ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study...

74
REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat) (For publication on Ekurhuleni Metropolitan Municipality Website and Notice Board) QUOTATION NUMBER: BOQ.MI.09.142 DESCRIPTION: Supply; delivery and off-loading of streetlight and floodlight luminaries as per specifications DATE OF ADVERTISEMENT: 22 SEPTEMBER 2016 CLOSING DATE: 29 SEPTEMBER 2016 CLOSING TIME: BEFORE 15H00 QUOTATIONS MUST BE DEPOSITED IN BID BOX at CENTRAL PROCUREMENT OFFICE, NO: 5 JUNCTION RD, DRIEHOEK BOX NUMBER……29….… BIDDER NAME of Company i.e. Proprietor/ Close Corporation/ Partnership/ Sole Proprietor Legal Name: _________________________________________ ___ Trading as: _________________________________________ ____ Company i.e. Proprietor /Close Corporation/ Partnership/ Sole Proprietor Registration Number Ekurhuleni Metropolitan Municipality Vendor BIDDER: EMM: Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: …………………… 1

Transcript of ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study...

Page 1: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM

Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)(For publication on Ekurhuleni Metropolitan Municipality Website and Notice Board)

QUOTATION NUMBER: BOQ.MI.09.142

DESCRIPTION: Supply; delivery and off-loading of streetlight and floodlight luminaries as per specifications

DATE OF ADVERTISEMENT: 22 SEPTEMBER 2016CLOSING DATE: 29 SEPTEMBER 2016CLOSING TIME: BEFORE 15H00QUOTATIONS MUST BE DEPOSITED IN BID BOX at CENTRAL PROCUREMENT OFFICE, NO: 5 JUNCTION RD, DRIEHOEK BOX NUMBER……29….…

BIDDER

NAME of Company i.e. Proprietor/Close Corporation/ Partnership/Sole Proprietor

Legal Name: ____________________________________________ Trading as: _____________________________________________

Company i.e. Proprietor /Close Corporation/ Partnership/ Sole Proprietor Registration NumberEkurhuleni Metropolitan Municipality Vendor Registration Number (if already have)

Central Supplier Database number: (Compulsory) National TreasuryCompany i.e. Proprietor/Close Corporation/ Partnership/Sole Proprietor Postal Address Postal Code __________Contact Details of the Person Representing the Company i.e. Proprietor /Close Corporation/ Partnership/ Sole Proprietor Registration Number

Name: _______________________________________________Telephone: (____) _____________ Fax: (____) ______________Cell phone: ___________________________________________E-mail address: ________________________________________

Income Tax Number

VAT Reference Number (if applicable)

SECTION 1BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

1

Page 2: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

1. All quotations received will be evaluated on the 80/20 point scoring basis. The 80 points will be for Price and 20 points are for Broad Based Black Economic Empowerment (BBBEE) for attaining the BBBEE Status level contribution in accordance with the table below:

MBD 3.1: Pricing Schedule – Firm Prices. MBD 6.1: Preference Points Claim MBD 9: Certificate of Independent bid determination

If the MBD forms are not completed & submitted, your quotation will be rejected. No quotation will be considered from persons in the service of the state (MBD4). As from the 7 December 2011, all Service providers/contractors must submit valid,

certified copies of their BEE certificate from an accredited BEE verification agency with their bid submission. Failure to submit will lead to forfeiture (loss) of the preference points.

Failure to submit a BEE certificate will lead to forfeiture (loss) of the preference points. In the instance of Exempted Micro Enterprise (EME) (turn over less than R 10m) a letter from a professional, registered accountant/auditor or affidavit (download from Dti website: www.thedti.go.za)in order to qualify for preference points.

Electronic (e-mailed or faxed) quotations are not accepted.

2. A COMPULSORY BRIEFING SESSION IS NOT APPLICABLE.EMM contact person: SIMON NKANYANI TEL NO: 011 999 6203SECTION 2

1. The Lowest or any bid will not necessarily be accepted and the EMM reserves the right not to consider any bid not suitably endorsed or comprehensively completed as well as the right to accept a bid in whole or part.

2. Brand names MUST be specified in MBD 3.1” attached hereto (Price Schedule document).3. Where deliveries are quoted “ex-stock” the period of delivery must not exceed Five (5) maximum

working days after receipt of order. If this condition is not adhered to, the order could be cancelled.

4. Quotations are to be completed in accordance with the conditions as set out in the quotation document and must be sealed and externally endorsed with the quotation number and place in the quotation box indicated above.

5. Payments will be made thirty (30) days after receipt of invoice by Council. 6. Quotations received after the closing date and time will not be considered.7. Samples of the required items or goods are available for your perusal (where applicable)8. Samples may be requested from bidders before award of quotation (where applicable)9. Should the above-mentioned conditions not be adhered to the quotation will be considered

invalid.10. Quotation to be valid for 60 days.

VERY IMPORTANT NOTICE ON DISQUALIFICATIONS:

A bid not complying with the peremptory requirements stated hereunder will be regarded as not being an “Acceptable bid”, and as such will be rejected.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

2

Page 3: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

“Acceptable bid” means any bid which, in all respects, complies with the conditions of bid and specifications as set out in the bid documents, including conditions as specified in the Preferential Procurement Policy Framework Act (Act 5 of 2000) and related legislation as published in Government Gazette number 22549, dated 10 August 2001, in terms of which provision is made for this policy.

1. If a VALID ORIGINAL TAX clearance certificate or copy thereof (or in the case of a joint venture, of all the partners in the joint venture) has not been submitted with the bid document on closing date of the bid.

2. If any pages have been removed from the bid document, and have therefore not been submitted, or a copy of the original bid document has been submitted.

3. Failure to complete the schedule of quantities as required, i.e only lump sums provided.4. Scratching out, writing over or painting out rates, without initialling next to the amended rates or information, affecting the evaluation of the bid.5. The use of correction fluid (i.e. tippex) or any erasable ink, e.g. pencil.6. Non-attendance of mandatory/compulsory:

- Site inspections or;- Information/Clarification meetings

7. If the MBD forms are not completed & submitted, your quotation will be rejected.9. No quotation will be considered from persons in the service of the state (MBD4).10. The bidder attempts to influence, or has in fact influenced the evaluation and/or awarding of

the contract11. The bid has been submitted either in the wrong bid box or after the relevant closing date and

time12. Failure to provide a valid certificate from the Department of Labour, or a declaration (Specific

goals – “Equity ownership”) by a designated employer that it complies with the Employment Equity Act 55 of 1998.

13. If any municipal rates and taxes or municipal service charges owed by the bidder or any of its directors to the municipality, or to any other municipality or municipal entity, are in arrears for

more than three months.14. If any bidder who during the last five years has failed to perform satisfactorily on a previous contract with the municipality, municipal entity or any other organ of state after written notice

was given to that bidder that performance was unsatisfactory.15. 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, or;(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; who is an advisor or consultant contracted with the municipality in respect of contract that would cause a conflict of interest.

16. Not attaching or submitting of required documentations. 17. Price schedule on the advert must be completed even if you submit/attach a separate

quotation to the document.18. Price schedule to be completed in full ie: Rates; unit prices; sub-totals; vat if applicable and

totals

FORM “E”

SPECIFICATIONS

Ekurhuleni Metropolitan Municipality is not bound to accept the lowest or any quotation and reserves the right to accept the whole or any part of a quotation.BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

3

Page 4: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

This Bid may be awarded to more than one bidder

Failure to complete the local content forms will lead to disqualification.

