IMPLEMENTATION GUIDE REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF 2000
|
|
|
- Mervin McCarthy
- 9 years ago
- Views:
Transcription
1 IMPLEMENTATION GUIDE PREFERENTIAL PROCUREMENT REGULATIONS, 2011 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, ACT NO 5 OF December
2 TABLE OF CONTENTS PART ONE GENERAL 1. ACRONYMS AND ABBREVIATIONS 2. PURPOSE 3. APPLICABILITY 4. BROAD-BASED BLACK ECONOMIC EMPOWERMENT STATUS LEVEL CERTIFICATES PART TWO INVITATION OF BIDS 5. PLANNING, STIPULATION OF PREFERENCE POINT SYSTEM TO BE UTILISED AND DETERMINATION OF DESIGNATED SECTORS 6. BIDS BASED ON FUNCTIONALITY AS A CRITERION 7. LOCAL PRODUCTION AND CONTENT 8. SERVICES RENDERED BY TERTIARY INSTITUTIONS AND PUBLIC ENTITIES PART THREE EVALUATION OF BIDS 9. DISCOUNTS 10. SUB-CONTRACTING 11. EVALUATION OF BIDS BASED ON FUNCTIONALITY AS A CRITERION 2
3 12. EVALUATION OF BIDS BASED ON A STIPULATED MINIMUM THRESHOLD FOR LOCAL PRODUCTION AND CONTENT 13. THE PREFERENCE POINT SYSTEMS 14. EVALUATION OF BIDS THAT SCORED EQUAL POINTS 15. CANCELLATION AND RE-INVITATION OF BIDS PART FOUR 16. AWARD OF CONTRACTS PART FIVE 17. REMEDIES 18. TAX CLEARANCE 19. BIDDING DOCUMENTS 20. SALE AND LETTING OF ASSETS 21. TRANSITIONAL ARRANGEMENTS 3
4 PART ONE GENERAL 1. ACRONYMS AND ABBREVIATIONS AO /AA B-BBEEA BVA Accounting Officer / Accounting Authority Broad Based Black Economic Empowerment Act, Act No 53 of 2003 BEE Verification Agency CCA Closed Corporations Act, Act No 69 of 1984 EMEs IRBA Exempted Micro Enterprises Independent Regulatory Board of Auditors MFMA Municipal Finance Management Act, Act No 56 of 2003 PFMA PPPFA QSE SANAS SARB SARS SASAE SCM Public Finance Management Act, Act No. 1 of 1999 (as amended by Act 29 of 1999) Preferential Procurement Policy Framework Act, No 5 of 2000 Qualifying Small Enterprise South African National Accreditation System South African Reserve Bank South African Revenue Services South African Standard on Assurance Engagements Supply Chain Management 4
5 2. PURPOSE This Guide is intended to assist Accounting Officers and Accounting Authorities with the implementation of the Preferential Procurement Regulations, 2011 issued in terms of section 5 of the Preferential Procurement Policy Framework Act, Act Number 5 of 2000 (PPPFA). The Guide should be read and utilized in conjunction with other relevant SCM related prescripts, instructions, circulars and guidelines. 3. APPLICABILITY 3.1 Institutions The Preferential Procurement Regulations, 2011 are applicable to organs of state as contemplated in section 1 (iii) of the PPPFA and all public entities listed in Schedules 2, 3A, 3B, 3C and 3D to the PFMA and municipal entities These organs of state and entities are hereafter referred to as institutions in this Guide. 3.2 Preference point systems The 80/20 preference point system is applicable to bids* with a Rand value equal to, or above R and up to a Rand value of R1 million (all applicable taxes included). Institutions may apply the 80/20 preference point system to price quotations with a value less than R if and when appropriate The 90/10 preference point system is applicable to bids with a Rand value above R1 million (all applicable taxes included) The value referred to in paragraphs and distinguishing the 80/20 and 90/10 preference point systems has been increased from R to R1 million It must be pointed out that the prescribed threshold values within which AOs /AAs may procure services, works or goods by means of petty cash, verbal / written price quotations or advertised competitive bids are not affected by the Preferential Procurement Regulations, * which is referred to as tenders in the PPPFA and the Preferential Procurement Regulations, 2011 include advertised competitive bids, written price quotations or proposals. 5
6 4. BROAD-BASED BLACK ECONOMIC EMPOWERMENT (B-BBEE) STATUS LEVEL CERTIFICATES 4.1 Bidders are required to submit original and valid B-BBEE Status Level Verification Certificates or certified copies thereof together with their bids, to substantiate their B-BBEE rating claims. 4.2 Bidders who do not submit B-BBEE Status Level Verification Certificates or are non-compliant contributors to B-BBEE do not qualify for preference points for B- BBEE but should not be disqualified from the bidding process. They will score points out of 90 or 80 for price only and zero (0) points out of 10 or 20 for B- BBEE. 4.3 A trust, consortium or joint venture must submit a consolidated B-BBEE Status Level Verification Certificate for every separate bid. 4.4 Public entities and tertiary institutions must also submit B-BBEE Status Level Verification Certificates together with their bids. 4.5 If an institution is already in possession of a valid and original or certified copy of a bidder s B-BBEE Status Level Verification Certificate that was obtained for the purpose of establishing the database of possible suppliers for price quotations or that was submitted together with another bid, it is not necessary to obtain a new B-BBEE Status Level Verification Certificate each time a bid is submitted from the specific bidder. Such a certificate may be used to substantiate B-BBEE rating claims provided that the closing date of the bid falls within the expiry date of the certificate that is in the institution s possession. Each time this provision is applied, cross-reference must be made to the B-BBEE Status Level Verification Certificate already in possession for audit purposes. 4.6 AOs / AAs must ensure that the B-BBEE Status Level Verification Certificates submitted are issued by the following agencies: Bidders other than EMEs (a) Verification agencies accredited by SANAS; or (b) Registered auditors approved by IRBA Bidders who qualify as EMEs (a) Accounting officers as contemplated in the CCA; or (b) Verification agencies accredited by SANAS; or (c) Registered auditors. (Registered auditors do not need to meet the prerequisite for IRBA s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates). 6
