PREFERENTIAL PROCUREMENT REGULATIONS, 2001 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT: NO 5 OF Contents
|
|
|
- Rolf Conley
- 9 years ago
- Views:
Transcription
1 PREFERENTIAL PROCUREMENT REGULATIONS, 2001 PERTAINING TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT: NO 5 OF 2000 Contents PART ONE DEFINITIONS AND APPLICATION 1 Definitions 2 Application PART TWO PREFERENCE POINT SYSTEM, EVALUATION OF TENDERS, AWARDING OF TENDERS NOT SCORING HIGHEST POINTS, CANCELLATION AND RE-INVITATION OF TENDERS 3 The 80/20 preference point system 4 The 90/10 preference point system 5 The 80/20 preference point system for the sale and letting of assets 6 The 90/10 preference point system for the sale and letting of assets 7 Stipulation of preference point system to be used 8 Evaluation of tenders on functionality and price 9 Award of contract to tender not scoring the highest number of points 10 Cancellation and re-invitation of tenders PART THREE DUTY TO PLAN, GENERAL CONDITIONS, PRINCIPLES, DECLARATIONS, PENALTIES, TAX CLEARANCES AND TENDER GOALS 11 Duty to plan for invitation of tenders 12 General conditions 13 Principles 14 Declarations 15 Penalties 16 Tax clearance certificate 17 Specific goals 18 Short Title
2 REGULATIONS The Minister of Finance has, in terms of section 5 of the Preferential Procurement Policy Framework Act, 2000 (Act No 5 of 2000), made the regulations contained in the Schedule. Definitions SCHEDULE PART ONE DEFINITIONS AND APPLICATION 1. In these regulations, unless the context indicates otherwise, a word or expression to which a meaning has been assigned in the Act bears the same meaning, and- (a) Act means the Preferential Procurement Policy Framework Act, 2000 (Act No 5 of 2000); (b) (c) (d) (e) Agent means a person mandated by another person ( the principal ) to do business for and on behalf of, or to represent in a business transaction, the principal, and thereby acquire rights for the principal against an organ of state and incur obligations binding the principal in favour of an organ of state; Comparative price means the price after the factors of a non-firm price and all unconditional discounts that can be utilised have been taken into consideration; Consortium or Joint Venture means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; Contract means the agreement that results from the acceptance of a tender by an organ of state; (f) Disability means, in respect of a person, a permanent impairment of a physical, intellectual, or 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
3 (g) (h) Firm price is the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax which, in terms of a law or regulation is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract; Historically Disadvantaged Individual (HDI) means a South African citizen (1) 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 ); and / or (2) who is a female; and / or (3) who has a disability: Provided that a person who obtained South African citizenship on or after the coming to effect of the Interim Constitution, is deemed not to be an HDI; (i) (j) Management in relation to an enterprise or business, means an activity inclusive of control and performed on a daily basis, by any person who is a principal executive officer of the company, by whatever name that person may be designated, and whether or not that person is a director; Non-firm prices means all prices other than firm prices; (k) (l) Person includes reference to a juristic person; Rand value means the total estimated value of a contract in Rand denomination which is calculated at the time of tender invitations and includes all applicable taxes and excise duties; 3
4 (m) Small, Medium and Micro Enterprises (SMMEs) bears the same meaning assigned to this expression in the National Small Business Act, 1996 (Act No102 of 1996); (n) Sub-Contracting means the primary contractor s assigning or leasing or making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract; (o) (p) (q) Tender means a written offer or bid in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services or goods; Trust means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; Trustee means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person. Application 2.(1) Despite anything to the contrary contained in any law, these regulations apply to organs of state as contemplated in section 1(iii) of the Act. (2) An organ of state contemplated in sub-regulation (1) must, unless the Minister of Finance has directed otherwise, only apply a preferential procurement system which is in accordance with the Act and these regulations. (3) An organ of state may deviate from the framework contemplated in section 2 of the Act in respect of a pre-determined tariff based professional appointments. 4
5 PART TWO PREFERENCE POINT SYSTEM, EVALUATION OF TENDERS, AWARDING OF TENDERS NOT SCORING HIGHEST POINTS, CANCELLATION AND RE-INVITATION OF TENDERS The 80/20 preference point system 3.(1) The following formula must be used to calculate the points for price in respect of tenders / procurement with a Rand value equal to, or above R and up to a Rand value of R Organs of state may, however, apply this formula for procurement with a value less than R , if and when appropriate: Ps = 80 1 Pt P min P min Where Ps = Points scored for price of tender under consideration Pt = Rand value of offer tender consideration Pmin = Rand value of lowest acceptable tender (2) A maximum of 20 points may be awarded to a tenderer for being an HDI and / or subcontracting with an HDI and / or achieving any of the specified goals stipulated in regulation 17. (3) The points scored by a tenderer in respect of the goals contemplated in sub-regulation (2) must be added to the points scored for price. (4) Only the tender with the highest number of points scored may be selected. The 90/10 preference point system 4.(1) The following formula must be used to calculate the points for price in respect of tenders / procurement with a Rand value above R : Pt Pmin Ps = 90 1 P min 5
