appointment of a service provider for the … doc.pdf · ref no: q105-2017/18 3 4. components,...

56
REF NO: Q105-2017/18 1 APPOINTMENT OF A SERVICE PROVIDER FOR THE REPAIRS AND MAINTENANCE OF HYDRAULIC RESCUE EQUIPMENT FOR THE EMERGENCY SERVICES FOR A 12 MONTH PERIOD 1. Specification: Form A 2. Additional conditions of quotation: Form A.1 3. Insurance requirements: Form A.2 4. Form of quotation and form of acceptance: Form B 5. Statement of authorisation: Form B.1 6. Declaration of involvement: Form B.2 7. Declaration of tenderer’s past supply chain management practices: Form B.3 8. Certificate of independent bid determination: Form B.4 9. Article of agreement in terms of section 37(2) of the Occupational Health and Safety Act, 1993 10. Preference points claim form: MBD 6.1 NB: Tenderers are reminded that forms B, B.1, B.2, B.3 as well as MBD 6.1 must be signed . Quotations will be received until the closing dates and times shown, and must be enclosed in separate sealed envelopes bearing the applicable quotation headings and reference numbers, as well as the closing time and due date. Quotations must be addressed to the Executive Director: Supply Chain Management, 175 Es’kia Mphahlele Drive, Pretoria, 0001, and placed in the tender box located at the Procurement Advice Centre (at the entrance of C de Wet Centre) at this address. Quotations will be opened at the latter address at the time indicated. TENDERER: .................................................................................................................. ADDRESS: .................................................................................................................. CSD NUMBER: .................................................................................................................. The document is also obtainable for E-tender system CONTACT PERSON: Louis Lewis Tel : (012) 358 2020 CITY OF TSHWANE REF NO: Q105-2017/18 FINANCIAL SERVICES DEPARTMENT: CLOSING DATE: 16/01/2018 SUPPLY CHAIN MANAGEMENT CLOSING TIME: 10:00

Upload: lamphuc

Post on 21-Jun-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

REF NO: Q105-2017/18

1

APPOINTMENT OF A SERVICE PROVIDER FOR THE REPAIRS AND MAINTENANCE OF

HYDRAULIC RESCUE EQUIPMENT FOR THE EMERGENCY SERVICES FOR A 12 MONTH

PERIOD

1. Specification: Form A

2. Additional conditions of quotation: Form A.1

3. Insurance requirements: Form A.2

4. Form of quotation and form of acceptance: Form B

5. Statement of authorisation: Form B.1

6. Declaration of involvement: Form B.2

7. Declaration of tenderer’s past supply chain management practices: Form B.3

8. Certificate of independent bid determination: Form B.4

9. Article of agreement in terms of section 37(2) of the Occupational Health and Safety Act, 1993

10. Preference points claim form: MBD 6.1

NB: Tenderers are reminded that forms B, B.1, B.2, B.3 as well as MBD 6.1 must be signed. Quotations will be received until the closing dates and times shown, and must be enclosed in separate sealed envelopes bearing the applicable quotation headings and reference numbers, as well as the closing time and due date. Quotations must be addressed to the Executive Director: Supply Chain Management, 175 Es’kia Mphahlele Drive, Pretoria, 0001, and placed in the tender box located at the Procurement Advice Centre (at the entrance of C de Wet Centre) at this address. Quotations will be opened at the latter address at the time indicated. TENDERER: .................................................................................................................. ADDRESS: .................................................................................................................. CSD NUMBER: .................................................................................................................. The document is also obtainable for E-tender system CONTACT PERSON: Louis Lewis Tel : (012) 358 2020

CITY OF TSHWANE REF NO: Q105-2017/18 FINANCIAL SERVICES DEPARTMENT: CLOSING DATE: 16/01/2018 SUPPLY CHAIN MANAGEMENT CLOSING TIME: 10:00

REF NO: Q105-2017/18

2

FORM A CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT

1. SCOPE

Quotations are hereby invited for the repair and maintenance of hydraulic rescue equipment at the Emergency Management Services as and when required for a period of twelve (12) months

2. PROCUREMENT STRATEGY

The successful tenderer shall be responsible for the repair and maintenance of all hydraulic rescue equipment at the Emergency Management Services.

It will be compulsory for the bidders to have a look at the model ranges of the kind of

existing equipment we currently have in the service and as such a compulsory briefing

session will be scheduled.

The bidder shall provide previous experience of the similar work done by submitting proof

of testimonials or references with regards to the service and maintenance of hydraulic

rescue equipment.

SERVICE AND GUARANTEE Service:

The turnaround time for the repair of equipment shall be less than seven (7) working days after the issuing of a purchase order.

Guarantee:

All equipment/spares to be supplied, delivered and installed shall have a guarantee period of not less than 12 months.

3. APPLICABLE TO NATIONAL STANDARDS

The equipment on offer shall meet the latest addition of the Occupational Health and

Safety Act no 85 of 1993

Electrical Installation regulations made under repealed machinery and

occupational safety Act of 1983.

The National Fire Protections Act

ISO 9001

REF NO: Q105-2017/18

3

4. Components, equipment and accessories

Repair and maintenance of the following equipment’s: a) Hydraulic cutters such as Hurst, Amkus and Webber

