplier. Copy of badge attached (Page 74) badge to measure 4cm wide and 5cm length Composition: 50/50 Polyester Cotton Colour: Size: Navy Large ESTIMATED QUANTITY REQUIRED 180 Page 76
77 BID/CONTRACT NO: ITEM NO CAPS SWAT (DEPARTMENT OF HEALTH) No flap, elasticated sides, cotton lined, ventilated with 3 eyelets on each side. Cap to have an embroided badge attached to the front panel during production by supplier. Copy of badge attached (Page 74) badge to measure 4cm wide and 5cm length Composition: 50/50 Polyester Cotton Colour: Size: Navy X-large ESTIMATED QUANTITY REQUIRED 180 Page 77
78 BID/CONTRACT NO: ITEM NO CAPS SWAT FOR SECURITY The cap shall have no flaps and shall be elasticated and cotton lined. Ventilated with 3 eyelets on each side. The cap to have an embroided badge attached to the front panel during production by supplier. Copy of badge attached (Page 79) badge to measure 4cm wide and 5cm length Composition: 50/50 Polyester Cotton Colour: Size: Navy Small ESTIMATED QUANTITY REQUIRED 6 Page 78
79 BADGE ITEM NO.: Badge to measure 4cm wide and 5cm length Page 79
80 BID/CONTRACT NO: ITEM NO CAPS SWAT FOR SECURITY The cap shall have no flaps and shall be elasticated and cotton lined. Ventilated with 3 eyelets on each side. The cap to have an embroided badge attached to the front panel during production by supplier. Copy of badge attached (Page 79) badge to measure 4cm wide and 5cm length Composition: 50/50 Polyester Cotton Colour: Size: Navy Medium ESTIMATED QUANTITY REQUIRED 50 Page 80
81 BID/CONTRACT NO: ITEM NO CAPS SWAT FOR SECURITY The cap shall have no flaps and shall be elasticated and cotton lined. Ventilated with 3 eyelets on each side. The cap to have an embroided badge attached to the front panel during production by supplier. Copy of badge attached (Page 79) badge to measure 4cm wide and 5cm length Composition: 50/50 Polyester Cotton Colour: Size: Navy Large ESTIMATED QUANTITY REQUIRED 200 Page 81
82 BID/CONTRACT NO: ITEM NO COAT DUST WHITE LONG SLEEVE (REFER TO THE SPECIFICATION ON PAGE 60) ESTIMATED QUANTITY REQUIRED 400 Page 82
83 BID/CONTRACT NO: ITEM NO COAT DUST WHITE LONG SLEEVE (REFER TO THE SPECIFICATION ON PAGE 60) ESTIMATED QUANTITY REQUIRED 390 Page 83
84 BID/CONTRACT NO: ITEM NO Doeks, Maids To be made from 65% cotton 35% polyester mixture. S.A.B.S 1387 part 1 and II colour cyclament pink as CKS 129/21c, or similar. Cut material 120cm x 120cm and cut in two triangles to make 2 doeks. Cut edges to be hemmed 0.6cm. To match dresses maids. ESTIMATED QUANTITY REQUIRED 1100 Page 84
85 BID/CONTRACT NO: ITEM NO DRESSES MAID SHORT SLEEVE PINK (REFER TO SPECIFICATION ON PAGE 61) ESTIMATED QUANTITY REQUIRED 120 Page 85
86 BID/CONTRACT NO: ITEM NO DRESSES MAID SHORT SLEEVE PINK (REFER TO SPECIFICATION ON PAGE 61) ESTIMATED QUANTITY REQUIRED 800 Page 86
87 BID/CONTRACT NO: ITEM NO DRESSES MAID SHORT SLEEVE PINK (REFER TO SPECIFICATION ON PAGE 61) ESTIMATED QUANTITY REQUIRED 700 Page 87
88 BID/CONTRACT NO: ITEM NO DRESSES MAID SHORT SLEEVE PINK (REFER TO SPECIFICATION ON PAGE 61) ESTIMATED QUANTITY REQUIRED 860 Page 88
89 BID/CONTRACT NO: ITEM NO DRESSES MAID SHORT SLEEVE PINK (REFER TO SPECIFICATION ON PAGE 61) ESTIMATED QUANTITY REQUIRED 750 Page 89
90 BID/CONTRACT NO: ITEM NO DRESSES MAID SHORT SLEEVE PINK (REFER TO SPECIFICATION ON PAGE 61) ESTIMATED QUANTITY REQUIRED 740 Page 90
91 BID/CONTRACT NO: ITEM NO DRESSES MAID SHORT SLEEVE PINK (REFER TO SPECIFICATION ON PAGE 61) ESTIMATED QUANTITY REQUIRED 300 Page 91