6 Where Ps = Points scored for price of tender under consideration Pt = Rand value of tender under consideration Pmin = Rand value of lowest acceptable tender (2) A maximum of 10 points may be awarded to a tenderer for being an HDI and / or subcontracting with an HDI and / or achieving any of the specified goals stipulated in regulation 17. (3) The points scored by a tenderer in respect of the goals contemplated in sub-regulation (2) must be added to the points scored for price.. (4) Only the tender with the highest number of points scored may be selected. The 80/20 preference point system for the sale and letting of assets. 5.(1) The following formula must be used to calculate the points for price in respect of tenders with a Rand value equal to, or above R and up to a Rand value of R and which relate to the sale and letting of assets. Organs of State may, however, apply this formula for sales and letting of assets with a rand value less than R30 000, if and when appropriate: Pt Ph Ps = Ph Where Ps = Points scored for price of tender under consideration Pt = Rand value of tender under consideration Ph = Rand value of highest acceptable tender (2) A maximum of 20 points may be awarded to a tenderer for being an HDI and / or subcontracting with an HDI and / or achieving any of the specified goals stipulated in regulation 17. (3) The points scored by a tenderer in respect of the goals contemplated in sub-regulation (2) must be added to the points scored for price. (4) Only the tender with the highest number of points scored may be selected. 6
7 The 90/10 preference point system for the sale and letting of assets 6.(1) The following formula must be used to calculate the points for price in respect of tenders with a Rand value above R and which relate to the sale and letting of assets: Pt Ph Ps = Ph Where Ps = Points scored for price of tender under consideration Pt = Rand value of tender under consideration Ph = Rand value of highest acceptable tender (2) A maximum of 10 points may be awarded to a tenderer for being an HDI and / or subcontracting with an HDI and / or achieving any of the specified goals stipulated in regulation 17. (3) The points scored by a tenderer in respect of the goals contemplated in sub-regulation (2) must be added to the points scored for price. (4) Only the tender with the highest number of points scored may be selected. Stipulation of preference point system to be used 7. An organ of state must, in the tender documents, stipulate the preference point system which will be applied in the adjudication of tenders. Evaluation of tenders on functionality and price 8.(1) An organ of state must, in the tender documents, indicate if, in respect of a particular tender invitation, tenders will be evaluated on functionality and price. (2) The total combined points allowed for functionality and price may, in respect of tenders with an estimated Rand value equal to, or below, R , not exceed 80 points. (3) The total combined points allowed for functionality and price may, in respect of tenders with an estimated Rand value above R , not exceed 90 points. 7
8 (4)When evaluating the tenders contemplated in this item, the points for functionality must be calculated for each individual tenderer. (5)The conditions of tender may stipulate that a tenderer must score a specified minimum number of points for functionality to qualify for further adjudication. (6)The points for price, in respect of a tender which has scored the specified number of points contemplated in sub-regulation (5) must, subject to the application of the evaluation system for functionality and price contemplated in this regulation, be established separately and be calculated in accordance with the provisions of regulations 3 and 4. (7) Preferences for being an HDI and / or subcontracting with an HDI and / or achieving specified goals must be calculated separately and must be added to the points scored for functionality and price. (8) Only the tender with the highest number of points scored may be selected. Award of contract to tender not scoring the highest number of points 9. Despite regulations 3.(4), 4.(4), 5.(4), 6.(4) and 8.(8), a contract may, on reasonable and justifiable grounds, be awarded to a tender that did not score the highest number of points. Cancellation and re-invitation of tenders 10.(1) In the event that, in the application of the 80/20 preference point system as stipulated in the tender documents, all tenders received exceed the estimated Rand value of R , the tender invitation must be cancelled. (2) In the event that, in the application of the 90/10 preference point system as stipulated in the tender documents, all tenders received are equal to, or below R , the tender must be cancelled. (3) An organ of state which has cancelled a tender invitation as contemplated in sub-regulations (1) and (2) must re-invite tenders and must, in the tender documents, stipulate the preference point system to be applied. 8
9 (4) An organ of state may, prior to the award of a tender, cancel a tender if- (a) (b) (c) due to changed circumstances, there is no longer need for the goods or services tendered for; or funds are no longer available to cover the total envisaged expenditure; or no acceptable tenders are received. PART THREE DUTY TO PLAN, GENERAL CONDITIONS, PRINCIPLES, DECLARATIONS, PENALTIES, TAX CLEARANCES AND TENDER GOALS Duty to plan for invitation of tenders 11. An organ of state must, prior to making an invitation for tenders- (a) (b) (c) properly plan for, and, as far as possible, accurately estimate the costs of, the provision of services or goods for which an invitation for tenders is to be made; determine the appropriate preference point system to be utilised in the evaluation of the tenders; and determine the deliverables or performance indicators in terms of which a person awarded a contract will be assessed. General conditions 12.(1) An organ of state may, in the adjudication of tenders, give particular consideration to procuring locally manufactured products. Preferences in this regard may be accommodated within the ambit of the Act s 80/20 or 90/10 point systems. For specific industries (identified by the Department of Trade and Industry), where the award of tenders to local manufacturers are of critical importance, such tenders may be advertised with a specific tendering condition that only locally manufactured products will be considered. 9
