Page 1 of 67 RREQUEST FOR QUOTATION (RFQ) RFQ NO: 89/2021/EWSS/CLEANING/RFQ APPOINTMENT OF A CLEANING SERVICE PROVIDER FOR A PERIOD OF FIVE (5) MONTHS DESCRIPTION: Appointment of a cleaning service provider for a period of 5 months DURATION: 5 months PROPOSED BID PROCESS: RFQ REQUESTOR: Rashid Marillier on behalf of the OHS Committee DIVISION: UNIT: Facilities and Logistics ISSUE DATE: 08 th October 2021 CLOSING DATE: 25 th October 2021 @ 11H00 a.m. SUBMISSION OF PROPOSALS: (One Hard Copy & A Soft Copy) Proposals must be hand-delivered to TCTA’s offices located at the address indicated below and addressed to The Receiving Officer, and marked 89/2021/EWSS/CLEANING/RFQ on or before the closing date and time: 265 West Avenue Ground Floor Tuinhof Building Stinkhout Wing Centurion ENQUIRIES [email protected]
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1 of 67
RREQUEST FOR QUOTATION (RFQ)
RFQ NO: 89/2021/EWSS/CLEANING/RFQ
APPOINTMENT OF A CLEANING SERVICE PROVIDER FOR A PERIOD OF
FIVE (5) MONTHS
DESCRIPTION: Appointment of a cleaning service provider for a
period of 5 months
DURATION: 5 months
PROPOSED BID PROCESS: RFQ
REQUESTOR: Rashid Marillier on behalf of the OHS Committee
DIVISION:
UNIT:
Facilities and Logistics
ISSUE DATE: 08th October 2021
CLOSING DATE: 25th October 2021 @ 11H00 a.m.
SUBMISSION OF PROPOSALS:
(One Hard Copy & A Soft Copy)
Proposals must be hand-delivered to TCTA’s offices
Empty and clean ashtrays in designated smoking areas Daily
Empty and clean all waste bins at workstations, in
kitchens, etc.
Daily
Sort waste into the various categories (wet waste,
recyclable waste and general waste) weigh it, , record
information in sheet provided and remove it to the
respective areas
Daily
Cleaning of Ground,
1st and 3rd floors
Damp mop with soapy water (kitchens) Daily
Damp mop patio areas with soapy water Daily
Cleaning of all laminated floors as per manufactures
specifications
Mondays,
Wednesdays and
Fridays
Damp wipe and spot
clean Ground, 1st and
3rd floors
Spot clean all surfaces (walls, main entrance glass
doors, all glass panels switches, furniture)
Tuesdays and
Thursdays
Doormats and walls Tuesdays and
Thursdays
Windows Foyer doors and windows, offices and meeting rooms Mondays,
Wednesdays and
Fridays
Cleaning of kitchens
Ground, 1st and 3rd
floors
Clean floors and basins and wipe off all counter tops Daily
Wash crockery and cutlery and kitchen equipment e.g.
microwave ovens, etc.
Daily
Cleaning of balconies Cleaning of all the balconies by ensuring that there is no
dirt or leaves and that there is no growth of weeds or
grass or any vegetation present.
Daily
Cleaning of
basement parking
The basement parking bays and staircases must be
cleaned.
Tuesdays and Fridays
Cleaning of lifts Washing of lift floors with soapy water and cleaning lift
mirrors
Daily
1.2.2 Office Cleaning and Hygiene Services(During Office Hours)
1.2.2.1 Provision of the following resources:-
1.2.2.1.1.1 1 supervisor,
1.2.2.1.1.2 4 cleaners; one (1) cleaner per floor ground, 1st and 3rd floor and one cleaner
will clean the decommissioned 2nd and 4th floor on alternative days and
Page 9 of 67
1.2.2.1.1.3 2 cleaners to maintain cleanliness of the lobby areas including stairs, lifts and
toilets from 08:00 - 17:00 (9 hours including statutory lunch breaks) Monday to
Friday (excluding public holidays).
1.2.2.2 The team responsible for office cleaning, during office hours, must be managed, always
by a supervisor.
1.2.2.3 The teams’ KPAs are as follows:
OFFICE CLEANING (DURING OFFICE HOURS)
KPA ACTIVITY FREQUENCY
Washing of Dishes All kitchens must be cleaned. All crockery and cutlery must be
always washed and packed away. Dishwashers a provided for
bulk use.
Hourly
All dirty cups and plates must be cleared off from all workstations
in the open plan and office areas.
At two-hour
intervals
Preparing of
Meeting Rooms,
kitchens and
stocking of
beverages
Ensure that all meeting rooms are clean & tidy After each
meeting or
break Fresh water in jugs with glasses to be placed in all meeting rooms
Removal and replacement of dirty crockery and water jugs and
replenish
Ensure that the meeting rooms are supplied with stationery as
advised upon. (Stationery supplied by TCTA)
Daily
Filling up of urns, water jugs, water dispensing units and ensure
that consumables are filled up in all floors
Daily
Setting up tables for catered meals, serving it for all meetings and
cleaning up afterwards
As Required
Bar fridge to be stocked by 08:00 and if required during the day,
all soft drink cans must be washed off in bicarbonate of soda
before being stocked in the bar fridge.
