FINANCIAL SERVICES BOARD FSB REPUTATION MANAGEMENT BID FSB2015/019 CLOSING DATE: 14 JULY 2015
|
|
|
- Silas Stokes
- 10 years ago
- Views:
Transcription
1 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 Road (Corner Garsfontein and Matroosberg Roads); Ashlea Gardens, Extension 6; Menlo Park; Pretoria; South Africa; 0081 P.O. Box 35655; Menlo Park; 0102 Bidder Name: B-BBEE Status Level Contribution as per Certificate: Board Members: AM Sithole (Chairperson) H Wilton (Deputy Chairperson) Z Bassa JV Mogadime Prof PJ Sutherland FE Groepe D Turpin HMH Ratshefola D Msomi I Momoniat O Makhubela (Alternate) Executive Officer: DP Tshidi
2 INDEX 1. Invitation to Bid SBD 1 2. Terms of Reference 3. Valid Tax Clearance Certificate SBD 2 4. Application for Tax Clearance Certificate 5. Pricing Schedule SBD Declaration of Interest SBD 4 7. Preference Points Claim Form for Preferential SBD 6.1 Procurement Regulations Declaration: Abuse of the Supply Chain SBD 8 Management Systems 9. Certificate of Independent Bid Determination SBD Supplier/Vendor Accreditation Form FSB2015/019 [INDEX] Page 1 of 1
3 INVITATION TO BID SBD 1 YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE FINANCIAL SERVICES BOARD BID NUMBER: FSB2015/019 CLOSING DATE: 14 JULY 2015 CLOSING TIME: 11:00 DESCRIPTION: FSB REPUTATION MANAGEMENT The successful bidder will be required to fill in and sign a written Contract Form (SBD 7). BID DOCUMENTS MAY BE POSTED TO:... OR DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS) Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration. The bid box is generally open 24 hours a day, 7 days a week. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS (NOT TO BE RE-TYPED) THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT THE FOLLOWING PARTICULARS MUST BE FURNISHED (FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED) NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE NUMBER CELLPHONE NUMBER FACSIMILE NUMBER ADDRESS VAT REGISTRATION NUMBER. CODE NUMBER.. CODE.NUMBER. HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN SUBMITTED? (SBD 2) HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (SBD 6.1) YES or NO YES or NO IF YES, WHO WAS THE CERTIFICATE ISSUED BY? AN ACCOUNTING OFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)..... A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); OR. FSB2015/019 [SBD 1] Page 1 of 2
4 A REGISTERED AUDITOR..... [TICK APPLICABLE BOX] (A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE) ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS / SERVICES / WORKS OFFERED? YES or NO [IF YES ENCLOSE PROOF] SIGNATURE OF BIDDER DATE.... CAPACITY UNDER WHICH THIS BID IS SIGNED TOTAL BID PRICE TOTAL NUMBER OF ITEMS OFFERED ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO: Department: Contact Person: Tel: Fax:.. address: ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO: Contact Person: Tel: Fax:.. address: FSB2015/019 [SBD 1] Page 2 of 2
5 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 Road (Corner Garsfontein and Matroosberg Roads); Ashlea Gardens, Extension 6; Menlo Park; Pretoria; South Africa; 0081 P.O. Box 35655; Menlo Park; 0102 Switchboard: Website: Board Members: AM Sithole (Chairperson) H Wilton (Deputy Chairperson) Z Bassa JV Mogadime Prof PJ Sutherland FE Groepe D Turpin HMH Ratshefola D Msomi I Momoniat O Makhubela (Alternate) Executive Officer: DP Tshidi
6 Contents A. TENDER NOTICE... 3 B. GENERAL CONDITIONS OF TENDER DEFINITIONS... 4 C. TENDER RULES CAPABILITIES AND EXPERIENCE OF TENDERERS FORM OF TENDER SIGNING OF TENDER TENDER ALL-INCLUSIVE ALTERATIONS TO TENDER DOCUMENTS COSTS INCURRED BY TENDERER TENDER ACCEPTANCE CANCELLATION OF CONTRACT APPLICABLE LAWS QUERIES REGARDING TENDER DISQUALIFICATION OF TENDER DELEGATON OF AUTHORITY TENDER RULES ARE BINDING LANGUAGE OF CONTRACT VALIDITY PERIOD... 7 D. TERMS OF REFERENCE OBJECTIVES PURPOSE OF THE REQUEST FOR BID SCOPE OF WORK BID CONDITIONS BID EVALUATION EVALUATION CRITERIA PREFERENCE POINT SYSTEM PRICING SCHEDULE ADDITIONAL INFORMATION REQUIRED: SUBMISSION OF TENDERS PHYSICAL PRINTED COPIES DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 2 OF 13
7 A. TENDER NOTICE 1. The Financial Services Board (FSB) is an independent institution established by statute to oversee the South African Non-Banking Financial Services Industry in the public interest. Its mission and vision are to promote and maintain a sound financial investment environment in South Africa. Visit the FSB website, for further information about the FSB. 2. The FSB operates from offices in Pretoria at 41 Matroosberg Road; Ashlea Gardens Extension 6; Menlo Park; Pretoria, South Africa. 3. The FSB constantly faces challenges to its reputation. The FSB is therefore looking for clear tools and measures to pro-actively manage its media coverage and any negative media coverage that may pose a reputational risk for the organisation. 4. Tenders are hereby invited for a service provider to provide professional reputational management services to the FSB for a period of 24 months, renewable for another one year subject to performance. 5. All tenders and supporting documents shall be sealed and clearly marked as follows: Tender No: FSB2015/019 Bid Name: FSB reputation management Closing Date: 14 July 2015 Closing Time: 11:00 6. There is no briefing session for this tender. 7. Enquiries relating to the tender may be directed by to: Masilu Kgofelo Supply Chain Management Unit Tel no.: (012) [email protected] All questions must be forwarded in writing via to Masilu Kgofelo ([email protected]) not later than 10h00 on 30 June Questions received after this date and time will not be entertained. All questions should reference specific paragraph numbers, where appropriate. Questions and answers will be published on the FSB website ( on 3 July 2015 at 16h00. DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 3 OF 13
8 B. GENERAL CONDITIONS OF TENDER 1. DEFINITIONS 1.1. Unless inconsistent with or expressly indicated otherwise by the context FSB shall mean the Financial Services Board or any successor in title CONTRACTOR shall mean the Tenderer whose Tender has been accepted by the FSB and shall include the Tender s legal representative CONTRACT shall mean and include the General Conditions of Contract and Special Conditions of Contract (if any), the Specifications including any schedules attached to the Specifications, and any agreement entered into in terms of these General Conditions of Contract CONTRACT PRICES shall mean the prices (in South African Rand) tendered by the Contractor and accepted by the FSB for the execution of the Contract COMMENCEMENT shall mean Commencement in compliance with the terms and conditions of the Date of Commencement specified in the Contract DATE OF COMMENCEMENT shall mean the dates stipulated in the Contract for the Commencement of the Service DATE OF TENDER shall mean the date and time on which the tender are due to be deposited in terms of the tender notice SERVICE shall mean effective management of the FSB s reputation and image for a period of 24 months, renewable for another one year subject to performance PERSON includes any company incorporated or registered as such under any law, any body of persons corporate or unincorporated, any trust, and person, firm or company shall include an authorised employee or agent of such person Depending on the context, in this document the singular includes the plural, and with reference to gender the one includes the other. DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 4 OF 13
