57
P.O.Box 367 St lucia 3935 Office: 035-5503080 W/Fax: 035-5503088 TENDER NUMBER UMDAC01/2016/17 PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPELEMENTING AGENT COMPANY NAME & CONTACT DETAILS TOTAL TENDER AMOUNT R0.00 SIGNATURE PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

umda.org.zaumda.org.za/images/Tenders/Proposal for the implementing Agent from...  · Web view10.I am aware that, in addition and without prejudice to any other remedy provided to

Embed Size (px)

Citation preview

P.O.Box 367 St lucia 3935 Office: 035-5503080 W/Fax: 035-5503088

TENDER NUMBER UMDAC01/2016/17

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPELEMENTING AGENT

COMPANY NAME & CONTACT DETAILS TOTAL TENDER AMOUNT

R0.00

SIGNATURE

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

TABLE OF CONTENTS

NUMBER HEADING

The Tender

Part 1: Tendering procedures

1.1. Bid Notice and Invitation to tender1.2. Tender Procedures

Part 2: Documents

2.1 Invitation to bid

2.2 General Definition

2.3 Terms and conditions

2.4 List of Returnable Documents

2.5 Company registration

2.6 Certificates and other certificates

The Contract

Part 3: Agreement and Contract Data

3.1 Form of Offer and Acceptance

3.2 Company Profile

Part 4 Bid Specification

Part 5 Equity ownership

5.2 Experience

5.3 Service reference

Part 6 (6.1) Preferential Points Claim

6.2 Declaration – SCM practice

6.3 Certificate of independent

6.4 SCM Policy – Clause 21

Part 7: Declaration of Interest

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-2-

PART 1 TENDERING PROCEDURES

1.3. Bid Notice and Invitation to tender

PROPOSAL: BID REFERENCE: UMDAC 01/2016/17

The organization invites suitably qualified and experienced professional service providers to be appointed as implementing agents for a period of three years.

DATE 25 July 2016

CLOSING DATE 19 August 2016

Bid documents will be available from the website www.umda.org.za and at Umhlosinga Development Agency, receptionist, as from the 5th August 2016.

Only bidders with proven track record that can demonstrate success in similar services will be considered. Bids will be adjudicated in terms of the UMDA’s Supply Chain Management Policy on the 90/10 Preferential Point System, it is therefore essential that the bidders document must be used.

Bidders that are registered with Umhlosinga Development Agency supplier’s data base will be at an advantage, forms can be downloaded on the website. It will be the bidder’s responsibility to check the document on receipt for completeness and to notify the employer of any discrepancies or omissions. It is the bidder’s responsibility to provide all the data and information requested completely and in the form required. Failure to do so may be regarded by the employer as a non-responsive bidder.

All communication between Umhlosinga Development Agency and the bidder should be in a form that can be read, copied and recorded. All writing should be in English language. The employer will not take responsibility for non-receipt of communications from bidders.

No late submissions will be considered and no bidders or proposals sent or submitted by telefacsimile, telegram or electronic mails will be accepted. For enquiries related to this bid may be directed procurement section contact Mr. SH Mbatha on (035) 550 3080 during office hours.

________________________

Mr. MM Ntuli

Chief Executive Officer

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-3-

(See also Referencing Schedule)

The Employer’s Physical Address:

UMhlosinga Development Agency308 Ebony CrescentMtubatuba 3935

Location of Tender Box:

UMhlosinga Development Agency308 Ebony CrescentMtubatuba 3935

Closing Time

Closing Date: 19 August 2016Closing Time: 12H00

Tender Offer Validity:

60 Calendar Days from Closing Date

Certificates

The following certificates need to be included in the Tender:

a) An original valid SARS and or VAT Clearance Certificate issued by the South African Revenue Services

b) A Company Registration certificate

c) BBBEE original certificate or certified copy

Opening of Tender submissions

The date, time and location for opening of tender offers are:

Date: 19 August 2016

Time: 12h00

Location Umhlosinga Development Agency office

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-4-

INVITATION TO BID

The successful bidder will be required to fill in and sign a written Contract Form (MBD 7).

DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)

UMhlosinga Development Agency308 Ebony CrescentMtubatuba 3935

Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration.

The bid box is generally open 24 hours a day, 7 days a week.

ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE-TYPED)

THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT

NB: NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE (as defined in Regulation 1 of the Local Government: Municipal Supply Chain Management Regulations

THE FOLLOWING PARTICULARS MUST BE FURNISHED

(FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-5-

NAME OF BIDDER…………………………………………………………………………………………

POSTAL ADDRESS………………………………………………………………………………….......

STREET ADDRESS………………………………………………………………………………………

TELEPHONE NUMBER.........………………………………………………………………………………..

CELLPHONE NUMBER …………………………………………………………………………………………………………………..

FACSIMILE NUMBER .....................................................……………………………………………………………….............…

E-MAIL ADDRESS…………………………………………………………………………………………..