As Required
Reception area Ensure that the reception area is clean and neat. Daily
Cleaning of high
touch areas
High touch areas, i.e. table tops, door handles, all working
surfaces must be cleaned off on a daily basis
Daily
Coordination of
groceries
Ensure that minimum stock levels of groceries in all kitchens are
maintained. Groceries will be supplied by TCTA.
Daily
Cleaning of
Ablution facilities
and lobby areas
Cleaning of toilets and lobby areas. Refer to the cleaning
standards
By 8:00 and 2
hourly intervals
thereafter Toilets and lobby areas must be cleaned and all consumables in
the toilets to be replenished on an ongoing basis.
Sweeping out of lifts
Cleaning of the mirrors in the toilets
A cleaning schedule will have to be attached on the
inside of the main door of each toilet on all the floors
outlying the following, but not limited to:
• The time the toilets were cleaned
• The name of the cleaner that cleaned the toilet
• Time the consumables were replaced
• Sign off by the supervisor at the start and end of each shift
Replenishing of hand soap, toilet rolls, paper towel rolls, hand
wipes, Sani Wipes and replace liner bags for the paper towel bins
As required
Breakages Identification and reporting of lost and damaged equipment Daily
Page 10 of 67
OFFICE CLEANING (DURING OFFICE HOURS)
KPA ACTIVITY FREQUENCY
Waste disposal
(Wet and dry) all
floors
Empty and clean ashtrays in designated smoking areas Daily
Empty and clean all waste bins at workstations, in kitchens, etc. Daily
Sort waste into the various categories (wet waste, recyclable
waste and general waste) weigh it, record information in sheet
provided and remove it to the respective areas
Daily
HYGIENE SERVICES DELIVERABLES
KPA ACTIVITY FREQUENCY
Replenishing of
hand soap
Liquid hand soap for the soap dispensers. (Specification as per
approved SABS requirements). There is existing equipment
which is provided for by the landlord.
Daily
Replenishing of
paper towel rolls
Paper towels for the Kimberly Clark hand dispenser units
(Specification as per approved SABS requirements). There is
existing equipment which is provided for by the landlord.
Tork paper towel dispensing units
Daily
Replacement of
liner bags for the
paper towel bins
Liner bags for the paper towel bins measuring approximately
550mm x 300 mm x 400mm. There is existing equipment which
is provided for by the landlord.
3 times daily
Replenishing of
toilet rolls
Provision of toilet rolls. Two ply toilet rolls in all the toilets.
(Specification as per approved SABS requirements). There is
existing toilet roll dispensing equipment which is provided for by
the landlord.
Daily
Hand wipes The provision of hand wipes (specification as per approved
SABS requirements). The hand wipes must be placed in the
lobby areas in a stainless-steel dispensing container at the
entrance doors with a waste stainless steel waste container and
plastic liner bags. The waste container must be emptied at least
thrice a day or before it is full.
Daily
Page 11 of 67
HYGIENE SERVICES DELIVERABLES
KPA ACTIVITY FREQUENCY
Hand wipes
equipment
The bidder must supply the stainless waste bin and the stainless
hand wipe dispensing container including all costs (installation
costs, removal costs and re-instatement costs at the end of the
contract)
Sani Wipes One dispensing unit must be placed in each toilet (not each toilet
cubicle) and it must be kept filled on a daily basis.
Daily
Sani Wipes
equipment
The dispensing unit must be made of stainless steel. All costs
(installation costs, removal costs and re-instatement costs at the
end of the contract) on a monthly rental basis. The provision of
Sani Seat Wipe unit (the wipes must be environmentally friendly).
Daily
1.3 NON-DAILY CLEANING SERVICES
1.3.1 Cleaning of IT Equipment
This requirement entails the cleaning, twice a month during office hours, of the following: -
1.3.1.1 14 monitors in the meeting rooms,
1.3.1.2 150 keyboards including laptops,
1.3.1.3 150 screens including laptops,
1.3.1.4 80 pc mouses and
1.3.1.5 150 telephone handset units.
As TCTA’s employees are working remotely these are indicative volumes and the
successful bidder will have to bill for the units cleaned.
1.3.2 Other Specialised Services (Outside of Office Hours)
OTHER SPECIALISED SERVICES (OUTSIDE OFFICE HOURS)
KPA ACTIVITY FREQUENCY
Hygiene Services
(Deep Cleansing)
• Deep cleaning of carpets in the office area approximately
3000 m2.
• Deep cleaning of 300 office chairs.
• Deep cleaning of 12 one seater couches and 30 two-
seater couches
• Deep cleaning of toilets
March 2022
Cleaning of windows • Cleaning of spiral staircase’s window panes (18 windows
x 1.5m (w) x 1.88m (h), stacked 3 high.) OHS
requirements to be observed when working at heights
exceeding 1.2 meters.
March 2022
Cleaning of pool
vehicles
• 7 x pool vehicles must be cleaned inside (vacuuming,
washing, wiping dusting) and outside (washing with
soapy water).
Weekly
Cleaning of
storerooms and
archives
• Sweeping and then the washing down of floors with
soapy water and the dusting the walls.
Monthly
Page 12 of 67
OTHER SPECIALISED SERVICES (OUTSIDE OFFICE HOURS)
KPA ACTIVITY FREQUENCY
Cleaning of
emergency exit stairs
• Sweeping of all the emergency exit stairs. Monthly
Other Cleaning • Sterilization of all water jugs.