7 4.7 VALIDITY OF B-BBEE STATUS LEVEL VERIFICATION CERTIFICATES Verification agencies accredited by SANAS These certificates are identifiable by a SANAS logo and a unique BVA number Confirmation of the validity of a B-BBEE Status Level Verification Certificate can be done by tracing the name of the issuing Verification Agency to the list of all SANAS accredited agencies. The list is accessible on The relevant BVA may be contacted to confirm whether such a certificate was issued As a minimum requirement, all valid B-BBEE Status Level Verification Certificates should have the following information detailed on the face of the certificate: The name and physical location of the measured entity; The registration number and, where applicable, the VAT number of the measured entity; The date of issue and date of expiry; The certificate number for identification and reference; The scorecard that was used (for example EME, QSE or Generic); The name and / or logo of the Verification Agency; The SANAS logo; The certificate must be signed by the authorized person from the Verification Agency; and The B-BBEE Status Level of Contribution obtained by the measured entity Registered auditors approved by IRBA The format and content of B-BBEE Status Level Verification Certificates issued by registered auditors approved by IRBA must - Clearly identify the B-BBEE approved registered auditor by the auditor s individual registration number with IRBA and the auditor s logo; Clearly record an approved B-BBEE Verification Certificate identification reference in the format required by the SASAE; Reflect relevant information regarding the identity and location of the measured entity; Identify the Codes of Good Practice or relevant Sector Codes applied in the determination of the scores; 7
8 Record the weighting points (scores) attained by the measured entity for each scorecard element, where applicable, and the measured entity s overall B-BBEE Status Level of Contribution; and Reflect that the B-BBEE Verification Certificate and accompanying assurance report issued to the measured entity is valid for 12 months from the date of issuance and reflect both the issuance and expiry date Confirmation of the validity of a B-BBEE Status Level Verification Certificate can be done by tracing the name of the issuing B-BBEE approved registered auditor to the list of all approved registered auditors. The list is accessible on and / The relevant approved registered auditor may be contacted to confirm whether such a certificate was issued Accounting officers as contemplated in section 60(4) of the CCA; These certificates will be issued in the accounting officer s letterhead with the accounting officer s practice number and contact number clearly specified on the face of the certificates The content of B-BBEE Status Level Verification Certificates issued by accounting officers as contemplated in the CCA is detailed in paragraph below. 4.8 VERIFICATION CERTIFICATES IN RESPECT OF EMEs In terms of the Generic Codes of Good Practice, an enterprise including a sole propriety with an annual total revenue of R5 million or less qualifies as an EME In instances where Sector Charters are developed to address the transformation challenges of specific sectors or industries, the threshold for qualification as an EME may be different from the generic threshold of R5 million. The relevant Sector Charter thresholds will therefore be used as a basis for a potential bidder to qualify as an EME. For example the approved thresholds for EMEs for the Tourism and Construction Sector Charters are R2.5 million and R1.5 respectively EMEs are deemed to have a B-BBEE status of level four (4) contributor. In instances where EMEs are more than 50% owned by black people, such EMEs qualify as B-BBEE status level three (3) contributors Sufficient evidence to confirm a qualifying EME is a certificate issued by an Accounting Officer (as contemplated in the CCA), a similar certificate issued by a Registered Auditor or a Verification Agency. 8
9 4.8.5 When confirming the validity of a certificate in respect of an EME, the following should be detailed on the face of the certificate: The Accounting Officer s or Registered Auditor s letter head with full contact details; The Accounting Officer s or Registered Auditor s practice numbers; The name and the physical location of the measured entity; The registration number and, where applicable, the VAT number of the measured entity; The date of issue and date of expiry; The B-BBEE Status Level of Contribution obtained by the measured entity; and The total black shareholding and total black female shareholding. 4.9 Any enquiries in respect of B-BBEE Status Level Verification Certificates may be directed to the Department of Trade and Industry (dti) as follows: Ms Makhosazana Seate Director: Empowerment and Enterprise Development Division (EEDD) Tel: (012) Fax: (012) [email protected] PART TWO INVITATION OF BIDS 5. PLANNING, STIPULATION OF PREFERENCE POINT SYSTEM TO BE UTILISED AND THE DETERMINATION OF DESIGNATED SECTORS Prior to the invitation of bids, AOs/AAs are required to: 5.1. Properly plan for the provision of services, works or goods in order to ensure that the resources that are required to fulfil the needs identified in the strategic plan of the institution are delivered at the correct time, price, place and that the quantity and quality will satisfy those needs As far as possible, accurately estimate the costs for the provision of the required services, works or goods. This is in order to determine and stipulate the appropriate preference point system to be utilised in the evaluation and adjudication of the bids and to ensure that the prices paid for the services, works and goods are market related. 9