APPOINTMENT OF CONTRACTOR FOR THE SUPPLY, DELIVERY AND OFF-LOADING OF STREETLIGHTAND FLOODLIGHT LUMINAIRES

INTRODUCTION

Streetlight and floodlight luminaires are used within the Ekurhuleni Metropolitan Municipality area for public lighting applications. The quality and reliability of this luminaires is extremely considered very important as failure will critically compromise the public safety within EMM. The implication to suppliers is that the Ekurhuleni Metropolitan Municipality will only purchase streetlight and floodlight luminaires that comply with the relevant SANS specifications and bears the mark.

1. ScopeThis specification details the minimum requirement for manufacturing, testing, supply; delivery and off-loading of streetlight and floodlight luminaires in accordance with, but not limited to the standard listed under normative references. Each part of SANS 60598-2 relevant to this specification shall be read in conjunction with Part 1 of SANS 60598.Each part of SANS 60598-2 details requirement for specific type or group of luminaires on supply voltage not exceeding 1 000 V. As this parts are published separately for ease of revision and also to allow additional sections to be added by SANS as and when a need is recognized, it is therefore imperative for the participants to continuously work towards improving the initial offered luminaires to ensure compliance to the latest revisions and additions of each relevant part of SANS 60598-2 including new additions deemed relevant to this specification.

2. Normative ReferencesThe following documents contain provisions that, through reference in the text, constitute requirements of this specification. At the time of publication, the editions indicated were valid. All standards and specifications are subject to revision, and parties to agreements based on this specification are encouraged to investigate the possibility of applying the most recent editions of the documents listed below:SANS 61347-2-9:2013 Lamp controlgear - Part 2-9: Particular requirements for

electromagnetic controlgear for discharge lamps (excluding fluorescent lamps).

SANS 475 Luminaires for interior lighting, streetlighting and flood lighting - Performance requirements.

ARP 035 Guidelines for the installation and maintenance of streetlighting.SANS 60598-1: 2014 Luminaires: General requirements and tests.SANS 60598-2-3 Luminaires: Particular requirements for road and streetlight

luminaires.SANS 60598-2-5 Luminaires: Particular requirements for floodlight luminaires.SANS 1088 Luminaire entries and spigots.SANS 60529 Degrees of protection provided by enclosures (IP Code).SANS 60923: 2007 Ballasts for discharge lamps (excluding tubular fluorescent lamps).SANS 1266 Ballasts for discharge lamps (excluding tubular fluorescent lamps).SANS 61049 Capacitors for use in tubular fluorescent and other discharge lamp

circuit: Performance requirements.SANS 61048 Auxiliaries for lamps - Capacitors for use in tubular fluorescent and

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

4

Page 5: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

other discharge lamp circuits – General and safety requirements.SANS 61347-2-1:2014 Lamp controlgear - Part 2-1: Particular requirements for starting

devices (other than glow starters).SANS 60927 Starting devices (other than glow starters): Performance

Requirements.SANS 62035:2013 Discharge lamps (excluding fluorescent

lamps) — Safety specificationsSANS 1777 Photoelectric control units for lighting (PECUs).SANS 141 Glass-reinforced polyester (GRP) laminates.SANS 529 Heat-resisting wiring cables.SANS 121 Hot-dip (galvanized) coatings on fabricated iron and steel articles –

Specifications and test methods.SANS 1091 Natural color standards for paints.SANS 1507 Electric cables with extruded solid dielectric insulation for fixed

installations (300/500 V to 1 900/3 300 V).SANS 1574 Electrical cables - flexible cords.IEC 60061 Lamp caps and holders together with gauges for the control of

interchangeability and safety.IEC 60061-2 Lamp caps and holders together with gauges for the control of

interchangeability and safety – Part 2: Lampholders.SANS 10098-1:2007 Public lighting - Part 1: The lighting of public thoroughfaresSANS 10098-2:2005 Public lighting - Part 2: The lighting of certain specific areas of

streets and highways

3. Definitions and AbbreviationsThe terms, definitions and abbreviations of specifications as listed in Normative References shall apply to this specification.

4. QuantitiesDue to the uncertainty and fluctuation of the EMM requirements, no indication can be given as to the quantities of the above-mentioned items which will be required under this contract. The supplier/s will therefore be required to supply the requirements in such quantities as may be required by the EMM from time to time. When supplies are required, the EMM will endeavor to place orders, on an as and when required basis, as far in advance as possible.

5. REQUIREMENTS OF STREET LIGHT LUMINAIRES5.1 General5.1.1 The luminaires shall comply with SANS 60598-1; SANS 60598-2-3 and SANS 475 for

Class 1 luminaires and be of the totally enclosed type. All luminaires shall bear the SANS 60598-2-3 safety mark as well as the SANS 475 performance mark.

5.1.2 All luminaires shall be delivered completely assembled with control gear, lamp holder, reflector, photocell receptacle if required, and bowl. Lamps and photoelectric control units are not required to be supplied.

5.1.3 Luminaires shall be so designed and constructed that under normal use they function safely and cause no danger to persons or surroundings.

5.1.4 Provisions of Sub-section 0.4 of SANS 60598-1 shall apply for general test requirement and verification.

5.2 System and Service ConditionsThe luminaires shall be suitable for use outdoors in Ekurhuleni Metropolitan Municipality with a low voltage (230/400 V) system and shall be designed for: (a) Lowest/Highest system phase-to-earth voltage: 207/253 V (b) System frequency: 50 Hz (c) System: neutral earth resistance (d) Climate: dry

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

5

Page 6: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

(e) Altitude: 2400 m (f) Ambient temperature: - 5 C to 40 C (g) Maximum relative humidity: 100% (h) Mean annual value of solar radiation: 1.0 kW/m² (i) Average total annual rainfall figure: 100 mm (j) Pollution: heavy (k) Lightning level: high 5.3 IP Rating5.3.1 Luminaires shall have a degree of protection that complies with SANS 475:2013,

SANS 10098, Part 1 Code of Practice Table B-1 and ARP 035.For this contract the following ratings shall apply:

The categories shall be:Luminaires intended for group A roads (150W, 250W, 400W)Lamp Compartment: IP65Control Gear Compartment: IP54Luminaires intended for group B roads (70W, 100W,)Lamp Compartment: IP65Control Gear Compartment: IP54

5.3.2 The IP ratings shall be certified only by a SANS 60598-2-3 test report.5.4 Construction of Luminaires5.4.1 The housing, especially the lamp compartment, shall be robustly constructed,

weatherproof, hail proof, insect proof, corrosion proof, ultra-violet light resistant and vandal resistant. Fixing devices, junctions, lips and the like shall be designed to shed water. Pockets and ledges in which condensation may accumulate shall be avoided.

5.4.2 Gaskets manufactured from silicon rubber shall be used to seal the lamp compartment, as silicon rubber does not deteriorate like gaskets manufactured from materials such as neoprene or felt. The gasket should be fitted into a groove in the housing and should be kept in place such that the integrity of the IP rating is ensured. The gasket should be screened against harmful radiation from the light source.An exterior lip shall be provided on the housing to ensure that there is no direct rainwater contact with the gasket between the housing and the diffuser, thus ensuring that no moisture is sucked into the diffuser when the luminaire is switched off and cools down.

5.4.3 The luminaires shall be constructed from lightweight durable materials which for all parts shall be compatible and failure or deterioration shall not occur due to electrolytic action or by differential thermal expansion. Where glass reinforced polyester (GRP) is used it shall be either a dough moulding compound Type E3 or a GRP which complies with the requirements of SANS 10141 for Type F laminate products. Both laminate and the gel coat shall be pigmented to a colour that is an acceptable match to colour no. F48 (grey) of SANS 101091. An additional protective gel coat shall be applied to prevent future exposure of glass reinforcements.Ferrous components shall be hot-dip galvanised and shall withstand the test specified in the current edition of SANS 10763 for heavy duty application.Small components (such as toggle clips, bolts, screws, nuts, washers) shall be manufactured of rust free coated steel or stainless steel.