10 Should preference points be awarded for local manufacturing and/or content, the award of such points must be clearly specified in the tendering conditions. (2) Only a tenderer who has completed and signed the declaration part of the tender documentation may be considered for preference points. (3) An organ of state may, before a tender is adjudicated or at any time, require a tenderer to substantiate claims it has made with regard to preference. (4) An organ of state must, when calculating comparative prices, take into account any discounts which have been offered unconditionally. (5) A discount which has been offered conditionally must, despite not being taken into account for evaluation purposes, be implemented when payment is effected. (6) In the event that different prices are tendered for different periods of a contract, the price for each period must be regarded as a firm price if it conforms to the definition of a firm price. (7) Points scored must be rounded off to the nearest 2 decimals. (8) In the event that two or more tenders have scored equal total points, the successful tender must be the one scoring the highest number of preference points for specified goals. Should two or more tenders be equal in all respects, the award shall be decided by the drawing of lots. Principles 13.(1) Preference points stipulated in respect of a tender must include preference points for equity ownership by HDIs. (2) The equity ownership contemplated in sub-regulation (1) must be equated to the percentage of an enterprise or business owned by individuals or, in respect of a company, the percentage of a company s shares that are owned by individuals, who are actively involved in the management of the enterprise or business and exercise control over the enterprise, commensurate with their degree of ownership at the closing date of the tender. 10
11 (3) In the event that the percentage of ownership contemplated in subregulation (2) changes after the closing date of the tender, the tenderer must notify the relevant organ of state and such tenderer will not be eligible for any preference points. (4) Preference points may not be claimed in respect of individuals who are not actively involved in the management of an enterprise or business and who do not exercise control over an enterprise or business commensurate with their degree of ownership. (5) Subject to sub-regulations (1), (2), (3) and (4), all claims made for equity ownership by an HDI must be considered according to the following criteria: (a) (b) (c) Equity within private companies must be based on the percentage of equity ownership; Preference points may not be awarded to public companies and tertiary institutions; The following formula must be applied to calculate the number of points for equity ownership by an HDI: NEP = NOP x EP 100 Where NEP = Points awarded for equity ownership by an HDI NOP= The maximum number of points awarded for equity ownership by an HDI EP = The percentage of equity ownership by an HDI within the enterprise or business, determined in accordance with sub-regulations (1), (2), (3) and (4). (6) Equity claims for a Trust may only be allowed in respect of those persons who are both trustees and beneficiaries and who are actively involved in the management of the Trust. (7) Documentation to substantiate the validity of the credentials of the trustees contemplated in sub-regulation (6) must be submitted to the relevant organ of state. 11
12 (8) A Consortium or Joint Venture may, based on the percentage of the contract value managed or executed by their HDI members, be entitled to equity ownership in respect of an HDI. (9) The number of points scored for a Consortium or Joint Venture must be added to the number of points scored for achieving specified goals. (10) The points contemplated in sub-regulation (9) must be added to the points scored for price, in order to establish the total number of points scored. (11) Subject to regulations 9 and 10, the contract must be awarded to the tender which scores the highest points. (12) A person awarded a contract as a result of preference for contracting with, or providing equity ownership to, an HDI, may not subcontract more than 25% of the value of the contract to a person who is not an HDI or does not qualify for such preference. Declarations 14. A tenderer must, in the stipulated manner, declare that- (a) (b) (c) the information provided is true and correct; the signatory to the tender document is duly authorised; and documentary proof regarding any tendering issue will, when required, be submitted to the satisfaction of the relevant organ of state. Penalties 15.(1)An organ of state must, upon detecting that a preference in terms of the Act and these regulations has been obtained on a fraudulent basis, or any specified goals are not attained in the performance of the contract, act against the person awarded the contract. (2)An organ of state may, in addition to any other remedy it may have against the person contemplated in sub-regulations (1)- (a) recover all costs, losses or damages it has incurred or suffered as a result of that person s conduct; 12
13 (b) (c) (d) 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; impose a financial penalty more severe than the theoretical financial preference associated with the claim which was made in the tender; and restrict the contractor, its shareholders and directors from obtaining business from any organ of state for a period not exceeding 10 years. Tax clearance certificate 16. No contract may be awarded to a person who has failed to submit an original Tax Clearance Certificate from the South African Revenue Service ( SARS ) certifying that the taxes of that person to be in order or that suitable arrangements have been made with SARS. Specific goals 17.(1) The tendering conditions may stipulate that specific goals, as contemplated in section 2(1)(d)(ii) of the Act, be attained. (2) The stipulation contemplated in sub-regulations (1) must include the method to be used to calculate the points scored for achieving specific goals. (3) Over and above the awarding of preference points in favour of HDIs, the following activities may be regarded as a contribution towards achieving the goals of the RDP (published in Government Gazette No dated 23 November 1994): (a) (b) (c) (d) The promotion of South African owned enterprises; The promotion of export orientated production to create jobs; The promotion of SMMEs; The creation of new jobs or the intensification of labour absorption; 13
