ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM....

66
For Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat) (For publication on City of Ekurhuleni Website and Notice Board) QUOTATION NUMBER: ALQ.MI.01.03 DESCRIPTION: Supply and delivery of battery charger 32/220V/3A as per specifications DATE OF ADVERTISEMENT: 11 FEBRUARY 2020 CLOSING DATE: 18 FEBRUARY 2020 CLOSING TIME: BEFORE 15H00 QUOTATIONS MUST BE DEPOSITED IN BID BOX at CENTRAL PROCUREMENT OFFICE, NO: 5 JUNCTION RD, DRIEHOEK BOX NUMBER…….22.… BIDDER NAME of Company i.e. Proprietor/ Close Corporation/ Partnership/ Sole Proprietor Legal Name: _________________________________________ ___ Trading as: _________________________________________ ____ Company i.e. Proprietor /Close Corporation/ Partnership/ Sole Proprietor Registration Number BIDDER: CoE: Initial: Authorized Signatory/ies 1).…………………. Initial: CoE………..………. 2)………………….. Witness: …………………… 1

Transcript of ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM....

Page 1: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

For Office Use Only

REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM

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

QUOTATION NUMBER: ALQ.MI.01.03

DESCRIPTION: Supply and delivery of battery charger 32/220V/3A as per specifications

DATE OF ADVERTISEMENT: 11 FEBRUARY 2020CLOSING DATE: 18 FEBRUARY 2020CLOSING TIME: BEFORE 15H00QUOTATIONS MUST BE DEPOSITED IN BID BOX at CENTRAL PROCUREMENT OFFICE, NO: 5 JUNCTION RD, DRIEHOEK BOX NUMBER…….22.…

BIDDER

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

Legal Name: ____________________________________________ Trading as: _____________________________________________

Company i.e. Proprietor /Close Corporation/ Partnership/ Sole Proprietor Registration Number

City Of Ekurhuleni Vendor Registration Number (if already have)

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

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

Income Tax Number

VAT Reference Number (if applicable)

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

1

Page 2: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

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

MBD 3.1: Pricing Schedule – Firm Prices. MBD 4: Declaration of Interest MBD 6.1: Preference Points Claim MBD 8: Declaration of Bidder’s Past Supply Chain Management Practices MBD 9: Certificate of Independent bid determination

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

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

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

Original stamped affidavit (not copy of stamped affidavit) to be submitted Electronic (e-mailed or faxed) quotations are not accepted.

2. A BRIEFING SESSION IS NOT APPLICABLE.CITY OF EKURHULENI CONTACT PERSON: DAVID MATJIE TEL NO: 011 999 2333

EMAIL ADDRESS: [email protected] REFERENCE: EK 1698701

SECTION 21. The Lowest or any bid will not necessarily be accepted and the City of Ekurhuleni reserves the

right not to consider any bid not suitably endorsed or comprehensively completed as well as the right to accept a bid in whole or part.

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

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

4. Quotations are to be completed in accordance with the conditions as set out in the quotation document and must be placed in the quotation box indicated on page 1 before 15H00.

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

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

NOTICE TO BIDDERS VERY IMPORTANT NOTICE ON DISQUALIFICATIONS: (REVISED 4)

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

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

2

Page 3: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

“Acceptable bid” means any bid which, in all respects, complies with the conditions of bid and specifications as set out in the bid documents.

A BID WILL BE REJECTED:

1. If a VALID ORIGINAL tax clearance certificate or copy thereof (or in the case of a joint venture or consortium, of all the partners in the joint venture or consortium) has not been submitted with the bid document on closing date of the bid. (An expired tax clearance certificate submitted at the closure of the bid will NOT be accepted)In bids where Consortia and Joint Ventures are involved, each party must submit a separate Tax Clearance Certificate.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.Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

2. If any pages have been removed from the bid document, and have therefore not been submitted, or a copy of the original bid document has been submitted (all signatures to be original on each page).

3. In the event of a failure to complete and sign the schedule of quantities as required, i.e. only lump sums provided.

4. In the event of there being scratching out, writing over or painting out rates or information, affecting the evaluation of the bid, without initialling next to the amended rates or information.

5. In the event of the use of correction fluid (eg. tippex), any erasable ink, or any erasable writing instrument (e.g. pencil). (Only black pen to be used); (Evaluators to use a red pen only for notes).

6. If the Bid has not been properly signed by a person having the authority to do so. (Refer to Declaration). In the case of a representative, a signed letter of authority must be attached).

7. If particulars required in respect of the bid have not been completed, except if only the Broad –Based Black Economic Empowerment Certificate as provided for in Regulation 6 of The Preferential Procurement Regulations 2017, is not submitted, the bid will not be disqualified but no preference points will be awarded.