VAT REGISTRATION NUMBER …….....................…………………………………………………………………………………………

HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN ATTACHED? (MBD 2)…………………YES/NO

HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (MBD 6.1)…………………YES/NO

IF YES, WHO WAS THE CERTIFICATE ISSUED BY……………………………………………………………………………..

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)

A VERIFICATION AGENCY ACCREDITED BY THE SOUITH AFRICAN NATIONAL ACCREDITATION SYSTEM (SANAS)

A REGISTERED AUDITOR

(Tick applicable box)

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-6-

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:

Municipal Entity Umhlosinga Development Agency .

Department: Finance Department .

Contact Person: Mr SH Mbatha (Finance Officer) .

Telephone number: 035 550 3080 .

Fax number: 035 550 3088 .

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO:

Contact Person: Mrs SQ Mntambo (Chief Financial Officer) and Mr MM Ntuli .

Telephone number: 035 550 3080 .

Fax number: 035 550 3088 .

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-7-

PART 2

GENERAL DEFINITION

MBD 6.1

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

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R1 000 000, 00 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R1 000 000, 00 (all applicable taxes included).

1.2 The value of this bid is estimated to exceed/not exceed R1 000 000, 00 (all applicable taxes included) over three years and therefore the 90/10 system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

(a) Functionality(b) Price; and(c) B-BBEE Status Level of Contribution.

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

POINTS

1.3.1.1 PRICE …………..

1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION …………...

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

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-8-

1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS

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

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

2.3. “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

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

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

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

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

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

2.9. “EME” means any enterprise with annual total revenue of R5 million or less.

2.10. “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

2.11. “Functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder;

2.12. “Non-firm prices” means all prices other than “firm” prices;

2.13. “Person” includes a juristic person;

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

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-9-

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

2.16. “Total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

2.17. “Trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and

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

PART 3

3. EVALUATION CRITERIA

The bids will be evaluated using a two stage evaluation approach. The first stage will be the functionality and the second stage will be the price and preferential points.

3.1. ADJUDICATION USING A POINT SYSTEM

3.1.1. The bidder obtaining the highest number of total points will be awarded the contract.

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

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

3.1.4. In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE.

3.1.5. However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.

3.1.6. Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.

3.1.7. A bidder will only qualify for the next stage of evaluation if they receive more than 30 points.

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-10-

3.2. FUNCTIONALITY

IMPLEMENTING AGENT ASSESSMENT CRITERIA FOR THE EVALUATION OF FUNCTIONALITY

EVALUATION MATRIX Points %

Score

1

Submission of short CV’s of key personnel that are Professionally registered with any of the built environment professions

15

CV’s of all key personnel submitted (more than five 5) 15

CV’s of some key personnel are submitted (3 > 5) 10

CV’s of some key personnel are submitted (1 > 3) 5

3

Qualification, competences and experience of key personnel in projects management. Short CV’s to be submitted (ignore if its included above)

10

1 > 3 years relevant project management experience 3

3 > 5 years relevant project management experience 5

more than 5 years relevant project management experience 10

4

Demonstrable experience of the prospective service provider’s engagement in similar work, a list of projects completed in the last 5 years with the total value above R50million to be submitted

15

1 > 3 Relevant projects executed 5

3 > 5 Relevant projects executed 10

5 and above relevant projects executed 15

5

Submission of the company registration documentation 10

1 > 3 of years of operation 3

3 > 5 years of operation 5

5 and above years of operation 10

TOTAL 50

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-11-

3.3. POINTS AWARDED FOR PRICE

3.3.1. THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

minmin180

PPPtPs

or

minmin190

PPPtPs

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

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

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

B-BBEE Status Level of Contributor

Number of points (90/10 system)

Number of points(80/20 system)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

3.4.2. Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-12-

by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

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

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

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

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

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

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

4. BID DECLARATION

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

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

5.1. B-BBEE Status Level of Contribution…............................... = ……………(maximum of 10 or 20 points)

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

6. DECLARATION WITH REGARD TO COMPANY/FIRM

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-13-

6.1 Name of firm :....................................................................................

6.2 VAT registration number :....................................................................................

6.3 Company registration number :......................................................................................

6.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited

[TICK APPLICABLE BOX]

6.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

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

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

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

6.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. (specify other) ..........................................

[TICK APPLICABLE BOX]

6.7 MUNICIPAL INFORMATION

Municipality where business is situated…………………………………………………………………..

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-14-

Registered Account Number……………………………............................................................

Stand Number………………………………………………............................................................

6.8 TOTAL NUMBER OF YEARS THE COMPANY/FIRM HAS BEEN IN BUSINESS?

……………………………………

6.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct;

(ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form.

(iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

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

(e) forward the matter for criminal prosecution

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-15-

…………………………………… Company stamp

SIGNATURE(S) OF BIDDER(S)

WITNESSES:

1. ……………………………………….........

2. ..........................................................

DATE:………………………………..

ADDRESS:…………………………………………..

….…………….……………………………..

……………....……………………………..