• Dust all vertical surfaces (walls, cabinets etc.)
• Dust all window ledges (high and low)
• Dust all vertical blinds and pictures
1 x week
• Defrosting of fridges 2 x a month
1.4 CLEANING STANDARDS
Refer to Appendix 1 for the manufacturer’s specification on the process and requirements
for the cleaning of the:
• Tiles in the kitchens, lobby areas and bathrooms.
• Laminated flooring.
• Carpets.
1.5 GENERAL REQUIREMENTS
The successful bidder must deliver to the scope of work with due regard for the Basic
Conditions of Employment Act as amended, prevailing industry standards and norms,
industry acceptable training levels and any other relevant regulations (e.g. South African
Bureau of Standards (SABS) for all cleaning material, Occupational Health and Safety Act,
Act 85 of 1993 (OHS Act), Labour Relations Act as amended, Skills Development Act as
amended, and any Sectoral Determination as amended in the cleaning industry.
All cleaning personnel must be neatly clothed in protective clothing clearly showing the
company logo, including the following when needed:
o Headgear
o Eye protection
o Respiratory protection as and when required
o Protective hand gloves
o Safety Shoes
The successful bidder will have to provide uniforms for all their staff members taking into
consideration the following: -
o The successful bidder’s branding, company logo, etc must be clearly visible on the
uniforms.
Page 13 of 67
o Three (3) complete uniforms for the duration of the contract per cleaner.
o Two (2) sets of safety shoes for the duration of the contract per cleaner.
o The successful bidder must ensure that their staff’s uniforms are always clean and neat
during the duration of the contract.
Daily spot checks must be conducted by the supervisor and a report must be presented to
TCTA on a weekly basis outlining performance against output as defined in the KPAs for
the various deliverables. Material safety data sheets (MSDS) for all chemicals must always
be on the TCTA premises.
All cleaning equipment (vacuum cleaners, mops, brooms, buckets, etc,) must be provided
by the successful bidder and the maintenance of the equipment will be the bidder’s
responsibility. TCTA will cover the cost of the equipment.
Page 14 of 67
APPENDIX 1: CLEANING STANDARDS
Page 15 of 67
Page 16 of 67
Page 17 of 67
Page 18 of 67
Page 19 of 67
Page 20 of 67
VACUUMING Regular/Daily vacuuming is the most important component of carpet maintenance. It is the primary means of removing dry soil, the basis of effective soiling control. Loose particles account for up to 80% of the total soil in a carpet, and become harder to remove the further they are pushed into the pile. Daily vacuuming removes loose soil from the installation and keeps damage from hard, sharp dirt particles to a minimum. Both medium and heavy contract locations should be vacuumed at least once daily. WET CLEANING Nexus recommends that wet cleaning should occur on a regular basis. The frequency of wet cleaning will depend on the level of traffic and the nature of soiling. Periodic wet cleaning is best left to the professional carpet cleaner, as he will be able to judge accurately which cleaning method will give optimum results. There are three methods at his disposal: ▪ Rotary brush shampooing ▪ Spray extraction (steam cleaning) ▪ Removal and washing method STAIN REMOVAL PROCEDURES Prompt action is important to prevent a spillage from penetrating the pile fibres and becoming permanent. It is advisable to have spot and stain removal products and equipment on hand for immediate use. If the nature of the spills is unknown, start with clean warm water or a mild crystallising carpet cleaning shampoo. If the stain persists, a specialised spot cleaning product should be used. Cleaning products should be checked for colourfastness on a hidden area of the carpet. Step 1 ▪ Remove any excess spillage immediately. ▪ Solids should be removed by scraping towards the centre of the stain with a spoon or palette
knife, preventing the substance from spreading. ▪ Liquids should be blotted up thoroughly using white tissues or paper towels, pressing them
down into the backing. Step 2 ▪ Determine exactly what has been split. ▪ Take not of the accompanying stain removal chart and apply the appropriate shampoo or
chemicals in small quantities to avoid over wetting the carpet. ▪ Work the stain from the edge inwards to prevent it spreading. ▪ Blot the carpet pile, rather than rubbing it. ▪ Rinse the treated area with clean water afterwards and avoid walking on the damp spot, as this
can cause quick re-soiling.