8. If the bidder attempts to influence, or has in fact influenced the evaluation and/or awarding of the contract.

9. If the bid has been submitted either in the wrong bid box or after the relevant closing date and time.

10. If requested; failure to provide a valid certificate from the Department of Labour, or a declaration (Specific goals – “Equity ownership”) by a designated employer that it complies with the Employment Equity Act 55 of 1998.

11. If any bidder who during the last five years has failed to perform satisfactorily on a previous contract with the municipality, municipal entity or any other organ of state after written notice was given to that bidder that performance was unsatisfactory.

12. The accounting officer must ensure that irrespective of the procurement process followed, no award may be given to a person –

(a) who is in the service of the state, or;(b) if that person is not a natural person, of which any director, manager,

shareholder or stakeholder, is a person in the service of the state; or;

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

3

Page 4: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

(c) who is an advisor or consultant contracted with the municipality in respect of contract that would cause a conflict of interest.

13. If the bidder or any of its directors is listed on the Register of Bid Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector.

14. If the bidder has abused the EMM’s Supply Chain Management System and action was taken in terms of paragraph 38 of the EMM SCM Policy.

15. Please check special requirements in scope of work in document for additional attachments.

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

17. If more than one (1) company quotes and the Director/s are the same Person/s and the companies fail to disclose this in the MBD4; the bids will be rejected as a result of Anti-Competitive Behaviour.

18. If the following have not been fully completed and signed:

a. MBD 3.1 PRICING SCHEDULE – FIRM PRICES

b. MBD 4 DECLARATION OF INTEREST

c. MBD 6.1 PREFERENCE POINTS CLAIM

d. MBD 8 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

e. MBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION

FORM “E”

SPECIFICATIONS

City of Ekurhuleni is not bound to accept the lowest or any quotation and reserves the right to accept the whole or any part of a quotation.

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

4

Page 5: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

This Bid may be awarded to more than one bidder

Supply and delivery of battery charger 32/220V/3A as per specifications

Battery Supply Units

INTRODUCTION This specification is for the appointment of service providers for the supply, delivery and offloading of new battery supply units used for substation switchgear, SCADA equipment, camera systems and standby/emergency lighting. The cabinets and DC distribution boards for required units are included in this specification.

The required units shall comply with the following technical information.

All equipment and services shall comply with the mandatory requirements of the City of Ekurhuleni

1. SCOPE

This specification describes the minimum requirements for battery supply units.

The units shall be supplied with all ancillary equipment necessary to make a complete installation as specified.

2. DUTY DESCRIPTION

The units shall be suitable for operation in substations, where the ambient temperatures would generally be as follows:

Maximum 40 °C Minimum -5°C Average 30°C

3. DESIGN CRITERIA AND MATERIAL OF CONSTRUCTION – BATTERY CHARGERS

3.1. ELECTRICAL REQUIREMENTS

The units shall be thyristor controlled devices and no switch mode units shall be considered.

Tripping supply output voltage:

32 Volt DCAC Charger supply:

Earthed 230 Volt, 1 Phase, +/- 20% at 50 Hz Surge protection shall be according to SANS 61643:2006

Under Mains or charge fail conditions the alarm system shall not draw more than 80 mA from the battery.

4. TECHNICAL SPECIFICATION - BATTERY CHARGER

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

5

Page 6: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

4.1. The charging equipment must be suitable for operating under the substation conditions specified, at the voltages, currents and rating specified.

Particular attention is directed to the temperature range on site and to the maximum permissible AC component of the charging current to prevent AC corrosion of the battery.

Double pole circuit breaker, including a floating contact for open/close indication is to be adopted throughout. The charger shall be rated to supply the continuous standing load in addition to charging the battery within 8 hours.

The Paralleling of the Battery Chargers:

Automatic changeover via Blocking Diodes in the Load Distribution Panel / Board

Via adequately rated Make Before Break Switch in the battery or DC distribution cabinet.

4.2. The output shall be smoothed to 5% of the nominal DC output with the battery disconnected.

4.3. The charging unit shall be of the constant voltage controlled current type suitable for pre – selection of the DC voltage which is to be maintained across the battery to within ±1% for a variation in AC supply voltage of ±105.

4.4. Where voltage adjusting devices are used they shall be mounted inside the panel and provided with screw driver slots for adjustment. Each adjustment shall be labelled to indicate its purpose and the direction it must be rotated to raise or lower the voltage setting.

4.5. Where electronic control devices are being used, the set points are to be adjusted via a control panel on the front of the unit. All settings shall be password protected.

4.6. The design of the charger shall be such that the failure of the control equipment shall automatically reduce the DC output to a safe minimum value.

4.7. The battery charger shall have protective features to disconnect faulty circuits and shutdown the charger output under fault conditions. The charger shutdown shall not interrupt the DC supply to the load.