92 BID/CONTRACT NO: ITEM NO EPAULETTES, PLAIN The material shall be 55/45 Trevira/wool blend made in accordance with S.A.B.S 985/1975 type 33. The epaulettes shall be rectangular shape. The epaulettes shall have plastic insert. the length shall be 135mm and the width at the bottom end shall be 65mm and at the top end it shall be 50mm. at the back there shall be 2 polyester straps to slide over the shoulder straps ESTIMATED QUANTITY REQUIRED 400 Page 92
93 BID/CONTRACT NO: ITEM NO EPAULETTES (SECURITY PERSONNEL) Firm plastic covered in black Trevira wool. Colour : Navy Composition : 55% trevira / 45% wool S.A.B.S 985 type 33 With two loops under epaulettes. width 65mm at shoulder tapering to 50mm at the collar end, length 135mm. With 1x12mm gold braid stripe ESTIMATED QUANTITY REQUIRED 120 Page 93
94 BID/CONTRACT NO: ITEM NO JERSEY (SECURITY PERSONNEL) V-neck ribbed jersey. 1 x 1 rib, double welt cuffs, elbow patches and shoulder straps. Colour : Navy Composition : 100% high bulk acrylic Size : Large ESTIMATED QUANTITY REQUIRED 1000 Page 94
95 BID/CONTRACT NO: ITEM NO JERSEY (SECURITY PERSONNEL) V-neck ribbed jersey. 1 x 1 rib, double welt cuffs, elbow patches and shoulder straps. Colour : Navy Composition : 100% high bulk acrylic Size : X-large ESTIMATED QUANTITY REQUIRED 480 Page 95
96 BID/CONTRACT NO: ITEM NO JERSEY (SECURITY PERSONNEL) V-neck ribbed jersey. 1 x 1 rib, double welt cuffs, elbow patches and shoulder straps. Colour : Navy Composition : 100% high bulk acrylic Size : XX-Large ESTIMATED QUANTITY REQUIRED 120 Page 96
97 BID/CONTRACT NO: ITEM NO JERSEY (SECURITY PERSONNEL) V-neck ribbed jersey. 1 x 1 rib, double welt cuffs, elbow patches and shoulder straps. Colour : Navy Composition : 100% high bulk acrylic Size : XXX-Large ESTIMATED QUANTITY REQUIRED 60 Page 97
98 BID/CONTRACT NO: ITEM NO LANYARD Made from 100% Polyester with cotton filler. It has a chromed hook. Colour : Black ESTIMATED QUANTITY REQUIRED 300 Page 98
99 BID/CONTRACT NO: ITEM NO TWO PIECE BOILER SUITS ROYAL BLUE (C0NTI-SUIT) SIZE: 82cm (REFER TO SPECIFICATION ON PAGE 62) ESTIMATED QUANTITY REQUIRED 270 Page 99
100 BID/CONTRACT NO: ITEM NO TWO PIECE BOILER SUITS ROYAL BLUE (C0NTI-SUIT) SIZE: 87cm (REFER TO SPECIFICATION ON PAGE 62) ESTIMATED QUANTITY REQUIRED 200 Page 100
101 BID/CONTRACT NO: ITEM NO TWO PIECE BOILER SUITS ROYAL BLUE (C0NTI-SUIT) SIZE: 92cm (REFER TO SPECIFICATION ON PAGE 62) ESTIMATED QUANTITY REQUIRED 1200 Page 101
102 BID/CONTRACT NO: ITEM NO TWO PIECE BOILER SUITS ROYAL BLUE (C0NTI-SUIT) SIZE: 97cm (REFER TO SPECIFICATION ON PAGE 62) ESTIMATED QUANTITY REQUIRED 1080 Page 102
103 BID/CONTRACT NO: ITEM NO TWO PIECE BOILER SUITS ROYAL BLUE (C0NTI-SUIT) SIZE: 102cm (REFER TO SPECIFICATION ON PAGE 62) ESTIMATED QUANTITY REQUIRED 840 Page 103
104 BID/CONTRACT NO: ITEM NO TWO PIECE BOILER SUITS ROYAL BLUE (C0NTI-SUIT) SIZE: 117cm (REFER TO SPECIFICATION ON PAGE 62) ESTIMATED QUANTITY REQUIRED 660 Page 104
105 BID/CONTRACT NO: ITEM NO TWO PIECE BOILER SUITS ROYAL BLUE (C0NTI-SUIT) SIZE: 122cm (REFER TO SPECIFICATION ON PAGE 62) ESTIMATED QUANTITY REQUIRED 360 Page 105
106 BID/CONTRACT NO: ITEM NO PILLOWCASES With 20 cm flaps, white acrylic coated nylon fabric, water resistant. KZN logo 20 mm to be printed over the entire face of the item. This item will be manufactured from PVC plastic, which is soft and pliable. Size: 75 cm x 50 cm ESTIMATED QUANTITY REQUIRED Page 106
107 BID/CONTRACT NO: ITEM NO SHIRTS, WHITE POPLIN LOUNGE WITH LONG SLEEVES SIZE: 37cm (REFER TO SPECIFICATION ON PAGE 63) ESTIMATED QUANTITY REQUIRED 570 Page 107
108 BID/CONTRACT NO: ITEM NO SHIRTS, WHITE POPLIN LOUNGE WITH LONG SLEEVES SIZE: 38cm (REFER TO SPECIFICATION ON PAGE 63) ESTIMATED QUANTITY REQUIRED 490 Page 108