Item Hurst cutter spares and parts

1.1 Cutting blade

1.2 Sliding plate

1.3 Lever

1.4 Compression piece

1.5 Device body

1.6 Pivot bolt

1.7 Handle

1.8 Hand guard

1.9 Guide ring

1.10 Piston

1.11 End cap

1.12 Valve block

1.13 Control valve

1.14 Screen package

1.15 Hydraulic pump

1.16 Set of rubber bump

1.17 Drain screw

1.18 Reservoir sealing

1.19 Set of labels

1.20 Clutch package

Item Amkus cutter spares and parts

2.1 Cutting blade

2.2 Sliding plate

2.3 Lever

2.4 Compression piece

2.5 Device body

2.6 Pivot bolt

2.7 Handle

2.8 Hand guard

2.9 Guide ring

2.10 Piston

2.11 End cap

2.12 Valve block

2.13 Control valve

2.14 Screen package

2.15 Hydraulic pump

2.16 Set of rubber bump

2.17 Drain screw

2.18 Reservoir sealing

2.19 Set of labels

2.20 Clutch package

REF NO: Q105-2017/18

4

Item Webber cutter spares and parts

3.1 Cutting blade

3.2 Sliding plate

3.3 Lever

3.4 Compression piece

3.5 Device body

3.6 Pivot bolt

3.7 Handle

3.8 Hand guard

3.9 Guide ring

3.10 Piston

3.11 End cap

3.12 Valve block

3.13 Control valve

3.14 Screen package

3.15 Hydraulic pump

3.16 Set of rubber bump

3.17 Drain screw

3.18 Reservoir sealing

3.19 Set of labels

3.20 Clutch package

b) Hydraulic pedal cutters such as Hurst, Amkus and Webber

Item Hurst pedal cutter spares and parts

4.1 Blade arm (fix)

4.2 Blade arm (movable)

4.3 Pivot bolt

4.4 Protective cap

4.5 Lever bolt

4.6 Device body

4.7 Guiding ring

4.8 Piston

4.9 Check valve

4.10 Valve block

4.11 Leg spring

4.12 Handhold

4.13 Connection hose blue

4.14 Connection hose grey

4.15 Mono-coupling (male)

4.16 Fitting

4.17 Dust protection cap for mono-coupling (male)

4.18 Quick-disconnect-coupling (male)

4.19 Quick-disconnect-coupling (female)

4.20 Dust protection cap for quick-disconnect-couplings

4.21 Anti-kink cover for mono-couplings (male)

REF NO: Q105-2017/18

5

Item Amkus pedal cutter spares and parts

5.1 Blade arm (fix)

5.2 Blade arm (movable)

5.3 Pivot bolt

5.4 Protective cap

5.5 Lever bolt

5.6 Device body

5.7 Guiding ring

5.8 Piston

5.9 Check valve

5.10 Valve block

5.11 Leg spring

5.12 Handhold

5.13 Connection hose blue

5.14 Connection hose grey

5.15 Mono-coupling (male)

5.16 Fitting

5.17 Dust protection cap for mono-coupling (male)

5.18 Quick-disconnect-coupling (male)

5.19 Quick-disconnect-coupling (female)

5.20 Dust protection cap for quick-disconnect-couplings

5.21 Anti-kink cover for mono-couplings (male)

Item Webber pedal cutter spares and parts

6.1 Blade arm (fix)

6.2 Blade arm (movable)

6.3 Pivot bolt

6.4 Protective cap

6.5 Lever bolt

6.6 Device body

6.7 Guiding ring

6.8 Piston

6.9 Check valve

6.10 Valve block

6.11 Leg spring

6.12 Handhold

6.13 Connection hose blue

6.14 Connection hose grey

6.15 Mono-coupling (male)

6.16 Fitting

6.17 Dust protection cap for mono-coupling (male)

6.18 Quick-disconnect-coupling (male)

6.19 Quick-disconnect-coupling (female)

6.20 Dust protection cap for quick-disconnect-couplings

6.21 Anti-kink cover for mono-couplings (male)

REF NO: Q105-2017/18

6

c) Hydraulic spreaders such as Hurst, Amkus and Webber

Item Hurst spreader spares and parts

7.1 Spreader arm (pre-assembled)

7.2 Tip

7.3 Lever

7.4 Compression piece

7.5 Device body

7.6 Piston

7.7 Guide ring

7.8 Handle

7.9 Hand guard

7.10 Gate block (incl. pressure release valve)

7.11 Valve block

7.12 Cover

7.13 Connection hose Blue

7.14 Connection hose grey

7.15 Mono-coupling (male)

7.16 Fitting

7.17 Dust protection cap for mono-coupling (male)

7.18 Quick-disconnect-coupling (male)

7.19 Quick-disconnect-coupling (female)

7.20 Dust protection cap for quick-disconnect-couplings

7.21 Anti-kink cover for mono-couplings (male)

7.22 Handhold

Item Amkus spreader spares and parts

8.1 Spreader arm (pre-assembled)

8.2 Tip

8.3 Lever

8.4 Compression piece

8.5 Device body

8.6 Piston

8.7 Guide ring

8.8 Handle

8.9 Hand guard

8.10 Gate block (incl. pressure release valve)

8.11 Valve block

8.12 Cover

8.13 Connection hose Blue

8.14 Connection hose grey

8.15 Mono-coupling (male)

8.16 Fitting

8.17 Dust protection cap for mono-coupling (male)

8.18 Quick-disconnect-coupling (male)

8.19 Quick-disconnect-coupling (female)

8.20 Dust protection cap for quick-disconnect-couplings

8.21 Anti-kink cover for mono-couplings (male)

8.22 Handhold

REF NO: Q105-2017/18

7

Item Webber spreader spares and parts

9.1 Spreader arm (pre-assembled)

9.2 Tip

9.3 Lever

9.4 Compression piece

9.5 Device body

9.6 Piston

9.7 Guide ring

9.8 Handle

9.9 Hand guard

9.10 Gate block (incl. pressure release valve)

9.11 Valve block

9.12 Cover

9.13 Connection hose Blue

9.14 Connection hose grey

9.15 Mono-coupling (male)

9.16 Fitting

9.17 Dust protection cap for mono-coupling (male)

9.18 Quick-disconnect-coupling (male)

9.19 Quick-disconnect-coupling (female)

9.20 Dust protection cap for quick-disconnect-couplings

9.21 Anti-kink cover for mono-couplings (male)

9.22 Handhold

d) Hydraulic rams such as Hurst, Amkus and Webber

Item Hurst ram spares and parts

10.1 Ram body

10.2 Piston rod 1

10.3 Piston 2 (pre-assembled)

10.4 Rod cap

10.5 Cap claw

10.6 Fluid supply

10.7 Ram end cap

10.8 Ram base claw

10.9 Pressure tube

10.10 Connection piece 1

10.11 Connection piece 2

10.12 Pressure tube retainer

10.13 Gate block

10.14 Valve block

10.15 Connection hose

10.16 Mono-coupling (male)

10.17 Fitting

10.18 Dust protection cap for mono-coupling (male)

10.19 Quick-disconnect-coupling (male)

10.20 Quick-disconnect-coupling (female)

10.21 Dust protection cap for quick-disconnect-couplings

10.22 Hose guard for mono-couplings (male)

10.23 Handhold

REF NO: Q105-2017/18

8

Item Amkus ram spares and parts

11.1 Ram body

11.2 Piston rod 1

11.3 Piston 2 (pre-assembled)

11.4 Rod cap

11.5 Cap claw

11.6 Fluid supply

11.7 Ram end cap

11.8 Ram base claw

11.9 Pressure tube

11.10 Connection piece 1

11.11 Connection piece 2

11.12 Pressure tube retainer

11.13 Gate block

11.14 Valve block

11.15 Connection hose

11.16 Mono-coupling (male)

11.17 Fitting

11.18 Dust protection cap for mono-coupling (male)

11.19 Quick-disconnect-coupling (male)

11.20 Quick-disconnect-coupling (female)

11.21 Dust protection cap for quick-disconnect-couplings

11.22 Hose guard for mono-couplings (male)

11.23 Handhold

Item Webber ram spares and parts

12.1 Ram body

12.2 Piston rod 1

12.3 Piston 2 (pre-assembled)

12.4 Rod cap

12.5 Cap claw

12.6 Fluid supply

12.7 Ram end cap

12.8 Ram base claw

12.9 Pressure tube

12.10 Connection piece 1

12.11 Connection piece 2

12.12 Pressure tube retainer

12.13 Gate block

12.14 Valve block

12.15 Connection hose

12.16 Mono-coupling (male)

12.17 Fitting

12.18 Dust protection cap for mono-coupling (male)

12.19 Quick-disconnect-coupling (male)

12.20 Quick-disconnect-coupling (female)

12.21 Dust protection cap for quick-disconnect-couplings

12.22 Hose guard for mono-couplings (male)

12.23 Handhold

REF NO: Q105-2017/18

9

FORM A.1 CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT ADDITIONAL CONDITIONS OF QUOTATION 1 Quotation documents must be completed in ink, and prices must exclude VAT. 2 Official orders will be placed. If invoices and escalation documents are received timeously,

payment, including all charges, will be made in accordance with clause 16 of the General Conditions of Contracts.

3 The lowest or any quotation will not necessarily be accepted. The City of Tshwane reserves

the right to accept the whole or any portion of a quotation. 4 Quotations are to remain open for acceptance for a period of 30 days from the date on which

they are to be lodged, and may be accepted at any time during this period of 30 days. 5 Tenderers are requested to furnish the full registered name of the tendering company or

supplier on the Form of quotation and form of acceptance: Form B. 6 Tenderers are also required to sign each page of the Form of quotation and form of

acceptance: Form B in the space provided at the bottom of each page.

7 Mistakes made on the price schedule must be crossed out in ink and each price

alteration must be initialled.

8 Price corrections may not be made with correction fluid, such as Tipp-Ex or a similar

product.

9 If correction fluid was used on any specific item price, such an item will not be

considered. No correction fluid may be used on a bill of quantities where prices are

calculated to arrive at a total amount. If correction fluid was used, the quotation as a

whole will be repudiated.

10 The Municipality will reject the quotation if corrections are not made in accordance

with the above.

11 No price increases will be considered in the event of payments made against invoiced prices. 12 Any orders placed within the contract period will be paid according to the price applicable at

the date of order. 13 If the successful tenderer’s prices are subject to the exchange rate, he or she must obtain

exchange rate cover on the Municipality’s behalf in order to protect the Municipality against exchange rate variations as and when orders are placed.

14 The tenderer may submit a comprehensive company profile, such as financial statements of

the company and a detailed exposition of previous work done. If these are not submitted, the Municipality may request the tenderer to provide these documents within a reasonable period.

2/…

REF NO: Q105-2017/18

10

- 2 - FORM A.1

15 If particular items are not offered, a line must be drawn in pen through the relevant space. 16 All prices and details must be legible or readable to ensure that the quotation will be

considered for adjudication.

17 The City of Tshwane will not conduct business with an entity that does not comply

with the Codes of Good Practice on BBBEE as published from time to time by the

Minister of Trade and Industry.

18 Quotations must be deposited in the tender box at the location indicated below.

19 Forward exchange rate cover

If prices are based on the exchange rate, the successful tenderer/s will be required to obtain exchange rate cover in order to protect the Municipality against exchange rate variations. Proof that forward exchange rate cover was taken out must be provided to the City of Tshwane within 14 days after an order was placed. Such proof must be provided together with the invoice. If such proof is not provided as required, the contract price adjustment will not be accepted and the contract may be cancelled.

20 Execution of orders Tenderers are reminded that orders placed against accepted quotations are to be executed in strict accordance with the accepted specifications and within the quoted delivery period. Tenderers must therefore take note of clause 21 of the General Conditions of Contracts.

21 Information on prices

All prices must be quoted in South African currency (South African rand).

22 Occupational health and safety

The successful tenderer will be required to comply with the requirements of the Occupational Health and Safety Act, 1993 (Act 85 of 1993) and the regulations as amended. Further information in this regard may be obtained from the Deputy Manager: Occupational Health and Safety, Mr DB Finaughty (012 358 4028).

23 Preference points claimed

Tenderers must take note of the provisions of the Preferential Procurement Policy Framework Act, 2000 (Act 5 of 2000), as published in Government Gazette No 22549, dated 10 August 2001.

24 Copyright/patent rights

Copyright to any document produced and patent rights to or ownership of any plant, machinery, thing, system or process designed by a consultant or trainer in the course of the consultancy service are vested in the Municipality.

3/…

REF NO: Q105-2017/18

11

FORM A.1

25 Vendor registration

Prospective tenderers are required to register as suppliers/service providers on the City of Tshwane’s vendor register before tendering. The tenderer is required to record the vendor number in the space provided on the cover page of this quotation document. NB: If a prospective tenderer is not registered as a supplier/service provider yet, his or her documents for such registration must reach the Supply Chain Management offices at the C de Wet Building, 175 Es’kia Mphahlele Drive no later than the closing date of the quotation.

26 The Municipality’s General Conditions of Contracts will be applicable to this quotation. This document is available on request or on the Municipality’s website, www.tshwane.gov.za.

27 Please include the CSD registration number. 28 The Municipality reserves the right to cancel and reissue the quotation before a quotation

is awarded.

29 A valid tax clearance certificate must be submitted with this tender document. If the

tenderer has not submitted a tax clearance certificate, the Municipality reserves the

right to, at any time after the closure of the tender, but before the award of the

tender, confirm from its vendor database the validity of the tax certificate, provided

it has a valid tax clearance certificate in its possession. If the Municipality does not

have such a certificate in its possession, the tenderer will be requested to provide

one within seven days from the date of notification.

Bidders must note that, in accordance with legislation, no contract may be awarded

to a person who, or an entity which, has failed to submit a valid tax clearance

certificate from the South African Revenue Service (SARS) that certifies that the

taxes of that person or entity are in order, or that suitable arrangements have been

made with SARS.

Each party to a consortium or joint venture must submit a separate tax clearance

certificate.

30 Quotations must be endorsed and enclosed in separate sealed envelopes, bearing the

closing time and due date. Quotations will be received until 05 December 2017 at 10:00 at the address below.

The Executive Director: Supply Chain Management Procurement Advice Centre C de Wet Centre 175 Es’kia Mphahlele Drive Pretoria West 0183

Quotations will be opened at this address at the time indicated.