4.8. A double pole AC circuit breaker shall be provided for the incoming AC supply. “ACB”. Each circuit breaker shall have an auxiliary, normally open contact used for indication of the breaker status.

4.9. The outgoing circuits shall be protected by Load Circuit Breakers “LCB” rated at 6 kA.

4.10. Charger shall be provided with surge suppressors for protection against diode failure, due to voltage transients.

4.11. Chargers shall be provided with static overload protection to ensure that in the event of the charger output being short circuited, or overloaded, the maximum

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

6

Page 7: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

output current is kept to a value within the continuous rating of the charger components.

4.12. Chargers shall be protected against reverse battery connection.

4.13. All indicating instruments shall be of the flush mounted digital type or analogue squire dial type, to indicate the charger output current and standing load current. In addition, the input voltage and the battery voltage shall be displayed. In the event of analogue meters there shall be a separate meter for all the above measurements.

4.14. The charger shall provide for the following alarms:

Mains Fail Auto Boost Charge Fail High Float Voltage High Volts Charge Fail Battery Fail Low Voltage Pos Earth Fault Neg Earth Fault

The local alarms mentioned shall be labelled as per the designations above.

4.15. The charger shall provide for the following indications (displayed on the front of the charger):

Mains ON Green 20mm panel LED light Boost Charge ON Red LED Auto Boost Charge Fail Flashing Red LED High Float Voltage Flashing Red LED High Volts Flashing Red LED Charge Fail Flashing Red LED Battery Fail Flashing Red LED Low Voltage Flashing Red LED Pos Earth Fault Flashing Red LED Neg Earth Fault Flashing Red LED

A Mains ON indication shall be on the front of the charger, and be permanently on, indicating that the AC mains supply is present and switched through to the charger.

4.16. The charger shall provide for the following remote indications:

Mains ON Mains Fail Boost Charge ON Boost Charge OFF Auto Boost Charge Fail High Float Voltage High Volts Charge Fail

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

7

Page 8: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Battery Fail Low Voltage Pos Earth Fault Neg Earth Fault

The remote indication relays shall be energized in the healthy state and the normally closed contacts will be used for indication of a fault. These contacts shall be potential free and wired to a terminating block on the PC board. The termination block for the remote indications, on the PC board, shall be labelled as per the above designated.

4.17. The remote indication shall reset automatically as soon as the condition returns to the normal.

The termination block for the remote alarms indications mentioned item 4.17 designations above and shall be potential free contacts wired to a terminating block or switch.

The remote alarm relays shall be energized in the healthy state and the normally closed contacts will be used for indication of a fault.

The remote alarms shall reset automatically as soon as the fault conditions clear

Potential free change over contact to be provided for remote indication of “High Voltage “ “Low Voltage” , “Battery Fail” “Charger Fail”

4.18. The following voltages shall apply:

Float charge – 1.35 V to 1.50 V per cell Auto Boost – 1.45 V to 1.60 V per cell Auto Boost Fail – less than 1.4 V per cell High Float Voltage – greater than 1.48 V per cell High Volts – greater than 1.55 V per cell Charge Fail – less than 1.35 V per cell Battery Fail – less than 1.1 V per cell Low Voltage – less than 1.1 V per cell

4.19. The charger shall be equipped with a proprietary automatic boost, test and alarm system that shall indicate the following:

4.19.1. AUTOMATIC BOOST & MANUAL BOOST SELECTOR

Boost charging is to be initiated every 28 days and automatically changed back to float when the battery is fully charged. Boost charging also to be initiated if the battery is discharged to the present low voltage alarm level. When the boost charge is activate it shall be indicated on the front of the charger. Boost charge is automatically terminated by means of a 2-hour override timer or by the high voltage alarm for float voltage, or the high voltage alarm for boost voltage as described below.

4.19.1.1. HIGH VOLT ALARM – FLOAT VOLTAGEBIDDER: CoE:Initial: Authorized Signatory/ies 1).…………………. Initial: CoE………..………. 2)………………….. Witness: ……………………

8

Page 9: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

This alarm level to be present to just above the normal float voltage. The high voltage alarm for float voltage allows for boost charging whilst providing protection against overcharging or excessive load voltage. Boost charge is terminated after 5.5 hours in the high voltage alarm for float voltage condition. A “High Float Voltage Alarm”, with indication, is initiated if the battery voltage exceeds this preset level for 11 hours, or alternatively is above normal float for 21 hours.

4.19.1.2. HIGH VOLT ALARM – BOOST VOLTAGE

This alarm level to be preset to just above the normal boost voltage. When the high voltage alarm for boost voltage level is reached, boost is immediately terminated and “High Boost Voltage Alarm”, with indication, initiated.

The battery charger shall be shut down for this condition.