PART 3

7. TERMS AND CONDITIONS

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-16-

TERMS OF APPOINTMENT

As per uMhlosinga Development Agency’s approved procurement policy, the Contract must be registered Vendor.

PAYMENT CERTIFICATES

As per uMhlosinga Development Agency’s approved procedures

CHECKING OF DOCUMENTS

Before the Tendered submits his/her Tender, he should check the number of pages and if any are found to be missing, or duplicated, or the figures or typing indistinct, or Schedule of Quantities contain any obvious errors, he should refer the matter to the Director at once and have same rectified as no liability whatsoever will be admitted in respect of any error in the tender due to the foregoing. The Director may send a written instruction to all tenderers, which shall thereafter form part of these Conditions of Tenders. No alterations shall be made to this document. Any departures, modifications and qualifications should be indicated in a separate letter.

ACCEPTANCE OF TENDER

The lowest or any tender will not necessarily be accepted and uMhlosinga Development Agency, reserves the right to accept the tender, which he deems to be the best. The whole or any part of a tender may be accepted. The employer is not obliged to state any reason for the rejection of any tender, be it as a whole or in part.

Bidders are required to: Use the official uMhlosinga Development Agency’s bid document; Correctly complete the bid document; Final submitted prices must be inclusive of VAT; Ensure that bid documents are completed and signed in black ink; Submit an Original Valid Tax Clearance and BBBEE Certificate; Bids could be invalidated where bidders fail to submit signed “Declaration of Good Standing

Regarding Tax” and proof that RSC levies are in good order; and;

SIGNING OF TENDER DOCUMENTS

Before submitting a tender, tenderers must ensure that this document is complete in every respect in black ink and signed by any authorized signatory in the presence of two witnesses. Said signatory and witnesses must also initial each page. Tenderers must complete and or submit the following:

List of Municipal clients Declaration of interest Claim for preferential points Declaration of bidders past SCM practices Tax clearance certificate Certificate of independent bid determination Copy of most recent financial statements Certified copy of most recent Municipal account Certified certificate of registration with CIPRO Copies of ID’s of members or Directors Schedule of tariffs

By submission of tender such a tender shall comprise the whole of his document as well as signed acknowledgement of any circulars or additional information which may be issued during the tender period.

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-17-

PLACING OF TENDERS IN TENDER BOX

Sealed tenders marked “:TENDER NUMBER UMDAC01/2016/17 – PROPOSAL FOR THE IMPLEMENTING AGENT “and bearing the tender’s company name and registration number and addressed to the Municipal Manager should be placed in the Tender Box situated at the reception area uMhlosinga Development Agency’s at 308 Ebony Crescent, not later than 19 August 2016 at 12h00.

VALUE ADDED TAX AND TOTAL TENDER PRICE

Tenderers shall make provision for all taxes and any other levies in their tendered rates and lump sums. Should the rate at which VAT is charged by legislation be increased or decreased in relation to the rate applicable at the tender closing date, the difference in payment of VAT shall be borne by the employer or shall be to his benefit.

AWARDING OF BID

UMhlosinga Development Agency’s will not award bids to service providers:

Who have been convicted for fraud or corruption with any organ of state in the past five years:

Who fully neglected, reneged on or listed on the restricted suppliers by National Treasury

Whose tax matter, or that of its directors/ members are not cleared with the South African Revenue Services.

A tender that does not comply with the requirements in the tender documents and the instructions in the official tender advertised may be rejected as being invalid.

8. List of Returnable Documents

The tenderer must complete the following returnable documents

Returnable schedules required for tender evaluation purposes

Schedule A-Certification for authority of companies Schedule B-Record of Addenda to tender documents Schedule C-Compulsory Enterprise Questionnaire Schedule D-Preferences

Other documents required for tender evaluation purposes

The tendered must registered with Umhlosinga development Agency database.

Tax clearance and BBBEE Certificate/s Company registration Registration of a company showing that the company is registered as a

dealer

Returnable Schedules that will be incorporated into the contract

Schedule E-Tenderer Experience Schedule F-Tenderer key personnel

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-18-

Schedule A – certificate of authority for companies

The Returnable schedule is to be completed by companies and close corporations.

Indicate the status of the tenderer by ticking the appropriate box hereunder. The tenderer must complete the certificate set out below for the relevant category

ACompany

CJoint Venture

EClose Corporation

A. Certification for company

I,…………………………………………………………………………managing director of the

Board of directors of ………………………………………………………………………., hereby

confirm that by resolution of the board taken on ……………………………………………… ,has been dully authorized to sign o all documents in connection with this tender and any contract resulting from it on behalf of the company.

As witness:

1…………………………………………… ……………………………………………….. Managing director/Member

2…………………………………………… ………………………………………………

Date

B. Certification for Joint Venture

We, the undersigned, are submitting this tender offer in joint Venture and hereby authorize PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-19-

Mr./Ms.………………………………………………………,authorize signatory of the company

……………………………………………………………,acting in the capacity of leader partner ,to sign all documents in connection with the tender offer and any contract resulting from it on our behalf.

