REQUEST FOR PROPOSALS (RFP) FOR THE supply … 1.pdfAPPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE...

52
Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 1 of 52 Issue Date:[-----------] REQUEST FOR PROPOSALS (RFP) FOR THE supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months BID NUMBER: KZN/CRES/02/2018/005/T

Transcript of REQUEST FOR PROPOSALS (RFP) FOR THE supply … 1.pdfAPPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE...

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 1 of 52 Issue Date:[-----------]

REQUEST FOR PROPOSALS (RFP)

FOR THE supply of Uniform /PPE to the facilities

department in the KZN region and for a period of 36 months

BID NUMBER: KZN/CRES/02/2018/005/T

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 2 of 52 Issue Date:[-----------]

This RFP must be used for Acquisition of Goods, Services & Works below R50million.

REQUEST FOR PROPOSAL

for / on behalf of PRASA

Bid Number: KZN/CRES/02/2018/005/T

Bid Scope:

the supply of Uniform /PPE to the facilities department in the KZN

region and for a period of 36 months.

Issue Date: 03 April 2018

[Compulsory Briefing Session for Bidders]

12 April 20118 @ 10:00 AM

Closing Date for Submissions of Bids

07 May 2018 @ 12:00PM

Closing Date for Questions and Answers Session

26 April 2018 @ 16:00 PM

Contact person: Qiniso Makaluza or PS Padayachee

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 3 of 52 Issue Date:[-----------]

Disclaimer

This document is provided solely for the purpose set out in this notice and is not intended to form

any part or basis of any investment decision by Bidders. The recipient should not consider the

document as an investment recommendation by PRASA or any of its advisers. Each person to

whom this document (and other later documents) is made available must make his own independent

assessment of the Project after making such investigation and taking such professional advice as

he/she or it deems necessary. Neither the receipt of this document or any related document by any

person, nor any information contained in the documents or distributed with them or previously or

subsequently communicated to any Bidder or its advisers, is to be taken as constituting the giving of

an investment advice by PRASA or its advisers.

Whilst reasonable care has been taken in preparing this Request for Proposals (“RFP”) and other

documents, they do not purport to be comprehensive or true and correct. Neither PRASA nor any of

its advisers accept any liability or responsibility for the adequacy, accuracy or completeness of any

of the information or opinions stated in any document.

No representation or warranty, express or implied, is or will be given by PRASA, or any of its officers,

employees, servants, agents or advisers with respect to the information or opinions contained in any

document or on which any document is based. Any liability in respect of such representations or

warranties, howsoever arising is hereby expressly disclaimed.

PRASA reserves the right to amend, modify or withdraw this RFP, or to amend the process for the

Project at any time and from to time to time, without prior notice and without liability to compensate

or reimburse any party or person.

PRASA is not obliged to accept any response to the RFP to this document or to appoint a final

bidder. PRASA reserves the right to reject a response to the RFP at any time.

All costs and expenses incurred by Bidders in submitting responses to this RFP for the Project shall

be borne by the Bidders and PRASA shall not be liable for any costs or expenses whatsoever or any

claim for reimbursement of such costs or expenses.

Any requirement set out in this RFP regarding the content of a response to the RFP is stipulated for

the sole benefit of PRASA, and save as expressly stated to the contrary, may be waived at its

discretion at any stage in the procurement process. PRASA reserves the right to adopt any proposal

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 4 of 52 Issue Date:[-----------]

made by any Bidder at any time and to include such proposal in any procurement document which

may or may not be made available to other Bidders.

If any recipient, Bidder or its employees, advisers or agents make or offers to make any gift to any

of the employees of PRASA or consultant to PRASA on the Project either directly or through an

intermediary then such recipient, Bidder will be disqualified forthwith from participating in the Project.

Each recipient of this document agrees to keep confidential any information of a confidential nature

which may be contained in the information provided (the “Confidential Information Provided”). The

Confidential Information Provided may be made available to a Bidder’s, Bidder’s subcontractors,,

employees and professional advisers who are directly involved in the appraisal of such information

(who must be made aware of the obligation of confidentiality) but shall not, either in the whole or in

part, be copied, reproduced, distributed or otherwise made available to any other party in any

circumstances without the prior written consent of PRASA, nor may it be used for any other purpose

than that for which it is intended.

These requirements do not apply to any information which is or becomes publicly available or is

shown to have been made available (otherwise than through a breach of a confidentiality obligation).

Bidders, Key Contractors and their constituent members, agents and advisers, may be required to

sign confidentiality Contracts/undertakings (in such form as PRASA may require from time to time).

All Confidential Information Provided (including all copies thereof) remains the property of PRASA

and must be delivered to PRASA on demand. Further, by receiving this RFP each Bidder and each

of its members agrees to maintain its submission in Bid to this RFP confidential from third parties

other than PRASA and its officials, officers and advisers who are required to review the same for the

purpose of procurement of the Project.

Any Recipient residing outside the Republic of South Africa is urged to familiarise itself with and to

observe any regulatory requirements relevant to the proposed transaction (whether these derive

from a regulatory authority within or outside the Republic of South Africa).

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 5 of 52 Issue Date:[-----------]

CONTENT

Chapter Description Page

1 LIST OF APPENDIXES 6

2 LIST OF ANNEXURES 7

3 ACRONYMS 8

4 INTERPRETATION 9

5 DEFINITIONS 10

6 ISSUANCE OF THE RFP 11

7 INTRODUCTION AND BACKGROUND 12

8 THE SCOPE OF WORK 13

9 PURPOSE OF THE RFP 22

10 RFP TIME TABLE 23

11 CONTRACT DURATION 24

12 BIDDERS REQUIREMENTS 25

13 GENERAL ISSUES 28

14 THE EVALUATION 30

15 INSTRUCTION FOR RESPONDING TO THE RFP 33

16 GENERAL CONDITIONS 37 17 SUBCONTRACTING AS A CONDITION OF BID FOR PROCUREMENT ABOVE R30 MILLION

(Regulation 9)

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 6 of 52 Issue Date:[-----------]

1 LIST OF APPENDIXES

SBD1 INVITATION TO BID PART A SBD1 TERMS AND CONDITIONS FOR BIDDING PART B PART C BID FORM PART D SITE INSPECTION/ BID BRIEFING SESSION PART E STATEMENT OF WORKS SUCCESSFULLY CARRIED OUT BY THE BIDDER PART F SECURITY SCREENING SBD4 DECLARATION OF INTEREST SBD5 THE NATIONAL INDUSTRIAL PARTICIPATION PROGRAMME SBD6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017 SBD6.2 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS SBD8 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES SBD9 CERTIFICATE OF INDEPENDENT BID DETERMINATION

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 7 of 52 Issue Date:[-----------]

2 LIST OF ANNEXURES

PRASA’S Condition of Bid 1

Subcontracting as a Condition of Bid for Procurement above R30 million (regulation 9)

Bid Bond –Where applicable

Performance Bond- Where applicable

Evaluation Matrix

Specification, etc.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 8 of 52 Issue Date:[-----------]

3 ACRONYMS

BBBEE Broad Based-Black Economic Empowerment

[CIDB Construction Industries Development Board]

PPPFA Preferential Procurement Policy Framework Act 5 of 2000, as amended from

time to time

PFMA Public Finance Management Act No.1 of 1999, as amended from time to

time

PRASA Passenger Rail Agency of South Africa

RFP Request for Proposals

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 9 of 52 Issue Date:[-----------]

4 INTERPRETATION

In this RFP, unless inconsistent with or otherwise indicated by the context –

4.1 headings have been inserted for convenience only and should not be taken into account in

interpreting the RFP;

4.2 any reference to one gender shall include the other gender;

4.3 words in the singular shall include the plural and vice versa;

4.4 any reference to natural persons shall include legal persons and vice versa;

4.5 words defined in a specific clause have the same meaning in all other clauses of the RFP,

unless the contrary is specifically indicated;

4.6 any reference to the RFP, schedule or appendix, shall be construed as including a

reference to any RFP, schedule or appendix amending or substituting that RFP, schedule

or appendix;

4.7 the schedules, appendices and Briefing Notes issued pursuant to this RFP, form an

indivisible part of the RFP and together with further clarifying and amending information

provided by PRASA, constitute the body of RFP documentation which must be complied

with by Bidders;

4.8 in the event of any inconsistency between this RFP or other earlier information published

with regard to the Project, the information in this RFP shall prevail; and

4.9 this RFP shall be governed by and interpreted in accordance with South African law.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 10 of 52 Issue Date:[-----------]

5 DEFINITIONS

In this RFP and in any other project documents (as defined below) which so provides, the

following words and expressions shall have the meaning assigned to them below and cognate

expressions shall have a corresponding meaning, unless inconsistent with the context:

5.1 “Accounting Authority” means the Board of Control of PRASA;

5.2 “Contract” means the Contract to be entered between PRASA and the successful Bidder for

the provision of the [goods, services and works] procured in this RFP.