4.19.1.3. AUTO BOOST CHARGE FAIL ALARM

When the auto boost charge fails to initiate, an alarm with indication will be activated and latched.

4.19.2. AUTOMATIC BATTERY TESTING

The battery monitoring unit automatically checks the internal resistance of the battery and associated connectors every 10 hours. The charger is automatically switched off for 5 seconds and the voltage across the battery is checked with a load of at least 10% of the battery C5 capacity.

If this voltage drops below a preset Battery Low Voltage level a “Battery Fail Alarm”, with indication, is initiated and latched. This alarm would not latch for a low voltage condition resulting from a normal discharge. Separate local indications are given for “Charge Fail” and “Low Voltage”.

To prevent additional discharging of the battery, the pulse testing is inhibited after indication of charger failure.

4.19.3. CHARGE FAIL

A charge fail alarm, with indication, to be initiated when the charging voltage is below that of the set value (see section 4.12).

4.19.4. LOW VOLTAGE

A low voltage alarm, with indication, to be initiated when the voltage per cell is below that of the set value.

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

9

Page 10: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

4.19.5. EARTH FAULT

A suitable earth fault detections system shall be provided, with indication, for positive or negative earth faults exceeding 10 mA.

4.19.6. MAINS FAIL ALARM

A suitable main fails timer - adjustable from one (1) minute to (1) hour shall be provided.

5. MANUFACTURING AND CONSTRUCTION DETAILS – BATTERY CHARGERS

Battery chargers shall be free standing, complete with battery, alarms and controls as detailed.They should be housed at the bottom of the cubicle with the load distribution and load transfer switch mounted on top.

Cable entry should be from the top or bottom with reversible removable gland plates and ten punched out profiles for each no. 1 and no. 2 glands. The holes shall be closed with suitable plugs.

Unless otherwise approved all control wiring shall be wired with multi-strand PVC wires of the appropriate cross section.

All wiring shall be numbered by means of ferrule type labelling. Crimped lugs shall be used for terminations.

The battery and charger units shall be vermin proofed and provision shall be made for termination of all external cabling.

A metal rating plate shall be supplied indicating the following:

AC input voltage DC output voltage maximum charge current charge current setting (setting output current is limited at) number of battery cells type of battery cells (NiCad/lead acid) rating of battery cells (Ah rating)

5.1. Marking of Charger Each charger shall clearly indicate the following information:Manufactures name, type number and serial number.Emergency and after hours contact numbers.Current at current limit.AC input Supply Voltages.Client order number.

The cells forming the battery will be supplied complete with all inter-cell and inter–row connectors and nuts and bolts.

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

10

Page 11: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Labels shall be provided, in English, on the front panels and interior of the unit for marking terminals, switches, circuit breakers, fuses, alarm indications and outgoing terminals.

Material used shall be anodized Aluminium or white/black Traffolyte and shall be engraved in accordance with approved label schedules. The labels shall be finished to give an overall neat appearance.

For warning labels, white letters on a red background are preferred.

External labels shall be fixed by means of screws.

After drilling, cutting etc. the cubicles shall be cleaned and painted with structured gloss paint of SABS 1091. The interior chassis plate of the cubicle shall be finished in gloss white.

Where batteries are contained within the charger cubicle, the charger and battery compartments are to be entirely separated from one another with no air movement possible between them. Battery shelves shall be protected by coating with Polyurethane rubber.

Charger construction shall incorporate the following features:

Alarm as specified DC Voltmeter {Battery Voltage} DC Output Amp rating Charger Ammeter Charger Current DC Load Output Current Incoming supply circuit breaker AC supply live – LED indicator Automatic equalizing charge cycle Automatic battery capacity test with manual override for spot

check indication. Ripple content: Less than 30% C5 current.

5.2. Standing Loads

It should be assumed by the supplier that standing loads, comprising microprocessor relays and other electronic equipment, are in use. Consequently, the charger output should be equipped with suitable chokes and filters to obviate consequential damage to relays, both in the normal operating mode, and also in the event of disconnection of the battery load as a damping component.

5.3. Output Facilities

Provision shall be made for six output circuits, each individually switched via a suitable rated double pole miniature DC Circuit breaker rated at 6 kA.

One output circuit for supply to a DC distribution board.

Five output circuit for supply to the substation equipment.

6. DESIGN CRITERIA AND MATERIAL OF CONSTRUCTION – BATTERIESBIDDER: CoE:Initial: Authorized Signatory/ies 1).…………………. Initial: CoE………..………. 2)………………….. Witness: ……………………

11

Page 12: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

The below Specification is a General Description, Design Criteria and Construction for Nickel Cadmium Batteries to IEC62259 (Secondary Cells / Batteries with Partial Gas Recombination)

6.1. General

The battery shall be comprised of Nickel-Cadmium cells with partial gas recombination and fully comply with the latest edition of IEC 62259 (Secondary Cells and Batteries Containing Alkaline or Other Non-acid Electrolytes - Nickel-Cadmium Prismatic Secondary Single Cells with Partial Gas Recombination) requirements. The recombination level shall be at least 95%.