14 (e) (f) (g) (h) (i) (j) (k) The promotion of enterprises located in a specific province for work to be done or services to be rendered in that province; The promotion of enterprises located in a specific region for work to be done or services to be rendered in that region; The promotion of enterprises located in a specific municipal area for work to be done or services to be rendered in that municipal area; The promotion of enterprises located in rural areas; The empowerment of the work force by standardising the level of skill and knowledge of workers; The development of human resources, including by assisting in tertiary and other advanced training programmes, in line with key indicators such as percentage of wage bill spent on education and training and improvement of management skills; and The upliftment of communities through, but not limited to, housing, transport, schools, infrastructure donations, and charity organisations. (4) Specific goals must be measurable and quantifiable and organs of state must monitor the execution of the contract for compliance with such goals. Short title 18. These regulations are called the Preferential Procurement Regulations, T A MANUEL, MP MINISTER OF FINANCE log-per\policy\jan77b9 14
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
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,
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
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
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
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
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
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:
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.
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
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
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)
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
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:
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 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,
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
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
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
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 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
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
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
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
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
GOVERNMENT OF THE REPUBLIC OF SOUTH AFRICA GENERAL PROCUREMENT GUIDELINES
GOVERNMENT OF THE REPUBLIC OF SOUTH AFRICA GENERAL PROCUREMENT GUIDELINES 1 GENERAL PROCUREMENT GUIDELINES These Guidelines are issued by the Government not only as a prescription of standards of behaviour,
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
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
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
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
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
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
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
REQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08
Contract Number: SP-GK-0301/06/08 REQUEST FOR PROPOSAL FICKSBURG ECO-FURNITURE PROJECT CONTRACT NO: SP-GK-0301/06/08 ISSUED BY: MS ELDAH PHATHWA SENIOR MANAGER: ACQUISITION SOUTH AFRICAN NATIONAL PARKS
SUPPLIER APPLICATION FORM
SUPPLIER APPLICATION FORM Contents To all suppliers seeking registration as a preferred supplier on the database of the OPFA... 2 DATABASE REGISTRATION FORM... 3 QUESTIONNAIRE A: INDIVIDUALS... 8 QUESTIONNAIRE
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
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
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
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:
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
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
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
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 Proposals (RFP)
Request for Proposals (RFP) The provision of professional property management advisory, lease management and tenant relationship management services to the CSIR RFP No.: 3025/18/03/2016 Date of Issue Friday,
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
ACCOUNTING OFFICERS CHIEF FINANCIAL OFFICERS HEADS OF PROCUREMENT GUIDELINE FOR BID COMMITTEE MEMBERS
ACCOUNTING OFFICERS CHIEF FINANCIAL OFFICERS HEADS OF PROCUREMENT GUIDELINE FOR BID COMMITTEE MEMBERS Supply Chain Management Office Practice Note Number SCM-03 of 2005 1 Context The Public Finance Management
Guide on Hourly Fee Rates for Consultants
Guide on Hourly Fee Rates for Consultants Department of Public Service and Administration January 2003 Table of Contents 1 INTRODUCTION...3 2 SCOPE AND CONCEPT CLARIFICATION...4 3 METHOD FOR DETERMINING
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
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
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]
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
SUPPLY CHAIN MANAGEMENT POLICY
SUPPLY CHAIN MANAGEMENT POLICY: C27/2014 29 MAY 2014 SUPPLY CHAIN MANAGEMENT POLICY 1 P a g e SCM POLICY: C 27/2014 29 MAY2014 The Municipal Manager of the Ngaka Modiri Molema District Municipality (hereinafter
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,
Gauteng Shared Services Centre HOW TO TENDER
Gauteng Shared Services Centre HOW TO TENDER Table of Contents INTRODUCTION GENERAL 1. WHAT IS A TENDER? 2. HEAR ABOUT THE TENDER INVITATION 3. DECIDE IF YOU CAN DELIVER THE GOODS or SERVICES REQUIRED
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
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
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.