REF NO: Q105-2017/18

12

FORM A.2 CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT INSURANCE REQUIREMENTS

1. Insurance requirements 1.1 Employer to insure Without limiting the contractor or subcontractor’s obligation in terms of the contract, the

employer will, for the duration of the contract until the issuing of the defects certificate or the end of the maintenance period, nominate the following insurances in the name of the contractor (including all subcontractors, whether nominated or otherwise):

i. The employer’s insurer will indemnify the contractor/subcontractor against physical loss

of or damage to any part of the property insured, not exceeding the maximum contract value or the final contract value estimated at inspection, including free-issue materials where applicable as stated in the contract data. a) While in transit, including loading and unloading while temporarily stored at any

premises en route to or from the contract site within the territorial limits b) From the time of unloading, dismantling or preparation at the contract site, and

thereafter until the property insured has been officially accepted by the employer and it becomes his or her responsibility by means of a notice of completion certificate or similar evidence of the legal transfer of risk

c) During the contractual defects liability or maintenance period, which may not exceed the period reflected in the schedule, but only so far as the contractors and/or subcontractors may be liable for such loss or damage under the defects liability or maintenance conditions of the insured contract

d) Removal of debris e) Surrounding property f) Work away g) Off-site storage h) Temporary repairs i) Contribution clause – marine j) Escalation during contract period k) Post-loss escalation l) Automatic reinstatement m) Principals maintenance n) Property taken over o) Beneficial occupation p) Escalation due to currency fluctuations q) Manufacturer's guarantees

ii. The employer’s insurer will indemnify the contractor/subcontractor against all sums for

which the contractor/subcontractor will become legally liable towards third-party claimants in respect of and in consequence of –

a) accidental death of or bodily injury to or illness/disease contracted by any person

(excluding employees of the contractor/subcontractor); and

b) accidental loss or damage to tangible property, occurring during the period of insurance and arising out of or in connection with the performance of the insured contract at the contract site as defined in the schedule. The minimum limit of indemnity for any one event is R5 million in respect of contracts with a contract value of up to R12 million.

2/...

REF NO: Q105-2017/18

13

FORM A.2

1.2 Insurance premium payable The employer will pay the insurance premium for the works damage and public liability

insurance cover. The calculation of the insurance premium will be based on the approved capital budget per financial year; the insurance premium will be charged out of the relevant departments by the Insurance and Risk Management Section.

1.3 Additional insurance by the employer The employer will be free to take out, at his own cost, any additional insurance that he or she

deems necessary in order to cover loss or damage not insured in terms of the insurance policies of subclause 1 of this clause.

1.4 Additional insurance by contractor/subcontractor The contractor and subcontractor will be free to take out and maintain, at their own cost, any

additional insurance they deem necessary to cover damage, loss or injury not insured in terms of the insurance effected by the employer’s insurer. The cost of the additional insurance will be for the account of the contractor/subcontractor.

1.5 Contractor satisfied with insurance The submission of a tender will be construed as acknowledgement by the contractor that he

or she is satisfied with the insurance cover taken out by the employer. 1.6 Contractor to observe conditions

The contractor must give all notices and observe all conditions and requirements imposed by

the relevant insurance policies that will be binding on the contractor. 1.7 Contractor to insure The contractor/subcontractor must obtain, for the duration of the contract until the issuing of

the defects certificate or the end of the maintenance period, the insurance policies at an insurance company within 14 days of the notification of acceptance of the tender. The contractor/subcontractor must pay all the premiums and supply proof that the policies have been taken out to the relevant project manager 30 days before the inception of the contract.

a) All risk insurance cover regarding all plants, materials and equipment, owned, leased or

hired by the contractor and used in the execution of the contract for the full replacement value thereof

b) Motor vehicle and liability insurance cover indicating the registration numbers of the vehicles owned, leased or hired by the contractor and used in the execution of the contract to the amount of at least R5 million per claim with an unlimited number of claims

c) SASRIA cover for motor vehicles, plants and equipment owned, leased or hired by the contractor and used in the execution of the contract for the full replacement value thereof

In respect of plants, materials, equipment and motor vehicles brought onto the site by or on behalf of subcontractors, the contractor will be deemed to have complied with the provisions of this subclause by ensuring that such subcontractors have similarly insured such plants, materials, equipment and motor vehicles.

3/…

REF NO: Q105-2017/18

14

FORM A.2

1.8 The project manager involved must furnish the required insurance documents to the

Insurance and Risk Management Section 30 days before the inception of the contract.

2. Contract work claims: Reporting procedures 2.1 Reporting of incidents If something occurs that is likely to give rise to a claim under the insurance policy effected by

the employer, the contractor/subcontractor and project manager will adhere to the following procedures:

a) In addition to any statutory obligations and/or requirements contained in the General

Conditions of Contracts, the contractor must notify the employer and the project manager of every occurrence within 48 hours, giving the circumstances, nature and estimation of loss or damage.

b) The project manager will be responsible for completing and submitting the relevant

claim documents to the Insurance and Risk Management Section for each incident within 30 days after the incident occurred. If the incident is reported by the project manager to the Insurance and Risk Management Section more than 30 days after the incident occurred, the claim will only be considered if the claim documents are accompanied by a letter from the strategic executive officer motivating the reasons for the late reporting of the incident. The project manager must take note that the insurer might repudiate the loss if it is found that the insurer's rights have been compromised as a result of the late reporting.

c) Photos of damages caused or suffered must be submitted together with the claim

documents to prove or substantiate the claims. d) If insured property is damaged beyond economical repair during the contract work, the

property must be safeguarded and handed over to the employer’s insurer for salvage. e) The Insurance and Risk Management Section will inform the employer’s insurer of the

incident. The contractor/subcontractor must allow the employer, project manager, employer's insurers and/or representatives all reasonable access to the site so as to assess any loss or damage.

2.2 Reporting of catastrophic incidents If something occurs that is likely to give rise to a claim for loss or damage of more than

R250 000,00 under the insurance policy effected by the employer, the contractor and the project manager must adhere to the following procedures:

a) In addition to any statutory obligations and/or requirements contained in the General

Conditions of Contract, the contractor must notify the employer and the project manager of every occurrence within 24 hours, giving the circumstances, nature and estimation of loss or damage.

b) The project manager must notify the Insurance and Risk Management Section on the day that the contractor/subcontractor notified the project manager of the incident.

c) The Insurance and Risk Management Section must notify the employer’s insurer of the incident. The contractor/subcontractor must allow reasonable access to the site to the employer, project manager, employer's insurers and/or representatives so as to assess any loss or damage.

4/…

REF NO: Q105-2017/18

15

FORM A.2

d) The project manager is responsible for completing and submitting the relevant claim

documents for each incident within 30 days after the incident occurred to the Insurance and Risk Management Section. If the incident is reported to the Insurance and Risk Management Section by the project manager more than 30 days after the incident occurred, the claim will only be considered if the claim documents are accompanied by a letter from the relevant strategic executive officer motivating the reasons for the late reporting of the incident. If the relevant claim documents are not submitted within the 30 days, the claim will be repudiated.

2.3 Reporting of crime-related incidents All crime-related incidents, losses or shortages, irrespective of the value, must be reported to

the nearest South African Police Service (SAPS) station within 24 hours by the person who was involved or who discovered the incident. The name of the police station investigation officer and the case number must be obtained and stated on the contractor claim form. If the incident is not reported to the SAPS, the claim will be repudiated.

2.4 Claim documents

The project manager must obtain all relevant information from the contractor/subcontractor and complete the contractor claim form. The project number must be stated on the contractor claim form. The project manager must submit the contractor claim form together with a detailed cost sheet indicating the estimated loss or damage. Any misrepresentation, wrong description or non-disclosure of material facts to the insurers can result in claims submitted being declared null and void.

2.5 Authorisation of claim forms

It is imperative that the employer’s formally delegated official or his or her nominee authorises the contractor claim form as proof of the appropriate authorisation, verification and approval of claims submitted. The strategic executive officer must provide an authorisation letter to the Insurance and Risk Management Section stating the names and specimen signatures of the delegated official or his or her nominee, within 30 days from the approval of his or her report to Council. If the delegated official or his or her nominee did not sign the relevant claim form, the claim will be repudiated, as such non-signing may lead to inappropriate independent verification of the validity of claims, thereby increasing the risk of insurance fraud and consequential damage to the employer’s reputation.

2.6 Contractor to pay deductibles

Any claim in terms of the insurance effected by the employer is subject to the contractor being responsible for the payment of the amount stated in the annexure to the policy as being the deductible (first amount payable or excess), as defined in the certificate of insurance issued by the employer’s insurer in terms of the policy.

2.7 Settlement of claims

All incidents reported to the Insurance and Risk Management Section in respect of an occurrence that is likely to give rise to a claim will be forwarded to the employer’s insurer, who will take the necessary actions for the settlement of any such claims. The contractor must negotiate with the employer or the employer's insurer through the Insurance and Risk Management Section for the settlement of claims. The employer’s chief financial officer will authorise all settlements of claims.

5/…

REF NO: Q105-2017/18

16

FORM A.2

If action for the settlement of any such claim is not taken by the contractor/subcontractor to the satisfaction of the project manager within 30 days after receipt of such a claim by the contractor/subcontractor, the employer or the employer’s insurer may settle any such claim after giving the contractor notice of its intention to do so, provided that no such claim will be settled by the employer or the employer’s insurer without first consulting the contractor/subcontractor. The foregoing provisions of this subclause apply mutatis mutandis to any such claim received from the contractor directly.

If the employer or the employer’s insurer does not settle any such claim at the earliest opportunity, it will in no way prejudice the right of the employer or the employer’s insurer to recover the damage or loss from the contractor, nor may the contractor raise any such defence against the employer or the employer’s insurer. Any money that becomes payable as a result of a claim under the insurance effected by the employer will be paid to the employer after the deduction of the deductible amount (first amount payable or excess). The employer will pay such amount to the contractor or the party rectifying or repairing the loss or damage. This will in no way affect the contractor’s obligations in terms of the contract.