5.3 “Bid” means the Bid to the RFP submitted by Bidders;

5.4 “Bidders Briefing Session” means the compulsory briefing session to be held at the Head

office of PRASA or any other place determined by PRASA in order to brief the Bidders

about this Bid;

5.5 “Black Enterprise” means an enterprise that is at least 51% beneficially owned by Black

People and in which Black People have substantial Management Control. Such beneficial

ownership may be held directly or through other Black Enterprises;

5.6 “Black Equity” means the voting equity held by Black People from time to time;

5.7 “Black People” means African, Coloured and Indian South African citizens, and “Black

Person” means any such citizen ;

5.8 “Black Woman” means African, Coloured and Indian South Africa Female citizen;

5.9 “Briefing Note” means any correspondence to Bidders issued by the PRASA;

5.10 “Business Day” means any day except a Saturday, Sunday or public holiday in South

Africa;

5.11 “Bidders” means individuals, organisations or consortia that have been submitted

responses to the RFP in respect of the Bid;

5.12 “Consortium” means any group of persons or firms jointly submitting a Bid as Bid to this

RFP and “Consortia” means more than one Consortium;

5.13 “Contractor” the successful Bidders who has signed a Contract with PRASA in terms of this

RFP.

5.14 “Closing Date” means the closing date for submission of Bids/proposals by Bidders which is

07 May 2018 @ 12:00PM

5.15 “RFP” means the initial Request for Proposals issued by PRASA for this Bid; and

5.16 “Scope of Work” means the scope of work for this project as detailed in this RFP.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 11 of 52 Issue Date:[-----------]

6 ISSUANCE OF THE RFP

PRASA issues this Request for Proposal to Bidders who shall be entitled to submit responses

in accordance with the terms and conditions of this RFP.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 12 of 52 Issue Date:[-----------]

7 INTRODUCTION AND BACKGROUND

The Passenger rail agency of South Africa (*PRASA*) has identified the need to

appoint a service Provider (As and When required service and delivery), for the

supply of Uniform /PPE to the facilities department in the KZN region for a period of

36 months.

The main objective for issue of this Bid is:

Facilities staff will be able to safely, comfortably and efficiently perform their daily

tasks while appearing distinguished.

The safety, staff morale, appearance and the identity of all Prasa Cres staff will

most certainly be improved.

Region to appoint minimum of three service providers

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 13 of 52 Issue Date:[-----------]

8 THE SCOPE OF WORK

The scope of work for this Bid is: A Service Provider to provide a service (As and When required service and delivery), for the supply of Uniform /PPE to the facilities department in the KZN region for the period of 36months. Below is the copy of the Project Specification 8.1The following specifications and documents shall, inter alia, form part of this contract and the order of precedence shall be as follows: a) The Project Specification (this specification). b) Sample can be viewed on request c) The Schedule of Quantities 8.2. Two piece overall (Male Jacket) SABS APPROVED ACID RESISTANT & FLAME RETARDANT CONTI JACKET FABRIC: 100% Cotton D59 COLOURS: Navy with PRASA logo on the left chest pocket. SABS approved fabric chemical treated to resist heat and sparks and repel acid splashes, oil and water / All style features and fabric construction are to SABS specification / 50mm reflective flame retardant tape on arms for increased visibility / Elasticised sleeve cuffs / Triple needle stitching for extra strength / Side vents for ease of movement 100% cotton, long sleeve, left chest pocket with pen section and press stud flap, 2 large lower pockets open left and right hand, side slits, concealed quality zip front covered by flap, triple stitched, bar tacks on stress point. 8.3. Two piece overall :( Female jacket) WOMEN’S CONTI JACKET FABRIC: 65/35 Polycotton Twill COLOURS: Navy with PRASA logo on the left chest pocket. Zip fastening on chest pockets for secure storage / Adjustable Velcro tabs on cuffs / Concealed quality zip / Slanted entry front pockets / Slightly longer length for comfort / Side slits for ease of movement Side Slits For Ease Of Movement ,Zip Fastening On Pocket, Adjustable Cuff For Better Fit, Slightly Longer Length, Concealed Pocket, Concealed quality Zip, Shaped Side Seams, Side Slits, Zip Fastening On Pocket, Adjustable Cuff Slightly Longer Length, Concealed Inner Pocket, Large Hip Pockets ,Shaped Side Seams ,Concealed Zip Closure. 8.4 Two piece overall :( Male trouser) SABS APPROVED ACID RESISTANT & FLAME RETARDANT CONTI TROUSERS FABRIC: 100% Cotton D59 COLOURS: Navy SABS approved fabric chemical treated to resist heat and sparks and repel acid splashes, oil and water / All style features and fabric construction are to SABS specification / 50mm reflective flame retardant tape above knees for increased visibility / Elasticised waistband / Triple needle stitching for extra strength / Ruler pocket / Bartacks on stress points Back Slant Pockets, Back

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 14 of 52 Issue Date:[-----------]

Pocket,50mm Reflective Tape, Ruler Pocket, Triple Stitched Seams Trouser – 100% cotton D59, half elasticised waistband, metal shank button, loops for belt, back pockets on both sides, triple stitching on inner leg and back rise, slant deep front pockets on both sides , concealed quality zip, bar tacks on stress points, colour navy blue. 8.5 Two piece overall :( Female trouser) WOMEN’S CONTI TROUSERS COLOURS: Navy Triple needle stitching on inner leg seam / slim slant pockets for a smooth fit around hips / half elasticised waistband for comfort and mobility / Concealed quality zip / Bar tacks on all stress points 8.6 Shirt long :( Male) MEN’S LONG SLEEVE SHIRT FABRIC: 60/40 Cotton/poly COLOUR: blue check with PRASA logo on the left chest pocket. Double back pleats / Button down front / Built in collar stays / Chest pocket / Top stitching on yoke, shoulder and armholes for added strength / Posted side seams /Formal cuff and gauntlet with button closures / Bar tacks on stress points 8.6.1 Shirt short :( Male) MEN’S LONG SLEEVE SHIRT FABRIC: 60/40 Cotton/poly COLOUR: blue check with PRASA logo on the left chest pocket. Double back pleats / Button down front / Built in collar stays / Chest pocket / Top stitching on yoke, shoulder and armholes for added strength / Posted side seams /Formal cuff and gauntlet with button closures / Bar tacks on stress points 8.7. Shirt :( Female) WOMEN’S 3/4 SLEEVE BLOUSE FABRIC: 60/40 Cotton/poly COLOURS: blue Check with PRASA logo on the left chest pocket. Semi fit with slits for comfort / two piece collar / Button down front / Chest pocket / Top stitching on yoke, shoulder and armholes for added strength / 3/4 sleeve with cuff slit / Bar tacks on stress points 8.8 Trousers :( Male) MEN’S CHINOS FABRIC: 65/35 Polycotton Twill COLOUR: Navy Pleated front / 2 deep slant pockets with self-fabric pocket bags / Single back welt pocket / Turn up hems / Double needle posting / YKK or similar brass zip / Bar tacks on stress points.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 15 of 52 Issue Date:[-----------]

8.9. Trousers :( Female) WOMEN’S CHINOS FABRIC: 65/35 Polycotton Twill COLOURS: Navy YKK or similar brass zip / Flat front chino / 2 deep slant pockets with self fabric pocket bags / Bar tacks on stress points / Given a wash for softer feel / 2 back jet pockets 8.10. Female skirt WOMEN’S SKIRT FABRIC: 100% polyester, mini matte COLOURS: Navy Easy care, non-crease, non-iron fabric / Pleat detail on front and back / quality zip Kick Pleat Blind Hem 8.11 Jersey V neck :( unisex) MEN’S LONG SLEEVE PULLOVER FABRIC: 100% Acrylic COLOURS: Navy, with PRASA logo on the left chest pocket. Acrylic for durability and easy care / Anti-pill finishes ensuring longevity / Spandex in the hem for better fit 8.12. Jersey :( Female) WOMEN’S CARDIGAN FABRIC: 100% Acrylic COLOURS: Navy with PRASA logo on the left chest pocket. Acrylic for durability and easy care / Anti-pill finish to ensure longevity / Spandex in the hem and cuff for better fit .Button Down Front 8.13 Raincoat :( UNISEX) XTRA STRENGTH RAINSUIT FABRIC: Polyester PVC COLOURS: Navy with PRASA logo on the left chest pocket. Zip flap / Clear side panels in hood / Reinforced seams for extra strength / Heat sealed seams for improved water resistance / Concealed elastic storm cuffs / Stow away hood with draw cord / Draw cord in jacket hem / Ankle poppers on trouser hem / Elasticised waistband / quality Zip 8.14 Safety shoe :( All Supervisors) SHOE COLOURS: Black A corporate shoe / Single density PU sole / Heat resistant up to 95oC / Steel toe cap / Energiser top sock for additional comfort / Five pair eyelet lace up / Full grain leather upper / SANS/ISO 20345 / ANTISTATIC

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 16 of 52 Issue Date:[-----------]