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
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
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
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
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
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
Supply Chain Management Policy
Supply Chain Management Policy 1 This Policy consists of two sections: Section 1 is the Supply Chain Management Policy, adopted in terms of section 111 of the Local Government: Municipal Finance Management
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
PUBLIC SERVICE ACT, 1994
Acts / Labour / PUBLIC SERVICE ACT, 1994 PUBLIC SERVICE ACT, 1994 [PROCLAMATION NO. 103 OF 1994] [ASSENTED TO 1 JUNE, 1994] [DATE OF COMMENCEMENT: 3 JUNE, 1994] as amended by Public Service Labour Relations
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
TAX ADMINISTRATION LAWS AMENDMENT ACT
REPUBLIC OF SOUTH AFRICA TAX ADMINISTRATION LAWS AMENDMENT ACT REPUBLIEK VAN SUID-AFRIKA WYSIGINGSWET OP BELASTING- ADMINISTRASIEWETTE No 21, 12 GENERAL EXPLANATORY NOTE: [ ] Words in bold type in square
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
PART VI METHODS OF PROCUREMENT AND THEIR CONDITIONS FOR USE
PART VI METHODS OF PROCUREMENT AND THEIR CONDITIONS FOR USE Selection of a method of procure ment 63.-(1) Except as otherwise provided for by these Regulations, a procuring entity engaging in procurement
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
Supply Chain Management Policy And Procedure Manual
REGISTRATION NO. 1998/009584/06 Supply Chain Management Policy And Procedure Manual This report contains pages SCM policy and procedure manual (2) (3) (2) 2006 KPMG Services (Proprietary) Limited, a South
environmental affairs
environmental affairs Department: Environmental Affairs REPUBLIC OF SOUTH AFRICA SUPPLY CHAIN MANAGEMENT POLICY INDEX TO SCM POLICY PARAGRAPH NO CONTENT PAGE NO 1 Background 3 2 Glossary 4 3 Introduction
SUPPLY CHAIN MANAGEMENT
SUPPLY CHAIN MANAGEMENT CLOSING DATE: 29 FEBRUARY 2016 AT 11:00 INVITATION TO REGISTER ON SUPPLIER DATABASE (New Suppliers/Service Providers only) 1. No late, telegraphic, facsimile or e-mailed applications
TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010
TERMS OF REFERENCE (ToR s) REQUEST FOR PROPOSALS TO PROVIDE SIMPLE SMALL BUSINESS FINANCIAL MANAGEMENT SOFTWARE (SSBFMS) October 2010 INDEX PAGE 1. INSTRUCTION TO BIDDERS 2 1.1 ALTERATION OR WITHDRAWAL
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
National Arts Council (NAC) information of the National Arts Council (NAC) thereby developing a
National Arts Council (NAC) INVITATION FOR BID YOU ARE HEREBY INVITED TO SUBMIT BIDS Appointment of a service provider to conduct research on the archived information of the National Arts Council (NAC)
The South African Council for the Project and Construction Management Professions (SACPCMP)
The South African Council for the Project and Construction Management Professions (SACPCMP) Registration Rules for Professional Construction Mentors in terms of Section 18(1) (c) of the Act, 2000 (Act
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
CODE OF GOOD PRACTICE. for BLACK ECONOMIC EMPOWERMENT PUBLIC-PRIVATE PARTNERSHIPS
NATIONAL TREASURY CODE OF GOOD PRACTICE for BLACK ECONOMIC EMPOWERMENT in PUBLIC-PRIVATE PARTNERSHIPS Following public consultation and incorporation of comments, the Code of Good Practice for Black Economic
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
TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review
TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review CLOSING DATE & TIME FRIDAY, 23 JANUARY 2015 17H00 (Namibian Time) POSTAL & PHYSICAL ADDRESS