REF NO: Q105-2017/18

17

Price schedule

a) Hydraulic cutters such as Hurst, Amkus and Webber

Item Description Quantity Price

Hurst cutter spares and parts 1 1.1 Cutting blade 1 1.2 Sliding plate 1 1.3 Sliding plate 1 1.4 Lever 1 1.4.1 Cylinder pin 1 1.4.2 Bolt 1 1.4.3 Retaining ring 1 1.5 Compression piece 1 1.5.1 Cylinder pin 1 1.6 Device body 1 1.7 Pivot bolt 1 1.7.1 Nut 1 1.7.2 Washer 1 1.8 Handle 1 1.8.1 Handle screw 1 1.9 Hand guard 1 1.10 Guide ring 1 1.10.1 Wiper 1 1.10.2 Step seal 1 1.10.3 O-ring 1 1.10.4 Setscrew 1 1.11 Piston 1 1.11.1 Glydring 1 1.12 End cap 1 1.12.1 O-ring 1 1.12.2 Back-up ring 1 1.13 Valve block 1 1.13.1 Star grip 1 1.13.2 O-ring 1 1.13.3 Ball 1 1.13.4 Screw 1 1.13.5 Sealing ring 1 1.13.6 Insulting sleeve 1 1.13.7 Insulating washer 1 1.13.8 Usitring 1 1.14 Control valve 1 1.14.1 Retaining ring 1 1.14.2 Flat seal 1 1.14.3 Screw 1 1.14.4 Suction tube 1 1.14.5 Control valve (simultan operation 1 1.14.6 Ball 1 1.14.7 Cap nut 1 1.14.8 Plug 1

REF NO: Q105-2017/18

18

1.14.9 O-ring 1 1.15 Screen package 1 1.15.1 Screen 1 1.15.2 Circlip 1 1.15.3 Shim ring 1 1.16 Hydraulic pump 1 1.16.1 Retaining ring 1 1.16.2 Nut 1 1.16.3 Spacer ring 1 1.16.4 Reservoir sealing 1 1.16.5 Screw 1 1.16.6 Shim ring 1 1.16.7 Hydraulic pump 1 1.16.8 Reservoir plate 1 1.17 Set of rubber bump 1 1.18 Drain screw 1 1.19 Reservoir sealing 1 1.20 Clutch package 1 1.21 Strip and quote Per hour Amkus cutter spares and parts

2.1 Cutting blade 1

2.2 Sliding plate 1

2.3 Sliding plate 1

2.4 Lever 1

2.4.1 Cylinder pin 1

2.4.2 Bolt 1

2.4.3 Retaining ring 1

2.5 Compression piece 1

2.5.1 Cylinder pin 1

2.6 Device body 1

2.7 Pivot bolt 1

2.7.1 Nut 1

2.7.2 Washer 1

2.8 Handle 1

2.8.1 Handle screw 1

2.9 Hand guard 1

2.10 Guide ring 1

2.10.1 Wiper 1

2.10.2 Step seal 1

2.10.3 O-ring 1

2.10.4 Setscrew 1

2.11 Piston 1

2.11.1 Glydring 1

2.12 End cap 1

2.12.1 O-ring 1

2.12.2 Back-up ring 1

2.13 Valve block 1

2.13.1 Star grip 1

2.13.2 O-ring 1

2.13.3 Ball 1

2.13.4 Screw 1

2.13.5 Sealing ring 1

2.13.6 Insulting sleeve 1

REF NO: Q105-2017/18

19

2.13.7 Insulating washer 1

2.13.8 Usitring 1

2.14 Control valve 1

2.14.1 Retaining ring 1

2.14.2 Flat seal 1

2.14.3 Screw 1

2.14.4 Suction tube 1

2.14.5 Control valve (simultan operation 1

2.14.6 Ball 1

2.14.7 Cap nut 1

2.14.8 Plug 1

2.14.9 O-ring 1

2.15 Screen package 1

2.15.1 Screen 1

2.15.2 Circlip 1

2.15.3 Shim ring 1

2.16 Hydraulic pump 1

2.16.1 Retaining ring 1

2.16.2 Nut 1

2.16.3 Spacer ring 1

2.16.4 Reservoir sealing 1

1.16.5 Screw 1

1.16.6 Shim ring 1

2.16.7 Hydraulic pump 1

2.16.8 Reservoir plate 1

2.17 Set of rubber bump 1

2.18 Drain screw 1

2.19 Reservoir sealing 1

2.20 Clutch package 1 2.21 Strip and quote Per hour Webber cutter spares and parts 3.1 Cutting blade 1 3.2 Sliding plate 1 3.3 Sliding plate 1 3.4 Lever 1 3.4.1 Cylinder pin 1 3.4.2 Bolt 1 3.4.3 Retaining ring 1 3.5 Compression piece 1 3.5.1 Cylinder pin 1 3.6 Device body 1 3.7 Pivot bolt 1 3.7.1 Nut 1 3.7.2 Washer 1 3.8 Handle 1 3.8.1 Handle screw 1 3.9 Hand guard 1 3.10 Guide ring 1 3.10.1 Wiper 1 3.10.2 Step seal 1 3.10.3 O-ring 1 3.10.4 Setscrew 1

REF NO: Q105-2017/18

20

3.11 Piston 1 3.11.1 Glydring 1 3.12 End cap 1 3.12.1 O-ring 1 3.12.2 Back-up ring 1 3.13 Valve block 1 3.13.1 Star grip 1 3.13.2 O-ring 1 3.13.3 Ball 1

2.13.4 Screw 1 3.13.5 Sealing ring 1 3.13.6 Insulting sleeve 1 3.13.7 Insulating washer 1 3.13.8 Usitring 1 3.14 Control valve 1 3.14.1 Retaining ring 1 3.14.2 Flat seal 1 3.14.3 Screw 1 3.14.4 Suction tube 1 3.14.5 Control valve (simulant operation) 1 3.14.6 Ball 1 3.14.7 Cap nut 1 3.14.8 Plug 1 3.14.9 O-ring 1 3.15 Screen package 1 3.15.1 Screen 1 3.15.2 Circlip 1 3.15.3 Shim ring 1 3.16 Hydraulic pump 1 3.16.1 Retaining ring 1 3.16.2 Nut 1 3.16.3 Spacer ring 1 3.16.4 Reservoir sealing 1 3.16.5 Screw 1 3.16.6 Shim ring 1 3.16.7 Hydraulic pump 1 3.16.8 Reservoir plate 1 3.17 Set of rubber bump 1 3.18 Drain screw 1 3.19 Reservoir sealing 1 3.20 Clutch package 1 3.21 Strip and quote Per hour TOTAL EXCLUDE VAT R VAT R TOTAL INCLUDING VAT R

REF NO: Q105-2017/18

21

b) Hydraulic pedal cutters such as Hurst, Amkus and Webber

Item Description Quantity Price Hurst pedal cutter spares and parts 4.1 Blade arm (fix) 1 4.2 Blade arm (movable) 1 4.3 Pivot bolt 1 4.4 Protective cap 1 4.5 Lever bolt 1 4.6 Device body 1 4.7 Guiding ring 1 4.8 Piston with lever 1 4.8.1 Piston tube 1 4.8.2 O-ring 1 4.8.3 Backup ring 1 4.8.4 Glydring 1 4.9 Check valve 1 4.10 Valve block 1 4.11 Leg spring 1 4.12 Handhold 1 4.13 Connection hose blue 1 4.14 Connection hose grey 1 4.15 Mono-coupling (male) 1 4.16 Fitting 1 4.17 Dust protection cap for mono-coupling (male) 1 4.18 Quick-disconnect-coupling (male) 1 4.19 Quick-disconnect-coupling (female) 1 4.20 Dust protection cap for quick-disconnect-

couplings 1

4.21 Anti-kink cover for mono-couplings (male) 1 4.22 Strip and quote 1 Amkus pedal cutter spares and parts 1 5.1 Blade arm (fix) 1 5.2 Blade arm (movable) 1 5.3 Pivot bolt 1 5.4 Protective cap 1 5.5 Lever bolt 1 5.6 Device body 1 5.7 Guiding ring 1 5.8 Piston with lever 1 5.8.1 Piston tube 1 5.8.2 O-ring 1 5.8.3 Backup ring 1 5.8.4 Glydring 1 5.9 Check valve 1 5.10 Valve block 1 5.11 Leg spring 1 5.12 Handhold 1 5.13 Connection hose blue 1 5.14 Connection hose grey 1 5.15 Mono-coupling (male) 1 5.16 Fitting 1

REF NO: Q105-2017/18

22

5.17 Dust protection cap for mono-coupling (male) 1 5.18 Quick-disconnect-coupling (male) 1 5.19 Quick-disconnect-coupling (female) 1 5.20 Dust protection cap for quick-disconnect-