5.4.4 Due attention shall be paid to the accessibility of parts and to other requirements necessary for efficient maintenance, lamp changing and cleaning.

5.4.5 Luminaires for HPS lamps of rating greater than 70 W shall be fitted with external ignitors of the superposed pulse type which comply with SANS 101630, SANS IEC 926 and SANS IEC 927. The output pulse type shall be between 3 and 4.5 kV.

5.5 Mounting5.5.1 Luminaire entries shall be of a material that is inherently corrosion resistant and

compatible with the galvanised mild steel supporting spigot to such a degree that deterioration by electrolytic action will not occur.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

6

Page 7: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

5.5.2 Spigot entries shall be designed to fit easily over the bracket pipe and shall be truly parallel to the fitting axis and shall comply with Table 1 of SANS 101088:1990 as follows:For Type 2 luminaires (side entry): Nominal size 42 mm.For Type 3 luminaires (bottom entry): Nominal size 76 mm.The luminaire shall be secured on its spigot by at least two stainless steel M8/M10 hexagonal-head or two stainless steel M8/M10 Allen-head screws as specified in ISO 4762. The construction of the housing shall be such that cracking cannot occur during the process of fixing the luminaire to the pole or bracket.

5.5.4 Luminaires should incorporate a positive and substantial means of fixing to the pole or bracket, designed to allow adjustment and to ensure that once set to the required position, the luminaires remain locked in that position.

5.6 Bowls5.6.1 The enclosing bowl should not have any external prisms that could accumulate dirt

and thus reduce the light output of the luminaire. The diffuser material should be from injection moulded high impact acrylic or otherwise toughened heat and impact resistant glass. Bowls shall be resistant to heat and shall not discolour after prolonged exposure to the atmosphere or artificial light. Bidders shall submit certified data regarding degradation of the material and depreciation of light transmission under working conditions, i.e. temperature and ultra-violet irradiation. Polycarbonate bowls will not be acceptable as it discolours and rapidly loses its impact resistance when subjected to the UV emitted by the sun or light source.

5.6.2 Luminaire bowls shall be constructed in such a manner that the wall thickness of the material is maintained at a constant thickness, hence preventing the projection of lines of patterns onto the road surface. The mechanical strength shall be sufficient to prevent warping to occur. Bowls, when fitted, shall form a seal preventing the entry of moisture, dust and insects into the lamp housing. A one piece gasket (see 5.4.2) shall be used for this purpose.

5.6.3 Devices for locking the diffuser to the luminaire shall be at least three stainless steel clips and shall ensure that the diffuser remains closed in the event of the failure of one clip. The diffuser should also remain attached to the housing when hinged open for maintenance or lamp replacement. This hinge mechanism should be incorporated into housing to ensure that it is protected against damage during transport, installation and maintenance. Hinges and clips shall be robust and simple to operate without the use of special tools. Wing-nuts or screws will not be acceptable.

5.6.4 Hinged luminaire bowls shall be capable of being removed from the luminaire body simply by unclipping for cleaning purposes. The bowl shall not detach from the luminaire body in the unlikely event of the bowls being left in the open or hanging position with the unit mounted on the pole arm.

5.7 Lamp holders and Brackets5.7.1 Lamp-holders shall be the standard type and shall be in accordance with SANS

60239. The main lamp contact shall be spring-loaded to maintain efficient electrical contact with the lamp terminal without deterioration due to temperature, climatic conditions or vibration which might be encountered during normal service.For additional insulation against ignitor spark-over a suitable fibre washer for E40 GES lamp holders shall be used.

5.7.2 Lamp holders shall be rated at the appropriate lamp ignition voltage, be rated for 240ºC and prevent possible loosening of the lamp caused by vibrations.

5.7.3 Lamp holder brackets and lamp supports shall accept and retain lamps which are within the dimensional tolerances stated in the appropriate lamp standard and shall locate the light source in the correct relationship to the optical control devices of the luminaire. With luminaires for lamps of greater rating than 150W, the lamp holder shall be mounted firmly to an aluminium bracket. Alternatively the lamp holder is to be

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

7

Page 8: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

mounted directly onto aluminium bases which protrude into the lamp housing from the gear compartment.

5.7.4 A lamp fully inserted into the lamp holder shall be rigidly held with its axis substantially coincident with that of the lamp holder under normal conditions of wind, vibration and mechanical shock.

5.7.5 When provision is made for alternative sizes of lamps or light centre positions, the adjusting means shall be positive and be firmly retained in clearly identified positions.

5.7.6 It shall be possible to insert and withdraw the lamp without undue stress.5.8 Reflectors5.8.1 Reflector surfaces shall be of high grade 99, 98% super pure deep anodised

aluminium.5.8.2 Reflectors or any other light controlling component shall be such that they can only be

fitted or replaced in the correct relationship to their light source.5.8.3 Reflectors in luminaire bowls shall not deform due to heat from the lamp. Reflectors

shall be well secured into position to prevent it from deforming thus causing false photometric performance of the luminaire.

5.8.4 Where provision is made for alternative reflector positions, the adjustment means shall be positive and be firmly retained in clearly identified positions.

5.9 Control Gear5.9.1 General5.9.1.1 Control gear shall be housed fully within the body of the luminaire and be suitable

for operation with the specified rating of lamp. Control gear mounted above the lamp will not be acceptable. For safety reasons, the control gear shall be attached to a sturdy and reliable housing. This housing shall prevent the control gear and its components detaching from the luminaire in case of severe whiplash of the pole, as could occur during an accident.

5.9.1.2 The control gear compartment (containing the ballast, capacitor, ignition devices, and terminal connectors) shall be sealed by a hinged non-corrosive, lightweight cover. No components shall be mounted onto this cover. The cover shall be secured onto the fitting by means of a stainless steel clip or stainless steel screw or any combination of stainless steel clips and screws in such a manner that the integrity of the IP rating of the luminaire is adequately maintained. These screws, bolts or clips shall be held captive once loosened. Control gear shall be mounted on a removable gear-tray for ease of maintenance and not on the access door.

5.9.1.3 The control gear compartment shall be so designed that there is sufficient space to permit repairs, replacement of components and reassembly without difficultly, without the removal of the luminaire from its mounting.

5.9.2 Ballasts5.9.2.1 Ballasts shall comply with SANS 1266:2007 or SANS IEC 922 or SANS IEC 923

and shall bear the SANS mark. 5.9.2.2 Ballasts shall be of the encapsulated or vacuum impregnated type. The process of

vacuum impregnation shall be such that the interstices of the windings are completely filled with the impregnating material. Connections shall be brought out to a suitable brass screw terminal block mounted on the ballast housing. Terminal blocks with steel screws will not be acceptable.

5.9.2.3 Vacuum impregnated ballasts shall be constructed in such a manner that the lamination is engaged within a galvanised steel cover which cover shall withstand the test specified in the relevant standard.

5.9.3 Capacitors5.9.3.1 Capacitors shall bear the SANS mark and shall be tested in accordance with SANS

61048:2006.5.9.3.2 All capacitors shall be fully encapsulated and filled with self-extinguishing resin.5.9.3.3 Capacitors shall be connected on the primary side of the transformer type ballasts.5.9.3.4 Capacitors connected on the secondary side will not be acceptable. 5.9.3.5 The capacitors shall be marked in accordance with Clause 6 of SANS 61048:2006.BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

8

Page 9: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

5.9.4 Ignition Devices5.9.4.1 Ignitors shall comply with SANS 60927:2014 and shall bear the SANS mark.5.9.4.2 Ignitors to be used with gas discharge lamps shall be of the superimposed solid

state electronic trigger type. Triggering by means of bi-metal glow discharge switches or gas-filled spark gaps will not be acceptable.