8.15 Safety boots (Male) BOOT COLOURS: Black Double density PU/PU sole / Heat resistant up to 95oC / Composite toe cap / Padded bellows tongue for extra comfort / Generous styled upper for increased foot space / Poron-EVA cushioned top sock for additional comfort / Full grain leather upper / Approved by the South African Podiatry Association / Steel or Kevlar penetration resistant midsole available / SANS/ISO 20345 / ANTISTATIC 8.16. Safety boots (Female) BOOT COLOURS: Black A smart women’s safety boot for all-day wear / Double density PU/PU sole / Heat resistant up to 95oC / Steel toe cap / Elastic side gussets for extra comfort / EVA cushioned top sock for additional comfort / Five pair eyelet lace up / Full grain leather upper / Kevlar midsole option available / SANS/ISO 20345 / ANTISTATIC 8.17. ANKLE GUMBOOT COLOURS: Black Recycled black PVC with flex resistance to avoid surface cracking / Ergonomically designed / UV stabilized PVC to maintain colour durability / Virgin PVC, non-slip, hard wearing sole with strong grip / Superior 100% polyester sock lining / Flexible tread pattern to eliminate surface build up / SABS mould / Moulded wool innersole for comfort 8.18. GENERAL PURPOSE GUMBOOT FABRIC: Recycled PVC upper / Virgin PVC sole COLOURS: Black Extra length general purpose gumboot for comfort and flexibility / Recycled black PVC with flex resistance to avoid surface cracking / Ergonomically designed / UV stabilized PVC to maintain colour durability / Virgin PVC, non-slip, hard wearing sole with strong grip / Superior 100% polyester sock lining / Flexible tread pattern to eliminate surface build up / Moulded wool innersole for comfort / SABS mould 8.19 Parka jacket (All) PARKA JACKET FABRIC: 100% PVC Coated Water Resistant COLOURS: Navy with PRASA logo on the left chest pocket. Water resistant polyester with PVC coating / Polar fleece lining with inside pocket / Adjustable inner waist draw cord / Concealed YKK or similar zip with press stud closure / 2 hip pockets with concealed zips / 2 bellowed chest pockets / Stow away hood with draw cord / Ribbed storm cuffs 8.20. Long sleeve Shirt :( BBS/EL&P Supervisor) LONG SLEEVE WORK SHIRT FABRIC: 100% Cotton COLOURS: Navy with PRASA logo on the left chest pocket.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 17 of 52 Issue Date:[-----------]

Triple needle posting for extra strength / Back Pleats / Extra length curved hem / two chest pockets with button closure / Pen division / hard stone wash 8.21. Short sleeve Shirt :( BBS/EL&P Supervisors) SHORT SLEEVE WORK SHIRT FABRIC: 100% Cotton COLOURS: Navy with PRASA logo on the left chest pocket. Double back pleats / Button down front / 2 front pockets with Velcro closure / Extra length curved hem / Triple needle stitching on all seams for extra strength / Industrial wash / Bar tacks on stress point 8.22. Denim jeans :( BBS/EL&P Supervisors) SEVEN POCKET DENIM JEANS FABRIC: 100% Cotton Denim COLOURS: Indigo Coin pocket / Rivets / Back yoke with deep concealed openings for extra storage / Leather patch / quality zip closure / hard stone wash 8.23. Golfer :( Male) THE GOLFER FABRIC: 100% Cotton Pique Knit COLOURS: Navy with PRASA logo on the left chest pocket. Rib collar / Side slits with bar tacks / Regular fit for comfort / Top stitching on the arm holes & shoulder seams 8.24. Golfer :( Female) WOMEN’S FITTED GOLFER FABRIC: 100% Cotton Pique Knit COLOURS: Navy with PRASA logo on the left chest pocket. Self-fabric collar / Semi-fitted / Side vents with bar tacks / Functional pocket on left chest 8.25. Hat :( All) HAT FABRIC: 100% Cotton COLOURS: Navy with PRASA logo on the left chest pocket. Hard stone washed / wide brim / Logo embroidery / UV radiation protection from the harsh effects of the sun 8.26. Socks :( All) ANTI-BACTERIAL SOX COLOURS: Navy Treated with a Ruco Bach AGP anti-microbial silver based technology / 95% of bacteria is killed within two hours / Do not lead to irritation of sensitive skin / Harmless to normal skin flora /

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 18 of 52 Issue Date:[-----------]

Environmentally friendly / “Antistatic” fibre refers to the antistatic silver coated cotton stripes knitted into the sox / The “Antistatic” fibre conducts electricity away from the body, through the sock and into the shoe and does not diminish over time 8.27. Caps – Beanie style (All) Material 100% acrylic, with PRASA logo in front, colour navy blue. 8.28. Vest – High visibility: Material - rot proof polyester, colour orange with reflective stripes, sleeveless, pocket on left front for ID card, wording “PRASA KZN” 50mm high on the back. 8.29. Logo: 100mm long by 50mm high.

100 x 50mm

8.30. QUALITY 8.30.1 Correspondence stating that all items supplied are SABS compliant. 8.30.2 A detailed specification must be supplied for all items. 8.30.3 Material samples cut to 100mm² must be supplied with tender document for overalls, shirts, jerseys, parka jacket and rain suits (total of 5). These samples must be clearly labelled indication item description and material composition. 8.30.4 Company needs to ensure correct quality is procured as per Prasa specs. 8.30.5 Manufacture to specify garment wash care instructions. 8.30.6 Must be 100% LOCAL CONTENT.PROOF OF PRODUCTION TO BE SUPPLIED WITH THE BID 8. 31. Garment delivery Bulk delivered to stores Prasa Cres stores. Same size / Box. Outside of box labelled with size and quantity. 8.32. PAYMENT 8.32.1 When the items has been delivered, invoices quoting the Contract number and the relevant Purchase order number must be sent to, Prasa Cres KZN. Invoices must be accompanied by a delivery note together with a list detailing the quantity of items and signed by the consignee. 8.32.2 Payment will be as per Schedule of Quantities. 8.32.3 Prices to be fixed for the whole duration of the contract and must include transport costs.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 19 of 52 Issue Date:[-----------]

8.33. TO BE SUPPLIED BY PRASA CRES 5.33.1 The sizes of the various items of uniform and PPE 8.34. TO BE SUPPLIED BY THE CONTRACTOR 8.34.1 The Contractor shall supply all Uniform for the completion of the works including transport. 8.34.2 Contractor to supply the items specified within 2 months. 8.34.3 Contractor to supply detailed item specifications with their tender document. 8.34.4 The contractor must together with their document submit certificates of accreditation for the manufacture or supplier of uniform clothing.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 20 of 52 Issue Date:[-----------]

c) The Schedule of Quantities BOQ

ITEM DESCRIPTION OEM QTY RATE AMOUNT NO R C R C

8.2

Two piece overall (Male Jacket) ea.

110

8.3

Two piece overall :( Female jacket) ea.

91

8.4 Two piece overall :( Male trouser) ea. 110

8.5 Two piece overall :( Female trouser) ea. 91

8.6 Shirt short sleeve:(cleaning supervisor Male) ea. 6

8.6.1 Shirt long sleeve:(cleaning supervisor Male) ea. 6

8.7 Shirt :(cleaning supervisor Female) ea.

16

8.8

Trousers :( cleaning supervisor Male) ea.

6

8.9 Trousers :(cleaning supervisor Female) ea. 8

8.10 Female supervisor cleaning skirt ea. 8

8.11 Jersey V neck :( Male) ea. 125

8.12 Jersey :( Female) ea. 92

8.13 Raincoat :( UNISEX) ea. 223

8.14 Safety shoe :( Supervisors) pair 19

8.15 Safety boots (Male) pair 113

8.16 Safety boots (Female) pair 106

8.17

Ankle gumboot pair

18

8.18 General purpose gumboot pair 90

8.19

Parka jacket (All) ea.

223

8.20 Long sleeve Shirt :( BBS/EL&P Supervisor) ea. 8

8.21 Short sleeve Shirt :( BBS/EL&P Supervisors) ea. 8

8.22 Denim jeans :( BBS/EL&P Supervisors) ea. 8

8.23 Golfer :( Male) ea. 121

8.24 Golfer :( Female) ea. 101

8.25 Hat :( All) ea. 223

8.26 Socks :( All) pair 444

8.27 Caps – Beanie style (All) ea. 223

8.28

Vest – High visibility: ea.

216

SUB TOTAL

VAT 15%

GRAND TOTAL

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 21 of 52 Issue Date:[-----------]

1. YEAR ONE PRICES (FIXED)

Total tender amount per month incl. VAT

2. YEAR TWO ESCALATION

General Price adjustment (CPI %) = …6%

Total tender amount per month incl. VAT

3. YEAR THREE ESCALATION

General Price adjustment (CPI %) = ……6%

Total tender amount per month incl. VAT

TOTAL

YEAR 1

+ YEAR 2

+ YEAR 3

THREE YEARS’ GRAND TOTAL (Transfer this total to the offer page)

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 22 of 52 Issue Date:[-----------]

9 PURPOSE OF THE RFP

This RFP has been prepared for the following purposes:-

9.1 To set out the rules of participation in the Bid process referred to in this RFP.

9.2 To disseminate information on the Project contemplated in this RFP.

9.3 To give guidance to Bidders on the preparation of their RFP Bids.

9.4 To gather information from Bidders that is verifiable and can be evaluated for the purposes of

appointing a successful Bidder.