couplings 1

5.21 Anti-kink cover for mono-couplings (male) 1

5.22 Strip and quote 1

Webber pedal cutter spares and parts 1

6.1 Blade arm (fix) 1

6.2 Blade arm (movable) 1

6.3 Pivot bolt 1

6.4 Protective cap 1

6.5 Lever bolt 1

6.6 Device body 1

6.7 Guiding ring 1

6.8 Piston with lever 1

6.8.1 Piston tube 1

6.8.2 O-ring 1

6.8.3 Backup ring 1

6.8.4 Glydring 1

6.9 Check valve 1

6.10 Valve block 1

6.11 Leg spring 1

6.12 Handhold 1

6.13 Connection hose blue 1

6.14 Connection hose grey 1

6.15 Mono-coupling (male) 1

6.16 Fitting 1

6.17 Dust protection cap for mono-coupling (male) 1

6.18 Quick-disconnect-coupling (male) 1

6.19 Quick-disconnect-coupling (female) 1

6.20 Dust protection cap for quick-disconnect-couplings

1

6.21 Anti-kink cover for mono-couplings (male) 1

6.22 Strip and quote Per hour

TOTAL EXCLUDE VAT R

VAT R

TOTAL INCLUDING VAT R

REF NO: Q105-2017/18

23

c) Hydraulic spreaders such as Hurst, Amkus and Webber

Item Description Quantity Price

Hurst spreader spares and parts 7.1 Spreader arm (pre-assembled) 1 7.1.1 Spreader arm 1 7.2 Tip 1 7.3 Lever 1 7.4 Compression piece 1 7.5 Device body 1 7.6 Piston 1 7.7 Guide ring 1 7.8 Handle 1 7.9 Hand guard 1 7.10 Gate block (incl. pressure release valve) 1 7.10.1 Cover 1 7.10.2 O-ring 1 7.11 Valve block 1 7.11.1 O-ring 1 7.11.2 Handhold 1 7.11.3 Insulating sleeve 1 7.11.4 Insulating washer 1 7.11.5 Sealing ring 1 7.11.6 Screw 1 7.11.7 Star crip 1 7.11.9 Ball 1 7.12 Cover 1 7.13 Connection hose Blue 1 7.14 Connection hose grey 1 7.15 Mono-coupling (male) 1 7.16 Fitting 1 7.17 Dust protection cap for mono-coupling (male) 1 7.18 Quick-disconnect-coupling (male) 1 7.19 Quick-disconnect-coupling (female) 1 7.20 Dust protection cap for quick-disconnect-couplings 1 7.21 Anti-kink cover for mono-couplings (male) 1 7.22 Handhold 1 7.23 Strip and quote Per hour Amkus spreader spares and parts 8.1 Spreader arm (pre-assembled) 1 8.1.1 Spreader arm 1 8.2 Tip 1 8.3 Lever 1 8.4 Compression piece 1 8.5 Device body 1 8.6 Piston 1 8.7 Guide ring 1 8.8 Handle 1

REF NO: Q105-2017/18

24

8.9 Hand guard 1 8.10 Gate block (incl. pressure release valve) 1 8.10.1 Cover 1 8.10.2 O-ring 1 8.11 Valve block 1 8.11.1 O-ring 1 8.11.2 Handhold 1 8.11.3 Insulating sleeve 1 8.11.4 Insulating washer 1 8.11.5 Sealing ring 1 8.11.6 Screw 1 8.11.7 Star crip 1 8.11.9 Ball 1 8.12 Cover 1 8.13 Connection hose Blue 1 8.14 Connection hose grey 1 8.15 Mono-coupling (male) 1 8.16 Fitting 1 8.17 Dust protection cap for mono-coupling (male) 1 8.18 Quick-disconnect-coupling (male) 1 8.19 Quick-disconnect-coupling (female) 1 8.20 Dust protection cap for quick-disconnect-couplings 1 8.21 Anti-kink cover for mono-couplings (male) 1 8.22 Handhold 1 8.23 Strip and quote Per hour Webber spreader spares and parts 9.1 Spreader arm (pre-assembled) 1 9.1.1 Spreader arm 1 9.2 Tip 1 9.3 Lever 1 9.4 Compression piece 1 9.5 Device body 1 9.6 Piston 1 9.7 Guide ring 1 9.8 Handle 1 9.9 Hand guard 1 9.10 Gate block (incl. pressure release valve) 1 9.10.1 Cover 1 9.10.2 O-ring 1 9.11 Valve block 1 9.11.1 O-ring 1 9.11.2 Handhold 1 9.11.3 Insulating sleeve 1 9.11.4 Insulating washer 1 9.11.5 Sealing ring 1 9.11.6 Screw 1 9.11.7 Star crip 1 9.11.9 Ball 1 9.12 Cover 1 9.13 Connection hose Blue 1 9.14 Connection hose grey 1 9.15 Mono-coupling (male) 1

REF NO: Q105-2017/18

25

9.16 Fitting 1 9.17 Dust protection cap for mono-coupling (male) 1 9.18 Quick-disconnect-coupling (male) 1 9.19 Quick-disconnect-coupling (female) 1 9.20 Dust protection cap for quick-disconnect-couplings 1 9.21 Anti-kink cover for mono-couplings (male) 1 9.22 Handhold 1 9.23 Strip and quote Per hour

TOTAL EXCLUDE VAT R

VAT R

TOTAL INCLUDING VAT R

d) Hydraulic rams such as Hurst, Amkus and Webber

Item Description Quantity Price Hurst ram spares and parts 10.1 Ram body 1 10.2 Piston rod 1 1 10.2.1 Wiper (piston rod 1) 1 10.2.2 Glydring 1 10.2.3 O-ring 1 10.2.4 Back-up ring 1 10.2.5 Wiper (piston rod 2) 1 10.2.6 O-ring 1 10.2.7 Back-up ring 1 10.2.8 Retaining ring 1 10.3 Piston 2 (pre-assembled) 1 10.4 Rod cap 1 10.5 Cap claw 1 10.6 Fluid supply 1 10.7 Ram end cap 1 10.7.1 Wiper (piston rod 1) 1 10.7.2 O-ring 1 10.7.3 Back-up ring 1 10.7.4 Ram end cap 1 10.7.5 Threaded pin 1 10.8 Ram base claw 1 10.9 Pressure tube 1 10.10 Connection piece 1 1 10.11 Connection piece 2 1 10.12 Pressure tube retainer 1 10.13 Gate block 1 10.14 Valve block 1 10.14.1 O-ring 1 10.14.2 Handhold 1 10.14.3 Insulating sleeve 1 10.14.4 Insulating washer 1 10.14.5 Sealing ring 1 10.14.6 Screw 1 10.14.6 Star grip 1

REF NO: Q105-2017/18

26

10.14.7 Ball 1 10.15 Connection hose 1 10.16 Mono-coupling (male) 1 10.17 Fitting 1 10.18 Dust protection cap for mono-coupling (male) 1 10.19 Quick-disconnect-coupling (male) 1 10.20 Quick-disconnect-coupling (female) 1 10.21 Dust protection cap for quick-disconnect-

couplings 1

10.22 Hose guard for mono-couplings (male) 1 10.23 Handhold 1 10.24 Strip and quote Per hour Amkus ram spares and parts 11.1 Ram body 1 11.2 Piston rod 1 1 11.2.1 Wiper (piston rod 1) 1 11.2.2 Glydring 1 11.2.3 O-ring 1 11.2.4 Back-up ring 1 11.2.5 Wiper (piston rod 2) 1 11.2.6 O-ring 1 11.2.7 Back-up ring 1 11.2.8 Retaining ring 1 11.3 Piston 2 (pre-assembled) 1 11.4 Rod cap 1 11.5 Cap claw 1 11.6 Fluid supply 1 11.7 Ram end cap 1 11.7.1 Wiper (piston rod 1) 1 11.7.2 O-ring 1 11.7.3 Back-up ring 1 11.7.4 Ram end cap 1 11.7.5 Threaded pin 1 11.8 Ram base claw 1 11.9 Pressure tube 1 11.10 Connection piece 1 1 11.11 Connection piece 2 1 11.12 Pressure tube retainer 1 11.13 Gate block 1 11.14 Valve block 1 11.14.1 O-ring 1 11.14.2 Handhold 1 11.14.3 Insulating sleeve 1 11.14.4 Insulating washer 1 11.14.5 Sealing ring 1 11.14.6 Screw 1 11.14.6 Star grip 1 11.14.7 Ball 1 11.15 Connection hose 1 11.16 Mono-coupling (male) 1 11.17 Fitting 1 11.18 Dust protection cap for mono-coupling (male) 1 11.19 Quick-disconnect-coupling (male) 1

REF NO: Q105-2017/18

27

11.20 Quick-disconnect-coupling (female) 1 11.21 Dust protection cap for quick-disconnect-

couplings 1

11.22 Hose guard for mono-couplings (male) 1

11.23 Handhold 1

11.24 Strip and quote Per hour

Webber ram spares and parts

12.1 Ram body 1

12.2 Piston rod 1 1

12.2.1 Wiper (piston rod 1) 1

12.2.2 Glydring 1

12.2.3 O-ring 1

12.2.4 Back-up ring 1

12.2.5 Wiper (piston rod 2) 1

12.2.6 O-ring 1

12.2.7 Back-up ring 1

12.2.8 Retaining ring 1

12.3 Piston 2 (pre-assembled) 1

12.4 Rod cap 1

12.5 Cap claw 1

12.6 Fluid supply 1

12.7 Ram end cap 1

12.7.1 Wiper (piston rod 1) 1

12.7.2 O-ring 1

12.7.3 Back-up ring 1

12.7.4 Ram end cap 1

12.7.5 Threaded pin 1

12.8 Ram base claw 1

12.9 Pressure tube 1

12.10 Connection piece 1 1

12.11 Connection piece 2 1

12.12 Pressure tube retainer 1

12.13 Gate block 1

12.14 Valve block 1

12.14.1 O-ring 1

12.14.2 Handhold 1

12.14.3 Insulating sleeve 1

12.14.4 Insulating washer 1

12.14.5 Sealing ring 1

12.14.6 Screw 1

12.14.6 Star grip 1

12.14.7 Ball 1

12.15 Connection hose 1

12.16 Mono-coupling (male) 1

12.17 Fitting 1

12.18 Dust protection cap for mono-coupling (male) 1

12.19 Quick-disconnect-coupling (male) 1

12.20 Quick-disconnect-coupling (female) 1

12.21 Dust protection cap for quick-disconnect-couplings

1

12.22 Hose guard for mono-couplings (male) 1

12.23 Handhold 1

12.24 Strip and quote Per hour

TOTAL EXCLUDE VAT R

VAT R

TOTAL INCLUDING VAT R

REF NO: Q105-2017/18

28

NB: THE CITY OF TSHWANE RESERVES THE RIGHTS TO INCREASE OR DECREASE ITEMS

SUMMARY OF PRICING SCHEDULE

ITEM NO TOTAL AMOUNT( Excluding Vat

Grand Total for all ITEMS

Vat ( if applicable)

Grand Total including Vat

REF NO: Q105-2017/18

29

FORM B CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT FORM OF QUOTATION AND FORM OF ACCEPTANCE NB: (a) Quotations will not be considered unless this form is completed fully and signed. (b) Quotation documents must be completed in ink and prices must exclude VAT. (c) The official briefing session is compulsory and must be attended by the tenderers.