5.9.4.3 The marking requirements of SANS 61347-2-1 shall apply, together with the following, to be either clearly marked on the starting device or made available in the manufacturer’s cataloguea) The manufacturer shall declare the type of switching element as defined in 3.1

and 3.2.b) The manufacturer shall declare the maximum load capacitance for satisfactory

operation of the ignitor.5.9.4.3 Ignitors shall be of the standard type to allow striking of the lamp without switching

the power off after replacement of a faulty Ignitor.5.9.4.4 Ignitors shall be suitable for use with lamps having different electrical characteristics

and shall be tested with the lamp which gives the most unfavourable conditions. The ignitor shall be connected in series with the ballast and installed between the ballast and lamp holder. Systems which operate with the ignitor in parallel with the lamp or with special tapped ballasts will not be acceptable.

5.9.4.5 All ignitors shall be suitable for connection in the circuit so that the ignition pulse is confined between the ignitor and lamp holder.

5.10 Electrical Connectors5.10.1 The provisions of section 14 and 15 of SANS 60598-1 shall apply.5.10.2 The luminaire shall incorporate a terminal block mounted in a reasonably accessible

position as close to the point of entry as is possible. The materials of the terminal block shall be non-tracking and the terminals shall be of the non-corroding type such as brass. Aluminium terminals will not be acceptable.

5.10.3 Terminals for supply connection shall allow the connection of conductors having nominal cross-sectional areas according to Table 14.1 of Section 14 of SANS 60598-1, excluding the provision of supply cables with cross-sectional areas smaller than 1mm².

5.11 Earthing5.11.1 The luminaire shall be earthed in accordance with the Electrical Machinery

Regulations R(S) 13 of the Machinery and Occupational Safety Act.5.11.2 Metal parts of luminaires which may become alive in the event of an insulation fault

and which are not accessible when the luminaire is mounted but liable to come into contact with the supporting surface shall be permanently and reliably connected to an earthing terminal and shall withstand the test specified in SANS 60598-2-3.

5.11.3 Protection against electric shock shall be maintained for all methods and position of installation in normal use. Protection shall also be maintained after removal of all parts which can be removed by hand.

5.11.4 Earthing terminals shall comply with sub-section 4.7.3 of SANS 60598-1. All parts of an earth terminal shall be made of brass or other corrosion resistant metal and the contact surfaces shall be bare metal and not painted or varnished surfaces.

5.11.5 All earth connections shall be effected by means of suitable lugs appropriately made to avoid all possibility of electrolytic corrosion.

5.11.6 An earth connection shall be provided in all instances, even if the luminaire is fully insulated and even if all conductive parts, which could become alive in the event of an insulation fault, are not accessible. This is to facilitate future wiring should the luminaire be replaced by a unit which requires an earth connection.

5.12 Photocell Control5.12.1 If required the luminaire shall be supplied complete with a photocell receptacle

mounted on the top surface of the luminaire in a position where it is least likely to be affected by luminaire heat.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

9

Page 10: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

5.12.2 The photocell receptacle (NEMA base) shall comply with NRS 025. Each photocell receptacle shall indicate on its base each terminal as line, load or neutral.

5.12.3 The photocell receptacle shall be fitted to a flat surface on the luminaire and secured by means of at least two fixing screws. The receptacle shall form a watertight joint with the luminaire body. Sealing gaskets manufactured from cork will not be acceptable.

5.12.4 Contacts within the photocell receptacle base shall be manufactured from brass, copper or other acceptable corrosion-resistant material that is galvanically compatible with copper.

5.12.5 The photocell receptacle shall be wired into the luminaire circuit ready for use.5.12.6 Each luminaire shall be supplied with a clip-on rubber or durable material receptacle

cover to prevent the ingress of dirt or water according to the IP rating classification during storage and installation until such time as a photocell can be fitted to the unit.

5.13 Wiring5.13.1 The internal wiring of the luminaires shall be flexible and suitably insulated to

withstand the voltage and the temperature encountered in service. Wiring colours shall be: live-brown (or red), neutral-blue (or black) and earth-green/yellow.

5.13.2 The screw, of Edison screw type lampholders, shall be connected to the neutral of the incoming supply and the internal wiring of the luminaires shall be arranged accordingly. Wiring to the lampholder compartment shall be suitably grommited to prevent the ingress of insects into the lamp compartment. The control gear shall be connected to the mains wiring by means of a plug-in type connector.

5.13.3 Photocell receptacles shall be wired into the luminaire circuit with the ballast and lamp holder being connected to the switched leg of the photocell circuit.

5.13.4 Capacitors shall be connected on the primary side of transformer ballasts. Capacitors connected on the secondary side will not be acceptable.

6. REQUIREMENTS OF FLOODLIGHTING LUMINAIRES6.1 General6.1.1 The floodlight luminaires shall comply with SANS 475; SANS 60598-1 and SANS-

60598-2-3 and be of the totally enclosed type and shall bear the SANS marks.6.1.2 All floodlight luminaires shall be delivered completely assembled with control gear,

lamp holder, reflector, photocell receptacle, and bowl. Lamps and photoelectric control units are not required to be supplied.

6.2 IP Rating6.2.1 The floodlight luminaires shall have a class protection rating of IP65 on the lamp

housing portion of the unit and IP54 on the control gear portion.6.2.2 The ratings shall be certified only by a SANS 60598-2-3 test report.6.3 Construction of Floodlights Luminaires6.3.1 The housing, especially the lamp compartment, shall be robustly constructed,

weatherproof, hail-proof, insect-proof, corrosion proof, ultra-violet light resistant and vandal resistant. Fixing devices, junctions, lips and the like shall be designed to shed water. Pockets and ledges in which condensation may accumulate shall be avoided.

6.3.2 The floodlight luminaires shall consist of a high or low pressure die cast aluminium lamp housing with a separate but attached control gear compartment.

6.3.3 (a) Ferrous components shall be hot-dip galvanised.(b) Small components (such as toggle clips, bolts, screws, nuts, washers) shall be

manufactured of rust free coated steel.6.3.4 The lamp shall be replaceable from the side of the floodlight only.6.3.5 Due attention shall be paid to the accessibility of parts and to other requirements

necessary for efficient maintenance, lamp changing and cleaning.6.4 Mounting6.4.1 The stirrup shall be manufactured from hot dipped galvanised steel.6.4.2 Holes shall be provided for mounting purposes.6.5 Front GlassBIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

10

Page 11: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

6.5.1 Front glass shall be resistant to heat and shall not discolour after prolonged exposure to the atmosphere or artificial light. Front glass manufactured from materials other than glass shall not be accepted.

6.5.2 Front glass shall be constructed in such a manner that warping cannot occur.6.5.3 Front glass, when fitted, shall form a seal preventing the entry of moisture, dust and

insects into the lamp housing. A one piece gasket, shall be used for this purpose. The material of the gasket shall be silicon sponge material shall not deteriorate or suffer permanent deformation during the life of the floodlight luminaire. The gaskets shall not deteriorate due to light, heat or compression to which they will be exposed in practice. Further, gaskets shall be positively retained in their seating and shall not work loose during maintenance of the floodlight luminaire.

6.5.4 A minimum of four rust free coated steel clamps shall be used to secure the bowl to the housing. Wing-nuts or screws will not be acceptable.

6.6 Lamp holders and Brackets6.6.1 The lamp holder shall be the standard type and the main lamp contact shall be

spring-loaded to maintain efficient electrical contact with the lamp terminal without deterioration due to temperature, climatic conditions or vibration which might be encountered during normal service.

6.6.2 For additional insulation against ignitor spark-over a suitable fibre washer for E40 GES lamp holders shall be used.