10 Estimated costs can be determined by conducting an industry and commodity analysis whereby prospective suppliers may be approached to obtain indicative market related prices that may be utilised for benchmarking purposes. Based on the findings, the relevant preference point system (80/20 or 90/10) to be utilised for the evaluation of the bid must be stipulated in the bid documents; and 5.3. Determine whether the services, works or goods for which an invitation is to be made has been designated for local production and content in terms of Regulation 9 of the Preferential Procurement Regulations. This will entail the inclusion of a specific condition in the bid documents that only locally produced services, works or goods or locally manufactured goods with a stipulated minimum threshold for local production and content will be considered. This will subsequently have a direct impact on the evaluation of the bid. 6. BIDS BASED ON FUNCTIONALITY AS A CRITERION 6.1 In general, not all bids should be invited on the basis of functionality as a criterion. The need to invite bids on the basis of functionality as a criterion depends on the nature of the required commodity or service taking into account quality, reliability, viability and durability of a service and the bidders technical capacity and ability to execute a contract. 6.2 When an institution invites a bid that will also be evaluated on the basis of functionality as a criterion, the AO/ AA must clearly specify the following aspects in the bid documents: (a) Evaluation criteria for measuring functionality The evaluation criteria may include criteria such as the consultant s relevant experience for the assignment, the quality of the methodology; the qualifications of key personnel; transfer of knowledge etc. (b) Weight of each criterion The weight that is allocated to each criterion should not be generic but should be determined separately for each bid on a case by case basis. (c) Applicable value The applicable values that will be utilised when scoring each criterion should be objective. As a guide, values ranging from 1 being poor, 2 being average, 3 being good, 4 being very good and 5 being excellent, may be utilised. (d) Minimum qualifying score for functionality. 10
11 The minimum qualifying score that must be obtained for functionality in order for a bid to be considered further should not be generic. It should be determined separately for each bid on a case by case basis. The minimum qualifying score must not be prescribed so low that it may jeopardise the quality of the service required nor so high that it may be restrictive to the extent that it jeopardizes the fairness of the SCM system. 7. LOCAL PRODUCTION AND CONTENT 7.1 Designated Sectors Bids in respect of services, works or goods that have been designated for local production and content, must contain a specific bidding condition that only locally produced goods, services or works or locally manufactured goods with a stipulated minimum threshold for local production and content will be considered AOs / AAs must stipulate in bid invitations that the exchange rate to be used for the calculation of local content (local content and local production are used interchangeably) must be the exchange rate published by the SARB at 12:00 on the date, one week (7 calendar days) prior to the closing date of the bid Only the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:201x must be used to calculate local content. The following formula to calculate local content must be disclosed in the bid documentation: The local content (LC) as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 201x as follows: LC = 1 x 100 Where x imported content y bid price excluding value added tax (VAT) Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by the SARB at 12:00 on the date, one week (7 calendar days) prior to the closing date of the bid For the purpose of paragraphs 7.1.1, and above, the SBD / MBD 6.2 (Declaration Certificate for Local Content) must form part of the bid documentation. 11
12 7.1.5 The Declaration Certificate for Local Content (SBD / MBD 6.2) must be completed and duly signed. AOs / AAs are required to verify the accuracy of the rates of exchange quoted by the bidder in paragraph 4.1 of this Certificate. 7.2 Non-Designated Sectors Where there is no designated sector, AOs / AAs may decide to include a specific bidding condition that only locally produced goods, services or works or locally manufactured goods with a stipulated minimum threshold for local production and content, will be considered, on condition that such prescript and threshold(s) are in accordance with the specific directives issued for this purpose by the National Treasury in consultation with the dti AOs / AAs must stipulate in bid invitations that the exchange rate to be used for the calculation of local content must be the exchange rate published by the SARB at 12:00 on the date, one week (7 calendar days) prior to the date of closure of the bid Only the South African Bureau of Standards approved technical specification number SATS 1286:201x as indicated in paragraph above must be used to calculate local content For the purpose of paragraphs 7.2.1, and above, the SBD / MBD 6.2 (Declaration Certificate for Local Content) must form part of the bid documentation The Declaration Certificate for Local Content (SBD / MBD 6.2) must be completed and duly signed. AOs / AAs are required to verify the accuracy of the rate(s) of exchange quoted by the bidder in paragraph 4.1 of this Certificate Any enquiries in respect of Local Production and Content may be directed to the Department of Trade and Industry (dti) as follows: Ms Basani Baloyi Director: Industrial Development Division (IDD) Tel: (012) Fax: (012) [email protected] 8. SERVICES RENDERED BY TERTIARY INSTITUTIONS AND PUBLIC ENTITIES 8.1 Based on thorough analysis of the market, institutions may invite written price quotations for services that can only be provided by tertiary institutions from the identified tertiary institutions. 12