(Quotations not complying in this regard will not be considered.)

(d) It is of the utmost importance that the time set for the official briefing session is strictly

adhered to, as no late arrivals will be allowed. Director: Acquisitions Pretoria West Sir I/We the undersigned, having examined the specification, hereby offer to undertake the work in accordance therewith, at the following price/s:

Pricing schedule

R ............................................................................................ (amount in figures) (excluding VAT) R ............................................................................................ (amount in words) (excluding VAT) Vendor number ……………………………………… Receipt number …………………………………….. Is the firm registered for VAT? (Yes/No) ............................................................................................ VAT number ............................................................................................................................ CSD number …………………………………………………………………………………………

A valid tax clearance certificate must be submitted with this tender document. If the tenderer

does not submit the tax clearance certificate, the Municipality reserves the right to, at any

time after the closure of the tender, but before the award of the tender, confirm from its

vendor database the validity of the tax certificate, provided it has a valid tax clearance

certificate in its possession. If the Municipality does not have such certificate in its

possession, it will request the tenderer to provide the valid tax clearance certificate within

seven days from the date of notification.

Bidders must note that, in accordance with legislation, no contract may be awarded to a

person who, or an entity which, has failed to submit a valid tax clearance certificate from the

South African Revenue Service (SARS), certifying that the taxes of that person or entity are

in order, or that suitable arrangements have been made with SARS.

Each party to a consortium or joint venture must submit a separate tax clearance certificate. Will the validity period of the quotation remain firm for a period of 30 days? (Yes/No) ……… If not, state the validity period: ...................................................... Is/Are the price/s tendered subject to the 2,5% settlement discount? (Yes/No) ……………… Signature of tenderer: ....................................

2/…

REF NO: Q105-2017/18

30

FORM B Mistakes made on the price schedule must be crossed out in ink and each price alteration must be initialled. Price corrections may not be made with correction fluid, such as Tipp-Ex or a similar

product.

If correction fluid has been used on any specific item price, such an item will not be

considered.

No correction fluid may be used on a bill of quantities where prices are calculated to arrive

at a total amount. If correction fluid was used, the quotation as a whole will be rejected.

The Municipality will reject the bid if corrections are not made in accordance with the above. Please take note that legislation requires that all contractors that do work for local government must be registered with the Construction Industry Development Board (CIDB). The contact details of the CIDB are as follows: Helpline: 0860 103 353 Fax: 012 482 7272 Email: [email protected] Website: www.cidb.org.za Time required to begin the work: ………………………………….. Time required to complete the work: ………………………………………. Will you comply with the regulations of the Occupational Health and Safety Act? (Yes/No) ...............................................................

Is/Are the tender price/s firm until completion of the order/work? (Yes/No) ..................................... If not, submit the cost factors that will be taken into account in the event of a price increase/decrease, as well as the compilation of the tender price/s, such as cost price, transport cost and margin of profit (see clause 3 of the Specification and Additional Conditions of Tender: Form A).

% INDEX FIGURE AND BASE DATE (EG SEIFSA TABLE E1 JUNE 1992)

Material

Labour

Transport

Profit

Other

1

2

3

TOTAL

100

NB: If prices are variable due to fluctuation in the exchange rate, the acceptance of any order will be subject to your taking out forward cover. Signature of tenderer: .........................................................................

3/...

REF NO: Q105-2017/18

31

FORM B 1. Specify in full detail the tenderer's machinery: QUANTITY TYPE DETAILS ........................................................................................................................................... ............................................................................................................................................ 2. Address where the above-mentioned equipment can be inspected: ....................................................................................................................................................... ....................................................................................................................................................... 3. Name of firms for which similar work was done: NAME AND ADDRESS CONTACT PERSON TEL NO TOTAL VALUE OF WORK DONE ...................................................................................................................................................... ....................................................................................................................................................... 4. Number of years' experience in this type of work: …................................................................... Signature of persons authorised to sign quotations 1. ............................................................................ 1. .............................................................. 2. ........................................................................... 2. .............................................................. CAPACITY OF SIGNATORY/IES: 1. ........................................................................................ 2. ........................................................................................ Registered name of the tendering company/supplier (in block letters): ................................................................................................................................................................ Address: ................................................................................................................................................ ............................................................................................................................................................... Telephone number: .................................................. Fax number: ................................................................. As witnesses: 1. .................................................................. ..................................................................

(Name and surname in block letters) 2. ................................................................ ..................................................................

(Name and surname in block letters) Dated this ............................................... day of ................................................................. 2018.

REF NO: Q105-2017/18

32

FORM B.1 CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT STATEMENT OF AUTHORISATION IF THE TENDERER IS A COMPANY, CORPORATION OR FIRM, WHAT AUTHORITY DOES THE UNDERSIGNED HAVE TO SIGN THE TENDER DOCUMENTS, FOR EXAMPLE A COMPANY’S RESOLUTION OR PROCURATION OR STATUTES OF PARTNERSHIP. I/We the undersigned am/are authorised to enter into this contract on behalf of ......................................................................................................................................................... ......................................................................................................................................................... ........................................................................................................................................................ by authority of ................................................................................................................................ dated ....................................., a certified copy of which may be attached to this tender. Signature: 1. ............................................................. ID number ................................................. 2. .............................................................. ID number ................................................. AS WITNESSES: 1. ............................................................. ID number ................................................. 2. .............................................................. ID number ................................................. Date: ..................................................................

NB: Proof is required that the company has been registered and does in fact exist, and that the

persons who signed the tender document had indeed been so authorised.

REF NO: Q105-2017/18

33

FORM B.2 CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT

DECLARATION OF INVOLVEMENT

A “In the service of the state” means to be – (a) a member of – (i) any municipal council; (ii) any provincial legislature; or (iii) the National Assembly or the National Council of Provinces; (b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity or

constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999);

(e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature.

B Prohibition on awards to persons in the service of the state The accounting officer must ensure that, irrespective of the procurement process followed, no award may be given to a person – (a) who is in the service of the state; (b) if that person is not a natural person, of which any director, manager, principal shareholder or

stakeholder is a person in the service of the state; or (c) who is an advisor or consultant contracted with the municipality or municipal entity.

C Awards to close family members of persons in the service of the state The notes to the annual financial statements must disclose particulars of any award of more than

R2 000 to a person who is a spouse, child or parent of a person in the service of the state, or has been in the service of the state in the previous 12 months, including – (a) the name of that person; (b) the capacity in which that person is in the service of the state; and (c) the amount of the award. In order to give effect to the above, the following questionnaire must be completed and submitted with every tender:

(i) Is the employer/owner of the tenderer in the service of the state?

Yes/No (indicate) If so, state particulars: ……...……………………………………………… …………………………………………………………………………………

2/…

REF NO: Q105-2017/18

34

-2- FORM B.2

(ii) Is the provider a natural person? Has any of its directors, managers, principal shareholders or stakeholders ever been in the service of the state, or has any of them been in the service of the state in the previous 12 months?

Yes/No (indicate) If so, state particulars: ……………………………………………………… ………………………………………………………………………………… …………………………………………………………………………………

(iii) Are you a spouse, child or parent of the provider or director, manager, shareholder or

stakeholder referred to in subparagraph (ii), who is in the service of the state, or has been in the service of the state in the previous 12 months?

Yes/No (indicate) If so, state particulars: ……………………………………………………… ………………………………………………………………………………… …………………………………………………………………………………

(iv) Is an employer or owner of the tenderer a person who is an advisor or consultant

contracted with the municipality or municipal entity?

Yes/No (indicate) If so, state particulars: ……………………………………………………… ………………………………………………………………………………… …………………………………………………………………………………

D Is the tenderer or any of the members in the tendering entity involved in another entity

tendering for this particular tender?

Yes/No (indicate)

If so, state particulars: ……………………………………………………………….

………………………………………………………………………………………….. I/We declare that the abovementioned information is true and correct. Dated this ……………………day of …………………………………….2018. …………………………………… ………………………………… Signature Date ………………………………………………………………………………….. Name and capacity

REF NO: Q105-2017/18

35

FORM B.36 CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1. This municipal tender document must form part of all tenders invited. 2. It serves as a declaration to be used by municipalities and municipal entities 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 tender of any tenderer may be rejected if that tenderer, or any of its directors have –

a. abused the Municipality's/municipal entity's supply chain management system or committed any improper conduct in relation to such a system;

b. been convicted of fraud or corruption during the past five years; c. wilfully neglected, reneged on or failed to comply with any government, municipal or other

public sector contract during the past five years; or d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and

Combating of Corrupt Activities Act, 2004 (Act 12 of 2004).

4. In order to give effect to the above, the following questionnaire must be completed and

submitted with the tender.

Item Question

4.1

Is the tenderer or any of its directors listed on the National Treasury's database as a company or person(s) prohibited from doing business with the public sector?

(Companies for persons who are listed on this database

were informed in writing of this restriction by the National

Treasury after the audi alteram partem rule was applied.)

Yes □

No □

4.1.1

If so, furnish particulars:

4.2

Is the tenderer 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, 2004 (Act 12 of 2004)?

(To access this register, enter the National Treasury's

website, www.treasury.gov.za. Click on the icon "Register

for Tender Defaulters" or submit your written request for a

hard copy of the register to facsimile number, 012 326 5445)

Yes □

No □

4.2.1

If so, furnish particulars:

4.3 Has the tenderer or any of its directors been convicted by a court of law (including a court of law outside the Republic of South Africa) of fraud or corruption during the past five years?

Yes □

No □

4.3.1

If so, furnish particulars:

2/…

REF NO: Q105-2017/18

36

-2- FORM B.3

4.4

Does the tenderer or any of its directors owe any municipal rates and taxes or municipal charges that are in arrears for more than three months to the Municipality/municipal entity, or to any other municipality/municipal entity?

Yes □

No □

4.4.1

If so, furnish particulars:

4.5

Was any contract between the tenderer and the Municipality/municipal entity or any other organ of state terminated during the past five years because of failure to perform on or comply with the contract?