9.5 To enable PRASA to select a successful Bidder that is:

a) technically and financially qualified and meet the empowerment criteria described in this

RFP;

b) has sufficient experience in similar work,

c) has commitment and resources to provide the services required in this Bid; and

d) carry all the obligations of the Contract.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 23 of 52 Issue Date:[-----------]

10 RFP TIME TABLE

RFP Process MILESTONE DATES

Compulsory Briefing Session for Bidders at the PRASA, 65 Masabalala Yengwa Avenue, Durban Station, Durban

12 April 2018 @ 10:00AM

Closing Date for Questions and Answers 26 April 2018 @ 16:00PM

Closing Date for Submission of final Proposal 07 May 2018 @ 12:00PM

Evaluation of Proposals

( Bidders note that PRASA can call for Presentations of bidders offers in between the evaluation dates )

TBA

Appointment of the successful Bidder TBA

Contract Negotiations TBA

Signing of Contract TBA

Contract Commencement TBA

PRASA may at its sole discretion amend any of the milestone dates indicated in the table above.

Bidders will be informed of any amendments to the timeline through the issue of Briefing Notes.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 24 of 52 Issue Date:[-----------]

11 CONTRACT DURATION

The contract shall be for a period of [36months].

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 25 of 52 Issue Date:[-----------]

12 BIDDERS REQUIREMENTS

12.1 COMPLIANCE REQUIREMENTS

The evaluation should be done in three stages as follows: Stage 1: Pre-qualification Criteria for Procurement

Below prequalification criteria shall be used in selected tenders:

o Tenderers shall have a minimum B-BBEE status of 2 (This means only level 1 or level 2

can submit a bid).

o Tenderer shall be EME

If a tenderer is not an EME, The tenderer shall subcontract 50% of this service to EMEs which

are 51% owned by either of the following:

Blacks; Black Youth; Black Women; Black people with disabilities; Black people living in rural or underdeveloped areas or townships; Cooperatives owned by Black people; Black Military Veterans Proof of agreement or intent to subcontract 50% of this service shall be submitted with the bid.

The following definitions are the list of definitions of the above stated groups

1) Co-operative

1) an autonomous association of persons united voluntarily to meet their common economic and social needs and aspirations through a jointly owned and democratically controlled enterprise organised and operated on co-operative principles

2) Military Veteran 1) A South African citizen who rendered military service to any of the military

organisations, statutory and non-statutory, which were involved on all sides of South Africa’s Liberation War from 1960 to 1994; served in the Union Defence Force before 1961; or became a member of the new South African Defence Force after 1994

3) Proof of B-BBEE status 1) The B-BBEE certificate issued by an approved body or person; 2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice; or 3) Any other requirement prescribed in terms of the B-BBEE Act

4) QSE 1) Qualifying Small Business Enterprise in terms of the Codes of Good

Practice 5) Rural area

1) A sparsely populated area in which people farm or depend on natural resources, including villages and small towns that are dispersed through the area; or

2) An area including a large settlement which depends on migratory labour and remittances and government social grants for survival, and may have a traditional land tenure system

6) Township

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 26 of 52 Issue Date:[-----------]

1) Urban living area that any time from the late 19th century until 27 April 1994,

was reserved for black people, including areas developed for historically disadvantaged individuals post 27 April 1994

7) Youth 1) Persons between the age of 14 and 35

Stage 2: Compliance Requirements

a) SANAS Approved Test Station certificate;

b) SABS ISO 9001 Approval certificate;

c) Valid Tax Clearance Certificate (must be valid on closing date of submission of the

proposal);

d) Valid BBBEE Certificate from a SANAS accredited rating agency;

e) Completed and signed Bid Forms of PRASA with all the annexures thereto;

f) Certificate for Attendance of Compulsory Briefing Session;

g) Company Registration Documents;

h) Letter of Good Standing (i.e. COID);

i) Contents of Register of Directors as issued by CIPC

j) Joint Venture or Consortium Agreement (whichever is applicable);

k) Proof of UIF registration;

l) Proof of Bank Account (i.e. cancelled cheque or letter issued by the bank);

m) Copies of Directors’ ID documents; and

n) CSD/Treasury Registration

Stage 3: Pricing and BBBEE Pricing Evaluation:

A maximum of 80 points is allocated for price. The evaluation for price will be done based on the

following formula:

𝑃𝑠 = 80[1 −Pt−Pmin

Pmin]

Where:

Ps = Points scored for price of tender under consideration

Pt = Rand value of tender under consideration

Pmin = Rand value of lowest acceptable tender

B-BBEE Evaluation:

A maximum of 20 points is allocated for B-BBEE. The allocation of points for B-BBEE is as follows:

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 27 of 52 Issue Date:[-----------]

B-BBEE Status Level of

Contributor

Number of points (80/20 system) below R50 Million

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-Compliant Contributor 0

Evaluation criteria Weighting

Stage 1:Pre-qualification criteria

Stage 2: Compliance Requirements

Stage 3: Pricing and B-BBEE

BBBEE 20

Price 80

TOTAL 100

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 28 of 52 Issue Date:[-----------]

13 GENERAL ISSUES

13.1 LEGAL COMPLIANCE

Bidders must ensure that they comply with all the requirements of the RFP and if Bidders fail to

submit any of the required documents, such Bids shall, at the sole discretion of PRASA, be

disqualified the Bidder. PRASA reserves the right to call a Bidder to provide additional documents

which PRASA may require from a Bidder which have not been submitted to PRASA.

13.2 PRICING

Bidders must ensure the following:

a) offer price is firm and clearly indicate the basis thereof;

b) pricing Bills Of Quantities is properly completed;

c) indicate the cost breakdown;

d) price offered must be inclusive of VAT;

e) indicate the Price Escalation basis and formula; and

f) Bid is valid as prescribed in Part C Bid Form Bid

13.3 PERFORMANCE AND BID BONDS WHERE APPLICABLE

a) The Preferred Bidder shall where applicable provide PRASA with a performance bond

which shall be 10% of the value of the entire Project price offered by the Preferred Bidder

and it shall be issued within 30 days of receipt of notice of appointment as Preferred Bidder.

The Performance Bond shall be valid for the Contract period. The format of the

Performance Bond is attached as annexure 2.

b) [Bidders are required to submit their Bid with a Bid Bond. The Bid Bond shall due and payable

if a Bidder decides not to continue with the RFP process after submission of its Bid. The

format of the Bid Bond is attached as annexure 1].(Where applicable)

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 29 of 52 Issue Date:[-----------]

13.4 [OWNERSHIP OF DESIGN

The plans and design developed and to be provided by PRASA shall at all times remain the

property of PRASA.]

13.5 VALIDITY PERIOD

This RFP shall be valid for 180 days calculated from Bid closing date.

13.6 B-BBEE REQUIREMENTS

A Bidder must submit proof of its B-BBEE status level contributor, a Bidder failing to submit proof of

B-BBEE status level of contributor or is a non-compliant contributor to B-BBEE may not be

disqualified and will score 0 points out of 20 for B-BBEE.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 30 of 52 Issue Date:[-----------]

14 THE EVALUATION

14.1 GENERAL

The evaluation of Bids will be based on the information contained in Bids received in Bid to the RFP

and RFP, which may be further supplemented by presentations and clarification information

provided. All Bids shall be equally evaluated by various committees involved in the evaluation

process in accordance with stated Evaluation Criteria. Procurement integrity and fairness,

transparency, competitiveness and full accountability will at all times be paramount.

14.2 EVALUATION AND SCORING METHODOLOGY

The evaluation of the Bids by the evaluation committees will be conducted at various levels.

The following levels will be applied in the evaluation:

LEVEL

DESCRIPTION

Verify completeness The Bid is checked for completeness and whether all required

documentation, certificates; verify completeness warranties and other

Bid requirements and formalities have been complied with. Incomplete

Bids will be disqualified.

Verify compliance The Bids are checked to verify that the essential RFP requirements

have been met. Non-compliant Bids will be disqualified.

Detailed Evaluation

of Technical

Detailed analysis of Bids to determine whether the Bidder is capable of

delivering the Project in terms of business and technical requirements.

The minimum threshold for technical evaluation is [0%], any bidder

who fails to meet the minimum requirement will be disqualified and

not proceed with the evaluation of Price and BBBEE.

BBBEE Evaluate BBBEE Evaluation

Price Evaluation Bidders will be evaluated on price offered.

Scoring Scoring of Bids using the Evaluation Criteria.