13 8.2 Where the required service can be provided by tertiary institutions, public entities and enterprises from the private sector, institutions must invite competitive bids. PART THREE EVALUATION OF BIDS 9. DISCOUNTS 9.1 When calculating comparative prices: 9.2 Unconditional discounts must be taken into account for evaluation purposes; and 9.3 Conditional discounts must not be taken into account for evaluation purposes but should be implemented when payment is effected. 10 SUB-CONTRACTING A bidder must not be awarded the points claimed for B-BBEE status level of contribution if it is indicated in the bid documents that such a bidder intends subcontracting more that 25% of the contract value to any other enterprise that does not qualify for at least the same number of points that the bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract A contractor is not allowed to sub-contract more than 25% of the contract value to another enterprise that does not have equal or higher B-BBEE status level, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract In relation to a designated sector, a contractor must not be allowed to subcontract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold. 11 EVALUATION OF BIDS BASED ON FUNCTIONALITY AS A CRITERION Bids invited on the basis of functionality as a criterion must be evaluated in two stages first functionality must be assessed and then in accordance with the 80/20 or 90/10 preference point systems prescribed in Preferential Procurement Regulations 5 and 6. The evaluation must be done as follows: 11.1 First stage Evaluation of functionality Bids must be evaluated in terms of the evaluation criteria embodied in the bid documents. The amendment of evaluation criteria, weights, applicable values 13
14 and/or the minimum qualifying score for functionality after the closure of bids is not allowed as this may jeopardise the fairness of the process A bid will be considered further if it achieves the prescribed minimum qualifying score for functionality Bids that fail to achieve the minimum qualifying score for functionality must be disqualified Score sheets should be prepared and provided to panel members to evaluate the bids The score sheet should contain all the criteria and the weight for each criterion as well as the values to be applied for evaluation as indicated in the bid documents Each panel member should after thorough evaluation independently award his / her own value to each individual criterion Score sheets should be signed by panel members and if necessary, written motivation may be requested from panel members where vast discrepancies in the values awarded for each criterion exist If the minimum qualifying score for functionality is indicated as a percentage in the bid documents, the percentage scored for functionality may be calculated as follows: a. The value awarded for each criterion should be multiplied by the weight for the relevant criterion to obtain the score for the various criteria; b. The scores for each criterion should be added to obtain the total score; and c. The following formula should be used to convert the total score to percentage for functionality: Ps So Ms X
15 where: Ps = So = Ms = percentage scored for functionality by bid under consideration total score of bid under consideration maximum possible score The percentage of each panel member should be added and divided by the number of panel members to establish the average percentage obtained by each bidder for functionality Second stage Evaluation in terms of the 80/20 or 90/10 preference point systems Only bids that achieve the minimum qualifying score / percentage for functionality must be evaluated further in accordance with the 80/20 or 90/10 preference point systems prescribed in Preferential Procurement Regulations 5 and 6. [Guidance on the evaluation of bids in terms of the 80/20 or 90/10 preference points systems is provided in paragraph 13 of this Guide]. 12. EVALUATION OF BIDS BASED ON A STIPULATED MINIMUM THRESHOLD FOR LOCAL PRODUCTION AND CONTENT Bids that were invited on the basis of local production and content should be evaluated by following a two-stage bidding process: 12.1 First stage Evaluation in terms of the stipulated minimum threshold for local production and content Bids must be evaluated in terms of the evaluation criteria stipulated in the bid documents. The amendment of the stipulated minimum threshold for local production and content after the closure of bids is not allowed as this may jeopardise the fairness of the process A bid will be disqualified if: the bidder fails to achieve the stipulated minimum threshold for local production and content; and. the Declaration Certificate for Local Content (SBD / MBD 6.2) referred to in paragraphs and is not submitted as part of the bid documentation. 15
16 Calculation of Local Content The local content (LC) as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 201x as indicated in paragraph above AOs / AAs must verify the accuracy of the rates of exchange quoted by the bidder in paragraph 4.1 of the Declaration Certificate for Local Content (SBD / MBD 6.2) 12.2 Second stage - Evaluation in terms of the 80/20 or 90/10 preference point systems Only bids that achieve the minimum stipulated threshold for local production and content must be evaluated further in accordance with the 80/20 or 90/10 preference point systems prescribed in Preferential Procurement Regulations 5 and 6. [Guidance on the evaluation of bids in terms of the 80/20 or 90/10 preference points systems is provided in paragraph 13 of this Guide] Where appropriate, prices may be negotiated only with short listed or preferred bidders. Such negotiations must not prejudice any other bidders. 13. THE PREFERENCE POINT SYSTEMS 13.1 Step 1: Calculation of points for price The PPPFA prescribes that the lowest acceptable bid will score 80 or 90 points for price. Bidders that quoted higher prices will score lower points for price on a pro-rata basis The formulae to be utilised in calculating points scored for price are as follows: 80/20 Preference point system [(for acquisition of services, works or goods up to a Rand value of R1million) (all applicable taxes included)] Where Ps = Points scored for comparative price of bid or offer under consideration Pt = Comparative price of bid or offer under consideration Pmin = Comparative price of lowest acceptable bid or offer. 16