Yes □

No □

4.5.1

If so, furnish particulars:

CERTIFICATION I, the undersigned (full name) …………………………………………………………………, certify that the information furnished on this declaration form is true and correct. I accept that, in addition to cancellation of a contract, action may be taken against me should this declaration prove to be false. ……………………………………… ……………………………………... Signature Date ……………………………………… ……………………………………... Position Name of tenderer

REF NO: Q105-2017/18

37

FORM B.4 CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1. This Municipal Bidding Document (MBD) 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 per se prohibition meaning that it cannot be justified under any grounds.

3. Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide

measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to: a. take all reasonable steps to prevent such abuse; b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain

management system of the municipality or municipal entity or has committed any improper conduct in relation to such system; and

c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during the bidding process or the execution of the contract.

4. This MBD 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 (MBD) 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.

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 municipality/municipal entity) 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;

REF NO: Q105-2017/18

38

FORM B.4 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) has been requested to submit a bid in response to this bid invitation; (b) could potentially submit a bid in response to this bid invitation, based on their qualifications,

abilities or experience; and (c) provides the same goods and services as the bidder and/or is in the same line of business as

the bidder 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.

10. 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.

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. ………………………………………………… ………………………………… Signature Date ………………………………………………… .………………………………… Position Name of bidder

REF NO: Q105-2017/18

39

REF: Q86-2017/18 CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT

ARTICLE OF AGREEMENT IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL SAFETY ACT, 1993 BETWEEN

The CITY OF TSHWANE (Hereinafter referred to as the “EMPLOYER”)

AND

......................................................................

......................................................................

Herein represented by ......................................... in his/her capacity as .................................................. duly authorised by virtue of a resolution dated ..........................................., attached hereto as Annexure A of the said ......................................... (herein after referred to as the “CONTRACTOR”) WHEREAS the CONTRACTOR is the mandatory of the EMPLOYER as contemplated in an agreement in respect of ............................................................................................................................................... ................................................................................................................................................................ .................................................................................Contract number.................................................... AND WHEREAS section 37 of the Occupational Health and Safety act, 1993 (Act 85 of 1993, hereinafter referred to as the “ACT”), imposes certain powers and duties upon the EMPLOYER. AND WHEREAS the parties have agreed to enter into an agreement in terms of section 37(2) of the ACT. NOW THEREFORE the parties agree as follows: (a) The CONTRACTOR undertakes to acquaint the appropriate officials and employees of the

CONTRACTOR with all relevant provisions of the ACT and the regulations promulgated in terms thereof.

(b) The CONTRACTOR undertakes that all relevant duties, obligations and prohibitions imposed in terms of the ACT and Regulations will be fully complied with. Provided that should the EMPLOYER prescribe certain arrangements and procedures, that same shall be observed and adhered to by the CONTRACTOR, his officials and employees. The CONTRACTOR shall bear the onus of acquainting himself/herself/itself with such arrangements and procedures.

(c) The CONTRACTOR hereby accepts sole liability for such due compliance with the relevant duties, obligations, prohibitions, arrangements and procedure, if any, imposed by the ACT and Regulations and the EMPLOYER expressly absolves the EMPLOYER from itself being obliged to comply with any of the aforesaid duties, obligations, prohibitions, arrangements and procedure as the case may be.

(d) The CONTRACTOR agrees that any duly authorised officials of the EMPLOYER shall be entitled, although not obliged, to take such steps as may be necessary to ensure that the CONTRACTOR has complied with the undertakings as more fully set out in paragraphs 1 and 2 above, which steps may include, but shall not be limited to, the right to inspect any appropriate site or premises occupied by the CONTRACTOR, or to inspect any appropriate records held by the CONTRACTOR or to take such steps it may deem necessary to remedy the default of the CONTRACTOR at the cost of the CONTRACTOR.

2/…

REF NO: Q105-2017/18

40

(e) The CONTRACTOR shall be obliged to report forthwith to the EMPLOYER any investigations,

complaint or criminal charge which may arise as a consequence of the provisions of the ACT and Regulations, pursuant to work performed in terms of this agreement, and shall, on written demand, provide full details in writing of such an investigation, complaint or criminal charge as the case may be.

Thus signed at PRETORIA for and on behalf of the EMPLOYER on this the ............................................ day of............................................................. 2018. AS WITNESSES:

1. .......................................................

2. ...................................................... SIGNATURE: ................................................................ NAME AND SURNAME: ................................................................................. CAPACITY: .......................…………………................... Thus signed at PRETORIA for and on the behalf of the CONTRACTOR on this the ............................................ day of............................................................. 2018. AS WITNESSES:

1. .......................................................

2. ...................................................... SIGNATURE: ................................................................ NAME AND SURNAME: ................................................................................. CAPACITY: .......................…………………...................

3/…

REF NO: Q105-2017/18

41

MINIMUM OCCUPATIONAL HEALTH AND SAFETY REQUIREMENTS

I …………………………………………., in my capacity as ……………………………………. representing ……………………………………………………. (contractor), hereby agree in terms of section 37(2) of the Occupational Health and Safety Act, 1993 (Act 85 of 1993), that I am an employer in my own right and hereby take upon myself the duty to ensure that myself and my employees will adhere to the requirements as set out below, and all other requirements as set out in the Occupational Health and Safety Act, 1993, and its regulations.

1. INTRODUCTION

1.1 The Municipality requires a high standard of safe work performance from all employees, and expects that the standard be maintained by the contractor within the Municipality’s jurisdictional area or on its premises.

1.2 Irrespective of human considerations, the maintaining of these health and safety rules shall be

the execution of the prescribed legal requirements. These rules are not to hinder the contractor in rendering services or indemnify the contractor from any legal responsibility to ensure healthy and safe work circumstances.

1.3 The Municipality shall assist the contractor in any practical considerations to accommodate the

healthy and safe execution of work and therefore requires cooperation in the execution of these safety rules.

2. LOCK-OUT PROCEDURE

2.1 When power or air-driven machines or equipment, electrical apparatus or pipelines are examined, repaired, adjusted, cleaned, lubricated or serviced in any other way than normal servicing, then all isolating switches, levers, valves or appliances must be put in the “off” or “closed” position and locked.

2.2 Should more than one team work on a machine, then each person in control of a team must put

a separate lock on the switch, lever, valve or appliance. 3. CRANES, VEHICLES AND HOISTING For each crane or hoisting equipment used, the contractor must submit a valid and recent test

certificate, or other form of the last examination of the machine or equipment, to the Municipality. Only trained personnel with written permission, and where determined by law, with a valid driver’s

licence, may be allowed to operate any electrical, diesel or petrol driver overhead crane, hydraulic or electrical hoisting equipment, self-driven forklift, tractor or any other crane or vehicle. No employee of the contractor may perform any overhead work, work on an overhead crane, hoist equipment or work near cranes or crane rails before –

an agreement has been concluded with the Municipality;

approval has been obtained from the Municipality to perform the work; or

all applicable danger and warning symbolic signs are put into position or exemption, if applied for in this operation.

4. MACHINE VALANCES, PROTECTION AND FENCING

No machine valances, protection or fencing may be removed from machines, manholes, etc without written permission from the Municipality, if applicable exemption procedures were not appropriated.

4/…

REF NO: Q105-2017/18

42

5. SCAFFOLD, LADDERS, TOOLS AND EQUIPMENT

5.1 No equipment or appliance belonging to the Municipality may be used without written permission from the Municipality.

5.2 Unless arranged beforehand, contractors must bring sufficient tools and equipment to the site to

finish the contract, including offices and storerooms. The mentioned equipment remains the responsibility of the contractor with respect to loss, damage and theft.

6. EXCAVATIONS

6.1 Before any excavations commence, the contractor must obtain information regarding all existing services. The Municipality does not guarantee the accurateness of the information supplied.

6.2 All excavations and obstructions in the floor, tar and dirt surfaces must be fenced effectively and

safeguarded between sundown and sunup with a sufficient amount of red/yellow warning lights and symbolic signs.

6.3 The surrounding area must be kept clean, safe and tidy during excavation. Excess material may

not obstruct unnecessarily.

6.4 If any property is in danger during excavation, it must be supported and the proposed support work must be submitted to the Department of Labour (OHS) and Municipality for approval.

6.5 Written permission must be obtained from the Municipality to grant admittance to restricted areas

and areas where dangerous or poisonous gases are present.

6.6 All excavations must be done in accordance with the stipulations of the Occupational Health and Safety Act.

7. FIRST AID

7.1 The contractor must provide and maintain a first aid box equipped according to legal requirement, where more than five persons are employed. The first aid box must be in the care of a person with a competency certificate from one of the following organisations:

SA Red Cross Association

St Johns Ambulance

SA First Aid League

A person or organisation approved by the Chief inspector for this purpose

7.2 A visible notice must be put up on any work premises, with the name of the person responsible for first aid. In an emergency, the Municipality’s Ambulance/Fire Department or Emergency Services Department may be contacted on 012 310 6200.

8. FLAMMABLE LIQUIDS

The contractor shall be held responsible for the necessary precautionary fire prevention measures. ‘No smoking’ signs must be put up where applicable. The contractor’s employees must be informed of the Municipality’s fire prevention measures and evacuation procedures.

REF NO: Q105-2017/18

43

9. INCIDENT REPORTING

9.1 All incidents referred to in section 24 of the Occupational Health and Safety Act and/or other incidents shall be reported by the contractor to the Department of Labour, as well as the Municipality. Should such an incident take place outside normal working hours, on a Saturday, Sunday or public holiday, it should be reported to Capital Park Power Management on 012 324 3495 or 012 339 9027, and the Piet Delport Centre on 012 427 7111. The Municipality shall further be provided with a written report relating to any incident.

9.2 The Municipality will obtain an interest in the issue of any formal inquiry conducted in terms of the

Occupational Health and Safety Act in any incident involving the contractor and/or his employees and/or his subcontractors.