9 C. TENDER RULES 1. CAPABILITIES AND EXPERIENCE OF TENDERERS Tenderers are required to provide any information regarded necessary to demonstrate their capabilities and experience. 2. FORM OF TENDER 2.1. The tender shall be signed and witnessed on the form of tender incorporated herein. The schedule of services shall be fully priced in South African Rand to show the amount of the tender and shall be signed. The certificates, schedules and forms contained in this volume shall be completed and signed by the tenderer in ink Where the space provided in the bound document is insufficient, separate schedules may be drawn up in accordance with the given formats. These schedules shall then be bound together with a suitable content page and submitted with the tender documents. All such schedules must be signed by the tenderer in ink. 3. SIGNING OF TENDER The tender must be signed by a person who is duly authorized to do so. 4. TENDER ALL-INCLUSIVE The tenderer must allow for an all-inclusive fee statement in the tender. 5. ALTERATIONS TO TENDER DOCUMENTS 5.1. No unauthorized alteration or addition shall be made to the form of tender, to the schedule of quantities of services to be rendered or to any other part of the tender documents. If any such alteration or addition is made or if the schedule of quantities of services to be rendered, or other schedules or certificates are not properly completed, the tender may be disqualified Tenders submitted in accordance with these tender documents shall be without any qualifications. The tenderer shall request the FSB at an early a date as possible during the tender stage to clarify any point, which is difficult to interpret. Should it be found that a point in question is significant; the FSB will inform all the tenderers as early as possible. 6. COSTS INCURRED BY TENDERER The FSB will not be responsible for or pay any expenses or losses, which may be incurred by the tenderer in the preparation and submission of the tender. DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 5 OF 13
10 7. TENDER ACCEPTANCE The FSB does not bind itself to accept the lowest or any other tender and reserves the right to accept any bid in whole or part. 8. CANCELLATION OF CONTRACT 8.1. If the FSB is satisfied that any person (being an employee, partner, director or shareholder of the tenderer or a person acting on behalf of or with the knowledge of the tenderer), firm or company: is executing a contract with the FSB unsatisfactorily has offered, promised or given a bribe or other gift or remuneration to any officer or employee of the FSB in connection with obtaining or executing a contract, has acted in a fraudulent manner or in bad faith or in any other unsatisfactory manner in obtaining or executing a contract with any company or person, or that he has managed his affairs in such a way that he has in consequence thereof been found guilty of a criminal offence, has approached an officer or employee in the FSB or in the service of the FSB before or after tenders have been called for, to influence the award of the contract in his favour, when advised that his tender has been accepted, has given notice of his inability to execute or sign the contract or to furnish any security required, has entered into any agreement or arrangement, whether legally binding or not, with any other person, firm or company to refrain from tendering for this contract, or as to the amount of the tender to be submitted by either party, has disclosed to any other person, firm or company the exact or approximate amount of his proposed tender except where disclosure, in confidence, was necessary to obtain quotations required for the preparation of the tender, 8.2. The FSB may, in addition to any other legal recourse which it may have, cancel the contract between the FSB and such person, firm or company and/or resolve that no tender from such a person, firm or company will be favourably considered for a specified period If the FSB is satisfied that any person, firm or company is or was a shareholder or a director of a firm or company which in terms of paragraph 8.1, is one from which no tender will be favourably considered for a specified period, the employer may also decide that no tender from such person, firm or company shall be favourably considered for a specified period. DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 6 OF 13
11 8.4. Any restriction imposed upon any person, firm or company shall, for the purpose of this rule, apply to any other undertaking with which such a person, firm or company is actively associated. The expression person, firm or company shall include an authorised employee or agent of such person, firm or company. 9. APPLICABLE LAWS 9.1. The laws of the Republic of South Africa shall be applicable to each contract created by the acceptance of a tender and each tenderer shall indicate a place in the Republic and specify it in his tender as his domicilium citandi et executandi where any legal process may be served on him Each tenderer shall undertake to accept the jurisdiction of the courts of South Africa. 10. QUERIES REGARDING TENDER Any questions regarding this tender which applicants may wish to raise, shall be submitted in writing to the official mentioned in the Tender Notice NO REQUESTS FOR INFORMATION SHALL BE MADE TO ANY OTHER PERSON OR PLACE AND IN PARTICULAR NOT TO THE EXISTING PROVIDERS OF THESE SERVICES. 11. DISQUALIFICATION OF TENDER The tender of any tenderer who has not complied with these tender rules and the instruction reflected in the official tender notice may be disqualified at the discretion of the FSB. 12. DELEGATON OF AUTHORITY The FSB may delegate any power vested in it by virtue of these rules to an officer or employee of the FSB. 13. TENDER RULES ARE BINDING The tender rules as well as the instructions given in the official tender notice shall be binding on all tenderers submitting tenders for the service or services stated in the tender document. 14. LANGUAGE OF CONTRACT The tender documents have been drafted in English and any contract, which originates from the acceptance of the tender, will be interpreted and construed in English. 15. VALIDITY PERIOD Tenders shall remain valid and binding for a period of 90 (ninety) days from the closing date, expiring on 12 October DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 7 OF 13
12 D. TERMS OF REFERENCE 1. OBJECTIVES 1.1 The broad objectives of this bid include: To provide prospective service providers with adequate information to understand and respond to the FSB s requirements of appointment of a service provider to provide professional reputation management services to the organisation To ensure uniformity in the responses received from each prospective service provider To provide a structured framework for the evaluation of proposals. 2. PURPOSE OF THE REQUEST FOR BID 2.1 The purpose of this request for the bid is to appoint a service provider to provide professional reputation management services to the organisation. 2.2 The appointed service provider will be responsible to ensure that the image and reputation of the FSB counters any negative viewpoints (founded or otherwise) that may appear in the media. 3. SCOPE OF WORK 3.1 The appointed service provider will be required to : Provide pro-active strategies to positively promote the FSB (not just react to negative coverage of the FSB) Assess the impact of misleading negative coverage on the reputation of the FSB Map out key areas where current and future reputational risks exist Identify ways to mitigate these risks Create a crisis communications plan (which must include post-crisis activities and long-term reputation management) Train and brief spokespeople on how to respond to the media and other relevant stakeholders Compile comprehensive progress reports on the management of reputational risks. DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 8 OF 13