109 BID/CONTRACT NO: ITEM NO SHIRTS, WHITE POPLIN LOUNGE WITH LONG SLEEVES SIZE: 39cm (REFER TO SPECIFICATION ON PAGE 63) ESTIMATED QUANTITY REQUIRED 430 Page 109
110 BID/CONTRACT NO: ITEM NO SHIRTS, WHITE POPLIN LOUNGE WITH LONG SLEEVES SIZE: 41cm (REFER TO SPECIFICATION ON PAGE 63) ESTIMATED QUANTITY REQUIRED 670 Page 110
111 BID/CONTRACT NO: ITEM NO SHIRTS, WHITE POPLIN LOUNGE WITH LONG SLEEVES SIZE: 42cm (REFER TO SPECIFICATION ON PAGE 63) ESTIMATED QUANTITY REQUIRED 620 Page 111
112 BID/CONTRACT NO: ITEM NO SHIRTS, WHITE POPLIN LOUNGE WITH LONG SLEEVES SIZE: 43cm (REFER TO SPECIFICATION ON PAGE 63) ESTIMATED QUANTITY REQUIRED 320 Page 112
113 BID/CONTRACT NO: ITEM NO SHIRTS, WHITE POPLIN LOUNGE WITH LONG SLEEVES SIZE: 45cm (REFER TO SPECIFICATION ON PAGE 63) ESTIMATED QUANTITY REQUIRED 540 Page 113
114 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVES SIZE: SMALL (REFER TO SPECIFICATION ON PAGE 64) ESTIMATED QUANTITY REQUIRED 250 Page 114
115 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVES SIZE: MEDIUM (REFER TO SPECIFICATION ON PAGE 64) ESTIMATED QUANTITY REQUIRED 1800 Page 115
116 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVES SIZE: LARGE (REFER TO SPECIFICATION ON PAGE 64) ESTIMATED QUANTITY REQUIRED 2550 Page 116
117 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVES SIZE: X-LARGE (REFER TO SPECIFICATION ON PAGE 64) ESTIMATED QUANTITY REQUIRED 1770 Page 117
118 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVES SIZE: XX-LARGE (REFER TO SPECIFICATION ON PAGE 64) ESTIMATED QUANTITY REQUIRED 1170 Page 118
119 BID/CONTRACT NO: ITEM NO SHIRTS, SHORT SLEEVE (SECURITY PERSONNEL) SIZE: MEDIUM (REFER TO SPECIFICATION ON PAGE 65) ESTIMATED QUANTITY REQUIRED 1290 Page 119
120 BID/CONTRACT NO: ITEM NO SHIRTS, SHORT SLEEVE (SECURITY PERSONNEL) SIZE: X-LARGE (REFER TO SPECIFICATION ON PAGE 65) ESTIMATED QUANTITY REQUIRED 340 Page 120
121 BID/CONTRACT NO: ITEM NO SHIRTS, SHORT SLEEVE (SECURITY PERSONNEL) SIZE: XX-LARGE (REFER TO SPECIFICATION ON PAGE 65) ESTIMATED QUANTITY REQUIRED 200 Page 121
122 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVE (SECURITY PERSONNEL) SIZE: 37cm (REFER TO SPECIFICATION ON PAGE 66) ESTIMATED QUANTITY REQUIRED 120 Page 122
123 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVE (SECURITY PERSONNEL) SIZE: 38cm (REFER TO SPECIFICATION ON PAGE 66) ESTIMATED QUANTITY REQUIRED 180 Page 123
124 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVE (SECURITY PERSONNEL) SIZE: 39cm (REFER TO SPECIFICATION ON PAGE 66) ESTIMATED QUANTITY REQUIRED 200 Page 124
125 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVE (SECURITY PERSONNEL) SIZE: 41cm (REFER TO SPECIFICATION ON PAGE 66) ESTIMATED QUANTITY REQUIRED 270 Page 125
126 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVE (SECURITY PERSONNEL) SIZE: 42cm (REFER TO SPECIFICATION ON PAGE 66) ESTIMATED QUANTITY REQUIRED 250 Page 126
127 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVE (SECURITY PERSONNEL) SIZE: 43cm (REFER TO SPECIFICATION ON PAGE 66) ESTIMATED QUANTITY REQUIRED 140 Page 127
128 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVE (SECURITY PERSONNEL) SIZE: 37cm (REFER TO SPECIFICATION ON PAGE 66) ESTIMATED QUANTITY REQUIRED 90 Page 128
129 BID/CONTRACT NO: ITEM NO SHIRTS, LONG SLEEVE (SECURITY PERSONNEL) SIZE: 49cm (REFER TO SPECIFICATION ON PAGE 66) ESTIMATED QUANTITY REQUIRED 160 Page 129
130 BID/CONTRACT NO: ITEM NO SKIRTS, NAVY, SECURITY SIZE: 87cm (REFER TO SPECIFICATION ON PAGE 71) ESTIMATED QUANTITY REQUIRED 240 Page 130