9.3 The contractor undertakes to report to the Municipality anything deemed to be unhealthy and/or

unsafe, and he/she undertakes to verse his/her employees and/or subcontractors in this regard.

9.4 The contractor undertakes to immediately report all injuries on duty sustained by the employees of the contractor to the municipal contract manager.

10. LIAISON AND SUPERVISION

10.1 The contractor hereby undertakes to report regularly, not exceeding a period of one week in the instances of long-term contracts, to the municipal contract manager regarding any hazards or incidents that may be identified or encountered during the performance of the principal contract.

11. SERVICE INTERRUPTION

11.1 Should any work done by the contractor cause a possible interruption, written permission must be obtained from the Municipality before such work commences. The contractor may not switch any service on or off without written permission from the Municipality.

12. LIQUOR, DRUGS, DANGEROUS WEAPONS AND FIREARMS

12.1 The contractor shall ensure that he/she and his/her employees comply with the official policy of the Municipality at all times.

13. GENERAL CONDITION

Notwithstanding anything to the contrary in this agreement, it is hereby specifically determined that the contractor shall have acquainted himself/herself and become conversant with the contents of all statutory provisions applicable to the health and safety of workers and other persons on the site, including the execution of the work, particularly the conditions contained in the Occupational Health and Safety Act, 1993 (Act 85 of 1993), and the regulations promulgated in terms thereof. The contractor shall also comply therewith meticulously and in all aspects and/or take care that it is complied with.

14. CONTRACTOR IDENTIFICATION BOARD

14.1 The contractor shall provide a temporary identification board at all worksites containing the

following information:

Company name

On behalf of which division/department the work is being done

The contact number and name of the person representing the contractor

The contact number and name of the person representing the Municipality

REF NO: Q105-2017/18

44

14.2 The specifications of the identification board shall be as follows:

Size: 900 mm x 900 mm

Material: The board must be constructed of aluminium or similar-strength material

Letter size: Letters must be at least 70 mm in height.

14.3 The identification board must be displayed in a conspicuous manner at the worksite of the contractor for the duration of the work performed.

Signed at ……………………...……. on this …………day of ……………………. 2018. Signature: ……………………....................

REF NO: Q105-2017/18

45

MBD 6.1 CITY OF TSHWANE FINANCIAL SERVICES DEPARTMENT: SUPPLY CHAIN MANAGEMENT

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 the 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, 2011.

1. 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 R50 000 000 (all applicable taxes included)

- The 90/10 system for requirements with a rand value above R50 000 000 (all applicable taxes included)

1.2 The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and

therefore the 80/20 system shall be applicable. 1.3 Preference points for this bid shall be awarded for the following:

(a) Price (b) B-BBEE status level of contribution

1.3.1 The maximum points for this bid are allocated as follows:

POINTS

1.3.1.1 Price 80

1.3.1.2 B-BBEE status level of contribution 20

Total points for price and B-BBEE must not exceed 100

1.4 Failure on the part of a bidder to fill in and/or 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 the B-BBEE

status level of contribution are not claimed. 1.5 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 regarding preferences, in any manner required by the purchaser.

2/…

REF NO: Q105-2017/18

46

- 2 - MBD 6.1

2. DEFINITIONS

2.1 “All applicable taxes” include value-added tax, pay-as-you-earn, income tax, unemployment insurance fund contributions and skills development levies.

2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act. - 2 -

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 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 used 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, skills and knowledge in an activity for the execution of a contract.

2.8 “Contract” means the agreement that results from the acceptance of a bid by an organ of state.

2.9 “Exempted micro enterprises” (EME) means any enterprise with an annual total revenue of R5 million or less.

2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, 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, amongst 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 “Subcontract” means the primary contractor assigning, leasing, making out work to or employing another person to support such a primary contractor in the execution of part of a project in terms of the contract.

3/…

REF NO: Q105-2017/18

47

- 3 - MBD 6.1

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.

2.18 “Trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person.

3. ADJUDICATION USING A POINT SYSTEM 3.1 The 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 two 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

min

min180

P

PPtPs or

min

min190

P

PPtPs

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid

4/…

REF NO: Q105-2017/18

48

- 4 - MBD 6.1

5. POINTS AWARDED FOR A 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)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

5.2 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

certificates or certified copies thereof, substantiating their B-BBEE ratings issued by registered auditors approved by the IRBA or a verification agency accredited by SANAS.

5.4 A trust, consortium or joint venture will qualify for points for its 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 its B-BBEE status level as an

unincorporated entity, provided that the entity submits its consolidated B-BBEE scorecard

as if it 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 specialised 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 subcontracting 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 subcontract. 5/…

REF NO: Q105-2017/18

49

- 5 - MBD 6.1

5.8 A person awarded a contract may not subcontract 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 subcontracted to an EME that has the capability

and ability to execute the subcontract.

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 1.3.1.2

AND 5.1

7.1 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 substantiated by means of a B-BBEE certificate issued by a verification

agency accredited by SANAS or a registered auditor approved by IRBA or an accounting

officer as contemplated in the CCA.)

8. SUBCONTRACTING 8.1 Will any portion of the contract be subcontracted? Yes/No (delete which is not applicable) 8.1.1 If yes, indicate – (i) what percentage of the contract will be subcontracted; ............……………….…% (ii) the name of the subcontractor; …………………………………………………………. (iii) the BBBEE status level of the subcontractor; and …………………………. (iv) whether the subcontractor is an EME. Yes/No (delete which is not applicable)

9 DECLARATION WITH REGARD TO COMPANY/FIRM

9.1 Name of firm: ……………………………………………………………………………

9.2 VAT registration number: ……………………………………………………………………………

9.3 Company registration number: ……………………………………………………………………....….

9.4 Type of company/firm: [TICK APPLICABLE BOX]

Partnership, joint venture or consortium

One-person business/sole propriety

Close corporation

Company

(Pty) Limited 9.5 Describe principal business activities

………….. ...........................................................................................................................

……………… ......................................................................................................................

…………….. ........................................................................................................................

6/…

REF NO: Q105-2017/18

50

- 6 - MBD 6.1 9.6 Company classification [TICK APPLICABLE BOX]

Manufacturer

Supplier

Professional service provider

Other service providers, eg transporter 9.7 Municipal information Municipality where business is situated: …………………………………………………. Registered account number: …………………………………………. Stand number: ……………………………………………………. 9.8 Total number of years the company/firm has been in business:

……………………………………

9.9 I/We, the undersigned, who is/are duly authorised to do so on behalf of the company/firm,

certify/ies that the points claimed, based on the BBBEE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualify/ies the company/firm for the preference/s shown, and I/we acknowledge that –

(i) the information furnished is true and correct; (ii) the preference points claimed are in accordance with the general conditions as

indicated in paragraph 1 of this form; (iii) 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;

(iv) if the BBBEE status level of contribution has been claimed or obtained fraudulently, or

any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process; (b) recover costs, losses or damages it has incurred or suffered as a result of that

person’s conduct; (c) cancel the contract and claim any damages which it has suffered as a result of

having to make less favourable arrangements due to such a cancellation;

(d) restrict the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted fraudulently, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

7/…

REF NO: Q105-2017/18

51

- 7 - MBD 6.1

WITNESSES: 1. ……………………………………… …………………………………… SIGNATURE/S OF BIDDER/S 2. ……………………………………… DATE: ………………………………. ADDRESS: ……………………………………………………….……………….

…………………………………………………………………………

…………………………………………………………………………

……………………………………………….…………………………

REF NO: Q105-2017/18

52

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 as a declaration form for local content (local production and local content are used interchangeably). Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011 and the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions 1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the promotion of local

production and content. 1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of bids local

production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be

followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a

manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance

with the SABS approved technical specification number SATS 1286: 2011 as follows: LC = [1- x / y] *100

Where

x is the imported content in Rand y is the bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as required in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is accessible on

http://www.thedti.gov.za/industrial development/ip.jsp at no cost.

1.6. A bid may be disqualified if – (a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule)

are not submitted as part of the bid documentation; and

(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct.

REF NO: Q105-2017/18

53

2. Definitions

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign”means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour and intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content, provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “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.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of

SATS 1286:2011) for this bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

_______________________________ _______% _______________________________ _______% _______________________________ _______%

3/…

REF NO: Q105-2017/18

54

- 3 -

4. Does any portion of the services, works or goods offered have any imported content?

(Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in

paragraph 1.5 of the general conditions must be the rate(s) published by the SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za. Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

5. Were the Local Content Declaration Templates (Annex C, D and E) audited and certified as

correct?

(Tick applicable box)

YES NO

6. If yes, provide the following particulars: (a) Full name of auditor: ……………………………………………………… (b) Practice number: ……………………………………………………………………….. (c) Telephone and cell number: ………………………………………………………………. (d) Email address: ………………………………………………………………………..

(Documentary proof regarding the declaration will, when required, be submitted to the satisfaction of the Accounting Officer / Accounting Authority)

7. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum

threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the Accounting Officer / Accounting Authority provide directives in this regard.

4/…

REF NO: Q105-2017/18

55

4 -

LOCAL CONTENT DECLARATION

(REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. ................................................................................. ISSUED BY: (Procurement Authority / Name of Municipality / Municipal Entity): .........................................................................................................................

NB 1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder. 2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thedti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract. I, the undersigned, …………………………….................................................. (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and

(ii) the declaration templates have been audited and certified to be correct. (c)The local content percentages (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C;

Bid price, excluding VAT (y) R

Imported content (x), as calculated in terms of SATS 1286:2011 R

Stipulated minimum threshold for local content (paragraph 3 above)

Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

5/…

REF NO: Q105-2017/18

56

- 5 -

(d) I accept that the Procurement Authority / Municipality /Municipal Entity has the right to request that the local content be verified in terms of the requirements of SATS 1286:2011. (e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Municipal / Municipal Entity imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000). SIGNATURE: DATE: ___________ WITNESS No. 1 DATE: ___________ WITNESS No. 2 DATE: ___________