NAME OF FIRM EDDRESS AUTHORISING SIGNATURE,NAME & CAPACITY

C. Certificate for Close Corporation

We, the undersigned, being the key members in the business trading as …………..……………………….. hereby authorize Mr./ Ms./ Mrs./ Miss …………………………………………………, to sign all documents in connection with the tender and any contract resulting from it on our behalf.

NAME ADDRESS SIGNATURE DATE

NOTE: This certificate is to be completed and signed by all of the key members whom rest the direction of the affairs of the close corporation as a whole

SCHEDULE B - RECORDS OF ADDENDA FOR TENDER DOCUMENTS

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-20-

We confirm that the following communications received from the employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer:

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

Attach additional pages if more space is required.

Signed____________________________ Date____________________________

Name____________________________ Position_________________________

Tenderer_____________________________________________________________

Schedule C – Compulsory enterprise questionnaire

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-21-

The following particulars must be furnished in the case of a joint venture; separate enterprise questionnaires in respect of each partner must be complete and submitted.

Section 1: Name of Enterprise:

Section 2: VAT registration number, if any:

Section 3: Company registration number, if any :

Section 4: Particulars of Sole proprietors and partners in partnerships

Name* Identity number* Personal Income Tax Number*

*Complete only if Sole proprietor or partnership and attach separate page if more than 3 partners

Section 5: Particulars of Companies and Close Corporation

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

Close Corporation number: …………………………………………………………………………

Tax reference number: ………………………………………………………………………………

Section 6: Record of service of the state

Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or Director, Manager, Principal shareholder or shareholder in a company or close corporation is currently or has been within the last 12 months in the service of any of the following:

A member of any municipal council, Provincial Legislation or National assembly An employee of the municipality, municipal entity, any provincial department, National

or provincial entity, National assembly or Provincial legislation A member of the Board of Directors of any municipal entity

If any of the above boxes are marked, disclose the following:

Name of Sole Proprietor, Partner, Director, Manager, Principal Shareholders or Stakeholders

Name of Institution, Public Office, Board or Organ of State and Position held

Status of service (tick appropriate

column)

Current Within last 12 months

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-22-

*Insert separate page if necessary

Section 7: Record spouse, Children and parents in the service of the state

Indicate by marking the relevant boxes with a cross, if any spouse, child, parent of a sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation in current or has been within the last 12 months been in the service of any of the following:

A member of any municipal council, Provincial Legislation or National assembly

An employee of the municipality, municipal entity, any provincial department, National or provincial entity, National assembly or Provincial legislation

A member of the Board of Directors of any municipal entity

If any of the above boxes are marked, disclose the following:

Name of Spouse, Child or Parent

Name of Institution, Public Office, Board or Organ of State and Position held

Status of service (tick appropriate column)

Current Within last 12 months

*Insert separate page if necessary

The undersigned, who warrants that he/she is duly authorized to do so on behalf of the enterprise:i) Authorizes the Employer to obtain a tax clearance certificate from SARS that my/our tax

matters are in order;

ii) Confirms that the neither the name of the enterprise or the name of any partner, manager, director or other person who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corruption Activities Act of 2004;

iii) Confirms that no partner, member, director or other person, who wholly or partly PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-23-

exercises, or may exercise, control over the enterprise appears, has within the last five years been convicted of fraud or corruption;

iv) Confirm that I/we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest;

v) Confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct.

Signed: __________________________ Date: ________________________

Name: ___________________________ Position: _____________________

Enterprise name: _______________________________________________________

2.4 Company certificate must be attached

2.5 Clearance certificate must be attached and any other certificates

PART 4

3.1. FORM OF OFFER AND ACCEPTANCE

OFFER

The Employer, identified in the acceptance signature block, has solicited offers to enter into a contract for the procurement of Information and Technology on a full maintenance of 36 months.

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-24-

The Tenderer, identified in the offer signature block, has examined the documents listed in the Tender Data and added thereto as listed in the returnable schedules, and by submitting this offer has accepted the conditions of tender.

By the representation of the Tenderer, deemed to be duly authorized, signing this part of this form of offer and acceptance, the Tenderer offers to perform all of the obligations and liabilities of the contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the Conditions of Contract identified in the Contract Data.

THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE-ADDED TAX IS:

……………………………………………………………………………………………………………

……………………………………………………………………………………………………………

…………………………………………………………….Rand (in words);

R…………………………………………………………………………………………. (In figures)

This offer may be accepted by the Employer by signing the acceptance part of this form of offer and acceptance and returning one copy of this document to the Tenderer before the end of the period of validity stated in the Tender Data.

Signature ………………………………… Date …………………………………………

Name ……………………………………………………………………………………….

Capacity ………………………………………………………………………………………...

For the Tenderer

Name and address of organization

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

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

Name and signature of witnesses

1. ……………………………………………...............