13 4. BID CONDITIONS Compile comprehensive progress reports on the impact of reputation management on perceptions to allow the FSB to measure the success of the reputation management interventions. 4.1 The contractor will sign a non-disclosure agreement with the FSB. 4.2 Assessment for functionality will consist of a desk-top analysis of the tenders, to be followed by a presentation to the FSB Executive Committee. 4.3 Bidders who pass the desk-top functionality assessment (refer to paragraph 5.3) will be required to do a presentation of their strategy to the FSB Executive Committee at the offices of the FSB in Pretoria, before appointment of the contractor. The bidders will be allocated timeslot of thirty (30) minutes to present their proposals. The applicable timeslots will be communicated to the bidders. 4.4 The presentations to FSB Executive Committee by bidders who pass the desk-top functionality assessment shall take place within three (3) weeks of the closing date of this bid. 5. BID EVALUATION The proposals will be evaluated as follows. 5.1 Evaluation Stage One: Compliance Compliance with administrative requirements stated in the Standard Bidding Documents and the mandatory requirements as listed in paragraph 9 below. In this evaluation stage, all bidders that fail to provide the required information and documentation will be disqualified from further evaluation. 5.2 Evaluation Stage Two: Desk-top functionality assessment evaluation criteria In this evaluation stage, bidders are expected to obtain a minimum of 70 out of 100 points available to proceed to the next evaluation stage of the evaluation. Failure to obtain the prescribed 70 points will automatically disqualify the bid offer from proceeding to the next evaluation stage. 5.3 Evaluation Stage Three: Presentation to FSB Executive Committee In this evaluation stage, bidders are expected to obtain a minimum of 70 out of 100 points available to proceed to the next evaluation stage of the evaluation. Failure to obtain the prescribed 70 points will automatically disqualify the bid offer from proceeding to the next evaluation stage. DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 9 OF 13
14 5.4 Evaluation Stage Four : Preference Point System The 90/10 preference point system shall be applicable to this phase, where 90 points represent maximum obtainable points for the cheapest price, and 10 points represents the B-BBEE level status. Points will be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table as listed in the bid documentation. 5.5 Evaluation Stage Five: Site Inspection At the FSB s discretion a site inspection may be conducted at this stage. The FSB will visit the selected service providers premises with the objective of verifying facts of the bidders as contained in their respective bid documents. Should it be discovered during a site inspection that the information submitted by the service provider is inconsistent with what is on their current premises of business, such bidders will be disqualified. 6. EVALUATION CRITERIA 6.1 The desktop functionality criteria are listed below, and will be rated as follows: Values: 1=Poor, 2=Average, 3=Good, 4=Very Good, 5=Excellent ITEM EVALUATION CRITERIA A. Organizational credentials DESCRIPTION The full profile of the organization and a list of three mid to large service companies that the organization assisted with reputation management in the last five years for reference purposes. Table 1 WEIGHT B. Management team The strength of the management 10 team s qualifications, experience, etc. C. Experience Demonstrate with at least three 40 examples on how you have turned negative brand reputation into a positive one. D. Project Plan A full description of how the bidder 30 would roll out the reputation management strategy for the FSB. TOTAL DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 10 OF 13
15 6.2 The presentation to FSB Executive Committee functionality criteria are listed below, and will be rated as follows: Values: 1=Poor, 2=Average, 3=Good, 4=Very Good, 5=Excellent Table 2 ITEM EVALUATION CRITERIA DESCRIPTION WEIGHT A. Understanding of Thorough understanding of who 20 the FSB the FSB is and what it does. B. Methodology The proposed approach of 50 managing the reputation of the FSB in a way that complements the organization s objectives. C. Success A clear plan of how the success of 30 evaluation criteria the reputation management plan will be measured. TOTAL PREFERENCE POINT SYSTEM The formula below will be used to calculate the preference procurement points for price: Ps = 90 1 Pt Pmin Pmin Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid or offer under consideration Pmin = Comparative price of lowest acceptable bid Depending on the bidder s level of broad-based black empowerment contribution, a maximum of 10 points may be allocated to a bidder. The points scored by a bidder for broad-based black economic empowerment contribution will be added to the preference procurement points allocated for price. The table below reflects the number of points to be allocated to a bidder based on broad-based black economic empowerment contribution: BBEE STATUS LEVEL OF THE NUMBER OF POINTS BIDDER Table 3 DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 11 OF 13
16 BBEE STATUS LEVEL OF THE NUMBER OF POINTS BIDDER Non-compliant contributor 0 8. PRICING SCHEDULE Bidders are required to provide their prices for all services proposed. Only fixed prices in South African rands will be accepted. 9. ADDITIONAL INFORMATION REQUIRED: 9.1 The following compulsory additional information is required. Failure to complete and supply any of these documents will lead to disqualification of this bid: Table 4 Invitation to bid SBD 1 Valid Tax Clearance Certificate Requirements SBD 2 Application for Tax Clearance Certificate Pricing Schedule SBD 3.3 Declaration of Interest SBD 4 Preference Points Claim Form for Preferential Procurement SBD 6.1 Regulations 2011 Declaration: Abuse of Supply Chain Management Systems SBD 8 Certificate of Independent Bid Determination SBD The following compulsory additional information is also required. FSB Vendor Accreditation Form Declaration and proof that pension or provident fund contributions are not in arrears. 10. SUBMISSION OF TENDERS 10.1 Complete documents with supporting annexures shall be packaged, sealed, marked and submitted strictly as required in the Tender Notice. DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 12 OF 13
17 10.2 Bids must be properly packaged and deposited on or before the closing date and before the closing time in the tender box situated at the main entrance of: Financial Services Board Offices Riverwalk Office Park, Block B, 41 Matroosberg Road (Corner Garsfontein and Matroosberg Roads), Ashlea Gardens, Extension 6, Menlo Park, Pretoria, South Africa, 0081 LATE SUBMISSIONS WILL NOT BE ACCEPTED. BIDS SUBMITTED BY MEANS OF , TELEGRAM, TELEX, FACSIMILE, ELECTRONIC OR SIMILAR MEANS SHALL NOT BE CONSIDERED. 11. PHYSICAL PRINTED COPIES The FSB requires four (4) printed copies (one (1) original and three (3) copies) of your documents supporting the criteria as stated above and the FSB reserves the right to make further copies as needed for this evaluation. DOCUMENT TITLE BID FSB [REPUTATION MANAGEMENT] [JUNE 2015] DOCUMENT NUMBER PAGE NUMBER PAGE 13 OF 13
18 SBD 2 TAX CLEARANCE CERTIFICATE REQUIREMENTS It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder s tax obligations. 1 In order to meet this requirement bidders are required to complete in full the attached form TCC 001 Application for a Tax Clearance Certificate and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids. 2 SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year from the date of approval. 3 The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable. 4 In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate. 5 Copies of the TCC 001 Application for a Tax Clearance Certificate form are available from any SARS branch office nationally or on the website 6 Applications for the Tax Clearance Certificates may also be made via efiling. In order to use this provision, taxpayers will need to register with SARS as efilers through the website Jeyrel:\Mdk416-SBD2 tax clearance
19 TAX CLEARANCE Application for a Tax Clearance Certificate TCC 001 Purpose Select the applicable option Tenders Good standing If Good standing, please state the purpose of this application Particulars of applicant Name/Legal name (Initials & Surname or registered name) Trading name (if applicable) ID/Passport no Income Tax ref no Company/Close Corp. registered no PAYE ref no 7 VAT registration no 4 SDL ref no L Customs code UIF ref no U Telephone no C O D E N U M B E R Fax no C O D E N U M B E R address Physical address Postal address Particulars of representative (Public Officer/Trustee/Partner) Surname First names ID/Passport no Income Tax ref no Telephone no address C O D E N U M B E R Fax no C O D E N U M B E R Physical address Page 1 of 2