17 90/10 Preference point system [(for acquisition of services, works or goods with a Rand value above R1million) (all applicable taxes included)] Where Ps = Points scored for comparative price of bid or offer under consideration Pt = Comparative price of bid or offer under consideration Pmin = Comparative price of lowest acceptable bid or offer Points scored must be rounded off to the nearest 2 decimal places Step 2: Calculation of points for B-BBEE status level of contributor Points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below: B-BBEE Status Level of Contributor Number of points (90/10 system) Number of points (80/20 system) Non-compliant contributor
18 13.3 Calculation of total points scored for price and B-BBEE status level of contribution The points scored for price must be added to the points scored for B-BBEE status level of contribution to obtain the bidder s total points scored out of EVALUATION OF BIDS THAT SCORED EQUAL POINTS 14.1 In the event that two or more bids have scored equal total points, the successful bid must be the one that scored the highest points for B-BBEE If two or more bids have equal points, including equal preference points for B- BBEE, the successful bid must be the one scoring the highest score for functionality, if functionality is part of the evaluation process In the event that two or more bids are equal in all respects, the award must be decided by the drawing of lots. 15. CANCELLATION AND RE-INVITATION OF BIDS 15.1 In the application of the 80/20 preference point system, if all bids received exceed R , the bid must be cancelled. If one or more of the acceptable bid(s) received are within the R threshold, all bids received must be evaluated on the 80/20 preference point system In the application of the 90/10 preference point system, if all bids received are equal to or below R , the bid must be cancelled. If one or more of the acceptable bid(s) received are above the R threshold, all bids received must be evaluated on the 90/10 preference point system If a bid was cancelled in terms of paragraph 15.1 or 15.2, the correct preference point system must be stipulated in the bid documents of the re-invited bid An AO / AA may, prior to the award of a bid, cancel the bid if: Due to changed circumstances, there is no longer a need for the services, works or goods requested. [AOs / AAs must ensure that only goods, services or works that are required to fulfil the needs of the institution are procured]; or Funds are no longer available to cover the total envisaged expenditure. [AOs / AAs must ensure that the budgetary provisions exist]; or No acceptable bids are received. [If all bids received are rejected, the institution must review the reasons justifying the rejection and consider making revisions to the specific conditions of contract, design and specifications, scope of the contract, or a combination of these, before inviting new bids]. 18
19 PART FOUR AWARD OF CONTRACTS 16. AWARD OF CONTRACTS 16.1 A contract must be awarded to the bidder who scored the highest total number of points in terms of the preference point systems In exceptional circumstances a contract may, on reasonable and justifiable grounds, be awarded to a bidder that did not score the highest number of points. The reasons for such a decision must be approved and recorded for audit purposes and must be defendable in a court of law. PART FIVE REMEDIES, TAX CLEARANCE, BIDDING DOCUMENTS, SALE AND LETTING OF ASSETS AND TRANSITIONAL ARRANGEMENTS 17. REMEDIES 17.1 AOs / AAs must act against the bidder or person awarded the contract upon detecting that the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the contract conditions have not been fulfilled The institution may, in addition to any other remedy that it may have against the bidder or person: Disqualify the bidder or person from the bidding process; Recover all costs, losses or damages it has incurred or suffered as a result of that person s conduct; Cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation; Restrict the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after applying the audi alteram partem (hear the other side) rule; and Forward the matter for criminal prosecution. 19
20 17.3 Institution s should involve their legal services when any of the remedies are applied The details of any restrictions imposed on bidders, persons or contractors must be forwarded to the National Treasury for inclusion on the central Database of Restricted Suppliers. 18 TAX CLEARANCE No bid may be awarded to any bidder whose tax matters have not been declared by the SARS to be in order. 19 BIDDING DOCUMENTS 19.1 The following bidding documents, which have been amended where necessary in accordance with the prescripts of the Preferential Procurement Regulations, 2011, are attached for use: Standard Bidding Documents (SBDs) for use by all national and provincial departments, constitutional institutions and public entities listed in schedules 3A and 3C to the PFMA; and Municipal Bidding Documents (MBDs) for use by all municipalities and municipal entities to which the MFMA apply. SBD / MBD Description Document Number (i) Invitation to Bid SBD / MBD 1 (ii) Application for Tax Clearance Certificate SBD /MBD 2 (iii) Pricing Schedules SBD / MBD 3.1,3.2 and 3.3 (iv) Declaration of Interest SBD / MBD 4 (v) National Industrial Participation Programme SBD 5 (vi) Declaration for Procurement above R MBD 5 (vii) Preference claims in terms of the Preferential SBD / MBD 6.1 Procurement Regulations, 2011 (v Declaration Certificate for Local Content SBD / MBD 6.2 (ix) Formal contracts SBD / MBD 7.1, 7.2 and 7.3 (x) Declaration of Bidder s past SCM practices SBD / MBD 8 (xi) Certificate of Independent Bid Determination SBD / MBD 9 NB: (The above SBDs / MBDs replace those that were previously issued by the National Treasury) 20