2. ………………………………………………………

ACCEPTANCE

By signing this part of this form of offer and acceptance, the Employer identified below accepts the Tenderer’s offer. In consideration thereof, the Employer shall pay the service provider the amount due in accordance with the Conditions of Contract identified in the Contract Data. Acceptance of the Tenderer’s offer shall form an agreement between the Employer and the Tenderer upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement.

The terms of the contract, are contained in:PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-25-

Agreements and Contract Data, (which includes this agreement) Pricing data Delivery period

Deviations from and amendments to the documents listed in the Tender Data and any agenda thereto as listed in the tender schedules as well as any changes to the terms of the offer agreed by the Tenderer and the Employer during this process of offer and acceptance, are contained in the schedule of deviations attached to and forming part of this agreement. No amendments to or deviations from said documents are valid unless contained in this schedule.

The Tenderer shall within two weeks after receiving a completed copy of this agreement, including the schedule of deviations (if any), contact the Employer’s agent (whose details are given in the Contract Data) to arrange the delivery of any bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the Conditions of Contract identified in the Contract Data. Failure to fulfill any of these obligations in accordance with those terms shall constitute a repudiation of this agreement.

Notwithstanding anything contained herein, this agreement comes into effect on the date when the Tenderer receives one fully completed original copy of this document, including the schedule of deviations (if any). Unless the Tenderer (now contractor) within five working days of the date of such receipt notifies the Employer in writing of any reason why he cannot accept the contents of this agreement, this agreement shall constitute a binding contract between the parties.

Signature …………………………………… Date ……………………………………………

Name ………………………………………………………………………………………….

Capacity ………………………………………………………………………………………….

For the Employer

Name and address of organization

……………………………………………………………………

……………………………………………………………………

……………………………………………………………………

Name and signature of witnesses

1. …………………………………………………….. Date….………………………

PART 5

1.1. TERMS OF REFERENCE

1. ASSIGNMENT OBJECTIVE

The assignment objective is to ensure the effective delivery of the infrastructure projects set down within the infrastructure plan within the specified timeframe, project scope and budget

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-26-

specified for each project through assignment to appropriate Programme Implementing Agent and the proper management of the processes.

2. BACKGROUND

The uMhlosinga Development Agency (UMDA) is the municipal entity of the uMkhanyakude District Municipality in the Province of KwaZulu Natal. Its core function is to stimulate economic growth in the district through the implementation of economic catalytic projects, in the tourism, agribusiness, town development, and industrial development infrastructure and investment promotion spheres.

The organization invites suitably qualified and experienced professional service providers to be appointed as implementing agents for a period of three years.

3. SCOPE OF WORKThe scope of work to be undertaken is to:

Establish the UMDA infrastructure and capital project development programme Mobilize a programme management unit to manage the programme Formulate an infrastructure programme management plan (IPMP) Approve the plan Implement the plan to effectively and efficiently deliver the projects in terms of the

infrastructure plan. Package projects for funding applications

The major work components to be undertaken, associated steps and the resultant deliverables to be achieved are set down below:

1. Receive Projects Plan & Package Projects for Funding– comprising receipt and review of the approved Infrastructure Plan and package projects for funding. It is essential that the Programme Manager understands the nature and extent of the projects to be implemented including the project scope outline, norms & standards, concepts and designs, budgets and target dates for delivery.

This work component will include the following main activities:a. Receive Infrastructure Plan, norms & standards;b. Review of project scope, timetable and budgets;c. Accept Infrastructure Plan and mandate to deliver the projects.d. Package projects for funding

Deliverables to be achieved as a result of this activity comprise:1.1 Infrastructure Plan and packaging of projects.

2. Formulate Infrastructure Programme Management Plan – comprising formulation of the infrastructure programme, objectives and targets to be approved by UMDA.This work component will include the following main activities:a. Preparation of a draft IPMP based on the approved Infrastructure Plan;b. Work shopping of the IPMP with the relevant stakeholders c. Enhancement of the IPMP taking into account the stakeholder inputs; d. Submission of the IPMP for approval;e. Finalization of the IPMP if further inputs are required as instructed by the approving

authority;f. Confirmation in writing of approval of the IPMP by the approving authority.Deliverables to be achieved as a result of this activity comprise:2.1 Approved IPMP.

3. Reviewing and Mobilization of Programme Management Team (PMT) – comprising establishing and mobilizing the programme management team required to manage the programme as defined within the IPIP.

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-27-

This work component will include the following main activities:a. Review and approval of the IPIP;b. Joint meeting structures and interface mechanismDeliverables to be achieved as a result of this activity comprise:4.1 Programme Management Team established as specified in the IPIP.4.2 Meeting structures and interface mechanisms established.

4. Mandating of Project Managers – comprising procuring the services of and mandating the project managers required to manage the delivery of the projects as defined within the IPMP.This work component will include the following main activities:a. Procuring the services of project managers who are on UMDA’s panel and

establishment of the project management contracts as specified within the IPMP;b. Mandating of project managers and hand over of project scope;c. Ensuring that the project managers are capacitated with the requisite skills in order to

manage the projects;Deliverables to be achieved as a result of this activity comprise:5.1 Project manager contracts established as specified in the IPIP.5.2 Projects handed over to project managers for delivery.5.3 Project managers capacitated to manage the delivery process.