The design life of the battery shall be based on achieving at least twenty years when operating at an average room temperature of +25°C (77°F). The design life at +40°C (104°F) shall not be less than fourteen years.The addition of water during the complete service life of the battery shall not be required under normal float charge operation (following recommended operating conditions, from -20°C to +40°C (-4°F to 104°F) at 1.42 V/cell with temperature compensation). External gas recombination vents are not acceptable for safety reasons.Each battery cell or block shall be housed in translucent polypropylene containers. Multi-cell containers are acceptable in order to optimize the installation cost.

The battery shall be tested and approved for both IEC 62259 and IEC 60623 Standards. Corresponding type test approval certificates shall be submitted for both Standards with the bid.Battery safety and installation shall comply with both IEC 62485-2 / EN 50272-2 (Safety Requirements for Secondary Battery Installations) and IEC 60529 (Degrees of Protection Provided by Enclosures (IP Code)).

6.2. Electrodes

Positive and the negative electrodes shall be of double perforated, nickel plated pocket plate type. To achieve the highest mechanical strength and the lowest internal electrical resistance, all steel parts shall be welded together.

6.3. Separator

The electrode separator shall consist of a polypropylene fibrous material. Separators consisting of plastic grids are not acceptable.

6.4. Container

Cell containers shall be of translucent polypropylene (as per UL 94 HB). The electrolyte level shall be visible through the container side walls. Minimum and maximum electrolyte level marks shall be displayed on at least two sides of the container.

6.5. Venting System

Each vent shall be equipped with a low pressure flame arresting vent that operates as a one-way valve as defined in IEC 60050-482. External gas recombination

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

12

Page 13: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

vents are not permitted for safety reasons and such devices are not covered by IEC 62259 Standard.

6.6. Charging

The battery shall be suitable for a single level (float) charge with a voltage of 1.42 V/cell only. If a high rate (boost) charge is requested, it shall be limited to 1.45 V/cell. 92% capacity for medium power (M) type cells and 85% for high energy (L) type cells shall be available at +20°C (68°F), after a constant voltage charge at 1.42 V/cell for 15 hours with a charge current of 0.1 C5 A.

6.7. Sizing Requirements

Battery sizing shall be in accordance with the IEEE 1115-2000 and take into account the conditions after prolonged float charge (minimum of ninety days). The IEEE 1115-2000 battery sizing sheet must be submitted together with the bid with details of all the design criteria.

6.8. Battery supply conditions

The battery shall be supplied filled with electrolyte and charged. In this condition batteries shall be designed to be able to be stored up to 24 months under recommended conditions.

7. DESIGN CRITERIA AND MATERIAL OF CONSTRUCTION – CABINETS/ENCLOSURES

Floor standing Non self-contained with access via pad – lockable front door Handbook /Charger and battery holder behind the front access door

7.1. Connections and bolts

Solid steel conductors shall be used for all cell interconnections using stainless steel nuts and bolts and captive washers.

7.2. Stand Details

Adequate access shall permit ease of monitoring all cell electrolyte levels and also of testing SG values with a commercial hydrometer.

7.3. Construction

Combustible or flammable materials not be used in the construction of the enclosure.All cables shall be from top entry with front access.Cubicles shall be spacious enough to permit full and easy to all terminals and components, however the overall dimensions of any cubicle shall not exceed the following limiting dimensions:Overall height - mmOverall depth - mmAll cubicles shall be provided with brass earth terminal not less than 10mm in diameter for earthling the cubicle

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

13

Page 14: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

8. Wiring, terminals and ferrules

Wiring shall be colour coded and ferrule marked in accordance with BS 158 and such ferrule marking as may be shown on schematic diagrams that may be issued with the enquiry. For identification purposes identical ferrule markers of approved type shall be fitted to both ends of each wire. Furrule markers shall be of a durable insulating material having a reasonable glossy finish to prevent the adhesion of dirt. Ferrule markers shall be marked clearly and permanently and shall not be effected by moisture, heat or battery acid. Unless otherwise approved, ferrule markers shall be white with black lettering.All wiring shall be taken to terminals and wires shall not be joined or teed between terminal points. Terminals shall be of the insertion double ended pinch bar type. Terminals shall be suitable to accommodate at least two 4mm² wires but not more than two wires shall be connected to an end of an insertion type terminal. Unless terminals are the fully insulated type, suitable insulating barriers shall be provided between terminals. Terminal strips shall be suitably labeled and terminals shall be numbered to facilitate identification. All terminal strips shall have a minimum of 20 spare terminals.