Page 21 of 67
REMOVAL OF URINE STAINS Blot the area with an absorbent cloth inwards to the centre from beyond the outside edge of the mark, using warm water and a household detergent, followed by plain water to remove any soapy residue. To remove the odour of urine, apply a solution of 1 tablespoon of vinegar to 500ml water. If the stain reappears, repeat the procedure. This reappearance of a stain is called “wicking” THE TREATMENT OF SPECIFIC STAINS Pre-test all cleaning solutions and detergents, on inconspicuous areas of the carpet before using ▪ Ammonia
White vinegar, rinse with plain water ▪ Beer/Blood
Detergent solution*, rinse with plain water ▪ Butter/fats/grease/crayon
Detergent solution*, rinse with plain water ▪ Carbon paper
Methylated/surgical spirits, detergent solution*, rinse with plain water ▪ Chewing Gum
Ice, then scrape hardened gum with knife ▪ Chocolate/cocoa
Detergent solution*, rinse with plain water ▪ Coal dust
Detergent solution*, rinse with plain water ▪ Coke/Pepsi/coffee
Detergent solution*, rinse with plain water ▪ Egg
Detergent solution*, rinse with plain water ▪ Fruit juice/gravy
Detergent solution*, rinse with plain water ▪ Hair lacquer/nail varnish
Surgical spirits/acetone ▪ Ice Cream/jelly
Detergent solution*, rinse with plain water ▪ Iodine
Sodium-thiosulphate ▪ Jam
Detergent solution*, rinse with plain water ▪ Milk/mustard
Detergent solution*, rinse with plain water ▪ Oil (Vegetable oil/suntan or baby oil)
Detergent solution*, rinse with plain water
Page 22 of 67
▪ Paint (Oil bound paint) Professional cleaner
▪ Water emulsion paint
Professional cleaner ▪ Shoe/furniture polish/wax
Detergent solution*, rinse with plain water ▪ Sauces
Methylated/surgical spirits, detergent solution*, rinse with plain water ▪ Spirits/syrup
Detergent solution*, rinse with plain water ▪ Tar/asphalt
Consult professional cleaner ▪ Vomit/faeces
Detergent solution*, white vinegar, rinse with plain water ▪ Varnish
Consult professional cleaner ▪ Wine
Detergent solution*, rinse with plain water
Ink: ▪ Ballpoint Pen
Methylated/surgical spirits/acetone
▪ Felt tip pen Acetone
▪ Fountain pen Detergent solution*, rinse with plain water
▪ Indian pen
Acetone ▪ Marking ink
Detergent solution*, plain water, acetone ▪ Red ink
Methylated/surgical spirits, detergent solution*, rinse with plain water
Note: In addition to the above maintenance guide Nexus recommends that the SABS - SANS 10245-1993 code of practice for the maintenance of textile floor coverings be followed.
Page 23 of 67
APPENDIX 2: COMPANY’S EXPERIENCE
FORM 1: COMPANY EXPERIENCE
Name of Tenderer: …...........................................………
xii) Flying and crawling insect killer 7.50 litres
xiii) Aerosol air freshener 15 litres
xiv)
Page 26 of 67
RESOURCE PLAN
Description Requirement Proposal
State the following: -
xv)
xvi)
xvii)
xviii)
xix)
xx)
Cleaning IT
Equipment
i) The days of the month this will be
done and the number of people
employed
ii) If employed will they be separate
workers , part of the office hours
workers or part of the out of office
hours workers
iii) The methods and the and the
cleaning equipment and chemicals
that will be used
Deep cleaning of soft
furnishing, carpets,
couches and chairs)
i) Will this be done during the week,
out of office hours or on the weekend
and the number of people employed
(or whether this service will be
subcontracted and to whom)
Deep cleaning of
toilets
i) How will this function be performed
outside of office hours?
Cleaning of windows
in spiral staircase
i) How will this function be performed?
Specify the type of equipment that
will be used and the amount of
resources.
Cleaning of pool
vehicles
i) State whether this will be done
during the week (out of office hours)
or on the weekend and the number
of people employed?
Cleaning of
storerooms and
archives
i) State whether this will be done
during the week (out of office hours)
or on the weekend and the number
of people employed?
Cleaning of
emergency exit stairs
i) State whether this will be done
during the week (out of office hours)
or on the weekend and the number
of people employed?
Sterilization of all
water jugs when
applicable
i) State whether this will be done
during the week (out of office hours)
or on the weekend and the number
of people employed?
Page 27 of 67
RESOURCE PLAN
Description Requirement Proposal
State the following: -
Dust all vertical
surfaces (walls,
cabinets etc.)
i) State whether this will be done
during the week (out of office hours)
or on the weekend and the number
of people employed?
Dust all window
ledges (high and low)
i) State whether this will be done
during the week (out of office hours)
or on the weekend and the number
of people employed?
Dust all vertical
blinds and pictures
i) State whether this will be done
during the week (out of office hours)
or on the weekend and the number
of people employed?
Defrosting of fridges i) State whether this will be done
during the week (out of office hours)
or on the weekend and the number
of people employed?