20 Particulars of tender (If applicable) Tender number Estimated Tender amount Expected duration of the tender R, year(s) Particulars of the 3 largest contracts previously awarded Date started Date finalised Principal Contact person Telephone number Amount Audit Are you currently aware of any Audit investigation against you/the company? If YES provide details YES NO Appointment of representative/agent (Power of Attorney) I the undersigned confirm that I require a Tax Clearance Certificate in respect of Tenders or Goodstanding. I hereby authorise and instruct SARS the applicable Tax Clearance Certificate on my/our behalf. to apply to and receive from C C Y Y M M D D Name of representative/ agent Signature of representative/agent Date Declaration I declare that the information furnished in this application as well as any supporting documents is true and correct in every respect. C C Y Y M M D D Signature of applicant/public Officer Name of applicant/ Public Officer Date Notes: 1. It is a serious offence to make a false declaration. 2. Section 75 of the Income Tax Act, 1962, states: Any person who (a) (b) fails or neglects to furnish, file or submit any return or document as and when required by or under this Act; or without just cause shown by him, refuses or neglects to- (i) furnish, produce or make available any information, documents or things; (ii) reply to or answer truly and fully, any questions put to him... As and when required in terms of this Act... shall be guilty of an offence SARS will, under no circumstances, issue a Tax Clearance Certificate unless this form is completed in full. 4. Your Tax Clearance Certificate will only be issued on presentation of your South African Identity Document or Passport (Foreigners only) as applicable. Page 2 of 2
21 PRICING SCHEDULE (Professional Services) SBD 3.3 NAME OF BIDDER: BID NO.: FSB2015/019 CLOSING TIME 11:00 CLOSING DATE: 14 JULY 2015 OFFER TO BE VALID FOR DAYS FROM THE CLOSING DATE OF BID. ITEM DESCRIPTION BID PRICE IN RSA CURRENCY NO **(ALL APPLICABLE TAXES INCLUDED) 1. The accompanying information must be used for the formulation of proposals. 2. Bidders are required to indicate a ceiling price based on the total estimated time for completion of all phases and including all expenses inclusive of all applicable taxes for the project. R PERSONS WHO WILL BE INVOLVED IN THE PROJECT AND RATES APPLICABLE (CERTIFIED INVOICES MUST BE RENDERED IN TERMS HEREOF) 4. PERSON AND POSITION HOURLY RATE DAILY RATE R R R R R PHASES ACCORDING TO WHICH THE PROJECT WILL BE COMPLETED, COST PER PHASE AND MAN-DAYS TO BE SPENT R days R days R days R days 5.1 Travel expenses (specify, for example rate/km and total km, class of airtravel, etc). Only actual costs are recoverable. Proof of the expenses incurred must accompany certified invoices. DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT R R.. FSB2015/019 [SBD3.3] Page 1 of 2
22 -2- Bid No.: FSB2015/019 Name of Bidder: R R.. TOTAL: R. ** all applicable taxes includes value- added tax, pay as you earn, income tax, unemployment insurance contributions and skills development levies. 5.2 Other expenses, for example accommodation (specify, eg. Three star hotel, bed and breakfast, telephone cost, reproduction cost, etc.). On basis of these particulars, certified invoices will be checked for correctness. Proof of the expenses must accompany invoices. DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT R R R R.. TOTAL: R. 6. Period required for commencement with project after acceptance of bid. 7. Estimated man-days for completion of project. 8. Are the rates quoted firm for the full period of contract? *YES/NO 9. If not firm for the full period, provide details of the basis on which adjustments will be applied for, for example consumer price index..... *[DELETE IF NOT APPLICABLE] Any enquiries regarding bidding procedures may be directed to the (INSERT NAME AND ADDRESS OF DEPARTMENT/ENTITY) Tel: Or for technical information (INSERT NAME OF CONTACT PERSON) Tel: FSB2015/019 [SBD 3.3] Page 2 of 2
23 SBD 4 DECLARATION OF INTEREST 1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where- - the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid. 2. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 2.1 Full Name of bidder or his or her representative:. 2.2 Identity Number: 2.3 Position occupied in the Company (director, trustee, shareholder²): Company Registration Number: Tax Reference Number:. 2.6 VAT Registration Number: The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3 below. ¹ State means (a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ² Shareholder means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise. FSB2015/019 [SBD4] Page 1 of 4
24 2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? If so, furnish the following particulars: Name of person / director / trustee / shareholder/ member: Name of state institution at which you or the person connected to the bidder is employed : Position occupied in the state institution:... Any other particulars: If you are presently employed by the state, did you obtain YES / NO the appropriate authority to undertake remunerative work outside employment in the public sector? If yes, did you attached proof of such authority to the bid YES / NO document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid If no, furnish reasons for non-submission of such proof: Did you or your spouse, or any of the company s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months? If so, furnish particulars: Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? 2.9.1If so, furnish particulars FSB2015/019 [SBD4] Page 2 of 4
25 2.10 Are you, or any person connected with the bidder, YES/NO aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid? If so, furnish particulars Do you or any of the directors / trustees / shareholders / members YES/NO of the company have any interest in any other related companies whether or not they are bidding for this contract? If so, furnish particulars:... 3 Full details of directors / trustees / members / shareholders. Full Name Identity Number Personal Tax Reference Number State Employee Number / Persal Number FSB2015/019 [SBD4] Page 3 of 4
26 4 DECLARATION I, THE UNDERSIGNED (NAME) CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE... Signature. Position.. Date Name of bidder May 2011 FSB2015/019 [SBD4] Page 4 of 4
27 SBD 6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011 This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids: - the 80/20 system for requirements with a Rand value of up to R (all applicable taxes included); and - the 90/10 system for requirements with a Rand value above R (all applicable taxes included). 1.2 The value of this bid is estimated to exceed/not exceed R (all applicable taxes included) and therefore the system shall be applicable. 1.3 Preference points for this bid shall be awarded for: (a) (b) Price; and B-BBEE Status Level of Contribution The maximum points for this bid are allocated as follows: POINTS PRICE B-BBEE STATUS LEVEL OF CONTRIBUTION... Total points for Price and B-BBEE must not exceed Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser. 2. DEFINITIONS 2..1 all applicable taxes includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies; 2.2 B-BBEE means broad-based black economic empowerment as defined in section 1 of the Broad -Based Black Economic Empowerment Act;