Recommendation Report formulation and recommendation of Preferred and Reserved

Bidders

Best and Final Offer PRASA may go into the Best and Final Offer process in the instance

where no bid meets the requirements of the RFP and/or the Bids are to

close in terms of points awarded.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 31 of 52 Issue Date:[-----------]

Approval Approval and notification of the final Bidder.

14.3 FAIRNESS AND TRANSPARENCY

PRASA views fairness and transparency during the RFP Process as an absolute on which PRASA

will not compromise. PRASA will ensure that all members of evaluation committees declare any

conflicting or undue interest in the process and provide confidentiality undertakings to PRASA.

The evaluation process will be tightly monitored and controlled by PRASA to assure integrity and

transparency throughout, with all processes and decisions taken being approved and auditable.

14.4 EVALUATION AND EVALUATION CRITERIA

The evaluation of Bids to determine whether the Bidder is capable of delivering the Project in terms

of its business credentials, financial standing, empowerment and technical capacity and

experience, will be evaluated according to the following Evaluation Criteria:

Evaluation criteria Weighting

Prequalification criteria for procurement compliance

Compliance requirement compliance

BBBEE 20

Price 80

TOTAL 100

Detailed Breakdown of the Evaluation Criteria

Technical Evaluation:

Bidders must ensure and they comply with stages of evaluation.

Pricing Evaluation: The evaluation for the Price component which is 80% of the Evaluation Criteria.

BEE Evaluation: The BBBEE component of evaluation is weighted at 20% of the evaluation criteria.

Bidders will be awarded the following points based on the level of their BBBEE as per their BBBEE

Certificate issued by an agency approved by SANAS:

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 32 of 52 Issue Date:[-----------]

14.5 BEST AND FINAL OFFER

PRASA reserves the right to embark on the Best and Final Offer (BAFO) Process where:

a) None of the proposals meet the RFP requirements;

b) None of the responses to RFP are affordable and demonstrate value for money; and

c) There is no clear preferred Response to this RFP.

Upon the decision by PRASA to embark on a BAFO process it shall notify the response to RFP.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 33 of 52 Issue Date:[-----------]

15 INSTRUCTION FOR RESPONDING TO THE RFP

15.1 SUBMISSION OF RFP RESPONSES TO THE RFP

Responses to RFP must be submitted to PRASA

At or before 12:00 p.m. South African time.

on the 07 May 2018

at the following address:

65 Masabalala Yengwa Avenue, Durban Station, Durban starting

Extension of the above closing date and time will only be granted where PRASA deems such

extension to be appropriate in its sole discretion and PRASA is able to timeously inform all

Responses to RFP of such amended closing date.

No Responses to RFP received by facsimile, telegram, telex, e-mail or other similar format will be

accepted as a validly submitted Response to RFP.

15.2 LATE SUBMISSION

A Response to RFP shall be late if it is received by PRASA at any time after the closing date and

time indicated in paragraph above.

A late submission shall be clearly marked as late and shall not be accepted for consideration

by PRASA.

15.3 RESPONSES TO THE RFP FORMAT

a) All responses to the RFP must be submitted in two sealed envelopes/boxes; the first

envelop/box shall have the technical, compliance and BBBEE response and the second

envelop/box shall only have the financial response. Bidders must ensure that they do not

indicate any financial information in the first envelop/box. PRASA may disqualify Bidders who

fail to adhere to this requirement.

b) Bidders are required to package their response/Bid as follows:

Volume 1 part A: Bid Forms, Compliance Response and B-BBEE Response

Volume 2: Part B Financial Proposal and Bid Form

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 34 of 52 Issue Date:[-----------]

Volume 2 Has to be submitted in a separate sealed envelope. Bidders must make their

pricing offer in envelop 2, no pricing and pricing related information should be included in

the Volume 1 envelop 1.

c) Bidders must submit 1 original response clearly marked in the Bidders name.

d) Bidders must ensure that their response to the RFP is in accordance with the structure of this

document.

e) Where Bidders are required to sign forms they are required to do so using a black ink pen.

f) Any documents forming part of the original responses to RFP but which are not original in

nature, must be certified as a true copy by a Commissioner of Oaths.

g) Each response to RFP must be in English and submitted in A4 format, except other graphic

illustrations, which may not exceed A3 format, unless the contrary is specifically allowed for

in this RFP. Responses to RFP must be neatly and functionally bound, preferably according

to their different sections.

h) The original responses to RFP must be signed by a person duly authorized by each

consortium member and Subcontractor to sign on their behalf, which authorization must form

part of the responses to RFP as proof of authorization. By signing the responses to RFP the

signatory warrants that all information supplied by it in its responses to RFP is true and correct

and that the responses to RFP and each party whom the responses to RFP signatory

represents, considers themselves subject to and bound by the terms and conditions of this

RFP.

i) The responses to RFP formulation must be clear and concise and follow a clear methodology

which responses to RFP must explain upfront in a concise Executive Summary and follow

throughout the responses to RFP.

j) Responses to RFP must provide sufficient information and detail in order to enable PRASA

to evaluate the responses to RFP, but should not provide unnecessary detail which does not

add value and detracts from the ability of PRASA to effectively evaluate and understand the

responses to RFP. The use of numbered headings, bullet points, sections, appendices and

schedules are encouraged.

k) Information submitted as part of a responses to RFP must as far as possible, be ordered

according to the order of the required information requested by PRASA. All pages must be

consecutively numbered.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 35 of 52 Issue Date:[-----------]

l) Responses to RFP must ensure that each requirement contained in the RFP is succinctly

addressed. Responses to RFP should as far as possible use the terms and definitions applied

in this RFP and should clearly indicate its interpretation of any differing terminology applied.

15.4 CONTACT DETAILS

Responses to RFP must provide the name and contact details of its Authorised Representative in

its covering letter to the Responses to RFP. The Authorised Representative shall be the primary

contact person used by PRASA for correspondence and communication during the RFP Process.

The following contact details of the Authorised Representative must be provided:

a) Name

b) Designation

c) Telephone number

d) Mobile number

e) Facsimile number

f) E-mail address

g) Physical address

h) Postal address

PRASA accepts no liability for any failure by the Responses to RFP to receive information or

communication from PRASA where the contact details of the Authorised Representative are

incorrect or have changed. Any changes to the Authorised Representative’s contact details or any

substitution of the Authorised Representative must immediately be conveyed to PRASA in terms of

the Communication Structure.

15.5 OPENING OF RESPONSES TO THE RFP

All submitted Responses to RFPs shall be kept in safe custody by PRASA until the closing time for

submission. All responses to RFPs shall be treated as confidential. The original copy of the

responses to RFP shall be archived for record purposes.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 36 of 52 Issue Date:[-----------]

15.6 COMMUNICATION STRUCTURE

During the RFP Process bidders must strictly adhere to the Communication Structure. All requests

for clarifications, queries, questions or comments as well as all requests for communication or

interaction with PRASA must be directed in writing to Qiniso Makaluza at the following email address

on or before 26 April 2018 per email on [email protected]

15.7 BRIEFING NOTES

PRASA may issue Briefing Notes from time to time during the RFP Process to disseminate further

instructions, clarifications, programme changes and information updates to responses to RFP.

Briefing Notes will be sequentially numbered to facilitate easy referencing and will form part of the

RFP body of documentation. Any future reference to ‘ RFP’ shall be a reference to all RFP

documentation as amended, varied or updated by any Briefing Notes, and responses to RFP must

ensure that their responses to RFPs are prepared taking into account all such Briefing Notes.

Briefing Notes will be issued to all Bidders to RFP utilizing the contact details provided at receipt of

the responses to the RFP documentation, and after submission, to the authorised representative.

Bidders are requested to promptly confirm receipt of Briefing Notes ..

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 37 of 52 Issue Date:[-----------]

16 GENERAL CONDITIONS

16.1 ALTERNATIVE BIDS

Bidders may submit alternative Bid only if a main Bid, strictly in accordance with all the

requirements of the RFP is also submitted. The alternative Bid is submitted with the main Bid

together with a schedule that compares the requirements of the RFP with the alternative

requirements the Bidders proposes.

Bidders must note that in submitting an alternative Bid they accept that PRASA may accept or

reject the alternative Bid and shall be evaluated in accordance with the criteria stipulated in this

RFP.

16.2 PRASA’S BID FORMS

Bidders must sign and complete the PRASA’S Bids Forms and attach all the required documents.

Failure by Bidders to adhere to this requirement may lead to their disqualification.

16.3 PRECEDENT

In case of any conflict with this RFP and Bidders response, this RFP and its briefing notes shall

take precedent.

16.4 RESPONSE TO RFP-CONFIDENTIALITY

Response to RFPs must clearly indicate whether any information conveyed to or requested from

PRASA is confidential or should be treated confidentially by PRASA. In the absence of any such

clear indication in writing from a response to RFP, PRASA shall deem the response to RFP to have

waived any right to confidentiality and treat such information as public in nature.