9. Labels and Designation Plates

Labels shall preferably have black lettering on a white background but danger plate’s and warnings shall have red lettering on a white background.Suitable notices warning against malpractices such as incorrect operation of equipment, or any practice which may endanger the safety of the operator or other personnel, shall be provided when and as required. Such notices shall be to the approval of the Engineers in all respects.

10. Letters types and sizes for all labels shall be to approval.

Sufficient blank labels of the same type and size as that fitted on the board shall be supplied with the board for these positions where spare space or future possible circuit breakers have been called for.

11. Type Testing

Type tests shall be conducted to indicate the cell performance at the manufactures premises.

A certificated detailing the results of above tests shall be submitted to the City of Ekurhuleni before or its representative.

12. Routine Testing

Following installation and commissioning, the following tests / checks shall be carried out:Measurement of Float voltage at full charge.Measurement of float current at full charge.Measurement of boost charge rate.Measurement of boost current at full charge.Measurement of the primary current “AC input Current” at no Load.Measurement of the primary current “AC Input Current” at full Load.A heat run should be performed and all measurements to be submitted with the FAT.A certificate detailing the results of above tests shall be submitted to the representative.BIDDER: CoE:Initial: Authorized Signatory/ies 1).…………………. Initial: CoE………..………. 2)………………….. Witness: ……………………

14

Page 15: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

13. DRAWING, DATA AND INSTRUCTION MANUALS

Drawings and documentation shall be to standard.Dimensioned outline drawing.Typical schematic drawings of the battery charger circuits.Three sites of each drawings handbooks and operational instructions to be submitted with the product on final delivery.

Three certificates are to be submitted after the execution of the type and routine testing.One copy on delivery of the instruction manuals is supplied with the equipment.The manuals shall be complete with all relevant drawings enabling the equipment to be assembled, tested and maintained.

14. DELIVERY

The manufacturer is to pack the BTU (Charger) in a suitable manner to ensure that it arrives at the specified destination in good condition.

Then manufacturer shall be responsible for the safe delivery of the equipment and the manufacturer shall provide for the necessary insurance cover.

15. PAINTING AND PROTECTIVE COATING

Final colour shall be approved on order placement.

16. PERFORMANCE AND GUARANTEE

The performance of the items supplied in terms of this specification, as defined by the order, shall be warranted by the vendor / contractor and, if specified, be tested in accordance therewith.The vendor / contractor shall not be specifically required to conduct a performance test on site.The equipment supplied is guaranteed for a period of twelve months from the date of commissioning against defective materials and workmanship. Tenderers are to indicate clause compliance with this specification and any divergences are to be clearly stated.

Tenderers are to submit a written undertaking at the time of tender that a complete range of spares for the equipment offered will be held by the manufacturer for a minimum period of 10 years from date of tender.

17. REFERENCE STANDARDS AND SPECIFICATIONS

In addition, all equipment supplied shall comply with the requirements of the standards:Occupational Health and Safety Act 85 of 1993 (as amended)SANS 60439 Low voltage Switchgear and controllerSANS 1507 /SABS 150 PVC cableSANS 61558 – 2 – 7 Safety of Power transformers, power supply

units and similarSANS 156 MCB‘s and MCCB’sISO 9002 Quality system (minimum)IEC 60898-1 Electrical AccessoriesIEC 60898-2 Electrical Accessories

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

15

Page 16: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

SANS 10142-1 The wiring premise – Low Voltage installations

SANS 1632 BatteriesEkurhuleni Specification HG –GM – 18.8.2009

32 V Tripping Units

32V DC BATTERY TRIPPING UNIT IN ACCORDANCE WITH EKURHULENI SPECIFICATION HG – GM – 18.8.2009 REV 0

18. SPECIFICATION FOR THE CHARGER:

Technical Data in accordance with specification HG –GM -18.08.2009

CHARGER UNIT:

Quantity Thyristor Controlled Battery ChargerInput 220/230 V AC 1 phase 50 HzOutput 32V DC nominalFloat Voltage To suit NICADS batteries / cellsBoost Voltage To suit NICADS batteries / cellsCharger Rating Each Charger to have an output current of 3AStanding LoadCharger Type Constant voltage current limit (CVCL)Smoothing 5% RMS VRegulation ±10% mains variation <=± 1% on DC outputMajor Components AC input protection MCB

AC input surge suppression MOV

: : Mains on neon lamp: Double wound mains transformer : DC smoothing Choke + Capacitors card : Thyristor Controller rectifier control modules only : Bridge rectifier / Thyristor Stack : Rectifier protection fuse

Alarms : alarm module as follows:-: Charge fail alarm : Low volt /battery fail alarm : High volt alarm : 28 day automatic battery boost system : 12 Hourly automatic battery test system : Battery test resistor and contactor : Polar earth fault alarm module : Mains Fail Timer Module : Emergency lights timer module

APPLICABLE STANDARDS

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

16

Page 17: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

The design, material, manufacture, selection, testing and performance of nickel cadmium batteries shall meet the requirements of the applicable sections of the latest revision of the following standards:

IEC 60898-1 Electrical Accessories – Circuit Breakers for over current protection for household and similar installations Part 1: Circuit Breakers for AC operation.IEC 60898-2 Electrical Accessories – Circuit Breakers for over current protection for household and similar installations Part 2: Circuit Breakers for AC operation.