28 2.3 B-BBEE status level of contributor means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act; 2.4 bid means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals; 2.5 Broad-Based Black Economic Empowerment Act means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 comparative price means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; 2.7 consortium or joint venture means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 contract Error! Bookmark not defined. means the agreement that results from the acceptance of a bid by an organ of state; 2.9 EME means any enterprise with an annual total revenue of R5 million or less Firm price means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract; 2.11 functionality means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder; 2.12 non-firm prices means all prices other than firm prices; 2.13 person includes a juristic person; 2.14 rand value means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties; 2.15 sub-contract means the primary contractor s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract; 2.16 total revenue bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007; 2.17 trust means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and 2.18 trustee means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person. FSB2015/019 [SBD 6.1] Page 2 of 6
29 3. ADJUDICATION USING A POINT SYSTEM 3.1 The bidder obtaining the highest number of total points will be awarded the contract. 3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts;. 3.3 Points scored must be rounded off to the nearest 2 decimal places. 3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE. 3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality. 3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots. 4. POINTS AWARDED FOR PRICE 4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10 Where Pt P min Pt P min Ps = 80 1 or Ps = 90 1 P min P min Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below: B-BBEE Status Level of Contributor Number of points (90/10 system) Number of points (80/20 system) FSB2015/019 [SBD 6.1] Page 3 of 6
30 B-BBEE Status Level of Contributor Number of points (90/10 system) Number of points (80/20 system) Non-compliant contributor Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates. 5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS. 5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate. 5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid. 5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice. 5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended subcontractor is an EME that has the capability and ability to execute the sub-contract. 5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract. 6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS AND B-BBEE Status Level of Contribution:. = (maximum of 10 or 20 points) (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA). FSB2015/019 [SBD 6.1] Page 4 of 6
31 8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable) If yes, indicate: (i) what percentage of the contract will be subcontracted?.... % (ii) the name of the sub-contractor?.. (iii) the B-BBEE status level of the sub-contractor?.. (iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable) 9 DECLARATION WITH REGARD TO COMPANY/FIRM 9.1 Name of company/firm... : 9.2 VAT registration number : Company registration number. : 9.4 TYPE OF COMPANY/ FIRM Partnership/Joint Venture / Consortium One person business/sole propriety Close corporation Company (Pty) Limited [TICK APPLICABLE BOX] 9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES COMPANY CLASSIFICATION Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX] 9.7 Total number of years the company/firm has been in business? 9.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that: (i) (ii) The information furnished is true and correct; The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form. FSB2015/019 [SBD 6.1] Page 5 of 6
32 (iii) (iv) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct; If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have (a) (b) (c) (d) (e) disqualify the person from the bidding process; recover costs, losses or damages it has incurred or suffered as a result of that person s conduct; cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation; restrict the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and forward the matter for criminal prosecution WITNESSES: 1. SIGNATURE(S) OF BIDDER(S) 2. DATE:.. ADDRESS:.... FSB2015/019 [SBD 6.1] Page 6 of 6
33 DECLARATION OF BIDDER S PAST SUPPLY CHAIN MANAGEMENT PRACTICES 1 This Standard Bidding Document must form part of all bids invited. SBD 8 2 It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system. 3 The bid of any bidder may be disregarded if that bidder, or any of its directors have- a. abused the institution s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract. 4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. Item Question Yes No 4.1 Is the bidder or any of its directors listed on the National Treasury s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury s website( and can be accessed by clicking on its link at the bottom of the home page If so, furnish particulars: Yes No 4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury s website ( by clicking on its link at the bottom of the home page If so, furnish particulars: Yes No 4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years? Yes No FSB2015/019 [SBD 8] Page 1 of 2
34 Item Question Yes No If so, furnish particulars: 4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract? If so, furnish particulars: Yes No CERTIFICATION SBD 8 I, THE UNDERSIGNED (FULL NAME) CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.... Signature. Position.. Date.. Name of Bidder Js365bW FSB2015/019 [SBD 8] Page 2 of 2
35 CERTIFICATE OF INDEPENDENT BID DETERMINATION SBD 9 1 This Standard Bidding Document (SBD) must form part of all bids¹ invited. 2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds. 3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to: a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution s supply chain management system and or committed fraud or any other improper conduct in relation to such system. b. cancel a contract awarded to a supplier of goods and services if the supplier committed any corrupt or fraudulent act during the bidding process or the execution of that contract. 4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging. 5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be completed and submitted with the bid: ¹ Includes price quotations, advertised competitive bids, limited bids and proposals. ² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete. 1
36 SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION I, the undersigned, in submitting the accompanying bid: (Bid Number and Description) in response to the invitation for the bid made by: (Name of Institution) do hereby make the following statements that I certify to be true and complete in every respect: I certify, on behalf of: that: (Name of Bidder) 1. I have read and I understand the contents of this Certificate; 2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect; 3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder; 4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign the bid, on behalf of the bidder; 5. For the purposes of this Certificate and the accompanying bid, I understand that the word competitor shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who: (a) (b) (c) has been requested to submit a bid in response to this bid invitation; could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and provides the same goods and services as the bidder and/or is in the same line of business as the bidder 2
37 SBD 9 6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding. 7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding: (a) prices; (b) geographical area where product or service will be rendered (market allocation) (c) methods, factors or formulas used to calculate prices; (d) the intention or decision to submit or not to submit, a bid; (e) the submission of a bid which does not meet the specifications and conditions of the bid; or (f) bidding with the intention not to win the bid. 8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates. 9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract. ³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract. 3