21 19.2 AOs / AAs should customize and utilize the bidding documents (SBDs or MBDs) by incorporating the institutions name, logo and contact details Other changes to the SBDs or MBDs, such as variations necessary to address specific contract and project issues, should be kept to a minimum. The standard wording for the Application for Tax Clearance Certificates (SBD / MBD 2) and the National Industrial Participation Programme (SBD 5) should not be amended. The formal contract document (SBD / MBD 7.1 to 7.3) should not form part of the bidding documents issued to every prospective bidder, but should be made applicable only to the successful bidder after adjudication and award of the bid The relevant SBDs or MBDs must be utilized for procurement by means of written price quotations, advertised competitive bids or proposals Although these SBDs or MBDs have not been formally issued to Public Entities listed in Schedules 2, 3B and 3D to the PFMA, nothing prohibits these institutions from customizing and utilizing these bidding documents as well. 20 SALE AND LETTING OF ASSETS 20.1 The preference point systems prescribed in the PPPFA and the Preferential Procurement Regulations, 2011 are not applicable to the sale and letting of assets In instances where assets are sold or leased by means of advertised competitive bids or written price quotations or by auctions the award must be made to the highest bidder The tax clearance requirements referred to in paragraph 18 above applies to the sale and letting of assets as well. 21 TRANSITIONAL ARRANGEMENTS 21.1 If a bid was advertised / invited in terms of the evaluation criteria prescribed in the Preferential Procurement Regulations, 2001 (prior to the date of coming into effect of the Preferential Procurement Regulations, 2011) but will only be evaluated and awarded after the date of coming into effect of the Preferential Procurement Regulations, 2011, the bid must be evaluated and awarded in terms of the evaluation criteria prescribed in the Preferential Procurement Regulations, 2001 and in terms of the conditions contained in the bid documents Such a bid must be evaluated and awarded as soon as possible but not later than the initial expiry of the validity period of the bid. The extension of the validity period of such a bid must not be allowed. 21
22 CONTACT PERSON Mr J Soobramanian Telephone number: Facsimile number: [email protected] 22
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
Reproduced by Sabinet Online in terms of Government Printer s Copyright Authority No. 10505 dated 02 February 1998
4 No.34350 GOVERNMENT GAZETTE, 8 JUNE 2011 No. R. 502 8 June 2011 PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2011 I, Pravin J. Gordhan, Minister of Finance,
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:
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
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
Records Information Management System Development and Implementation
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : [email protected] WEBSITE : www.mgslg.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets
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
REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES
REQUEST FOR PROPOSAL TRANSCRIPTION AND MINUTE TAKING SERVICES RFP TSM/001/2015 1. Background to CATHSSETA CATHSSETA is a statutory body established through the Skills Development Act of 1998 to enable
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
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
TERMS OF REFERENCE. Appointment of a website developer as service provider for the National Biosafety Communication Project
TERMS OF REFERENCE Appointment of a website developer as service provider for the National Biosafety Communication Project I. INTRODUCTION AND BACKGROUND The National Biosafety Platform (Biosafety SA)
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
1. Cover Page and Guideline pg. 2. 2. Invitation to Tender (SBD 01) pg. 4. 3. Valid Original Tax Clearance Certificate (SBD 02) pg.
Index: 1. Cover Page and Guideline pg. 2 2. Invitation to Tender (SBD 01) pg. 4 3. Valid Original Tax Clearance Certificate (SBD 02) pg. 7 4. Declaration of Interest (SBD 04) pg. 8 5. Preference Points
REQUEST FOR PROPOSALS DEVELOPMENT OF THE MGSLG WEBSITE AND INTRANET
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT TEL NO. : + 27 (0)11 830 2200 FAX NO. : + 27 (0)11 830 2201 EMAIL : [email protected] WEBSITE : www.mgsl.co.za 40 Hull Street, Cnr. 8th Street and Hull Streets
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
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
City of Johannesburg Johannesburg Roads Agency
City of Johannesburg Johannesburg Roads Agency 66 Pixley Seme Street (previously Sauer Str.) Cnr. Rahima Moosa Street (previously Jeppe Str.) Johannesburg 2001 P/Bag X70 Braamfontein South Africa 2017
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
REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS GOODS 1 250 V-NECK T -SHIRTS
Tel. (013) 282 5303 Fax. (013) 282 5594 Email: [email protected] Website: www.stevetshwetelm.gov.za P.O. Box 14, Middelburg, Mpumalanga, 1050 Civic Centre, Wanderers Avenue, Middelburg, Mpumalanga
Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. RFP No.: RFP 28/2014
Appointment of a service provider to assist with the development of Analytics Capability for PAYE and VAT. Briefing Session: 18 February 2015 at 14h00 RFP No.: RFP 28/2014 Closing Date: 10 March 2015,
REQUEST FOR PROPOSALS