6.6.3 Lamp holders shall be rated at the appropriate lamp ignition voltage.6.6.4 Lamp holder brackets and lamp supports shall accept and retain lamps which are

within the dimensional tolerances stated in the appropriate lamp standard and shall locate the light source in the correct relationship to the optical control devices of the luminaire. With luminaires for lamps of greater rating than 150W, the lamp holder shall be mounted firmly to an aluminium bracket. Alternatively the lamp holder is to be mounted directly onto aluminium bosses which protrude into the lamp housing from the gear compartment.

6.6.5 A lamp fully inserted into the lamp holder shall be rigidly held with its axis substantially coincident with that of the lamp holder under normal conditions of wind, vibration and mechanical shock.

6.6.6 When provision is made for alternative sizes of lamps or light centre positions, the adjusting means shall be positive and be firmly retained in clearly identified positions.

6.6.7 It shall be possible to insert and withdraw the lamp without undue stress.6.7 Reflectors6.7.1 Reflectors system shall be of high grade 99, 98% super pure deep anodised

aluminium.6.7.2 Reflectors system shall consist of a back reflector and two side reflectors.6.7.3 Reflectors system or any other light controlling component shall be such that they can

only be fitted or replaced in the correct relationship to their light source.6.7.4 Reflectors system shall not deform due to heat from the lamp. Reflectors shall be well

secured into position to prevent it from deforming.6.7.5 The floodlight luminaire shall be available in a symmetrical and asymmetrical narrow,

medium, wide and extra wide beam distribution.6.8 Control Gear6.8.1 General6.8.1.1 Control gear shall be housed fully within the body of the luminaire and be suitable

for operation with the specified rating of lamp.6.8.1.2 The control gear compartment (containing the ballast, capacitor, ignition devices,

and terminal connectors) shall be manufactured from high or low pressure die cast aluminium for good heat dissipation. It shall consist of a lid and body that shall seal the control gear compartment to an IP54 ingress protection rating when closed. Lid shall be secured onto the fitting with at least two stainless steel screws or bolts. These screws or bolts shall be held captive once loosened.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

11

Page 12: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

6.8.1.3 Control gear shall be mounted on removable gear-tray for ease of maintenance and not on the access door.

6.8.1.4 The control gear compartment shall be so designed that there is sufficient space to permit repairs, replacement of components and reassembly without difficultly, without the removal of the floodlight luminaire from its mounting.

6.8.2 BallastsAs per section 5.9.2.6.8.3 CapacitorsAs per section 5.9.3.6.8.4 Ignition DevicesAs per section 5.9.4.6.9 Electrical ConnectorsAs per section 5.10.6.10 EarthingAs per section 5.11.6.11 Photocell ControlAs per section 5.12.6.12 WiringAs per section 5.13.

7. STREET LIGHT AND FLOODLIGHT LUMINAIRE MARKINGS7.1 The provision of Section 3 of SANS 60598-1 shall apply together with the requirement

of 7.2 and 7.3.7.2 Each luminaire shall be distinctly marked (25 mm high lettering) on the outside of the

control gear compartment, where it can be easily seen, with the following information:Rated wattage of luminaire in accordance with the description specified, eg 70 W;The type of lamp for which the luminaire is designed, eg, HPS for high-pressure sodium lamps and MV for high pressure mercury vapour lamps; andIn the case of HPS lamps, tubular - HPS/T.

7.3 The labelling shall display the following colours for the various light sources:High Pressure Sodium Luminaire: OrangeMetal Halide: Green

7.4 A luminaire delivered without the specified markings will be rejected.

8. STREET LIGHT AND FLOODLIGHT LUMINAIRE PACKAGINGEach luminaire shall be delivered completely assembled ready for use and shall be individually packed in suitable containers such as cardboard boxes. The smaller luminaires may be packed two per box. The containers shall be marked with appropriate description and stock code of the lamp contained within.

9. STREET LIGHT AND FLOODLIGHT LUMINAIRE DOCUMENTATIONFull technical and descriptive details, relating to all the items offered in this enquiry, shall be submitted together with the bid. This shall include:Materials used;Method of manufacture;Details of quality assurance procedures; and Drawings, etc.

10. STREET LIGHT AND FLOODLIGHT LUMINAIRE SPARES10.1 Bidders shall state their recommendations regarding the stocking of spare parts,

which will be ordered at the discretion of the Metro Council and shall indicate whether such spare parts are available ex local stocks.

10.2 Any spare apparatus shall be subject to the same specification, tests and conditions as similar material supplied under the main contract.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

12

Page 13: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

10.3 Bidders shall guarantee that spare components of all types shall be available for a period of at least 5 years following contract award. The contractor will be required to give at least 12 months’ notice of any sub-contractor’s intension to cease the manufacture of any component.

11. STREET LIGHT AND FLOODLIGHT LUMINAIRE TEST REPORTSFailure to provide test reports of the following tests called for may result in the rejection of the tender:Type tested in accordance with SANS 475 IP rating tested in accordance with SANS 60598-2-3Certified data from a recognized test authority regarding degradation of the material and depreciation of light transmission under working conditions, i.e. temperature and ultra-violet irradiation for the following:Material of the body;Material of the bowl; andMaterial of the reflector.Optical data. (See section 12)

12. PARTICULARS TO BE SUPPLIED FOR STREET LIGHT AND FLOODLIGHT LUMINAIRE

12.1 The following diagrams certified by SANS or SANS accredited laboratory shall be submitted with the tender. All diagrams shall relate to the luminaire offered and to the lamp rating specified. The diagrams shall be of a reasonable size, for example 150 mm × 150 mm at least. ISO lux diagram of the luminaire offered in ratios of mounting height to

transverse and longitudinal distance for the luminaire mounted horizontally. Utilisation curves for the luminaire mounted at 15º. Principal vertical polar curve and polar curve in vertical plane parallel to street

axis expressed in units of candela per 1 000 lamp lumens. Polar curves for the luminaire taken at approximately 15º intervals for the

luminaire mounted horizontally and expressed in units of candela per 1000 lamp lumens.

OR

Isocandela diagram for the luminaire mounted horizontally and expressed in units of candela per 1000 lamp lumens.

12.2 All bids shall be submitted together with photometric data for all luminaires offered including a software program (e.g. CIE 140 design software) to process and verify photometric data in relation to streetlight design as per the scheme price offered in the pricing schedule. Bidders may offer as additional technical data, luminaire performance tables for various mounting heights, pole arrangements and road surfaces.In a strive to safe time during adjudication processes, only ACCEPTABLE bids will be evaluated further by verifying performance specifications using the provided software program (e.g. CIE 140 design software).

12.3 No bid will be considered unless bidders submit with their bid luminous intensity distribution tables on electronic media in a form compatible with certified street lighting design software to perform design calculations according to requirements. The information shall be provided on CD Rom and shall have been approved by the South African Bureau of Standards (SANS) or by a test authority accredited by the SANS.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

13

Page 14: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

NB: The above mentioned technical data and design software shall be supplied together with the bid. Bidders failing to comply with the requirements of 12.1; 12.2 and 12.3 above will NOT BE CONSIDERED for this bid.

13. MATERIAL TESTINGLuminaires offered may be subjected to an accelerated ageing test to evaluate the design and quality of materials used.

14. LUMINAIRE DIRT DEPRECIATION FACTORSThe amount of dirt accumulation depends on both the IP rating (i.e. the protection classification – see 5.3) of the luminaire and the environment in which the luminaire is installed. EMM is generally a heavy industrial area and its ambient air pollution is rated as SEVERE. Table B.1 below gives details of the relative dirt depreciation factors for stated ratings and environmental aspects. The table is based on the following environmental conditions: a) Clean: No smoke-generating or dust generating activities nearby. Moderate traffic.