38 SBD I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation. Signature Date. Position Name of Bidder Js914w 2 4
39 SUPPLIER/VENDOR ACCREDITATION FORM Riverwalk Office Park, Block B; 41 Matroosberg Road (Corner Garsfontein and Matroosberg Roads); Ashlea Gardens, Extension 6; Menlo Park; Pretoria; South Africa; 0081 P.O. Box 35655; Menlo Park; 0102 Switchboard: Us: FSB Fraud and Ethics Hot-Line: Tip-Offs: Website: Board Members: AM Sithole (Chairperson) H Wilton (Deputy Chairperson) Z Bassa JV Mogadime Prof PJ Sutherland FE Groepe D Turpin HMH Ratshefola D Msomi I Momoniat O Makhubela (Alternate) Executive Officer: DP Tshidi
40 SUPPLIER/VENDOR ACCREDITATION FORM COMPANY REGISTERED NAME: (IN BLOCK LETTERS) CORE BUSINESS: (IN BLOCK LETTERS) SELECTED COMMODITY/COMMODITIES (IN BLOCK LETTERS) DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 2 OF 20
41 SUPPLIER/VENDOR ACCREDITATION FORM SUPPLIER / VENDOR DATABASE REGISTRATION FORM TO BE COMPLETED BY ALL BUSINESSES SEEKING TO CONDUCT BUSINESS WITH THE FINANCIAL SERVICES BOARD The following important notes should be read carefully before the completion of this form 1. It should be noted that the Financial Services Board (FSB) reserves the right to accept or reject any application without being obliged to give any reasons in this respect. Suppliers that have been registered onto the Suppliers Database may have the opportunity to bid or quote on FSB s acquisition requirements. Registration onto the Supplier Database does not guarantee business opportunities. 2. This form must be completed in full and signed by the duly authorised signatory. 3. Full signatures are required when alterations are made in this document. 4. If the information required is not applicable to your business, clearly insert the symbol N/A in the appropriate space. 5. Mark the appropriate square with a where it is applicable to you. 6. If the space provided is left blank, your registration form will be regarded as incomplete and your business will not be registered on the database. 7. Suppliers must comply with all the registration criteria for registration to be finalised failure to do so may result in the application being declined. 8. No faxed or ed applications will be accepted. Only original and signed copies of application will be accepted. Suppliers may not alter the Application Form in any way. 9. A company profile may accompany the registration form but will not be accepted as substitute for this application form all fields on application form must be completed by applicant. 10. Applicants will be contacted via fax or and must therefore submit an operating fax number/ address failure to comply will result in excluding the supplier from the vendor database. 11. Suppliers that have registered onto the Supplier Database should ensure that they furnish the FSB with any change to the status of the information initially provided, as and when the information changes. DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 3 OF 20
42 SUPPLIER/VENDOR ACCREDITATION FORM 12. Suppliers are to ensure the FSB is always in possession of an Original Valid Tax Clearance Certificate and Valid B-BBEE certificate accredited by SANAS. Suppliers whose tax clearance certificates have expired will be blocked from the FSB s database until such time as valid documents are submitted. Suppliers whose B-BBEE certificates have expired or who have not submitted proof from their accountants/or auditors with regard to their annual turnover being less than R5m, will be deemed to be non-compliant. 13. Suppliers are to attach an original certified copy of the relevant industry accreditation certificate, where applicable. 14. Suppliers that have registered onto the Supplier Database will be continuously monitored for their performance on work awarded to them by the FSB. This continuous monitoring process will form the basis to evaluate supplier performance which will have an impact on future opportunities with the FSB. 15. Please read notes below very carefully: Commodity: The commodity the business wishes to register for as a supplier. (Maximum of 5 (five) commodities). 16. Except for the specific goods or service procured by the Financial Services Board, service providers are required not to offer any gift, hospitality or other benefit to any FSB official. To avoid doubt, branded marketing material is considered to be a gift. Furthermore, should any FSB official request a gift, hospitality or other benefit, the service provider(s) is (are) required to report the matter to our toll free fraud line at The front page of the envelope must be clearly marked Supplier / Vendor Database Registration and must be made for attention: Manager: Supply Chain Unit. The envelope must be hand delivered or posted via registered mail to one of the following addresses: Physical Address: Riverwalk Office Park, Block B; 41 Matroosberg Road (Corner Garsfontein and Matroosberg Roads); Ashlea Gardens, Extension 6; Menlo Park; Pretoria; South Africa; 0081 Postal Address: PO Box 35655, Menlo Park, 0102 DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 4 OF 20
43 SUPPLIER/VENDOR ACCREDITATION FORM 18. Please mark the back of the envelope with Sender (Business Name), Contact Person and Telephone Number. 19. I have read and understood the important notes on pages 2 and 3 Authorised signatory DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 5 OF 20
44 SUPPLIER/VENDOR ACCREDITATION FORM 1. Business Profile (Please complete or tick where applicable) Registered Company Name: Trading Name (if different): Business Type: Sole Trader Close Corporation Government Institution Partnership Company (Private/Public) Other (please specify) Business Registration/ID Number: (please attach certified copy of proof of registration) Income Tax Number: Vat Number: PAYE Number: UIF number: Skills Development number: Compensation for Occupational Injuries and Diseases (COID) number: Original Tax Clearance Certificate Attached YES NO Expiry Date: Y Y Y Y / M M / D D Valid BEE Certificate Attached YES NO Expiry Date: Y Y Y Y / M M / D D Enterprise Profile Attached YES NO Share certificates / CIPRO/CIPC documents attached Number of Years in Business YES NO Postal Address: Physical Address: DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 6 OF 20
45 SUPPLIER/VENDOR ACCREDITATION FORM Province: Postal Code: Province: Postal Code: Toll Free Number: Switchboard Number: Web Address: CONTACT PERSONS Finance Department Name: Surname: Designation: Tel: Cell: Fax: Sales Department Name: Surname: Designation: Tel: Cell: Fax: DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 7 OF 20
46 SUPPLIER/VENDOR ACCREDITATION FORM Documentation to be attached to this application form Item No Documentation required Included If not included provide reason Original certified copy of company registration forms Original valid tax clearance certificate Original certified copies of shareholder certificates / CIPRO/ CIPC documents Original certified copies of shareholders / directors / owners / members identity documents. Original certified copy of accreditation certificate for relevant industry Valid B-BBEE Certificate issued by a SANAS accredited rating agency or letter from auditor/accountant confirming annual turn-over 7 Company Profile 8 9 Audited or reviewed financial statements for the past 2 years Original Cancelled cheque or Original bank stamped letter confirming bank details 10 Declaration of interest (SBD 4) DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 8 OF 20
47 SUPPLIER/VENDOR ACCREDITATION FORM SBD 4 DECLARATION OF INTEREST 1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where- - the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid. 2. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 2.1 Full Name of bidder or his or her representative: 2.2 Identity Number: 2.3 Position occupied in the Company (director, trustee, shareholder²): 2.4 Company Registration Number: 2.5 Tax Reference Number: 2.6 VAT Registration Number: The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / personnel numbers must be indicated in paragraph 3 DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 9 OF 20