Where a Bidder at any stage during the RFP Process indicates to PRASA that information or any

response to RFP requested from PRASA is or should be treated confidentially, PRASA shall treat

such information or response to RFP confidentially, unless PRASA believes that to ensure the

transparency and competitiveness of the RFP Process the content of the information or response to

RFP should be conveyed to all Bidders, in which event it shall apply the following process:

PRASA shall confirm with the Bidder whether the raising of confidentiality applies to the entire

response to the RFP or only specific elements or sections of the response;

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 38 of 52 Issue Date:[-----------]

Where confidentiality is maintained by the Bidder and PRASA is of the opinion that the

information or response to RFP if made publicly available would affect the commercial

interests of the Bidder or is commercially sensitive information, PRASA shall not release such

information to other Bidders if providing such information or response to the RFP would

prejudice the competitiveness and transparency of the RFP Process;

Where PRASA is of the opinion that information provided is not commercially sensitive or

would have no impact on the commercial interests of the relevant Bidder if released and

fairness and transparency requires that such information be released to all Bidders, PRASA

may:

i. inform the relevant Bidder of the necessity to release such information and/or response

to RFP and request the Bidder to consent to the release thereof by PRASA; or

ii. obtain legal advice regarding the confidentiality of the relevant information and/or

response to RFP and the legal ability of PRASA to release such information; or

iii. refrain from releasing the information and/or response to RFP, in which event PRASA

shall not take account of the contents of such information in the evaluation of the

relevant response to RFP.

The above procedures regarding confidentiality shall not apply to any information which is already

public knowledge or available in the public domain or in the hands of PRASA or is required to be

disclosed by any legal or regulatory requirements or order of any competent court, tribunal or forum.

16.5 RESPONSE TO THE RFP – RFP DISQUALIFICATION

Responses to RFP which do not comply with the RFP requirements, formalities, terms and conditions

may be disqualified by PRASA from further participation in the RFP Process.

In particular (but without prejudice to the generality of the foregoing) PRASA may disqualify, at its

sole discretion and without prejudice to any other remedy it may have, a Bidder where the Bidder,

or any of its consortium members, subcontractors or advisors have committed any act of

misrepresentation, bad faith or dishonest conduct in any of its dealings with or information provided

to PRASA.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 39 of 52 Issue Date:[-----------]

16.6 CORRUPTION, GIFTS AND PAYMENTS

Neither the Bidders to RFPs, its equity members, the sub-contractors, consortium members nor any

of their agents, lenders or advisors shall directly or indirectly offer or give to any person in the

employment of PRASA or any other Government official or any of the Advisory Team any gift or

consideration of any kind as an inducement or reward for appointing a particular Bidder, or for

showing or omitting to show favour or disfavour to any of the Bidders, its equity members or the sub-

contractors in relation to the Project.

In the event that any of the prohibited practices contemplated under the above paragraph is

committed, PRASA shall be entitled to terminate any Response to RFP’s status and to prohibit such

Response to RFP, its equity members, its SPV members, its Sub Contractors and their agents,

lenders and advisors from participating in any further part of the procurement of the Project.

16.7 INSURANCE

Unless specifically provided for in this RFP or draft contracts, Bidders will be required to submit with

their Bid for services professional indemnity insurance and to an extent (if any) of insurance provided

by PRASA may not be for the full cover required in terms of the relevant category listed in this RFP,

the Bidder is advised to seek qualified advice regarding insurance.

16.8 NO CONTACT POLICY

Bidders may only contact Qiniso Makaluza of PRASA as per the terms of the Communication

Structure established by this RFP, except in the case of pre-existing commercial relationships, in

which case contact may be maintained only with respect thereto and, in making such contact, no

party may make reference to the Project or this RFP.

16.9 BID FORMS AND SBD FORMS

To ensure the transparency and fairness of the RFP Process, each Bidder member and

subcontractor must complete and sign the Bid Forms and SBD Forms and submit such signed forms

with its Response to RFP. Failure to do so may result in the invalidation of the Response to RFP.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 40 of 52 Issue Date:[-----------]

16.10 CONFLICT OF INTEREST

No Bidder member, subcontractor or advisor of the response to RFP may be a member of or in any

other way participate or be involved, either directly or indirectly in more than one response to RFP

or response to RFP during any stage of the Project procurement process, but excluding specialist

suppliers of systems and equipment, non-core service providers or financial or commercial

institutions whose role is limited purely to lending money or advancing credit to the response to RFP.

Bidders are to sign the declaration of interest form.

In order to prevent the conflict or potential conflict of interest between Lenders and Bidders to RFP,

no advisors or consultant to any response to RFP, consortium member or subcontractor may fulfil

the role of arranger, underwriter and/or lead bank to the response to RFP. PRASA may disqualify

the response to RFP from further participation in the event of a failure to comply with this provision.

PRASA views the potential conflict of interest so great as to warrant the reduction of competition for

advisory services.

16.11 COLLUSION AND CORRUPTION

Any Bidder shall, without prejudice to any other remedy available to PRASA, be disqualified, where

the response to RFP –

communicates to a person other than persons nominated by PRASA a material part of its

response to RFP; or

enters into any Contract or arrangement with any other person or entity that it shall refrain

from submitting a response to RFP to this RFP or as to any material part of its Response to

RFP to this RFP (refer the prohibition contained in Section 4(1)(b)(iii) of the Competition Act

89 of 1998). . The Bidders represents that the Bidder has not, directly or indirectly, entered

into any agreement, arrangement or understanding or any such like for the purpose of, with

the intention to, enter into collusive Biding or with reasonable appreciation that , collusive any

agreement, arrangement or understanding or any such like may result in or have the effect

of collusive Biding. The Bidder undertakes that in the process of the Bid but prior to PRASA

awarding the Bid to a preferred bidder become involved in or be aware of or do or caused to

be done any agreement, arrangement or understanding or any such like for the purpose of

or which may result in or have the effect of a collusive Bid, the Bidder will notify PRASA of

such any agreement, arrangement or understanding or any such like.; or

offers or agrees to pay or give any sum of money, inducement or valuable consideration

directly or indirectly to any person for doing or having done, or causing, or having caused to

be done any act or omission in relation to the RFP Process or any proposed response to

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 41 of 52 Issue Date:[-----------]

RFP (provided nothing contained in this paragraph shall prevent a response to RFP from

paying any market-related commission or bonus to its employees or contractors within the

agreed terms of their employment or contract).

16.12 CONSORTIUM CHANGES

If exceptional circumstances should arise in which a after the submission to the bid and after closing

date of submission of bids, there is change in the composition of the Bidder, either through

substitution or omission of any member of the Bidder:

The Response to RFP must notify PRASA in writing of the proposed changes supported by

complete details of the material reasons for the changes, the parties impacted by the changes

and the impact on the response to RFP.

PRASA shall evaluate the reasons advanced by the Bidder for the requested changes to the

Bidder structure and where PRASA is not satisfied that the reasons advanced are reasonable

or material, refuse to accept the change and disqualify the response to RFP, or notify the

Bidder in writing of its non-acceptance of the changes and require the Bidder to propose a

suitable alternative to PRASA within 10 (TEN) days of its receipt of the decision of PRASA,

upon receipt of which PRASA shall -

i. Evaluate the alternative proposed for suitability to PRASA, and where the alternative is

accepted by PRASA, inform the Bidder in writing of such acceptance and PRASA shall

reassess the response to RFP against the RFP requirements and criteria; or

ii. Where the alternative is not accepted by PRASA, inform the Bidder in writing of such

non-acceptance as well as its disqualification from the RFP Process.

iii. Where PRASA is satisfied that the changes requested under (i) above are reasonable

and material, the response to RFP, shall be allowed to effect the required changes and

PRASA shall reassess the response to RFP against the RFP requirements and criteria.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 42 of 52 Issue Date:[-----------]

16.13 COSTS OF RESPONSE TO THE RFP SUBMISSION

All costs and expenses associated with or incurred by Response to RFPs in relation to any stage of

the Project, shall be borne by the Bidder. PRASA shall not be liable for any such costs or expenses

or any claim for reimbursement of such costs or expenses.

To avoid doubt, PRASA shall not be liable for any samples submitted by Response to RFPs in

support of their Responses to RFP and reserves the right not to return to them such samples and to

dispose of them at its discretion.