List of cleaning
Equipment to be
Utilised
No Description QTY Comments
Page 28 of 67
APPENDIX 5: CLEANERS RATES
COMPLETE THE EXCEL SPREAD SHEET
# DESCRIPTION AMOUNT
Cleaning sectoral determination R0,00
40 hours per week
9 hrs per day R0,00
Hourly wage x 45 hours R0,00
R0,00
15 days per year R0,00
10 days per year R0,00
3 days per year R0,00
R0,00
5,25% of monthly wage R0,00
4 weeks R0,00
1% of basic monthly wage R0,00
1% of basic monthly wage R0,00
1,52% per employee month R0,00
SDL = 1% of wage R0,00
R0,00
# DESCRIPTION AMOUNT
Cleaning sectoral determination R0,00
40 hours per week
9 hrs per day R0,00
Hourly wage x 45 hours R0,00
R0,00
15 days per year R0,00
10 days per year R0,00
3 days per year R0,00
R0,00
5,25% of monthly wage R0,00
4 weeks R0,00
1% of basic monthly wage R0,00
1% of basic monthly wage R0,00
1,52% per employee month R0,00
SDL = 1% of wage R0,00
R0,00
COID/WCA
NCCA/ Union levy fee
Training levy
Monthly labour cost per supervisor
2
Leave provisions
Annual leave
Sick leave
Family responsibility leave
3
Other: Employer contribution
Provident fund
Bonus
UIF
ITEM
1
Basic monthly wage cost
Hourly rate
Daily rate
Weekly wage cost
COMPLETE THE CELLS HIGHLIGHTED IN YELLOW ONLY
Monthly labour cost (per 1 cleaner)
3
2
1Daily rate
Weekly wage cost
SUPERVISOR'S MONTHLY COST
CLEANERS MONTHLY COST
Provident fund
Bonus
UIF
COID/WCA
NCCA/ Union levy fee
Training levy
Leave provisions
Annual leave
Sick leave
Family responsibility leave
Other: Employer contribution
ITEM
Basic monthly wage cost
Hourly rate
Page 29 of 67
APPENDIX 6: COSTING
COMPLETE THE EXCEL SPREAD SHEET
Description
Un
it
Qu
an
tity
Rate
Mo
nth
1
Mo
nth
2
Mo
nth
3
Mo
nth
4
Mo
nth
5
Administration cost Monthly 1 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Consumables for office cleaning (E.g. Cleaning chemicals cost). **
Linked to resource plan Monthly 6 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Office Cleaning (Out of Office hours) Monthly R0,00 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Office hours Office Cleaning (During Office Hours) Monthly 6 R0,00 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Supervisor Costs Monthly 1 R0,00 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Cleaning of IT equipment Unit Cost 544 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Other Specialised cleaning services
Deep cleaning of carpets, office chairs, couches and toilets Per cleaning 1 R 0,00
High rise windows Per cleaning 1 R 0,00
Cleaning of 8 pool vehicles weekly Monthly 32 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Cleaning of storerooms and archives approximately 300 m2 Monthly 2 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Cleaning of emergency exit stairs Monthly 2 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Hygiene services
Liquid hand soap to top up dispensers litre 300 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Paper towels for Kimberley Clark dispensers or equivalent Each 2 500 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Hand paper towel bin liner bags: approximately 550mm x 300 mm
x 400mm Each 7 500 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Two-ply toilet rolls Each 6 000 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Hand wipes Each 3 500 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Hand wipes dispensing unit stainless steel x 5, one on each floor.
Once off cost Each 5 R 0,00
Hand wipes stainless steel dispensing bin x 5, one on each floor.
10 litre bin prefered. Once off costEach 5 R 0,00
Hand wipe bin liner bags. The dimensions of the bags must match
the bins (10 litres) being supplied. Each 3 500 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Sani seat wipes must be flushable Each 6 000 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
Sani seat wipe dispensing unit (stainless steel) x 10; one in each
toilet. Each 10 R 0,00
PPE EquipmentEach 1 R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
UniformsEach 7 R 0,00
Equipment Cost. Once off costOnce off cost 1 R 0,00
SUBTOTAL PER YEAR R 0,00 R 0,00 R 0,00 R 0,00 R 0,00
TOTAL CONTRACT VALUE EXCLUDING VAT R 0,00
VAT R0,00
TOTAL CONTRACT VALUE INCLUDING VAT R0,00
COMPLETE THE CELLS HIGHLIGHTED IN YELLOW ONLY
Please note that the volumes indicated are contract indicative volumes only. The volumes will only be used to do the financial evaluation, but they do not create an obligation to
TCTA to actually incur these transaction volumes
Page 30 of 67
SBD 1
PART A: INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF DEPARTMENT/ PUBLIC ENTITY)
BID NUMBER: CLOSING DATE: CLOSING TIME:
DESCRIPTION
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
SUPPLIER COMPLIANCE STATUS
TAX COMPLIANCE SYSTEM PIN:
OR CENTRAL SUPPLIER DATABASE No:
B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE
Yes No B-BBEE STATUS LEVEL SWORN AFFIDAVIT
Yes No
IF YES< WHO WAS THE CERTIFICATE ISSUED BY?
AN ACCOUTNING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA) AND NAME THE APPLIACABLE IN THE TICK BOX
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)
A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITION SYSTEM (SANAS)
A REGISTERED AUDITOR
NAME:
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE
SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES/ WORKS OFFERED?
Yes No
[IF YES ENCLOSE PROOF]
ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES/ WORKS OFFERED?
Yes No
[IF YES, ANSWER THE PART B3 BELOW ]
SIGNATURE OF BIDDER DATE
CAPACITY UNDER WHICH THIS BID IS SIGNED (Attach proof of authority to sign this bid; e.g. resolution of directors, etc.)
TOTAL NUMBER OF ITEMS OFFERED
TOTAL BID PRICE (ALL INCLUSIVE)
Page 31 of 67
BIDDING PROCEDURE ENQUIRES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
DEPARTMENT/PUBLIC ENTITY
CONTACT PERSON CONTACT PERSON
TELEPHONE NUMBER TELEPHONE NUMBER
FACSIMILE NUMBER FACSIMILE NUMBER
E-MAIL ADDRESS E-MAIL ADDRESS
Page 32 of 67
PART B: TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL
NOT BE ACCEPTED FOR CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR
ONLINE.