ENQUIRIES: SUPPLY CHAIN MANAGEMENT UNIT 40 Hull Street, Cnr. 8th Street and Hull Streets TEL NO. : + 27 (0)11 830 2200 FAX NO.:+ 27 (0)11 830 2201 Vrededorp, Johannesburg, 2092 EMAIL : [email protected]
RFQ 803 SUPPLY AND DELIVERY OF STATIONERY
IMS-SCM-020F RFQ 803 SUPPLY AND DELIVERY OF STATIONERY Procurement Less than R 500 000 (Including Vat) (For publication on Amatola Water Board Notice Board/s and Website) The Amatola Water Board requests
DoE Supply Chain Management Processes
DoE Supply Chain Management Processes 16 September 2015 Presented by: Boitumelo Musi 1 Presentation overview Legislation and prescripts governing SCM in the Public Sector Supplier database registration
REVISED SUPPLY CHAIN MANAGEMENT POLICY
REVISED SUPPLY CHAIN MANAGEMENT POLICY Page 1 of 57 KOUGA MUNICIPALITY REVISED MUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT, 2003 Date of adoption: Council
SUPPLY CHAIN MANAGEMENT UNIT PROCUREMENT POLICY
SUPPLY CHAIN MANAGEMENT UNIT PROCUREMENT POLICY Signed by acting HOD wef 8 December 2008 PURPOSE 1. The purpose of the departmental procurement policy is to provide guidance within the Department regarding
1. BACKGROUND 2. OBJECTIVES
TERMS OF REFERENCE FOR THE APPOINTMENT OF SERVICE PROVIDER TO CONDUCT A SKILLS AUDIT AND DEVELOP A COMPREHENSIVE SKILLS PLAN FOR THE DEPARTMENT OF ENERGY FOR A PERIOD OF 6 MONTHS 1. BACKGROUND 1.1 The
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
NELSON MANDELA BAY METROPOLIAN MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY VERSION 4
NELSON MANDELA BAY METROPOLIAN MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY VERSION 4 Date of adoption: Council resolves in terms of section 111 of the Local Government Municipal Finance Management Act
DoE Supply Chain Management Processes. 24 February 2016 Presenter: Boitumelo Musi
DoE Supply Chain Management Processes 24 February 2016 Presenter: Boitumelo Musi 1 Presentation overview i) Legislation and prescripts governing SCM in the ii) Public Sector Central Supplier database (CSD)
SPECIFICATION/TERMS OF REFERENCE FOR OUTSOURCING OF AN EXECUTIVE COACHING PROGRAMME FOR A PERIOD OF 36 MONTHS
DEA AS AN ORGAN OF STATE SUBSCRIBES TO AND PROPAGATES BOTH THE NOTION OF BROAD BASED BLACK ECONOMIC EMPOWERMENT (BBBEE) ACT, No. 53 Of 2003, THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, No. 5 of
Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30
Software Development Contract Services for International Frontier Technologies Company Reg. no: 2009/007987/30 Mode of Bid Submission Hand deliver / courier / post Last Date & Time of Submission of Bid
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
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
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
TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE SECURE EMAIL MANAGEMENT SOLUTION AND ARCHIVING FOR NLC: RFP 010/2015
TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE SECURE EMAIL MANAGEMENT SOLUTION AND ARCHIVING FOR NLC: RFP 010/2015 1.Description of Service The National Lotteries Commission requires
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
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
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
REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM
REQUEST FOR BID: KNP IPZ EASTERN PERIMETER RIVER GAP DETECTION SECURITY SYSTEM Tender Number: GNP-014-15 Request For Bid: KNP IPZ Eastern Perimeter River Gap Detection Security System TABLE OF CONTENTS
3.2 Seven (7) x HIGH PERFORMANCE WALK-THROUGH METAL DETECTOR. Detailed technical specification is illustrated on Annexure B.
TERMS OF REFERENCE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF SECURITY X-RAY SCANNERS AND WALK THROUGH METAL DETECTORS ON LEASE BASIS FOR A PERIOD OF THIRTY SIX (36) MONTHS FOR DEPARTMENT OF ENERGY 1.
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
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.
TENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS
TENDER FOR APPOINTMENT OF A SHORT TERM INSURANCE BROKER FOR A PERIOD OF THREE (3) YEARS TENDER NO. NYDA-2014/01/RSK NATIONAL YOUTH DEVELOPMENT AGENCY (NYDA) 11 BROADWALK AVENUE HALFWAY HOUSE MIDRAND 1685
ADVERTISEMENT DATE 3 June 2015 RFQ NUMBER DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
City of Johannesburg Supply Chain Management Unit
Supplier Name: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
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
2015/2016 DATABASE REGISTRATION FORM
TO ALL SUPPLIERS SEEKING REGISTRATION AS A PREFERRED SUPPLIER ON THE DATABASE OF THE NATIONAL TREASURY All suppliers are invited to register as a preferred supplier on the database of the CETA. In order
Supply Chain Management Policy
Supply Chain Management Policy (Incorporating Preferential Procurement) Approved : 31 July 2013 Council : C 16/07/13 1 TABLE OF CONTENTS DEFINITIONS 3 POLICY STATEMENT... 11 Introduction... 11 Desired
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
POLICY DOCUMENT POLICY F1.09
POLICY DOCUMENT POLICY F1.09 CITY OF UMHLATHUZE SUPPLY CHAIN MANAGEMENT UMHLATHUZE SUPPLY CHAIN MANAGEMENT POLICY TABLE OF CONTENTS ESTABLISHMENT AND IMPLEMENTATION OF SUPPLY CHAIN MANAGEMENT POLICY Preamble
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:
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
ANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM
ANNEXURE B.2 REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat) (For publication on Ekurhuleni Metropolitan Municipality
Request of training on Operational Risk Management
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
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
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
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
NATIONAL STUDENT FINANCIAL AID SCHEDME (NSFAS) BID No: SCMN014/2015 REQUEST FOR PORPOSALS CORPORATE TRAVEL MANAGEMENT DURATION: 3 YEARS.