16.14 RESPONSE TO THE RFP WARRANTY

Response to RFPs must provide a warranty as part of their Responses to RFP that their Responses

to RFP are true and correct in all respects, that it does not contain a misrepresentation of any kind

and that the taxes of all members of the Bidder company, consortium members and or

subcontractors are in order and none of the members are undergoing corruption or any criminal-

related investigations or have any past convictions for fraud or corruption.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 43 of 52 Issue Date:[-----------]

ANNEXURE

17 SUBCONTRACTING AS A CONDITION OF BID FOR PROCUREMENT ABOVE R30

MILLION (Regulation 9)

17.1. “The regulation states that if feasible to contract above R 30 million, an organ of state must apply subcontracting to advance designated groups”. 17.2. The term “feasible” is used in recognition of the fact that it may not always be possible to subcontract in all Bids due to the nature of some Bids. (For instance it may not be possible to sub-contract one piece of machinery that is above R 30 million) 17.3. Institutions must therefore identify procurement opportunities for designated groups where compulsory sub-contracting must be applied to all contracts/ projects above R30 million. 17.4. The responsibility to determine whether it is feasible or not rests with the institution preparing the Bid. Institutions must ensure participation of EMEs and QSEs in contracts or projects and not just dismiss this provision on the basis that it is not feasible without providing facts and objective analysis to substantiate their decision. 17.5. Notwithstanding the minimum 30% compulsory sub-contracting provision, institutions may identify procurement opportunities for participation of designated groups in contracts or projects below R30 million. 17.6. Bids must be advertised with a condition that Bidders who fail to comply with this requirement would be disqualified. 17.7. Institutions must conduct market or industry research to identify level of transformation in the sector or commodity, role players and their B-BBEE status level and availability of EMEs or QSEs who may be eligible for subcontracting. 17.8. The Central Supplier Database (CSD) has been upgraded to allow bidders/ contractors/ suppliers access to CSD for identification of potential sub-contractors from the pool of EMEs or QSEs to advance designated groups. 17.9. In the case of construction and built environment sectors, nothing prevents bidders/contractors/suppliers to select sub-contractors from the CIDB database who are registered on the CSD for the purpose of compliance with the minimum 30% compulsory sub-contracting provisions.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 44 of 52 Issue Date:[-----------]

17.10. Bidders or contractors must submit proof of subcontracting arrangement between the main Bidder and the subcontractor. Proof of subcontracting arrangement may include a subcontracting agreement between main Bidder and the subcontractor. 17.11. The responsibility for inclusion of compulsory subcontracting clause in the Bid rests with the institution. 17.12. The responsibility to sub-contract with competent and capable subcontractors rests with the main contractor/ supplier. 17.13. The contract will be concluded between the main contractor and the institution, therefore, the main contractor and not the sub-contractor would be held liable for performance in terms of its contractual obligations. 17.14. Main contractors/ suppliers are discouraged from subcontracting with their subsidiary companies as this may be interpreted as subcontracting with themselves and / or using their subsidiaries for fronting. Where primary contractor subcontracts with a subsidiary this must be declared in Bid documents. 17.15. Bids that do not meet subcontracting requirements are considered as being not acceptable Bids and must be disqualified and may not be considered for further evaluation or award. 17.16. The report containing the list of potential subcontractors may be drawn by accessing the following link: www.csd.gov.za 17.17. The Central Supplier Database (CSD) was enhanced to enable Institutions to search for suppliers based on the criteria as per Preferential Procurement Regulations, 2017. The following steps can be followed: 17.17.1.1. Step 1: Complete the basic search elements. The Institution’s CSD user will be required to complete basic search elements like supplier, commodity and B-BBEE status level. Once the institution’s CSD user clicks on the Search button, the matching records for the search input provided will be displayed. The multiple matching records resulting from the search will enable the additional filters and Preferential Procurement Regulations, 2017 filters options to further refine the search. 17.17.1.2. Step 2: Refine the search using additional filters. The additional filters will enable the Institution’s CSD user to refine commodities and locations, if required. Once commodities and/or locations are selected from the filter results, the institution’s CSD user may click on the “Apply” button. Results will be refined based on the additional criteria that were applied.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 45 of 52 Issue Date:[-----------]

17.17.1.3. Step 3: Refine the search using Preferential Procurement Regulations 2017 filters. The filters will enable the institution’s CSD user to refine the search for potential suppliers based on:

a) B-BBEE status level of contributor; or

b) Enterprise type (Exempted Micro Enterprise (EME) and/or Qualifying Small Enterprise (QSE)); and/or

c) Designated groups which are at least 51% owned by: (i) black people

(ii) black people who are youth

(iii) black people who are women

(iv) black people with disabilities

(v) black people who are military veterans

(vi) black people that formed a cooperative (primary, secondary or tertiary cooperative)

(vii) black people living in rural areas or underdeveloped area or townships.

(viii) EME or QSE 17.18. The Institution must make available the list of suppliers registered on the CSD to provide the required goods or services in respect of the applicable designated groups mentioned in the relevant Bid from which the Bidder must select a supplier. 17.19. Practitioners are encouraged to frequently visit the CSD website to familiarize themselves with developments on the steps mentioned in paragraph 14.17.1.1 to 14.17.1.3. as more information on developments around this provision will be shared through the CSD. 17.20. Where no Bidder meets sub-contracting criteria, institutions must cancel the Bid and investigate reasons for Bidders failing to meet compulsory sub-contracting. 17.21. In the event of uncertainty with regard to information provided by the Bidder and the CSD is unable to verify such information at that stage, the institution may request necessary proof to substantiate the information provided.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 46 of 52 Issue Date:[-----------]

CONDITION OF BID

General

Bidder's obligations

The BidderBidderBidder shall comply with the following obligations

when submitting a Bid and shall: Eligibility 1 Submit a Bid only if the Bidder complies with the criteria stated in the

Scope of work/ specification. Cost of Biding 2 Accept that PRASA will not compensate the BidderBidder for any costs

incurred in the preparation and submission of a Bid.

Actions 1 PRASA's Representative and each Bidder submitting a Bid shall act as

stated in these Conditions of Bid and in a manner which is fair, equitable, transparent, competitive and cost-effective.

Interpretation 2 Terms shown in italics vary for each Bid. The details of each term for

this Bid are identified in the Request for Proposals / Scope of work/ specification. Terms shown in capital initials are defined terms in the appropriate conditions of contract.

3 Any additional or amended requirements in the Scope of work/

specification, and additional requirements given in the Schedules in the Bid returnables are deemed to be part of these Conditions of Bid.

4 The Conditions of Bid and the Scope of work/ specification shall form

part of any contract arising from this invitation to Bid. Communication 5 Each communication between PRASA and a Bidder shall be to or from

PRASA 's Representative only, and in a form that can be read, copied and recorded. Communication shall be in the English language. PRASA takes no responsibility for non-receipt of communications from or by a Bidder.

PRASA's rights to accept or reject any Bid

6 PRASA may accept or reject any variation, deviation, Bid, or alternative Bid, and may cancel the Bid process and reject all Bids at any time prior to the formation of a contract. PRASA or PRASA's Representative will not accept or incur any liability to a Bidder for such cancellation and rejection, but will give reasons for the action. PRASA reserves the right to accept the whole of any part of any Bid.

7 After the cancellation of the Bid process or the rejection of all Bids

PRASA may abandon the proposed work and services, have it performed in any other manner, or re-issue a similar invitation to Bid at any time.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 47 of 52 Issue Date:[-----------]

Check documents 3 Check the Bid documents on receipt, including pages within them, and notify PRASA's Representative of any discrepancy or omissions in writing.

Copyright of documents

4 Use and copy the documents provided by PRASA only for the purpose of preparing and submitting a Bid in response to this invitation.

Standardised specifications and other publications

5 Obtain, as necessary for submitting a Bid, copies of the latest revision of standardised specifications and other publications, which are not attached but which are incorporated into the Bid documents by reference.

Acknowledge receipt

6 Preferably complete the Receipt of invitation to submit a Bid form attached to the Letter of Invitation and return it within five days of receipt of the invitation.

7 Acknowledge receipt of Addenda / Bid Briefing Notes to the Bid

documents, which PRASA's Representative may issue, and if necessary apply for an extension to the deadline for Bid submission, in order to take the Addenda into account.

Site visit and / or clarification meeting

8 Attend a site visit and/or clarification meeting at which Bidders may familiarise themselves with the proposed work, services or supply, location, etc. and raise questions, if provided for in the Scope of work/ specification. Details of the meeting are stated in the Scope of work/ specification.

Seek clarification 9 Request clarification of the Bid documents, if necessary, by notifying

PRASA's Representative earlier than the closing time for clarification of queries.

Insurance 10 Be informed of the risk that needs to be covered by insurance policy.

The Bidder is advised to seek qualified advice regarding insurance. Pricing the Bid 11 Include in the rates, prices, and the Bided total of the prices (if any) all

duties, taxes (except VAT), and other levies payable by the successful Bidder. Such duties, taxes and levies are those applicable 14 days prior to the deadline for Bid submission.

12 Show Value Added Tax (VAT) payable by PRASA separately as an

addition to the Bided total of the prices. 13 Provide rates and prices that are fixed for the duration of the contract

and not subject to adjustment except as provided for in the conditions of contract.

14 State the rates and Prices in South African Rand unless instructed

otherwise as an additional condition in the Scope of work/ specification. The selected conditions of contract may provide for part payment in other currencies.

Alterations to documents

15 Not make any alterations or additions to the Bid documents, except to comply with instructions issued by PRASA's Representative or if

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 48 of 52 Issue Date:[-----------]

necessary to correct errors made by the Bidder. All such alterations shall be initialled by all signatories to the Bid. Corrections may not be made using correction fluid, correction tape or the like.