1.3. BIDDERS MUST REGISTER ON THE CENTRAL SUPPLIER DATABASE (CSD) TO UPLOAD MANDATORY
INFORMATION NAMELY: (BUSINESS REGISTRATION / DIRECTORSHIP / MEMEBERSHIP / IDENTITY
NUMBERS; TAX COMPLIANCE STATUS; AND BANKING INFORMATION FOR VERIFICATION PURPOSES).
B-BBEE CERTIFICATE OR SWORN AFFIDAVIT FOR B-BBEE MUST BE SUBMITTED TO BIDDING
INSTITUTION.
1.4. WHERE A BIDDER IS NOT REGISTERED ON THE CSD, MANDATORY INFORMATION NAMELY: (BUSINESS
REGISTRATION / DIRECTORSHIP / MEMBERSHIP / IDENTITY NUMBERS; TAX COMPLANCE STATUS MAY
NOT BE SUMBITTED WITH THE BID DOCUMENT, B-BBEE CERTIFICATE OR SWORN AFFIDAVIT FOR B-
BBEE MUST BE SUMBITTED TO BIDDING INSTITUTION.
1.5. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT 2000 AND THE
PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT
(GCC) AND, IF APPLICABLE, ANY OTHER LEGISLATION OR SPEICAL CONDITIONS OF CONTRACT.
2. TAX COMPLIANCE REQUIREMENTS
2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED
BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING. IN ORDER TO
USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTRER WITH SARS AS
E-FILERS THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURE OR CONSORTIUMS / SUB-CONTRACTORS ARE
INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE PROOF OF TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER
DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
3.1 IS THE BIDDER A RESIDENTOF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
3.2 DOES THE BIDDER HAVE A BRANCH IN THE RSA? YES NO
3.3 DOES THE BIDDER HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
3.4 DOES THE BIDDER HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN, IT IS NOT A REQUIREMENT TO OBTAIN A TAX
COMPLIANCE STATUS / TAX COMPLIANCE SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE
(SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY
2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers,
tax reference numbers and, if applicable, employee / personal numbers must be indicated in
paragraph 3 below.
2.7 Are you or any person connected with the bidder presently employed by the
state?
YES / NO
1 “State” means –
(a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999);
(b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament.
Page 34 of 67
2.7.1 If so, furnish the following particulars:
Name of person / director / trustee / shareholder/ member:
……....………………………………………………………………………
Name of state institution at which you or the person connected to the bidder
is:
……………………………………………………………………………….
Position occupied in the state institution:
………………………………………………………………….……………
Any other particulars:
………………………………………………………………………………..
………………………………………………………………………………..
………………………………………………………………………………..
2.8 Did you or your spouse, or any of the company’s directors/ shareholders /
members or their spouses conduct business with the state in the previous
twelve months?
YES / NO
2.8.1 If so, furnish particulars:
………………………………………………………………………………..
………………………………………………………………………………..
………………………………………………………………………………..
2.9 Do you, or any person connected with the bidder, have any relationship
(family, friend, other) with a person employed by the state and who may be
involved with the evaluation and or adjudication of this bid?
YES / NO
2.9.1 If so, furnish particulars:
………………………………………………………………………………..
………………………………………………………………………………..
………………………………………………………………………………..
2.10 Are you, or any person connected with the bidder, aware of any relationship
(family, friend, other) between any other bidder and any person employed by the
state who may be involved with the evaluation and or adjudication of this bid?
YES / NO
2.10.1 If so, furnish particulars:
………………………………………………………………………………..
………………………………………………………………………………..
………………………………………………………………………………..
Page 35 of 67
2.11 Do you or any of the directors / shareholders / members of the company
have any interest in any other related companies whether or not they are
bidding for this contract?
YES / NO
2.11.1 If so, furnish particulars:
………………………………………………………………………………..
………………………………………………………………………………..
………………………………………………………………………………..
3. DECLARATION
I, THE UNDERSIGNED (NAME) ……………………………………………..………………… CERTIFY
THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2.1 TO 2.11.1ABOVE IS CORRECT.
I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF
PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS
DECLARATION PROVE TO BE FALSE.
………………………………….. ..……………………………………………
Signature Date
…………………………………. ………………………………………………
Position Name of bidder
Page 36 of 67
SBD 5
This document must be signed and submitted together with your bid
THE NATIONAL INDUSTRIAL PARTICIPATION PROGRAMME
INTRODUCTION
The National Industrial Participation (NIP) Programme, which is applicable to all government
procurement contracts that have an imported content, became effective on the 1 September 1996.
The NIP policy and guidelines were fully endorsed by Cabinet on 30 April 1997. In terms of the
Cabinet decision, all state and parastatal purchases / lease contracts (for goods, works and
services) entered into after this date, are subject to the NIP requirements. NIP is obligatory and
therefore must be complied with. The Industrial Participation Secretariat (IPS) of the Department of
Trade and Industry (DTI) is charged with the responsibility of administering the programme.