The ambient particulate level does not exceed 300 μg/m3 (rural areas).

b) Average: Moderate smoke-generating or dust-generating activities nearby. Heavier traffic. The ambient particulate level does not exceed 600 μg/m3 (residential and light industry areas).

c) Dirty: Smoke or dust plumes generated by activities nearby could occasionally envelop the luminaire (heavy industrial areas).

Table B-1 SANS 10098-1:2007 – Dirt depreciation factors.1 2 3 4 5 6 7

IP rating of luminaire Environment Light output ratio

Burning period, months 12 18 24 30 36

IP2

CleanAverageDirty

0.900.620.53

0.820.580.48

0.790.560.45

0.780.530.42

0.750.520.41

IP5

CleanAverageDirty

0.920.900.89

0.910.880.87

0.900.860.84

0.890.840.80

0.880.820.76

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

14

Page 15: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

IP6

CleanAverageDirty

0.930.920.91

0.920.910.90

0.910.890.88

0.900.880.86

0.890.870.83

Coated lamps are to be used for calculation purposes (not clear lamps).

Annex A – Health, Safety, and Environmental Issues

This Schedule shall be completed, signed and returned with the bid document of which it forms part.

Bidders shall state in clear and explicit terms all necessary information pertaining to the products offered.

Ref. Issues Remarks

1 List of all materials used in the product

2

(a) Does product pose any health risks to persons handling the product?

(b) If YES, state the type of protective gear required to handle the product (eg. leather gloves, masks, etc.)

3

(a)How should the product be stored

(c) What is its shelf life?

4

(a) Are any toxic by-products produced (gaseous, solid or liquid) in the event of the product being exposed to fire or heated?

(b) If YES, specify the temperatures at which these toxic by-products are produced

5 What percentage of the product can be recycled?

6State any other pertinent and relevant information relating to health, safety, and environmental issues

Note: If the space provided is insufficient, bidders shall include other relevant information as part of the attached and shall be clearly referenced.

NB: THE MAXIMUM DELIVERY PERIOD FOR EACH ITEM OF THE PRICING SCHEDULE IS 4 WEEKS.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

15

Page 16: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

MBD 3.1

PRICING SCHEDULE – FIRM PRICES(PURCHASES)

NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of bidder……………………………………………………………………..

OFFER TO BE VALID FOR 60 DAYS FROM THE CLOSING DATE OF BID.

SCHEDULE OF PRICES/ RATES:BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

16

Page 17: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

Item DescriptionQuantity (Q)

Unit Price (P) in Rands

Price excluding Vat (Q x P) in Rands

Minimum threshold On local content

1 Luminaire, Street light, 250W High Pressure Sodium, Semi-cut-off, Group A, Side Entry with incorporated 10amp MCB for use with tubular lamp. 50 R R

100%

Vat 14% RTotal Including Vat R

Note:

1.1 Price schedule on the advert must be completed even if you submit/attach a separate quotation to the document.

1.2 Price schedule to be completed in full ie: Rates; unit prices; sub-totals; vat if applicable and totals

Failure to complete the local content forms will lead to disqualification.

- Does the offer comply with the specification(s)? *YES/NO

- If not to specification, indicate deviation(s) ……………………………………………………......

- Period required for delivery ……………………………………….……………………………….... - Brand name of goods (not applicable to services) ……………………………………………......

- Name of Authorised Person: ………………………………………………………………………………………………...

-Signature: ……………………………………………………… Date...................................................................

-Witness: ………………………………………………………..

Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

17

Page 18: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

insurance fund contributions and skills development levies.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

18

Page 19: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

19

Page 20: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

SATS 1286.2011

Annex D

Imported Content Declaration - Supporting Schedule to Annex C

(D1) Tender No.(D2) Tender description: (D3) Designated Products:(D4) Tender Authority:(D5) Tendering Entity name:(D6) Tender Exchange Rate: Pula EU R 9.00 GBP R 12.00

Calculation of imported content Summary

Tender item no's

Local supplier Overseas Supplier

Forign currency

value as per Commercial

Invoice

Tender Exchange

Rate

Local value of imports

Freight costs to port of entry

All locally incurred

landing costs & duties

Total landed cost excl VAT

Tender QtyExempted imported

value

(D7) (D9) (D10) (D11) (D12) (D13) (D14) (D15) (D16) (D17) (D18)

(D19) Total exempt imported value R 0

B. Imported directly by the Tenderer Calculation of imported content Summary

Tender item no's

Unit of measure

Overseas Supplier

Forign currency

value as per Commercial

Invoice

Tender Rate of Exchange

Local value of imports

Freight costs to port of entry

All locally incurred

landing costs & duties

Total landed cost excl VAT

Tender Qty Total imported value

(D20) (D22) (D23) (D24) (D25) (D26) (D27) (D28) (D29) (D30) (D31)

(D32) Total imported value by tenderer R 0

Calculation of imported content Summary

Unit of measure Local supplier Overseas Supplier

Forign currency

value as per Commercial

Invoice

Tender Rate of Exchange

Local value of imports

Freight costs to port of entry

All locally incurred

landing costs & duties

Total landed cost excl VAT

Quantity imported

Total imported value

(D34) (D35) (D36) (D37) (D38) (D39) (D40) (D41) (D42) (D43) (D44)

(D45) Total imported value by 3rd party R 0

D. Other foreign currency payments Summary of payments

Local supplier making the

payment

Overseas beneficiary

Foreign currency value paid

Tender Rate of Exchange

Local value of payments

(D47) (D48) (D49) (D50) (D51)

Signature of tenderer from Annex B

Date:

C. Imported by a 3rd party and supplied to the Tenderer

`

Description of imported content

(D33)

A. Exempted imported content

Note: VAT to be excluded from all calculations

Description of imported content

(D8)

This total must correspond with Annex C - C 21

Calculation of foreign currency payments

Type of payment

(D46)

Description of imported content

(D21)

`

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

20

Page 21: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

SATS 1286.2011

(E1) Tender No.(E2) Tender description: (E3) Designated products:(E4) Tender Authority:(E5) Tendering Entity name:

Local Products (Goods, Services

and Works)Local suppliers Value % of LC

(E7) (E8)

(E9) Total local products (Goods, Services and Works) R 0

(E10) Manpower costs ( Tenderer's manpower cost) R 0

(E11) Factory overheads (Rental, depreciation & amortisation, utility costs, consumables etc.) R 0

(E12) Administration overheads and mark-up (Marketing, insurance, financing, interest etc.) R 0

(E13) Total local content R 0

Signature of tenderer from Annex B

Date:

This total must correspond with Annex C - C24

Description of items purchased

Annex E

Local Content Declaration - Supporting Schedule to Annex C

(E6)

Note: VAT to be excluded from all calculations

NAME OF BIDDING ENTITY ……………………………………………………….BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

21

Page 22: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

FORM “F”

EKURHULENI METROPOLITAN MUNICIPALITYQUOTATION NUMBER: …………………………..

THE SUPPLY, DELIVERY AND OFF-LOADING IN GOOD CONDITION OF ……………………………………………………………………………………………………

…………….

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.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

22

Page 23: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

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

Wherex is the imported content in Randy 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.

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).

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

23

Page 24: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

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:

Industry/Sector/Sub - Sector Minimum threshold for Local Contentbuses (bus body) 80%Textile; Clothing; Leather and Footwear. 100%Steel Power pylons. 100%Canned / processed vagetables. 80%Rail Rolling stock 65%Pharmaceutical products. 73% (Volumes)(Oral solid dosage tender). Set-top boxes for TV digital migration. 30%Furniture Products:

Office Furniture. School Furniture. Base and Mattress.

85% 100% 90%

Solar Water Heater Components. 70%Electrical and Telecommunication Cable Products. 90%

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

24

Page 25: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

25

Page 26: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

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 exchangeUS DollarPound SterlingEuroYenOther

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

5.1. If yes, provide the following particulars:(a) Full name of auditor: ………………………………………………………(b) Practice number:

………………………………………………………………………..