Alternative Bids 16 Submit alternative Bids only if a main Bid, strictly in accordance with all

the requirements of the Bid documents is also submitted. The alternative Bid is submitted with the main Bid together with a schedule that compares the requirements of the Bid documents with the alternative requirements the Bidder proposes.

17 Accept that an alternative Bid may be based only on the criteria stated

in the Scope of work/ specification and as acceptable to PRASA. Submitting a Bid 18 Submit a Bid for providing the whole of the works, services or supply

identified in the Contract Data unless stated otherwise as an additional condition in the Scope of work/ specification.

NOTE: 19 Return the completed and signed PRASA Bid Forms and SBD

Forms provided with the Bid. Failure to submit all the required documentation may lead to disqualification

20 Submit the Bid as an original plus 2 copies and an electronic

version stated in the RFP and provide an English translation for documentation submitted in a language other than English. Bids may not be written in pencil but must be completed in ink.

21 Sign and initial the original and all copies of the Bid where indicated.

PRASA will hold the signatory duly authorised and liable on behalf of the Bidder.

22 Seal the original and each copy of the Bid as separate packages

marking the packages as "ORIGINAL" and "COPY". Each package shall state on the outside PRASA's address and invitation to Bid number stated in the Scope of work/ specification, as well as the Bidder's name and contact address. Where the Bid is based on a two envelop system Bidders must further indicate in the package where the document is envelop 1 or 2.

23 Seal original and copies together in an outer package that states on the

outside only PRASA's address and invitation to Bid number as stated in the Scope of work/ specification. The outer package must be marked “CONFIDENTIAL”

24 Accept that PRASA will not assume any responsibility for the

misplacement or premature opening of the Bid if the outer package is not sealed and marked as stated.

Note:

PRASA prefers not to receive Bids by post, and takes no responsibility for delays in the postal system or in transit within or between PRASA offices.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 49 of 52 Issue Date:[-----------]

PRASA prefers not to receive Bids by fax, PRASA takes no responsibility for difficulties in transmission caused by line or equipment faults.

Where Bids are sent via courier, PRASA takes no responsibility for Bids delivered to any other site than the Bid office.

PRASA employees are not permitted to deposit a Bid into the PRASA Bid box on behalf of a Bidder, except those lodged by post or courier.

Closing time 25 Ensure that PRASA has received the Bid at the address and in the Bid

box, or fax specified in the Scope of work/ specification no later than the deadline for Bid submission. Proof of posting will not be taken by PRASA as proof of delivery. PRASA will not accept a Bid submitted telephonically, by Fax, E-mail or by telegraph unless stated otherwise in the Scope of work/ specification.

26 Accept that, if PRASA extends the deadline for Bid submission for any

reason, the requirements of these Conditions of Bid apply equally to the extended deadline.

Bid validity 27 Hold the Bid(s) valid for acceptance by PRASA at any time within the

validity period after the deadline for Bid submission.

28 Extend the validity period for a specified additional period if PRASA

requests the Bidder to extend it. A Bidder agreeing to the request will not be required or permitted to modify a Bid, except to the extent PRASA may allow for the effects of inflation over the additional period.

Clarification of Bid after submission

29 Provide clarification of a Bid in response to a request to do so from PRASA's Representative during the evaluation of Bids. This may include providing a breakdown of rates or Prices. No change in the total of the Prices or substance of the Bid is sought, offered, or permitted except as required by PRASA's Representative to confirm the correction of arithmetical errors discovered in the evaluation of Bids. The total of the Prices stated by the Bidder as corrected by PRASA's Representative with the concurrence of the Bidder, shall be binding upon the Bidder

Submit bonds, policies etc.

30 If instructed by PRASA's Representative (before the formation of a contract), submit for PRASA's acceptance, the bonds, guarantees, policies and certificates of insurance required to be provided by the successful Bidder in terms of the conditions of contract.

31 Undertake to check the final draft of the contract provided by PRASA's

Representative, and sign the Form of Agreement all within the time required.

32 Where an agent on behalf of a principal submits a Bid, an authenticated

copy of the authority to act as an agent must be submitted with the Bid.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 50 of 52 Issue Date:[-----------]

Fulfil BEE requirements

33 Comply with PRASA’s requirements regarding BBEE Suppliers.

PRASA's undertakings

PRASA, and PRASA's Representative, shall: Respond to clarification

1 Respond to a request for clarification received earlier than the closing time for clarification of queries. The response is notified to all Bidders.

Issue Addenda 2 If necessary, issue to each Bidder from time to time during the period

from the date of the Letter of Invitation until the closing time for clarification of queries, Addenda that may amend, amplify, or add to the Bid documents. If a Bidder applies for an extension to the deadline for Bid submission, in order to take Addenda into account in preparing a Bid, PRASA may grant such an extension and PRASA's Representative shall notify the extension to all Bidders.

Return late Bids 3 Return Bids received after the deadline for Bid submission unopened

to the Bidder submitting a late Bid. Bids will be deemed late if they are not in the designated Bid box at the date and time stipulated as the deadline for Bid submission.

Non-disclosure 4 Not disclose to Bidders, or to any other person not officially concerned

with such processes, information relating to the evaluation and comparison of Bids and recommendations for the award of a contract.

Grounds for rejection

5 Consider rejecting a Bid if there is any effort by a Bidder to influence the processing of Bids or contract award.

Disqualification 6 Instantly disqualify a Bidder (and his Bid) if it is established that the

Bidder offered an inducement to any person with a view to influencing the placing of a contract arising from this invitation to Bid.

Test for responsiveness

7 Determine before detailed evaluation, whether each Bid properly received

meets the requirements of these Conditions of Bid,

has been properly signed, and

is responsive to the requirements of the Bid documents. 8 Judge a responsive Bid as one which conforms to all the terms,

conditions, and specifications of the Bid documents without material deviation or qualification. A material deviation or qualification is one which, in PRASA 's opinion would

detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Contract Data,

change PRASA's or the Bidder's risks and responsibilities under the contract, or

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 51 of 52 Issue Date:[-----------]

affect the competitive position of other Bidders presenting responsive Bids, if it were to be rectified.

Non-responsive Bids

10 Reject a non-responsive Bid, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation.

Arithmetical errors 11 Check responsive Bids for arithmetical errors, correcting them as

follows:

Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern.

If a bill of quantities applies and there is a discrepancy between the rate and the line item total, resulting from multiplying the rate by the quantity, the rate as quoted shall govern. Where there is an obviously gross misplacement of the decimal point in the rate, the line item total as quoted shall govern, and the rate will be corrected.

Where there is an error in the total of the Prices, either as a result of other corrections required by this checking process or in the Bidder's addition of prices, the total of the Prices, if any, will be corrected.

12 Reject a Bid if the Bidder does not accept the corrected total of the

Prices (if any). Evaluating the Bid 13 Evaluate responsive Bids in accordance with the procedure stated in

the RFP / Scope of work/ specification. The evaluated Bid price will be disclosed only to the relevant PRASA Bid committee and will not be disclosed to Bidders or any other person.

Clarification of a Bid

14 Obtain from a Bidder clarification of any matter in the Bid which may not be clear or could give rise to ambiguity in a contract arising from this Bid if the matter were not to be clarified.

Acceptance of Bid 15 Notify PRASA's acceptance to the successful Bidder before the expiry

of the validity period, or agreed additional period. Providing the notice of acceptance does not contain any qualifying statements, it will constitute the formation of a contract between PRASA and the successful Bidder.

Notice to unsuccessful Bidders

16 After the successful Bidder has acknowledged PRASAs notice of acceptance, notify other Bidders that their Bids have not been accepted, following PRASA’s current procedures.

Prepare contract documents

17 Revise the contract documents issued by PRASA as part of the Bid documents to take account of

Addenda issued during the Bid period,

inclusion of some of the Bid returnables, and

other revisions agreed between PRASA and the successful Bidder, before the issue of PRASA's notice of acceptance (of the Bid).

Issue final contract

18 Issue the final contract documents to the successful Bidder for acceptance within one week of the date of PRASA's notice of acceptance.

Request for Proposals FOR the supply of Uniform /PPE to the facilities department in the KZN region and for a period of 36 months Tender Number: KZN/CRES/02/2018/005/T

APPOINTMENT OF A QUALIFIED CONTRACTOR FOR THE PERIOD CONTRACT TO supply Uniform /PPE to the facilities department in the KZN region Page 52 of 52 Issue Date:[-----------]

Sign Form of Agreement

19 Arrange for authorised signatories of both parties to complete and sign the original and one copy of the Form of Agreement within two weeks of the date of PRASA's notice of acceptance of the Bid. If either party requires the signatories to initial every page of the contract documents, the signatories for the other party comply with the request.

Provide copies of the contracts

20 Provide to the successful Bidder the number of copies stated in the Scope of work/ specification of the signed copy of the contracts within three weeks of the date of PRASA's acceptance of the Bid.