1. PILLARS OF THE PROGRAMME
1.1. The NIP obligation is benchmarked on the imported content of the contract. Any contract
having an imported content equal to or exceeding US$ 10 million or other currency
equivalent to US$ 10 million will have a NIP obligation. This threshold of US$ 10 million can
be reached as follows:
a) Any single contract with imported content exceeding US$10 million. or
b) Multiple contracts for the same goods, works or services each with imported content
exceeding US$3 million awarded to one seller over a 2 year period which in total
exceeds US$10 million. or
c) A contract with a renewable option clause, where should the option be exercised the
total value of the imported content will exceed US$10 million. or
d) Multiple suppliers of the same goods, works or services under the same contract, where
the value of the imported content of each allocation is equal to or exceeds US$ 3 million
worth of goods, works or services to the same government institution, which in total
over a two (2) year period exceeds US$10 million.
1.2. The NIP obligation applicable to suppliers in respect of sub-paragraphs 1.1 (a) to 1.1 (c)
above will amount to 30 % of the imported content whilst suppliers in respect of paragraph
1.1 (d) shall incur 30% of the total NIP obligation on a pro-rata basis.
1.3. To satisfy the NIP obligation, the DTI would negotiate and conclude agreements such as
investments, joint venture or consortiums, sub-contracting, licensee production, export
promotion, sourcing arrangements and research and development (R&D) with partners or
suppliers.
Page 37 of 67
1.4. A period of seven years has been identified as the time frame within which to discharge the
obligation.
2. REQUIREMENTS OF THE DEPARTMENT OF TRADE AND INDUSTRY
2.1. In order to ensure effective implementation of the programme, successful bidders
(contractors) are required to, immediately after the award of a contract that is in excess of
R10 million (ten million Rands), submit details of such a contract to the DTI for reporting
purposes.
2.2. The purpose for reporting details of contracts in excess of the amount of R10 million (ten
million Rands) is to cater for multiple contracts for the same goods, works or services;
renewable contracts and multiple suppliers for the same goods, works or services under the
same contract as provided for in paragraphs 1.1.(b) to 1.1. (d) above.
3. BID SUBMISSION AND CONTRACT REPORTING REQUIREMENTS OF BIDDERS AND
SUCCESSFUL BIDDERS (CONTRACTORS)
3.1. Bidders are required to sign and submit this Standard Bidding Document (SBD 5) together
with the bid on the closing date and time.
3.2. In order to accommodate multiple contracts for the same goods, works or services;
renewable contracts and multiple suppliers for the same goods, works or services under the
same contract as indicated in sub-paragraphs 1.1 (b) to 1.1 (d) above and to enable the DTI
in determining the NIP obligation, successful bidders (contractors) are required,
immediately after being officially notified about any successful bid with a value in excess of
R10 million (ten million Rands), to contact and furnish the DTI with the following
information:
• Bid / contract number.
• Description of the goods, works or services.
• Date on which the contract was accepted.
• Name, address and contact details of the government institution.
• Value of the contract.
• Imported content of the contract, if possible.
3.3. The information required in paragraph 3.2 above must be sent to the Department of Trade
and Industry, Private Bag X 84, Pretoria, 0001 for the attention of Mr Elias Malapane within
five (5) working days after award of the contract. Mr Malapane may be contacted on
telephone (012) 394 1401, facsimile (012) 394 2401 or e-mail at [email protected] for
further details about the programme.
Page 38 of 67
4. PROCESS TO SATISFY THE NIP OBLIGATION
4.1. Once the successful bidder (contractor) has made contact with and furnished the DTI with
the information required, the following steps will be followed:
a) the contractor and the DTI will determine the NIP obligation;
b) the contractor and the DTI will sign the NIP obligation agreement;
c) the contractor will submit a performance guarantee to the DTI;
d) the contractor will submit a business concept for consideration and approval by the DTI;
e) upon approval of the business concept by the DTI, the contractor will submit detailed
business plans outlining the business concepts;
f) the contractor will implement the business plans; and
g) the contractor will submit bi-annual progress reports on approved plans to the DTI.
4.2. The NIP obligation agreement is between the DTI and the successful bidder (contractor)
and, therefore, does not involve the purchasing institution.
Bid number Closing date:
Name of bidder
Postal address
Name (in print) Date
Page 39 of 67
SBD 6
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT
REGULATIONS 2017
This preference form must form part of all bids invited. It contains general information and serves
as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE)
Status Level of Contribution
NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL
CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-
BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS,
2017.
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); and
- 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 exceed R50 000 000 (all applicable taxes included) and
therefore the 90/10 preference point system shall be applicable; or
1.3 Points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contributor.
1.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE 90
B-BBEE STATUS LEVEL OF CONTRIBUTOR 10
Total points for Price and B-BBEE must not exceed 100
1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor
together with the bid, will be interpreted to mean that preference points for B-BBEE status
level of contribution are not claimed.
1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or
at any time subsequently, to substantiate any claim in regard to preferences, in any manner
required by the purchaser.
2. DEFINITIONS
(a) “B-BBEE” means broad-based black economic empowerment as defined in section
1 of the Broad-Based Black Economic Empowerment Act;
(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in
terms of a code of good practice on black economic empowerment, issued in terms of
section 9(1) of the Broad-Based Black Economic Empowerment Act;
Page 40 of 67
(c) “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 goods or services, through price
quotations, advertised competitive bidding processes or proposals;
(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based
Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);
(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on
black economic empowerment issued in terms of section 9 (1) of the Broad-Based
Black Economic Empowerment Act;
(f) “functionality” means the ability of a tenderer to provide goods or services in
accordance with specifications as set out in the tender documents.