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

26

Page 27: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

(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)

6. 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.

LOCAL CONTENT DECLARATION(REFER TO ANNEX B OF SATS 1286:2011)

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

27

Page 28: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

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 BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

28

Page 29: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

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) RImported content (x), as calculated in terms of SATS 1286:2011 RStipulated 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.

(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: ___________

MBD 4DECLARATION OF INTEREST

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

29

Page 30: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

1. No bid will be accepted from persons in the service of the state¹.

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.

3 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1 Full Name of Owner of the Bidding Entity: ….…………………………………….

3.2 Identity Number if applicable: ……………………………………………………….

3.3 Position occupied in the Company (director, trustee, shareholder²): ………….. ………………………………………………………………………………………………

3.4 Company Registration Number: …………………………………………………….

3.5 Tax Reference Number: ……………………………………………………………..

3.6 VAT Registration Number: …………………………………………………………

¹MSCM Regulations: “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 No.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.

² Shareholder” means a person who owns shares in the company and is actively involved in the management of the company or business and exercises control over the company.

3.7 The names of all directors/ trustees/ shareholders’ members, their individual identity numbers and state employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? (Tick applicable box)

3.8.1 If yes, furnish particulars. ….…………………………………………………3.9 Have you been in the service of the state for the past twelve months?

(Tick applicable box)

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

YES NO

YES NO

30

Page 31: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

3.9.1 If yes, furnish particulars.………………………...………………………..

3.10 Do you have any relationship (close family member, partner or associate) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid?

(Tick applicable box)

3.10.1 If yes, furnish particulars.………………………………………………………………………………

3.11 Are you aware of any relationship (close family member, partner or associate) between any other bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid? (Tick applicable box)

3.11.1 If yes, furnish particulars………………………………………………………………………………

3.12 Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders in service of the state?

(Tick applicable box)

3.12.1 If yes, furnish particulars.……………………………………………………………………………….

3.13 Are any spouse, child or parent of the company’s directors trustees, managers, principle shareholders or stakeholders

in service of the state? (Tick applicable box)

3.13.1 If yes, furnish particulars.……………………………………………………………………………….

3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this companyhave any interest in any other related companies or business whether or not they are bidding for this contract. (Tick applicable box)3.14.1 If yes, furnish particulars:

……………………………………………………………………………..

4. Full details of directors / trustees / members / shareholders. (attach for additional)

Full Name Identity Number State Employee Number

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

YES NO

YES NO

YES NO

YES NO

YES NO

31

Page 32: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

CERTIFICATION

I, THE UNDERSIGNED (NAME) ………………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT.

I ACCEPT THAT THE STATE AND/OR THE EMM MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………….. …………………………………….. Signature Date

…………………………………. ……………………………………… Capacity Name of Bidding Entity

NAME OF BIDDING ENTITY ……………………………………..

EKURHULENI METROPOLITAN MUNICIPALITY

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

32

Page 33: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

QUOTATION NUMBER: .........

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Municipal Bidding Document must form part of all bids 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 bid of any bidder may be rejected if that bidder, 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 system;

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

municipal or other public sector contract during the past five years; ord. been listed in the Register for Tender Defaulters in terms of section 29 of the

Prevention and Combating of Corrupt Activities Act (No 12 of 2004).

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

(tick applicable)

Item Question Yes No4.1 Is the bidder or any of its directors listed on the National

Treasury’s database as a company or person prohibited from doing business with the public sector?(Companies or persons who are listed on this database were informed in writing of this restriction by the National Treasury after the audi alteram partem rule was applied).

Yes No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)?

(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) 3265445).

Yes No

4.2.1 If so, furnish particulars:

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

33

Page 34: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

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

Yes No

4.3.1 If so, furnish particulars:

Item Question Yes No4.4 Does the bidder or any of its directors owe any

municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?

Yes No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes No

4.7.1 If so, furnish particulars:

GENERAL CRITERIA

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

34

Page 35: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

Provide information on the following:

Infrastructure: Physical facilities

Description (i.e. offices, warehouse etc.)

Physical Address

Street Name:

Suburb:

Town:

Province:

Postal Code:

Plant / Equipment

Provide information on plant / equipment that you have available for this project. Attach details/ list if the space provided is not enough.

Description: Owned Plant / Equipment Number of units

Description: Hired Plant / Equipment Number of units

Description: Plant / Equipment to be purchased Number of units

Size of enterprise and current workload

What was your turnover in the previous financial year? R

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

35

Page 36: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

What is the estimated turnover for your current financial year? RList your current contracts and obligations

Description Value (R) Start date DurationExpected

completion date

Do you have the capacity to supply the goods and services described in this bid, should the contract be

awarded to you? ____________________________________________________________________________

Staffing ProfileProvide information on the staff that you have available to execute this contract (attach a separate list if the space provided is insufficient)

Own staff: gender and race Number of staff

Staff to be employed for the project: gender and race Number of staff

Proposed Key Personnel

Provide information on key staff you intend utilising on this contract, should it be awarded to you. (In case of engineering construction projects key staff is defined as staff of foreman level and above)Name and Surname Position in your Qualifications Experience HDI

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

36

Page 37: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

organisation status (Y/N)

Previous experience

Provide the following information on relevant previous experience (indicate specifically projects of similar or larger size and/or which is similar with regard to type of work. No points will be awarded if reference cannot be reached or if it refuses to supply information.

Description Value (R, VAT excluded)

Year(s) executed

ReferenceName Organisation Tel no

MBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

37

Page 38: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

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, 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 R200 000 (all applicable taxes included); and

1.2 The value of this bid is estimated not to exceed R200 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:

(a) Price; and(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

2.3.1.2 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 to sign this form and submit a B-BBEE Verification Certificate as provided 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 or original stamped affidavit signed by a commissioner of oaths or SAPS (download from dti website: www.thedti.gov.za) with the bid, will be interpreted to mean that preference points for 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 in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS

2..1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies;

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

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;

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

38

Page 39: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

“bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration;

2.7 “consortium or joint venture” means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;

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

2.9 “EME” means any enterprise with an annual total revenue of R10 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, or abolition of customs or excise duty and any other duty or 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 o operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder;

2.12 “non-firm prices” means all prices other than “firm” prices;

2.13 “person” includes a juristic person;

2.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties;

2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of GoodPractice 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 orbequeathed to a trustee to administer such property for the benefit of another person; and

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

3. ADJUDICATION USING A POINT SYSTEM3.1 The bidder obtaining the highest number of total points will be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts.

3.3 Points scored must be rounded off to the nearest 2 decimal places.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

39

Page 40: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

3.4 In the event that two or more bids have scored equal total points, the successful bidmust 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 havescored equal points including equal preference points for B-BBEE, the successful bid mustbe 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 thedrawing of lots.

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 points is allocated for price on the following basis:

80/20

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

5. Points awarded for B-BBEE Status Level of Contribution

5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:B-BBEE Status Level ofContributor

Number of points(90/10 system)

Number of points(80/20 system)

1 10 202 9 183 8 164 5 125 4 86 3 67 2 48 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 or original stamped affidavit signed by a commissioner of oaths or SAPS (download from dti website: www.thedti.gov.za). 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.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

40

Page 41: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submit their B-BBEE status level certificate.

5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submit their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended subcontractor is an EME that has the capability and ability to execute the sub-contract.

5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

6. BID DECLARATION

6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1

7.1 B-BBEE Status Level of Contribution: (maximum of 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

8. Tender preference claim in respect of enterprise status or structure of the tendering entity

In the interest of transparency, bidders are required to complete Table 1: Tender Preference Claim below.