48 SUPPLIER/VENDOR ACCREDITATION FORM below. ¹ State means (a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ² Shareholder means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise. 2.7 Are you or any person connected with the bidder presently employed by the state? YES / NO If so, furnish the following particulars: Name of person / director / trustee / shareholder/ member Name of state institution at which you or the person connected to the bidder is employed: Position occupied in the state institution: Any other particulars: If you are presently employed by the state, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector? YES / NO If yes, did you attach proof of such authority to the bid document? YES / NO Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid If no, furnish reasons for non-submission of such proof: DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 10 OF 20
49 SUPPLIER/VENDOR ACCREDITATION FORM 2.8 Did you or your spouse, or any of the company s directors / trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months? YES / NO If so, furnish particulars: 2.9 Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? YES / NO If so, furnish particulars Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid? YES/NO If so, furnish particulars Do you or any of the directors / trustees / shareholders / members of the company have any interest in any other related companies whether or not they are bidding for this contract? YES/NO DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 11 OF 20
50 SUPPLIER/VENDOR ACCREDITATION FORM If so, furnish particulars: 3 Full details of directors / trustees / members / shareholders. Full Name Identity Number Personal Tax Reference Number State Employee Number / Personnel Number 4 DECLARATION I, THE UNDERSIGNED (NAME) CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 12 OF 20
51 SUPPLIER/VENDOR ACCREDITATION FORM I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE. Signature Date Position Name of bidder May 2011 DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 13 OF 20
52 BANKING DETAILS INDEMNITY FORM Registered name Registration/ ID number Payments will be transferred into this account: Bank Name Branch Name Account number Branch Code Type of account COMPULSORY Bank stamp confirming banking details are correct Bank Official Name and Surname Signature Date In addition submit original canceled cheque / Original bank stamped letter confirming bank details. GLUE ORIGINAL CANCELLED CHEQUE HERE OFFICE USE ONLY Captured by Checked by Confirmed by Date Date Date Board Members: AM Sithole (Chairperson) H Wilton (Deputy Chairperson) Z Bassa JV Mogadime Prof PJ Sutherland FE Groepe D Turpin HMH Ratshefola D Msomi I Momoniat O Makhubela (Alternate) Executive Officer: DP Tshidi
53 SUPPLIER/VENDOR ACCREDITATION FORM LIST OF COMMODITIES Please mark clearly with a the entity s Core Business below (select maximum of five (5)) and write the selection on page 2 of this application form. ADVERTISING (PLACEMENT OF ADVERTISEMENTS) Electronic Media Outdoor Media Print Media Other (Please specify) ASSETS AND GOODS Audio and Video Systems Electronic Equipment (Projectors, Cameras, etc.) Kitchen / Electrical Appliances (e.g. Microwave, Urn, Electric Kettle, etc.) Motor Vehicles / Motorbikes Office Equipment Office Furniture Refrigeration Equipment Other (Please specify) ASSETS SERVICES Audio and Video Systems (Maintenance and Support) Car Service Centres Refrigeration Equipment Repairs Repair of Office Furniture Repair of Electrical Equipment Other (Please specify) CORPORATE CLOTHING AND GIFTS Corporate Clothing, Promotional Items and Gifts Flowers Framing of Certificates / Awards Other (Please specify) DOCUMENT SERVICES Courier Services (incl. Postal Services) DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 15 OF 20
54 SUPPLIER/VENDOR ACCREDITATION FORM Archiving and Related Services Franking Machine Services HR AND RELATED SERVICES Change Management Consultants HIV / AIDS Promotional Material HIV AIDS Physicians Performance Management Consultants Personal Development Consultants Remuneration and Salary Structuring Consultants Skills Analysis and Development Consultants Staff Wellness Services Transcription Services Voluntary Counseling and Testing IT AND RELATED SERVICES IT Hardware and Network Equipment IT Hardware and Network Maintenance and Support IT Network Cabling IT Professional Services (Consulting and Contracting) IT Security Services IT Software (Operating and Other) Specialist IT Services, Architecture, Security, etc. LOGISTICS HOUSEHOLD ITEMS GOODS Blinds and Awnings Carpets / Carpeting Installation Crockery, Cutlery, Table Cloths, Doilies Dry Goods (Tea, Coffee, Sugar, etc.) Household Cleaning Materials Protective Clothing Shelving (Steel and Wood) Uniforms Other (Please specify) DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 16 OF 20
55 SUPPLIER/VENDOR ACCREDITATION FORM LOGISTICS HOUSEHOLD ITEMS SERVICES Dry Cleaning Services Fire Detection, Prevention and Security Systems First Aid Supplies / Equipment / Kits (OHASA) Supply of Newspapers, Journals, Publications, etc. MAINTENANCE AND RELATED SERVICES Air Conditioning Specialist Carpet / Upholstery Cleaning Electrical (Globes, Plugs, Wire, etc.) Fire Extinguisher Service Furniture (Castors, Screws, Brackets, etc.) Furniture Removals Hardware Mechanical Services Office Alterations / Renovations (incl. Dry Walls / Partitioning, Ceiling, Flooring, Painting) Plumbing (Toilet Seats, Washers, Taps, etc.) Recycling Services Repair of Printer / Copier / Scan / Fax Machines Access control systems (Biometrics, metal detectors, X-ray machines) CCTV systems (Network Cameras, DVR, Back ups) Public Address systems (Speakers, Microphones) Fire Fighting systems (Fire extinguishers, Fire hoses, gas, fire mimic) PRINTING AND RELATED Printing, Layout and Design (e.g. Annual Report, Folders, Business Cards, Diaries, etc.) Signage PROFESSIONAL SERVICES: FORENSIC INVESTIGATIONS Data Mining Specialists Handwriting Analysis Investigations IT Forensic Specialists Lie Detector Services DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 17 OF 20
56 SUPPLIER/VENDOR ACCREDITATION FORM Technical Surveillance Specialists Other (please specify) PROFESSIONAL SERVICES: OTHER Actuarial Services Architects Asset Management Consultants Auctioneers Business Advisory Consultants Business Analysis and Design Consultants Business Management Consultants Business Solutions Consultants Communication and Stakeholder Management Services Entertainers (Performers) Financial and System Integration Consultants Financial Administration Consultants Financial Planning Consultants Financial Systems Consultants Governance Consultants Knowledge Management Solutions Consultants Media Presenters/Media Interviewers Makeup Artists Market Research Consultants Marketing Consultants Media Liaison Consultants Media Monitoring (Print and Electronic Media) Organisational Dynamics Consultants Procurement Advisory Services Professional Photographers / Photography Equipment Project Management Consultants Public Relations and Consulting Services Risk Management Consultants Stakeholder Perception Survey Services DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 18 OF 20
57 SUPPLIER/VENDOR ACCREDITATION FORM RENTAL Strategic Planning and Development Consultants Strategic Planning Facilitation Videographer Audio-visual Systems Décor Office Equipment PC's, Laptops, Other Computer Equipment SAFETY AND SECURITY Background Checks / Verification Services Biometrics Access Systems Installations CCTV Systems Installations Security gates, Roller shutter doors, turnstiles and booms Security Risk Assessment Information security Fire fighting systems Installations Evacuation chairs Hand Held Radios Loud speakers First aid equipment Intercom System Protective clothing (Bibs, helmets, boots) Locks and Keys Metal Detectors Safes Alarm systems OHS Compliance assessment Occupational Health and Safety STATIONERY AND RELATED Barcode Labels Recycling of Empty Toner Cartridges Stationery DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 19 OF 20