5. Manage Delivery of Programme – comprising ongoing management of the programme to achieve the project delivery on time to specification and within budget, including budget control, contract administration, monthly coordination, quality control, risk management, monitoring and reporting etc.This work component will include the following main monthly activities:a. Scope management of contracts;b. Administration of contracts, payment certification and confirmation;c. Cost control and forecasting of cash flows;d. Quality control;e. Time scheduling of the overall programme based on progress reporting from the project

managers;f. Coordination with stakeholders as specified in the IPIP;g. Monitoring and reporting as defined in the IPIP;h. Risk management;Deliverables to be achieved as a result of this activity comprise:6.1 Monthly composite progress report on time covering all PMBOK components;6.2 Monthly certification of payments within specified time and confirmation of payments.

6. Manage Handover of Projects – comprising managing the delivery of the projects to the client including scheduling quality audits, hand over process and timing, commissioning etc.This work component will include the following main monthly activities:a. Scheduling of hand over of projects and handover process;b. Coordinating the handover of projects including quality audits prior to handover,c. Managing the commissioning of the projects to ensure that they are handed over

effectively to the operation & maintenance unit.Deliverables to be achieved as a result of this activity comprise:7.1 Projects completed and handed over to the client;7.2 Projects commissioned and responsibility handed over to the Operation & Maintenance units.

7. Annual Work Plans – comprising formulation of the annual work plan for the projects to be implemented within the framework of the MTEF and annual budget cycle, Infrastructure Plan, Infrastructure Programme Implementation Plan and annual performance review of the programme.This work component will include the following main activities:

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-28-

a. Annual performance review, identification of lessons learnt and recommendations for improvements;

b. Formulation of the annual work plan for the programme within the framework of the IPIP;

c. Consultations with stakeholders regarding the annual work plan;d. Submission of the AWP for approval;e. Finalization of the AWP if further inputs are required as instructed by the approving

authority;f. Confirmation in writing of approval of the AWP by the approving authority.

Deliverables to be achieved as a result of this activity comprise:8.1 Approved annual work plan.

4. ACCOUNTABILITYThe service provider will be accountable to and under the direction of the accounting officer in the performance of the programme management duties.

5. ASSIGNMENT COSTPayment will be made on a percentage of the total project costs basis and will be payable against invoices submitted by the project managers and/or contractors.

6. TIMEFRAMEa. The period of contract that may be signed between the successful service provider and

the agency is 36 months (3 years)b. At the expiry time of contract the agency may consider renewing it for other years, if all

goes according to the likes of both parties

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-29-

PART 6

1.1. DECLARATION WITH REGARD TO EQUITY

Name of firm : ….................................................................................

VAT registration number : ……………………………………………………………..

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

TYPE OF FIRM

□ Partnership□ One person business/ sole trader□ Close corporation□ Company□ (Pty) Limited

[TICK APPLICABLE BOX]

DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

COMPANY CLASSIFICATION

□ Manufacturer□ Supplier□ Professional service provider□ Other service providers, e.g. transporter, etc.

[TICK APPLICABLE BOX]

MUNICIPAL INFORMATION

Municipality where business is situated: ………………………………………………….

Registered Account No: ……………………………………………………………………

Stand No: …………………………………………………………………………………….

1.2. DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

This Municipal Bidding Document must form part of all bids invited.

It serves as a declaration to be used by municipal entities in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

The bid of any bidder may be rejected if that bidder or any of its directors have:PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-30-

a) Abused the municipality’s / municipal entity’s supply chain management systems or committed any improper conduct in relation to such systems;

b) Been convicted for fraud or corruption during the past five years;

c) willfully neglected, reneged on or failed to comply with any government, municipal or other public sector contract during the past five years; or

d) Been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004).

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

Item Question Yes No(i) Is the bidder or any of its directors listed on the National

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

Yes

No

If so, furnish particulars

(ii) Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)?(to access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or submit your written request for a hard copy of the Register to facsimile number (012) 3265445).

Yes

No

If so, furnish particulars

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

Yes □

No □

If so, furnish particulars

Item Question Yes No(i) Does the bidder or any of its directors owe any municipal rates

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

□ □

If so, furnish particulars

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

Yes □

No □

If so, furnish particulars

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-31-

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) ………………………………………………………. CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRAVT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

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

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

1.3. CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

(Bid Number and Description)

In response to the invitation for the bid made by:

Umhlosinga Development AgencyMunicipal Entity

Do hereby make the following statements that I certify to be true and complete in every respect: I certify, on behalf of: ____________________________ that: (Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-32-

5. For the purpose of this Certificate and the accompanying bid, I understand that the word ”competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

(a) Has been requested to submit a bid in response to this bid invitation;

(b) Could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and

(c) Provides the same goods and services as the bidder and / or is in the same line of business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation, Communication, agreement or management with any competitor. However communication between partners in a joint venture or consortium (1) will not be construed as collusive bidding

In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding: _________________________

Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

(a) Prices;(b) Geographical area where product or service will be rendered (market

allocation)(c) Methods, factors or formulas used to calculate prices;(d) The intention or decision to submit or not to submit, a bid;(e) The submission of a bid which does not meet the specifications and conditions

of the bid; or(f) Bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practice related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for Investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No. 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten(10) years of the Prevention and Combating of Corrupt Activities Act No. 12 of 2004 or any other applicable legislation.