Table 1: Tender Preference Claim

Type of B-BBEE Contributor Status (tick box(es) below as applicable)

Exempted Micro Enterprise (EME) greater than 50% black-ownedExempted Micro Enterprise (EME) less than or equal to 50% black-owned

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

41

Page 42: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

Verified B-BBEE contributor B-BBEE Status Level of Contributor1

Non-compliant contributor1 If it is indicated that the company/firm/entity is a verified B-BBEE contributor, then the verified

status level of contributor must be inserted in the box provided (insert a number from 1 to 8, as applicable).

9. Declarations

1) With reference to condition 7 in Section 2 above, the bidder declares that (tick one box as applicable):It intends sub-contracting more than 25% of the value of the contract to sub-contractors that do not qualify for at least the points that the vendor as prime supplier qualifies for It DOES NOT intend sub-contracting more than 25% of the value of the contract to sub-contractors that do not qualify for at least the points that the vendor as prime supplier qualifies for

2) The undersigned warrants that he/she is duly authorised to do so on behalf of the Vendor, confirms that he/she understands the conditions under which preferences are granted, and confirms that the vendor/supplier will satisfy conditions pertaining to the granting of tender preferences.

___________________________________ ___________________________________Signature Date

Print name: ___________________________________

On behalf of the bidder (duly authorised)

MBD 9

EKURHULENI METROPOLITAN MUNICIPALITYCERTIFICATE OF INDEPENDENT BID DETERMINATION (MBD 9)

1 This Form “I“ must form part of all bids¹ invited.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

42

Page 43: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits anagreement between, or concerted practice by, firms, or a decision by an association offirms, if it is between parties in a horizontal relationship and if it involves collusivebidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannotbe justified under any grounds.

3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policymust 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 hascommitted any improper conduct in relation to such system; and

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

4 This Form “I“ serves as a certificate of declaration that would be used by institutions toensure that, when bids are considered, reasonable steps are taken to prevent any formof bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination 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 (MBD 9)

I, the undersigned, in submitting the accompanying bid:

______________________________________________________________________(Bid Number and Description)

in response to the invitation for the bid made by:

Ekurhuleni Metropolitan Municipality

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

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

43

Page 44: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

(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.

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.

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

…………………………………………………. …………………………………Full Names of Person Representing Company Position in Company

ANNEXURE “B”EKURHULENI METROPOLITAN MUNICIPALITY (EMM)

QUOTATION PROCUREMENT FORM

ADJUDICATION OF BIDSBids are adjudicated in terms of EMM Supply Chain Management Policy, and the following framework is provided as a guideline in this regard.

1. Technical adjudication and General CriteriaBids will be adjudicated in terms of inter alia:

Compliance with bid conditions Technical specifications

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

44

Page 45: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

If the bid does not comply with the bid conditions or technical specifications, the bid shall be rejected.

2. Infrastructure. Evaluation of the following in terms of the available buildings/ offices and physical location of the bidder.

3. Plant and Equipment. Evaluation of the following in terms of the size, nature and complexity of goods and/or services required:

Physical facilities Plant and equipment available for the contract owned by the bidder Plant and equipment the bidder intends renting, should the contract be awarded to him.

4. Size of enterprise, and current workload

Evaluation of the bid’s position in terms of:

Previous and expected current annual turnover Current contractual obligations Capacity to execute the contract

Financial ability to execute the contract

Evaluation of the bid’s financial ability to execute the contract. Emphasis will be placed on the following:

1. Surety proposed2. Estimate cash flow3. Contact the bid’s bank manager to assess the bidder’s financial ability to execute the contract

and the bidder hereby grants his consent for this purpose.5. Staffing profile

Evaluation of the bid’s position in terms of:

Staff available for this contract being bidded for Qualifications and experience of key staff to be utilised on this contract.

6. Previous experience

Evaluation of the bid’s position in terms of his previous experience. Emphasis will be placed on the following:

Experience in the relevant technical field Experience of contracts of similar size Some or all of the references will be contacted to obtain their input.

7. Good standing with SA Revenue Service

Establish whether a valid original tax clearance certificate or copy thereof has been submitted with the Bid document on closing date of the bid. If no such Certificate or copy thereof has been submitted, the bid must be rejected. If a valid original tax clearance certificate has not been submitted, the bidder must be requested in writing and in the standard format approved by the Executive Director: Legal & Administration, to submit a valid original tax clearance certificate by a specific date and at a specific venue.

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

45

Page 46: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

If the bid does not meet the requirements contained in the EMM Supply Chain Management Policy,

and the mentioned framework, it shall be rejected by the Municipality, and may not subsequently

be made acceptable by correction or withdrawal of the non-conforming deviation or reservation.

8. Total Bid Adjudication Points

The total number of bid adjudication points awarded, is the sum of:

Bid price points + meeting specific goals points (not to exceed 100)

9. PenaltiesThe City Manager must act in terms of paragraph 15 of the Preferential Procurement Policy Regulations 2001, as published on 10 August 2001, against the person awarded the contract upon detecting that a preference in terms of the Preferential Procurement Policy has been obtained on a fraudulent basis, or any specified goals are not attained in the performance of the contract.

Regulation 15 of the Preferential Procurement Policy provides as follows:

“15 (1) An organ of state must, upon detecting that a preference in terms of the Act and these regulations has been obtained on a fraudulent basis, or any specified goals are not attained

in the performance of the contract, act against the person awarded the contract.

(3) An organ of state may, in addition to any other remedy it may have against the person contemplated in sub-regulations (1) –

(a) recover all costs, losses or damages it has incurred or suffered as a result of that person’s conduct;(b) cancel the contract and claim any damages which it has suffered as a result of having to make less

favourable arrangements due to such cancellation;(c) impose a financial penalty more severe than the theoretical financial preference associated with the claim

which was made in the tender; and(d) restrict the contractor, its shareholders and directors from obtaining business from any organ of state for a

period not exceeding 10 years.

DECLARATION

I, the undersigned hereby confirm that the information herein is a true reflection of the facts presented, and the person signing this document on behalf of the bidder duly authorised to do so. Should this not be the fact, stipulations regarding this as contained in the EMM’s Policy applies. I accept that the EMM may act against me in terms of paragraph 23 of the general conditions of contract should this declaration prove to be false.

Signing of the quotation in the appropriate spaces, as well as the initialling any amendments by the bidder mandatory.

_____________________

MR K NGEMA SIGNATURE OF BIDDERCITY MANAGEREKURHULENI METROPOLITAN MUNICIPALITY

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

46

Page 47: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

PLEASE REMEMBER:

IN THE CASE OF A JOINT VENTURE, THE VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY/IES THEREOF, OF EACH PARTNER, MUST BE SUBMITTED WITH THE BID DOCUMENT

IN THE CASE OF A JOINT VENTURE, COPIES OF MUNICIPAL ACCOUNTS NOT OLDER THAN THREE (03) MONTHS OF EACH PARTNER, MUST BE SUBMITTED WITH THE BID DOCUMENT

VALID TAX CLEARANCE CERTIFICATE

BBBEE CERTIFICATE/ ORIGINAL CERTIFIED AFFIDAVIT

ANY OTHER DOCUMENTS AS MAY BE REQUIRED FROM THE QUOTATION

ATTACH ALL REQUIRED DOCUMENTS TO THE LAST PAGE OF YOUR BID DOCUMENT

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

47

Page 48: ANNEXURE “B - Ekurhuleni€¦  · Web viewBefore completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local

Statistics page to be inserted in landscape

Full Names & Surname Identity Number Members or Directors Tax Reference

HDI%

Male%

Female%

Disabled%

Youth%

EMMBased

Y N

BIDDER: EMM:Initial: Authorized Signatory/ies 1).…………………. Initial: EMM………..………. 2)………………….. Witness: ……………………

48