131 BID/CONTRACT NO: ITEM NO SKIRTS, NAVY, SECURITY SIZE: 92cm (REFER TO SPECIFICATION ON PAGE 71) ESTIMATED QUANTITY REQUIRED 200 Page 131
132 BID/CONTRACT NO: ITEM NO SKIRTS, NAVY, SECURITY SIZE: 97cm (REFER TO SPECIFICATION ON PAGE 71) ESTIMATED QUANTITY REQUIRED 200 Page 132
133 BID/CONTRACT NO: ITEM NO SKIRTS, NAVY, SECURITY SIZE: 102cm (REFER TO SPECIFICATION ON PAGE 71) ESTIMATED QUANTITY REQUIRED 200 Page 133
134 BID/CONTRACT NO: ITEM NO SKIRTS, NAVY, SECURITY SIZE: 107cm (REFER TO SPECIFICATION ON PAGE 71) ESTIMATED QUANTITY REQUIRED 200 Page 134
135 BID/CONTRACT NO: ITEM NO SKIRTS, NAVY, SECURITY SIZE: 112cm (REFER TO SPECIFICATION ON PAGE 71) ESTIMATED QUANTITY REQUIRED 740 Page 135
136 BID/CONTRACT NO: ITEM NO SKIRTS, NAVY, SECURITY SIZE: 117cm (REFER TO SPECIFICATION ON PAGE 71) ESTIMATED QUANTITY REQUIRED 600 Page 136
137 BID/CONTRACT NO: ITEM NO SKIRTS, NAVY, SECURITY SIZE: 122cm (REFER TO SPECIFICATION ON PAGE 71) ESTIMATED QUANTITY REQUIRED 600 Page 137
138 BID/CONTRACT NO: ITEM NO TROUSERS COMBAT NAVY SIZE: 97cm (REFER TO SPECIFICATION ON PAGE 72 ) ESTIMATED QUANTITY REQUIRED 130 Page 138
139 BID/CONTRACT NO: ITEM NO TROUSERS COMBAT NAVY SIZE: 112cm (REFER TO SPECIFICATION ON PAGE 72 ) ESTIMATED QUANTITY REQUIRED 120 Page 139
140 BID/CONTRACT NO: ITEM NO TROUSERS COMBAT NAVY SIZE: 119cm (REFER TO SPECIFICATION ON PAGE 72 ) ESTIMATED QUANTITY REQUIRED 130 Page 140
141 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 77cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 500 Page 141
142 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 82cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 1260 Page 142
143 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 87cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 1660 Page 143
144 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 92cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 1090 Page 144
145 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 97cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 440 Page 145
146 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 102cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 420 Page 146
147 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 107cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 1140 Page 147
148 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 112cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 300 Page 148
149 BID/CONTRACT NO: ITEM NO TROUSERS MEN NAVY (SECURITY PERSONNEL) SIZE: 117cm (REFER TO SPECIFICATION ON PAGE 75 ) ESTIMATED QUANTITY REQUIRED 180 Page 149
150 BID/CONTRACT NO: ITEM NO UNIFORM FOR ANCILLARY STAFF (SHORT SLEEVE) SIZE: 92cm (REFER TO SPECIFICATION ON PAGE 76 ) ESTIMATED QUANTITY REQUIRED 300 Page 150
151 BID/CONTRACT NO: ITEM NO UNIFORM FOR ANCILLARY STAFF (SHORT SLEEVE) SIZE: 97cm (REFER TO SPECIFICATION ON PAGE 76 ) ESTIMATED QUANTITY REQUIRED 60 Page 151
152 BID/CONTRACT NO: ITEM NO UNIFORM FOR ANCILLARY STAFF (SHORT SLEEVE) SIZE: 107cm (REFER TO SPECIFICATION ON PAGE 76 ) ESTIMATED QUANTITY REQUIRED 180 Page 152
153 BID/CONTRACT NO: ITEM NO UNIFORM FOR ANCILLARY STAFF (SHORT SLEEVE) SIZE: 117cm (REFER TO SPECIFICATION ON PAGE 76 ) ESTIMATED QUANTITY REQUIRED 60 Page 153
154 BID/CONTRACT NO: ITEM NO UNIFORM FOR ANCILLARY STAFF (SHORT SLEEVE) SIZE: 122cm (REFER TO SPECIFICATION ON PAGE 76 ) ESTIMATED QUANTITY REQUIRED 520 Page 154
155 BID/CONTRACT NO: ITEM NO UNIFORM FOR ANCILLARY STAFF (SHORT SLEEVE) SIZE: 127cm (REFER TO SPECIFICATION ON PAGE 76 ) ESTIMATED QUANTITY REQUIRED 180 Page 155
REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02
REQUEST FOR PROPOSAL FOR THE DEVELOPMENT OF A CUSTOMISED SOLUTION DRIVEN PERFORMANCE MANAGEMENT PROGRAM RFP NUMBER: TIA 2012/RFP001/02 1. PROJECT TITLE Development of a customised solution driven performance
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
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
ADVERTISEMENT 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
Request 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,
Request 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: [email protected] www.durban.gov.za 30 th September
Kindly 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
Reissue: 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: [email protected] www.durban.gov.za Reissue:
NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM
NYANDENI LOCAL MUNICIPALITY SUPPLIER DATABASE REGISTRATION FORM NAME OF SERVICE PROVIDER : (To be completed by supplier) CONTACT NUMBER : (To be completed by supplier) FOR OFFICE USE ONLY Received By Verified
VENDOR 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
Request for Quotation Project Manager to facilitate the Private Sector Energy Efficiency (PSEE) Project in ethekwini Municipality
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: [email protected] www.durban.gov.za 9 December
Please attach certified BEE certificate to quotes above R10 000
DE DOORNS RAWSONVILLE TOUWSRIVIER WORCESTER A UNIQUE AND CARING VALLEY OF SERVICE EXCELLENCE, OPPORTUNITY AND GROWTH Burgersentrum Hoogstraat Civic Centre High Street Privaatsak X3046 Private bag WORCESTER
90 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
Supplier 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
Knysna 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:
Q044/09 - 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
1. Introduction. 2. Scope of Work. 30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: [email protected]
30 September 2015 Enquiries: Kathryn Kasavel: 031 311 7920 Email: [email protected] Re-Advertisement: Request for Quotation Development of a Greening Programme for the City of Durban in preparation
PREFERENTIAL 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
CLIENT / PROJECT MANAGER AGREEMENT
Authorship of this work is claimed by The Association of Construction Project Managers and any unauthorised reproduction constitutes an infringement in terms of the Copyright Act No 98 of 1978. CLIENT
F25: 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
LUKHANJI 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
The 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
REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017
REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY-2015-2016/2016-2017 CATEGORY NO: A, B, C & D TENDER No. MFA&IT/PQ/01/2015-2017 For SUPPLY
ISO LESO NETWORK PROVIDER AGREEMENT. Between: and. ISO LESO OPTICS LIMITED Registration number: 1999/13972/06 ("Iso Leso Optics")
ISO LESO NETWORK PROVIDER AGREEMENT Between: EACH OPTOMETRIC PRACTICE AND OPTOMETRIST WHO ELECTS TO PARTICIPATE IN THE PROVIDER AGREEMENTS ALREADY ENTERED INTO OR TO BE ENTERED INTO BETWEEN ISO LESO OPTICS
SOL 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
PROCUREMENT 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
T01/01/14 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
Eskom 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.
INVITATION 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
IMPLEMENTATION 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.