_____________________________ _______________________________Signature Date

_____________________________ _______________________________Position Name of Bidder

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-33-

1.4. CLAUSE 21 OF SCM POLICY

Bid documentation for competitive bids

The criteria to which bid documentation for a competitive bidding process must comply, must-

(a) Take into account-

(i) The general conditions of contract and any special conditions of contract, if specified;

(ii) Any Treasury guidelines on bid documentation; and

(ii) The requirements of the Construction Industry Development Board, in the case of a bid relating to construction, upgrading or refurbishment of buildings or infrastructure;

(b) Include the preference points system to be used, goals as contemplated in the Preferential required by other applicable legislation;

(c) Compel bidders to declare any conflict of interest they may have in the transaction for which the bid is submitted;

(d) If the value of the transaction is expected to exceed R10 million (VAT included), require bidders to furnish-

(i) If the bidder is required by law to prepare annual financial statements for auditing, their audited annual financial statements-

(aa) for the past three years; or

(bb) since their establishment if established during the past three years;

(ii) A certificate signed by the bidder certify that the bidder has no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payments is overdue for more than 30 days.;

(iii) Particulars of any contracts awarded to the bidder by an organ of state during the past five years, including particulars of material non- compliance or dispute concerning the execution of such contract;

(iv) a statement indicating whether any portion of the goods or services are expected to be sourced from outside the Republic, and, if so, what portion and whether any portion of payment from the municipality or municipal entity is expected to be transferred out of the Republic; and

(e) Stipulate that dispute must be settled by means of mutual consultation, mediation (with r without legal representation), or, when unsuccessful, in South Africa court of law.

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-34-

PART 7

7.1. DECLARATION OF INTEREST

7.1.1. No bid will be accepted from persons in the service of the state*.

7.1.2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegation of favoritism, should the resulting bid, or part thereof , be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorized representative declare their position in relation to the evaluating/adjudicating authority and/ or take an oath declaring his/her interest.

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

7.1.3.1. Full Name: …………………………………………………………………………

7.1.3.2. Identity Number: …………………………………….…………………………..

7.1.3.3. Company registration Number: ………………………………………………….

7.1.3.4. Tax Registration Number: ………………………………..……………………..

7.1.3.5. VAT Registration Number: ……………………………………………………….

7.1.3.6. Are you presently in the service of the state* YES / NO

7.1.3.6.1. If so, furnish particulars.

………………………………………………………………

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

7.1.3.7. Have you been in the service of the state for the YES / NO past twelve months?

7.1.3.7.1. If so, furnish particulars.

……………………………………………………………….

………………………………………………………………..

*MSCM Regulations: “in the service of the state” means to be –(a) A member of –

(i) Any municipal council;(ii) Any provincial legislature; or (iii) The national assembly or the national Council of provinces;

(b) A member of the board of directors of any municipal entity;

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-35-

(c) An official of any municipality or municipal entity;

(d) An employee of any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);

(e) A member of the accounting authority of any national or provincial public entity; or

(f) An employee of Parliament or a provincial legislature.

7.1.3.8. Do you, have any relationship (family, friend, other) with YES / NO Persons in the services of the state and who may be Involved with the evaluation and or adjudication of this bid?

7.1.3.8.1. If so, furnish particulars.

……………………………………………………

……………………………………………………

7.1.3.9. Are you, aware of any relationship (family, friend, other) YES / NO Between a bidder and any persons in the services of the State who may be involved with the evaluation and or Adjudication of this bid?

7.1.3.9.1. If so, furnish particulars

…………………………………………………

…………………………………………………

7.1.3.10. Are any of the company’s directors, managers, principle YES / NO Shareholders or stakeholders in service of the state?

7.1.3.10.1. If so, furnish particulars.

…………………………………………………

…………………………………………………

7.1.3.11. Are any spouse, child or parent of the company’s directors, YES / NO Managers, principle shareholders or stakeholders in service Of the state?

7.1.3.11.1. If so, furnish particulars.

………………………………………………..

………………………………………………..

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-36-

CERTIFICATION

I, THE UNDERSIGNED (NAME) ……………………………………………………………..CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT.

I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE

………………………………………… ……………………………………Signature Date

……………………………………….. ……………………………………Position Name of Bidder

7.2.