NATIONAL STUDENT FINANCIAL AID SCHEME (NSFAS) BID No: SCMN014/2015 REQUEST FOR PORPOSALS CORPORATE TRAVEL MANAGEMENT DURATION: 3 YEARS Issued by: NATIONAL STUDENT FINANCIAL AID SCHEDME (NSFAS) 2nd Floor
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
Transcription services for committee minutes
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
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
FINANCIAL SERVICES BOARD FSB REPUTATION MANAGEMENT BID FSB2015/019 CLOSING DATE: 14 JULY 2015
FSB REPUTATION MANAGEMENT CLOSING DATE: 14 JULY 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office Park, Block B; 41 Matroosberg
SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES
BID NO: NMISA (12-13) T0009 SPECIFICATION DOCUMENT PROCUREMENT OF EXTERNAL AUDIT SERVICES NB. On the last page of this document the bidder needs to declare and indicate that they have read and understood
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
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)
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
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: 1407/15-16 RFQ ISSUE DATE: 31 JULY 2015 CLOSING DATE AND TIME: 14 AUGUST 2015 @ 11.00 am
THEEWATERSKLOOF MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY
THEEWATERSKLOOF MUNICIPALITY SUPPLY CHAIN MANAGEMENT POLICY JULY 2015 Model policy for adoption by municipalities and municipal entities in terms of section 111 of the Municipal Finance Management Act,
MUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY
MUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY This Municipal Supply Chain Management Policy is based on the model policy made available by the National Treasury: MFMA Circular 22 dated 25 August 2005. NOTE:
REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013
REQUEST FOR QUOTATION FOR RFID ASSET TRACKING MANAGEMENT SYSTEM REF: SAHRA/IT/12/2013 1. PURPOSE The South African Heritage Resources Agency (SAHRA) invites suitably qualified service providers to submit
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
TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO SUPPLY AND INSTALL BIOMETRICS ACCESS CONTROL SYSTEMS AT THE DEPARTMENT OF ENERGY
TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO SUPPLY AND INSTALL BIOMETRICS ACCESS CONTROL SYSTEMS AT THE DEPARTMENT OF ENERGY 1. PURPOSE OF THE ASSIGNMENT 1.1 The purpose of the assignment
THE CITY OF CAPE TOWN DELEGATION OF POWERS AND DUTIES - SUPPLY CHAIN MANAGEMENT MUNICIPAL SUPPLY CHAIN MANAGEMENT REGULATIONS. Notice 868 of 2005
THE CITY OF CAPE TOWN DELEGATION OF POWERS AND DUTIES - SUPPLY CHAIN MANAGEMENT MUNICIPAL SUPPLY CHAIN MANAGEMENT REGULATIONS Notice 868 of 2005 SUB- 3(1)(a) Prepare and submit a draft supply chain policy
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
QUOTATION STANDARD BIDDING DOCUMENT ANNEXURE QUOTATION DESCRIPTION. Background. Scope of Work
QUOTATION STANDARD BIDDING DOCUMENT ANNEXURE QUOTATION FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS QUOTATION NUMBER: NRF/SAEON/ICT/03/2016 CLOSING DATE: 18 May 2015 QUOTATION DESCRIPTION Provision
AMATHOLE DISTRICT MUNICIPALITY
1 AMATHOLE DISTRICT MUNICIPALITY TERMS OF REFERENCE It is the intention of the Amathole District Municipality to enter into a formal contract with a service provider that will carry out the services described
REQUEST FOR BIDS: APPOINTMENT OF SERVICE PROVIDER TO PROVIDE MEDIA MONITORING AND ANALYSIS SERVICES
REQUEST FOR BIDS: APPOINTMENT OF SERVICE PROVIDER TO PROVIDE MEDIA MONITORING AND ANALYSIS SERVICES (RFB NUMBER: PROC T243) CLOSING DATE AND TIME: 24 NOVEMBER 2014 AT 11H00AM CONTENTS PAGE 1 INVITATION
SUPPLY CHAIN MANAGEMENT POLICY JOHANNESBURG DEVELOPMENT AGENCY (JDA)
SUPPLY CHAIN MANAGEMENT POLICY JOHANNESBURG DEVELOPMENT AGENCY (JDA) 0 Date of adoption: The JDA Board of Directors resolves in terms of section 111 of the Local Government: Municipal Finance Management
NATIONAL TREASURY Republic of South Africa December 2003
NATIONAL TREASURY Republic of South Africa December 2003 REGULATIONS IN TERMS OF THE PUBLIC FINANCE MANAGEMENT ACT, 1999: FRAMEWORK FOR SUPPLY CHAIN MANAGEMENT AS PUBLISHED IN GAZETTE NO. 25767 DATED 5
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
Supply Chain Management Policy September 2005
Supply Chain Management Policy September 2005 MUNICIPAL SUPPLY CHAIN MANAGEMENT POLICY LOCAL GOVERNMENT: MUNICIPAL FINANCE MANAGEMENT ACT, 2003 This policy was adopted by the Council of the ethekwini Municipality
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
Lorraine Mapela 011 870-4524
SUPPLIER NAME: REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website)