SANS 10142-1 The wiring premise Part 1: Low-voltage installations.

Abbreviations

NiCad: Nickel Cadmium0C: Degrees CelsiusAC: Alternating CurrentDC: Direct Current

Environmental Conditions The equipment covered by this specification shall be suitable for operation under the following conditions:

Lightning: High Lightning Area

Outdoor Air TemperatureMaximum: 40°C

Minimum: -10°C

Equipment room air temperature

Maximum: 50°CYearly average: 25°C

Minimum : - 5°C

NiCad Fibre Plated Battery Specification

The battery shall be nickel cadmium fibre plated matrix design to provide reliable DC power. The battery shall be designed for a minimum serviceable life of 20 years. The battery shall be of low maintenance type with recombinant technology to ensure prolonged topping up intervals.

The internal construction of the battery shall be nickel plated fibre, nickel plated steel and impervious to alkaline electrolyte. The structural integrity of the battery shall remain intact for the life of the battery.

Design and Construction

Electrode AssemblyThe electrodes shall be an active surface design, constructed of a nickel plated fibre matrix. Plates for the positive and negative plate shall be of the same basic design. All individual plates shall be secured to the terminal collecting plate by welding. Bolted construction is not BIDDER: CoE:Initial: Authorized Signatory/ies 1).…………………. Initial: CoE………..………. 2)………………….. Witness: ……………………

17

Page 18: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

acceptable. Terminals shall have internal threads and be made of nickel plated steel with a cross sectional area sufficient to handle the current requirements of the battery.

Positive Plate The positive plate active material shall consist of pure nickel hydroxide without any additives such as graphite to enhance electrical conductance.

Negative PlateThe negative plate active material shall consist of pure cadmium hydroxide without additives such as iron to enhance electrical conductance.

SeparatorThe separator shall provide insulation between the positive and negative plates. The separator shall be constructed of a micro porous plastic and shall be wrapped completely around the positive plate.

Cell Container and LidThe cell container and lid shall be made of translucent polypropylene to facilitate ease of reading the electrolyte level. The container shall have maximum and minimum electrolyte level marks clearly indicated and visible from at least 2 sides of the container. The Ampere Hour rating (capacity) and year of manufacturing must also be displayed. The container and lid shall be chemically resistant to the electrolyte and be welded to each other by a heat sealing method to produce a leak free seal.

Terminal PostsTerminal posts shall be welded to the top of the plate group bus assembly. The posts shall be nickel plated steel, with internal threads for bolting connectors. All external components of the battery shall be nickel plated or stainless steel.The post seal between the lid and the post shall be provided by compression of “O” rings inside the cell.

ElectrolyteThe electrolyte shall be an aqueous solution of potassium hydroxide with additives of lithium hydroxide to provide optimal performance, cycling and reliability.Flame Arrestor Vents and Accessories

Each cell shall be provided with nickel plated copper inter cell connectors and flexible welding cable connectors with suitable current carrying capacity for the battery application. Cell connectors shall be provided with plastic insulating covers to protect personnel from electrical shock and external short circuits.Flame arresting vent caps shall be provided on each cell. The vent shall allow gassing of the cell during over-charge and provide a means of topping up the cell without removal of the assembly. Screw vents that must be removed from the cells when topping up with water are not acceptable.

Electrical Characteristics

2.1 Performance

The discharge performance of the battery shall be matched to the load profile by calculation in accordance with IEEE Standard 1115.

2.2 CapacityBIDDER: CoE:Initial: Authorized Signatory/ies 1).…………………. Initial: CoE………..………. 2)………………….. Witness: ……………………

18

Page 19: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

The battery capacity shall be rated in ampere hours discharged for a 5 hour discharge period to 1.00 volts per cell after being fully charged. Capacity rating shall conform to IEC 623.

2.3 Cell VoltageThe nominal cell voltage shall be 1.20 Volts. The open circuit voltage range of the cells shall be between 1.28 and 1.35 Volts per cell.

2.4 ChargingThe battery shall be charged using a constant voltage system. For maximum charge efficiency, dual rates (float & equalize) charger shall be used. The battery shall be charged to a minimum of 80% of capacity within 5 hours from a fully discharged state at 0.2 C5A at 200

C. The equalize charge voltage shall be between 1.52 and 1.60 volts per cell and the float voltage shall be between 1.42 and 1.45 volts per cell. The cells shall not exhibit any loss of life due to overcharge if water topping up is performed routinely.