TAX CLEARANCE CERTIFICATE REQUIREMENTS

It is a condition of the bid that the taxes of the successful bidder must be in order or that satisfactory arrangement have been made with South African Revenue Services (SARS) to meet the bidders tax obligations.

1. In order to meet this requirement bidders are required to complete in full the form TCC 001 “Application for Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders/ individuals who wish to submit bids.

2. SARS will then furnish the bidder with a tax Clearance that will be valid for a period of 1(one) year from the date of approval.

3. It is the duty of the bidders to ensure the validity of the Tax Clearance Certificate.

4. The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be accepted.

5. In bids where Consortia/ Joint Ventures / Sub Contractors are involved, each party must submit a separate Tax Clearance Certificate.

6. Copies of the TCC 001” Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za .

7. Application for Tax Clearance Certificate may also be made via e-Filing. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

PART 8

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-37-

PRICING SCHEDULE – FIRM PRICES

NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of Bidder…………………………………………. Bid Number…………………............

Closing Time ……………. ….. …. …………………… Closing Date ………………………..

OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID.

_______________________________________________________________________ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCYNO. (INCLUDING VAT)

Required by ………………………………….

At ………………………………….

Brand and Model ………………………………….

Country of Origin ………………………………….

Does offer comply with specification? *YES/NO

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

Period required for delivery …………………………………. *Delivery: Firm/not firm

Delivery basis (all delivery costs must be included in the bid price) ………………………………….

Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-38-

PRICING SCHEDULE – NON FIRM PRICES

NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of Bidder…………………………………………. Bid Number…………………............

Closing Time ……………. ….. …. …………………… Closing Date ………………………..

OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID.

_______________________________________________________________________ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCYNO. (INCLUDING VAT)

Required by ………………………………….

At ………………………………….

Brand and Model ………………………………….

Country of Origin ………………………………….

Does offer comply with specification? *YES/NO

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

Period required for delivery …………………………………. *Delivery: Firm/not firm

Delivery basis (all delivery costs must be included in the bid price) ………………………………….

Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-39-

PRICING SCHEDULE (Professional Services)

Name of Bidder ………………………………………… Bid Number: ………….………………………..

Closing Time ………….………………………………... Closing Date …………………………………

OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID.

ITEM DESCRIPTION BID PRICE IN RSA CURRENCY INCLUSIVE OF VALUE ADDED TAX

The accompanying information must be used for the formulation of proposals.

Bidders are required to indicate a ceiling price based on the total estimated time for completion of all phases and including all expenses inclusive of VAT for the project R………..……………………………..

Period required for commencement with project after Acceptance of bid

…………………………………………….

Estimated man-days for completion of project

……………………………………………

Are the rates quoted firm for the full period of contract?

……………………………………………

If not firm for the full period, provide details of the basis on which adjustments will be applied for, for example consumer price index.………………………………………….

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-40-

THE FOLLOWING PARTICULARS MUST BE FURNISHED(FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED

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

Postal address ……………………………………………………………………………………………….

Street address ……………………………………………………………………………………………….

Telephone number …………………………………….. Fax number …………………………………….

Cell phone number …………………………………………………………………………………………..

VAT registration number ……………………………………………………………………………………

Has the original tax clearance certificate been attached (MBD)? YES/NO

Are you the accredited representative in South Africa for the Goods/Services offered by you? YES/NO

(If yes enclose proof)

Signature of bidder ……………………………………………..............................................

Date ……….……………………………………………………………………

Capacity under which this bid is signed ………………………………………..……………………….

Total bid price R_____________________ total number of items offered _______________ Total Bid in words ____________________________________________________________________________ (Amount must be inclusive of VAT)

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-41-

8.2.

SCHEDULE OF MUNICIPAL CLIENTS

Business name in full : ………………………………………………………..

Business address : ………………………………………………………..

…………………………………………………………

…………………………………………………………

Telephone number : ………………………………………………………….

Name, address and telephone number of at least TWO previous local authorities or other concerns for who services was rendered and value of such services:

a) ___________________________________ Amount: R ____________

b) ___________________________________ Amount: R ____________

c) ____________________________________ Amount: R_____________

Signature of Tender ___________________________

Date __________________________

Company Stamp

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT: UMDAC01/2016/17

-42-

NOMINATED KEY STAFF

The following staff will be expected to form part of the project team, should your company be appointed to render a particular project.

No. First Name Surname Position Within Service Provider

Professional Registration Number if available

Discipline i.e. Quantity Surveyor, etc

1

2

3

4

5

6

7

8

9

10

ANNEURE A

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT UMDAC01/2016/17

-43-

WORK EXPERIENCE

The bidder is required to furnish details of work experience for similar projects undertaken

Name of Company where services were rendered

Nature of Project/Contract

Value of Project

Duration of Project

Contact Person Contact Details (Tel No.)

Date Completed or to be Completed

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT UMDAC01/2016/17

-44-

PROPOSAL FOR THE APPOINTMENT OF A CONSULTING IMPLEMENTING AGENT UMDAC01/2016/17

-45-