TO 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
INSTALMENT SALE AGREEMENT
INSTALMENT SALE AGREEMENT 1. PARTIES 1.1 The parties to this agreement are 1.1.1 ; the seller and 1.1.2 ; the purchaser whose details appear in item 0 of the schedule attached hereto. 1.2 the parties agree
EXTERNAL 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
CITY POWER JOHANNESBURG
City Power Johannesburg 40 Heronmere Road Reuven Johannesburg PO Box 38766 Booysens 2016 Tel +27(0) 11 490 7000 Fax +27(0) 11 490 7590 www.citypower.co.za CITY POWER JOHANNESBURG Bidders are hereby invited
NCRCP3262 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
ADVERTISEMENT 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
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence
Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,
Contents: 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
TENDER BOX LOCATION. The Tendering System
GT/GDE/128/2015 SECTION 1-ISSUE DATE:2015-09-28 Page 1 of 50 Client Support Request for Proposal RFP NUMBER RFP DESCRIPTION Page 1 of 3 GT/GDE/128/ 2015 BIDDERS ARE HEREBY INVITED TO SUBMIT PROPOSALS FOR:
Request 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
International 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
BOJANALA PLATINUM DISTRICT MUNICIPALITY
BOJANALA PLATINUM DISTRICT MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY 2012 REVIEW In terms of section 111 of the Municipal Finance Management Act, 2003 (Act No. 56 of 2003). 1 TABLE OF CONTENTS 1. CHAPTER
NOTICE 658 OF 2015 INDEPENDENT COMMUNICATIONS AUTHORITY OF SOUTH AFRICA ELECTRONIC COMMUNICATIONS ACT, 2005 (ACT NO. 36 OF 2005), AS AMENDED:
STAATSKOERANT, 26 JUNIE 2015 No. 38917 3 GENERAL NOTICE NOTICE 658 OF 2015 INDEPENDENT COMMUNICATIONS AUTHORITY OF SOUTH AFRICA ELECTRONIC COMMUNICATIONS ACT, 2005 (ACT NO. 36 OF 2005), AS AMENDED: REGULATIONS
MERCK CHEMICALS (PROPRIETARY) LIMITED Registration Number: 1975/004215/07 Vat Registration Number: 4500101094
MERCK CHEMICALS (PROPRIETARY) LIMITED Registration Number: 1975/004215/07 Vat Registration Number: 4500101094 APPLICATION FOR CREDIT FACILITIES INCORPORATING THE COMPANY S CONDITIONS OF SALE Physical :
Q Corp(IT) 02/2006 Supply and Delivery of approx. 25 Personal Computers to the IT Department of Mogale City Local Municipality
Quotations are hereby invited for the following department: CORPORATE SERVICES Information Technology Section 11 NOVEMBER 2005 Quotation Number and description Q Corp(IT) 02/2006 Supply and Delivery of
MBOMBELA LOCAL MUNICIPALITY. Supply Chain Management Policy
MBOMBELA LOCAL MUNICIPALITY Supply Chain Management Policy 2 TABLE OF CONTENTS 1. DEFINITIONS CHAPTER 1 ESTABLISHMENT AND IMPLIMENTATION OF SUPPLY CHAIN MANAGEMENT POLICIES 2. Supply Chain Management Policy
(1 July 2005 - to date) LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003
(1 July 2005 - to date) LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003 (Gazette No. 26019, Notice No. 176 dated 13 February 2004. Commencement date: 1 July 2004 unless otherwise indicated)
Standard conditions of purchase
Standard conditions of purchase 1 OFFER AND ACCEPTANCE 2 PROPERTY, RISK & DELIVERY 3 PRICES & RATES The Supplier shall provide all Goods and Services in accordance with the terms and conditions set out
SUPPLIER 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
Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office)
Certificate of Entitlement (COE) Bidding Agreement VENDOR S NAME (Addresses and details of Head Office and Branch Office) THIS PURCHASER S REQUEST AND AUTHORISATION TO BID FOR A COE AGREEMENT ("the Agreement")
T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES
T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES BID CLOSING DATE: MONDAY, 14 MARCH 2016 AT 12:00 NOON Industrial Development Corporation
Completed applications together with supporting documents (if applicable) should be forwarded to our offices as follows:
Dear Customer We thank you for your interest in becoming a valued customer. Herewith please find our application for credit facilities incorporating our standard terms and conditions of sale and suretyship
PLANT VARIETIES PROTECTION ACT (CHAPTER 232A, SECTION 54) PLANT VARIETIES PROTECTION RULES
CAP. 232A, R 1] Plant Varieties Protection Rules [2006 Ed. p. 1 PLANT VARIETIES PROTECTION ACT (CHAPTER 232A, SECTION 54) PLANT VARIETIES PROTECTION RULES Rule 1. Citation 2. Definitions 3. Fees 4. Forms
APPLICATION TO BE REGISTERED ON THE ACCOUNTING STANDARDS BOARD SUPPLIER DATABASE
APPLICATION TO BE REGISTERED ON THE ACCOUNTING STANDARDS BOARD SUPPLIER DATABASE TO ALL SUPPLIERS SEEKING REGISTRATION AS AN APPROVED SUPPLIER ON THE DATABASE OF THE ACCOUNTING STANDARDS BOARD All suppliers
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph.
Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y. 2015-16 with BOB Zonal Stationery Cell, Baroda. Ph. : 0265-2481717 Dear Sir, Sub. : Procurement of Printed Stationery Bank of
CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract
CONTRACT FOR CONSULTANCY SERVICES Equatorial Fidelity Centre 2 nd Floor, Off Waiyaki Way P.O Box 313-00606 Nairobi, Kenya. Tel +254 20 423 5000 Section 1 Form of Contract CONTRACT FOR: [Insert Title here]
Financial Services and Markets - Regulation No 397/2000 on electronic registration of securities in a central securities depository.