58 SUPPLIER/VENDOR ACCREDITATION FORM TELECOMMUNICATIONS Voice and Data Cabling TRAINING (SETA ACCREDITED, ETC.) ICT Training Supply Chain Management Training Development Programmes HR Training Other (Specify) TRAVEL, ACCOMMODATION AND RELATED Accommodation Conference Facilities / Venues OTHER (Please specify) DOCUMENT TITLE INVITATION TO REGISTER ON SUPPLIER DATABASE [V ] PAGE NUMBER PAGE 20 OF 20
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:
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
NCRCP3262 REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011
REQUEST FOR PROPOSALS FOR THE PROVISION OF A FUNERAL INSURANCE FOR ECRDA EMPLOYEES REFERENCE NUMBER: RFP 0011 1 UVIMBA FINANCE, 128 Alexandra Road, King William s Town, PO Box 495, 5601, Tel - 043 604
ADVERTISEMENT DATE 04 December 2013 CRM & Customer Interface Management DATE)
QUOTATIONS ARE HEREBY REQUESTED IN ACCORDANCE WITH THE SCM REGULATIONS SECTION 18 OF THE LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003, FOR THE PURCHASE OF ITEM/S THAT COULD BE ABOVE R30
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)
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
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
FINANCIAL SERVICES BOARD ENTREPRISE CONTENT MANAGEMENT (ECM) SOLUTION BID FSB2015/023 CLOSING DATE: 15 SEPTEMBER 2015
ENTREPRISE CONTENT MANAGEMENT (ECM) SOLUTION CLOSING DATE: 15 SEPTEMBER 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office Park,
FINANCIAL SERVICES BOARD INTEGRATED ENTERPRISE RESOURCE PLANNING (ERP) SOLUTION BID FSB2015/028 CLOSING DATE: 29 SEPTEMBER 2015
INTEGRATED ENTERPRISE RESOURCE PLANNING (ERP) SOLUTION CLOSING DATE: 29 SEPTEMBER 2015 CLOSING TIME: 11h00 (South African Standard Time, obtained from Telkom SA SOC Limited by dialling 1026 Riverwalk Office
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,
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
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 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
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
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
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
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
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.
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
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
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
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
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
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
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
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
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 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
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
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
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
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
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
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
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
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:
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
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY
CONSTRUCTION EDUCATION AND TRAINING AUTHORITY BID NO: 007-2015/2016 CUSTOMER RELATIONSHIP MANAGEMENT AND INTRANET Issued by: Construction Education and Training Authority: Supply Chain Unit Unit 5 Midrand
PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK
PROVISIONING OF PROFESSIONAL ELECTRICAL ENGINEERING CONSULTING SERVICES FOR DINOSAUR CENTER PROJECT, GOLDEN GATE HIGHLANDS NATIONAL PARK CONTRACT NO: SP-GK-DC/2 TENDER DOCUMENT ISSUED BY: MS ELDAH PHATHWA
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR. RFP No. 579/29/05/2015
Request for proposals (RFP) The supply of a computer based Library Management System for the CSIR RFP No. 579/29/05/2015 Date of Issue: 15 May 2015 Closing Date: Friday, 29 th May 2015 Place: Tender box,
Request for Quotation 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
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 FOR BIDS: THE APPOINTMENT OF A PROFESSIONAL VOIP SERVICES PROVIDER
REQUEST FOR BIDS: THE APPOINTMENT OF A PROFESSIONAL VOIP SERVICES PROVIDER (RFB NUMBER: PROC T250) CLOSING DATE AND TIME: 11 DECEMBER 2014 AT 11H00 AM Page 2 of 53 CONTENTS PAGE 1 INVITATION TO BID...
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
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
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
REQUEST FOR PROPOSALS ENERGY RELATED PUBLIC RELATIONS SERVICES
REQUEST FOR PROPOSALS ENERGY RELATED PUBLIC RELATIONS SERVICES Name of Respondent:....................................................... CLOSING DATE THURSDAY 3rd July 2015 at 11H00 SUBMISSIONS TO BE
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
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
EXTERNAL POLICY PROCUREMENT
EXTERNAL POLICY PROCUREMENT Revision: 0 Page 1 of 8 TABLE OF CONTENTS 1 SCOPE 3 2 POLICY 3 2.1 Procurement objectives 3 2.2 Broad-Based Black Economic Empowerment (BBBEE) 3 2.3 Business ethics and governance
CITY POWER JOHANNESBURG
City Power Johannesburg 40 Heronmere Road Reuven Johannesburg PO Box 38766 Booysens 2016 Tel +27(0) 11 490 7000 Fax +27(0) 11 490 7590 www.citypower.co.za CITY POWER JOHANNESBURG Bidders are hereby invited
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
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
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
ZNB 5825/2009-H THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES
THE SUPPLY OF UNIFORMS: CENTRAL PROVINCIAL STORES PAGE TABLE OF CONTENTS... 1 LOCALITY MAP 2 GUIDANCE NOTES 3-5 STANDARD BID DOCUMENTATION SECTION A: INVITATION TO BID. 6 SECTION B: SPECIAL INSTRUCTIONS
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
TENDER BOX LOCATION. The Tendering System
GT/GDE/128/2015 SECTION 1-ISSUE DATE:2015-09-28 Page 1 of 50 Client Support Request for Proposal RFP NUMBER RFP DESCRIPTION Page 1 of 3 GT/GDE/128/ 2015 BIDDERS ARE HEREBY INVITED TO SUBMIT PROPOSALS FOR:
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
T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES
T34/02/16 PROVISION OF SECURITY ALARM SYSTEM, MONITORING AND ARMED RESPONSE SERVICES TO 14 IDC REGIONAL OFFICES BID CLOSING DATE: MONDAY, 14 MARCH 2016 AT 12:00 NOON Industrial Development Corporation
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)
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS OF CMVP TRAINING AND COMPANY SANAS ACCREDITATION Closing date: 18 th February 2016 Time: 11:00 Submission format: Electronic submission to [email protected] Name of the
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
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
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
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)
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)
Establishment of a disaster recovery site
Establishment of a disaster recovery site RFB 2012/MPL/ICT01 December 2012 1 PROBLEM STATEMENT The Mpumalanga Provincial Legislature (MPL) is seeking a highly experienced service provider to establish
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
TO ALL SUPPLIERS SEEKING REGISTRATION AS APPROVED SUPPLIERS ON STATISTICS SOUTH AFRICA S SUPPLIER DATABASE
TO ALL SUPPLIERS SEEKING REGISTRATION AS APPROVED SUPPLIERS ON STATISTICS SOUTH AFRICA S SUPPLIER DATABASE The purpose of this database is to give all prospective suppliers an equal opportunity to submit
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)
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
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)
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
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