(g) “prices” includes all applicable taxes less all unconditional discounts;
(h) “proof of B-BBEE status level of contributor” means:
1) B-BBEE Status level certificate issued by an authorized body or person;
2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;
3) Any other requirement prescribed in terms of the B-BBEE Act;
(i) “QSE” means a qualifying small business enterprise in terms of a code of good
practice on black economic empowerment issued in terms of section 9 (1) of the
Broad-Based Black Economic Empowerment Act;
(j) “rand value” means the total estimated value of a contract in Rand, calculated at the
time of bid invitation, and includes all applicable taxes;
3. POINTS AWARDED FOR PRICE
3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 90 points is allocated for price on the following basis:
90/10
−−=
min
min190
P
PPtPs
Where:
Ps = Points scored for price of bid under consideration
Pt = Price of bid under consideration
Pmin = Price of lowest acceptable bid
Page 41 of 67
4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR
4.1 In terms of Regulation 6 (2) and 7 (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)
1 10
2 9
3 6
4 5
5 4
6 3
7 2
8 1
Non-compliant contributor 0
5. BID DECLARATION
5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must
complete the following:
6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS
1.4 AND 4.1
6.1 B-BBEE Status Level of Contributor: . = ……… (maximum of 10 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected
in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of
contributor.
7. SUB-CONTRACTING
7.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)
YES NO
7.1.1 If yes, indicate:
i) What percentage of the contract will be subcontracted ............…………….…………%
ii) The name of the sub-contractor ……………………………………………………………..
iii) The B-BBEE status level of the sub-contractor .........................................……………..
iv) Whether the sub-contractor is an EME or QSE
(Tick applicable box)
YES NO
Page 42 of 67
v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of
Preferential Procurement Regulations,2017:
Designated Group: An EME or QSE which is at last 51% owned by:
EME
√
QSE
√
Black people
Black people who are youth
Black people who are women
Black people with disabilities
Black people living in rural or underdeveloped areas or townships
Cooperative owned by black people
Black people who are military veterans
OR
Any EME
Any QSE
8. DECLARATION WITH REGARD TO COMPANY/FIRM
8.1 Name of company/firm:…………………………………………………………………………….
4.3 Was the bidder or any of its directors convicted by a court of law (including a court
outside of the Republic of South Africa) for fraud or corruption during the past five
years?
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state terminated during the
past five years on account of failure to perform on or comply with the contract?
4.4.1 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 Bidder
Page 49 of 67
SBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION
1. This Standard Bidding Document (SBD) must form part of all bids1 invited.
2. Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an
agreement between, or concerted practice by, firms, or a decision by an association of
firms, if it is between parties in a horizontal relationship and if it involves collusive bidding
(or bid rigging).2 Collusive bidding is a pe se prohibition meaning that it cannot be justified
under any grounds.
3. Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities
must take all reasonable steps to prevent abuse of the supply chain management system
and authorizes accounting officers and accounting authorities to:
(a) disregard the bid of any bidder if that bidder, or any of its directors have abused the
institution’s supply chain management system and or committed fraud or any other
improper conduct in relation to such system.
(b) cancel a contract awarded to a supplier of goods and services if the supplier
committed any corrupt or fraudulent act during the bidding process or the execution of
that contract.
4 This SBD serves as a certificate of declaration that would be used by institutions to ensure
that, when bids are considered, reasonable steps are taken to prevent any form of bid-
rigging.
5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9)
must be completed and submitted with the bid:
1 Includes price quotations, advertised competitive bids, limited bids and proposals. 2 Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the
quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an
agreement between competitors not to compete.
Page 50 of 67
CERTIFICATE OF INDEPENDENT BID DETERMINATION
I, the undersigned, in submitting the accompanying bid:
do hereby make the following statements that I certify to be true and complete in every respect:
I certify, on behalf of:_______________________________________________________ that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not to
be true and complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid,
on behalf of the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by
the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the word
“competitor” shall include any individual or organization, other than the bidder, whether or
not affiliated with the bidder, who:
(a) 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 consortium or consortium1 will not be
construed as collusive bidding.
1 Joint venture or consortium 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.
Page 51 of 67
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.
………………………………………………… …………………………………
Signature Date
…………………………………………………. …………………………………
Position Name of Bidder
TRANS- CALEDON TUNNEL
AUTHORITY STANDARD CONDITIONS
OF CONTRACT
TCTA STANDARD CONDITIONS OF CONTRACT
NOTES
The purpose of this document is to:
1. Draw special attention to certain general conditions applicable to government bids,
contracts and orders; and
2. To ensure that suppliers be familiar with regard to the rights and obligations of all parties
involved in doing business with government. In this document words in the singular also
mean in the plural and vice versa and words in the masculine also mean in the feminine
and neuter.
• The General Conditions of Contract will form part of all bid documents and may not
be amended.
• Special Conditions of Contract (SCC) relevant to a specific bid, should be compiled
separately for every bid (if (applicable) and will supplement the General Conditions
of Contract. Whenever there is a conflict, the provisions in the SCC shall prevail.
4. USE OF CONTRACT DOCUMENTS AND INFORMATION; INSPECTION. .......................................... 4
5. PATENT RIGHTS ..................................................................................................................................... 5
13. SPARE PARTS ........................................................................................................................................ 8