This is an English translation. The original Icelandic text, as published in the Law Gazette (Stjórnartíðindi), is the authoritative text. Should there be discrepancy between this translation and the authoritative
APPLICATION FORM TO REGISTER ON THE SUPPLIER DATABASE OF THE SOUTH AFRICAN LOCAL GOVERNMENT ASSOCIATION (SALGA)
Menlyn Corporate Park Block B 175 Corobay Avenue Waterkloof Glen Ext 11 Pretoria Tel: 012 369 8000 APPLICATION FORM TO REGISTER ON THE SUPPLIER DATABASE OF THE SOUTH AFRICAN LOCAL GOVERNMENT ASSOCIATION
PROVISIONING 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
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
TO ALL SUPPLIERS SEEKING REGISTRATION AS APPROVED SUPPLIERS ON STATISTICS SOUTH AFRICA S SUPPLIER DATABASE
TO ALL SUPPLIERS SEEKING REGISTRATION AS APPROVED SUPPLIERS ON STATISTICS SOUTH AFRICA S SUPPLIER DATABASE The purpose of this database is to give all prospective suppliers an equal opportunity to submit
FEE STRUCTURE [PERMANENT PLACEMENTS]
TERMS AND CONDITIONS FOR THE SOURCING OF TALENT between MODIS PROFESSIONALS RECRUITMENT (PTY) LIMITED; REG. 2007/031577/07 and THE CUSTOMER STATED IN PARAGRAPH 1 OF ANNEXURE A HERETO 1. INTERPRETATION:
GCB Debit Card Corporate Application Form
GCB Debit Card Corporate Application Form Supporting Documents Required Companies Company Regulations Certificate of Incorporation, Certificate to Commence Business Certified copy of a Resolution of Board
REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES
REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES Release Date: 7th November, 2014 Last date for receipt of bids: 10.00am on 24th November, 2014 Page 1 of 9 GENERAL INFORMATION
PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015
PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract
COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT
COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT PREQUALIFICATION OF BIDDERS FOR PROVISION OF OFFICE MEDICAL INSURANCE SERVICES FOR THE FINANCIAL YEAR 2014-2015 BIDER S NAME:. CATEGORY NO:.. MBT/CA/50/2014-2015
SPECIAL CONDITIONS OF CONTRACT RT20-2015
SPECIAL CONDITIONS OF CONTRACT RT20-2015 THE APPOINTMENT OF A PANEL OF PROFESSIONAL SERVICE PROVIDERS FOR FINANCIAL MANAGEMENT AND RELATED SERVICES FOR THE STATE PERIOD 1 SEPTEMBER 2015 TO 31 AUGUST 2018
PROVISION OF LEGAL SERVICES
COUNTY GOVERNMENT OF WAJIR P.O BOX 9-70200. WAJIR,KENYA PRE QUALIFICATION DOCUMENT FOR PROVISION OF LEGAL SERVICES TENDER NUMBER WCG/PT/023/2016-2018 March, 2016 WAJIR COUNTY Page 1 of 17 Table of Contents
SUPPLY CHAIN MANAGEMENT POLICY
SOUTH AFRICAN MEDICAL RESEARCH COUNCIL SUPPLY CHAIN MANAGEMENT POLICY SUPPLY CHAIN MANAGEMENT POLICY Page 1 of 12 Document review and approval Revision history Version Author Date 1 National Manager Operations
BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER
BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER TENDER NO : TENDER DESCRIPTION : THE LICENCE OF STORAGE PLOT AT THE PULAU PUNGGOL AGGREGATE TERMINAL EVALUATION CRITERIA 1. Unless otherwise
Malta Resources Authority. Call for Quotations
Malta Resources Authority Millennia, Aldo Moro Road, Marsa MRS 9065 Malta Telephone: (356) 21220619 Fax: (356) 22955200 Call for Quotations Closing Date: Date Published: 10 November 2015 at 10:00am Tuesday
The South African Municipal Bidding System - A Quick Guide
DE DOORNS RAWSONVILLE TOUWSRIVIER WORCESTER A UNIQUE AND CARING VALLEY OF SERVICE EXCELLENCE, OPPORTUNITY AND GROWTH Burgersentrum Hoogstraat Civic Centre High Street Privaatsak X3046 Private bag WORCESTER
REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018
REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/2016-2018 PREQUALIFICATION OF BIDDERS FOR PROVISION OF SOFTWARE SYSTEM SERVICES, WEBSITE MANAGEMENT AND MAINTENACE
FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS
FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS SOUTHERN ELECTRICITY SUPPLY COMPANY OF ORISSA LTD. CORPORATE OFFICE: COURTPETA: BERHAMPUR- 760004. DISTRICT: GANJAM. TENDER NOTICE NO: 02/07-08
North 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
SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS
ISO 9001:2008 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS Tender Inquiry No. NTSC/OK/CM/37/2012-13 NSIC- Technical Services Centre (A Government of India Enterprise)
REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. 60 Days (COMMENCING FROM RFQ CLOSING DATE)
REQUEST FOR QUOTATION YOU ARE HEREBY INVITED TO SUBMIT QUOTATIONS TO THE WATER RESEARCH COMMISSION. RFQ NUMBER: 2207/15-16 RFQ ISSUE DATE: 31 JULY 2015 CLOSING DATE AND TIME: 14 AUGUST 2015 @ 11.00 am
ADVERTISEMENT BROADCAST AGREEMENT
Tuks FM Trust Student Centre, Hatfield Campus, University of Pretoria PO Box 13762, Hatfield 0028 Tel: +27 (12) 420 3805 Fax: +27 (86) 699 1072 Web: www.tuksfm.co.za E-mail: [email protected] ADVERTISEMENT
Procedures for Tenders and Contracts. October 2014. Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14
Procedures for Tenders and Contracts October 2014 Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14 Huon Valley Council Procedures for Tenders and Contracts October 2014
APPLICATION 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
QUOTATIONS MUST BE SUBMITTED IN SEALED ENVELOPES CLEARLY MARKED RFQ FOR... The following information must be submitted with the quotation:
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
(Vacant premises; Non-nationals/Franchise deals)
(Vacant premises; Non-nationals/Franchise deals) Are you a Sole Proprietor/ Partnership/ Trust? Only if yes, complete the attached Questionnaire. YES NO Are you a Company or Close Corporation and is your
The National Gambling Board Private Bag X27, Hatfield, 0028 E-mail: [email protected] Tel: 010 003 3475 Fax 086 618 5729
The National Gambling Board Private Bag X27, Hatfield, 0028 E-mail: [email protected] Tel: 010 003 3475 Fax 086 618 5729 BY HAND: SUPPLY CHAIN MANAGEMENT OFFICE 420 Witch-hazel Avenue Eco Glades 2 Block
REQUEST 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
Development of application Software for Election Commission
M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking.) Tender Document For Development of application Software for Election Commission (Tender no. MPSEDC/MKT/2010/190) (All pages
UNIT TRUST INVESTMENT APPLICATION FORM Companies, Close Corporation and other legal entities
UNIT TRUST INVESTMENT APPLICATION FORM Companies, Close Corporation and other legal entities Namibia Unit Trust Managers Limited Registration Number: 96/308 All sections must be completed in full using
--------------------------------------------------------------------------------------------------------------------------------------
Indian Institute of Technology Hyderabad KANDI, SANGAREDDY Medak (District) - PIN-502 285, Telangana, India Phone-91-040-23016025 Email: [email protected] Webpage: http://library.iith.ac.in --------------------------------------------------------------------------------------------------------------------------------------
Vocational Education and Training (VET) Pre-qualified Supplier (PQS) Agreement
Vocational Education and Training (VET) Pre-qualified Supplier (PQS) Agreement between STATE OF QUEENSLAND through the Department of Education and Training and [Supplier to Insert Legal Name] TABLE OF
GUIDELINES FOR THE ADMINISTRATION OF INSURANCE AGENTS - 2010
GUIDELINES FOR THE ADMINISTRATION OF INSURANCE AGENTS - 2010 PART I - PRELIMINARY Purpose and Authorisation 1. These Guidelines are intended to provide the framework and procedure for the licencing and
Yagan 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)
INTERMEDIARIES AGREEMENT. between. MUA Insurance Acceptances (Pty) Ltd. and. COMPASS Insurance Company Limited. and INTERMEDIARY
INTERMEDIARIES AGREEMENT between MUA Insurance Acceptances (Pty) Ltd and COMPASS Insurance Company Limited and INTERMEDIARY CPT 0861 682 467 (MUA INS) PHONE +27 21 525 6200 FAX +27 21 525 6300 ADDRESS
Anglo American Procurement Solutions Site
Anglo American Procurement Solutions Site Event Terms and Conditions Anglo American Procurement Solutions Site Event Terms and Conditions Event Terms and Conditions 3 1. Defined terms 3 2. Interpretation
Service Level Agreement
Agreement entered into between: SOSiT (PTY) Ltd (Reg. No.: 2012/099651/07) Service Level Agreement And CC / (Pty) Ltd / Sole Proprietor Registration / Identity no: herein represented by: duly authorised
TABLE 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
City 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
Request for Quotation
City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to