Commissioning

The battery shall receive a full formation process to activate the active material in the plates prior to shipment/transportation. After a full formation charge, the battery will not require a commissioning charge if put into service within 6 months of shipment/transportation.

Documentation

Each shipment shall have with it a Material Safety Data Sheet (MSDS), and an installation & operating instruction sheet.

REQUIRED BATTERY CAPACITY RATINGS:

9-11 Ampere hour at the 5 Hour Discharge Rate

NiCad Pocket Plated Battery

The battery shall be NiCad pocket plated matrix design to provide reliable DC power. The battery shall be designed for a minimum serviceable life of 20 years.The battery shall be of low maintenance type with recombinant technology to ensure prolonged topping up intervals.

The internal construction of the battery shall be nickel pocket plated and nickel pocket plated steel and impervious to alkaline electrolyte. The structural integrity of the battery shall remain intact for the life of the battery.

The battery shall be of nickel-cadmium type in polypropylene containers. It is advisable to have containers including several cells in serial in order to optimize the installation cost. Each block shall have a lid that covers connectors and valves to keep them clean.In order to achieve the ultra-low maintenance, the battery shall internally recombine the major part of the overcharging gasses. External recombination in catalyst vents shall not be allowed for reliability reasons. On normal float the expected watering interval shall be at least 10 years and the possibility of thermal runaway shall be eliminated by intrinsic design of the battery.

DESIGN AND CONSTRUCTION

6.1 Electrode AssemblyBIDDER: CoE:Initial: Authorized Signatory/ies 1).…………………. Initial: CoE………..………. 2)………………….. Witness: ……………………

19

Page 20: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Plates for the positive and negative electrodes shall be of the same basic design, and of the pocket plate type. The active materials must be encapsulated between folded nickel plated steel strips which are perforated from both sides. To achieve the highest mechanical strength and the lowest internal electrical resistance, all steel parts must be welded together. Bolted construction is not acceptable.

6.2. Venting system:It shall be low pressure flame arresting vents operating as a one-way valve in case of the internal pressure exceeds a fixed safety value. The sealing vent shall have an integral flame arresting porous disk to prevent any possibility of any external ignition from spreading into the cell.

TerminalsShort terminals pillars shall be welded to the plate busbar and shall be internally threaded for bolting on connectors. Terminal pillars shall be nickel plated.

ChargingCharging shall be accommodated in two ways:

1. Through a single level charge, by applying a constant voltage of 1.42 V/cell at 20°C with a current limitation of 0.1 C/5.

2. Through a two level charge, by applying a minimum constant voltage of 1.45 V/cell at 20°C with a current limitation of 0.1 C/5 to be followed by a permanent float charge, by applying a minimum constant voltage of 1.42 V/cell at 200C.

The battery shall withstand prolonged float operations at 1.42 V/cell at 200C without any loss of capacity.

THE APPOINTMENT OF SERVICE PROVIDER(S) FOR SUPPLY OF BATTERY CHARGER 32/220V/3A

1. INTRODUCTION The City of Ekurhuleni is looking for the services of a suitably qualified service provider(s) to

supply battery charger 32/220V/3A.

2. GENERAL CRITERIA

Evaluation aspect2 Points minimum requirement

1 Point minimum requirement 0 Points score

Plant and equipment

(owned or leased)

1 utility vehicle or office 1 utility vehicle No utility vehicle

Financial ability to

execute the contract

(annual turnover)

More than

R50 thousand and above

Between R50 thousand and

R10 thousand

Less than R10 thousand

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

20

Page 21: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Size of enterprise and

current workload

(annual turnover)

More than

R50 thousand and above

Between R50 thousand and

R10 thousand

Less than R10 thousand

Staffing profile Owner plus 1 driver Owner or driver No staff compliment

Capability/Experience The bidder listed

information regarding

previous experience of

more than 1 project of

similar nature and relevant

to the contract. (i.e

Supply and delivery.) (list contactable references).

The bidder listed information regarding previous experience of 1 project of similar nature and relevant to the contract (i.e Supply and delivery.) (list contactable references).

No reference listed

information regarding

previous experience of 1

project of similar nature

and relevant to the

contract (The supply of

Battery chargers and

deliver to the city of

Ekurhuleni )

MBD 3.1

PRICING SCHEDULE – FIRM PRICES(PURCHASES)

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

Name of bidder……………………………………………………………………..OFFER TO BE VALID FOR 60 DAYS FROM THE CLOSING DATE OF BID.

SCHEDULE OF PRICES/ RATES:

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

21

Page 22: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Item DescriptionQuantity (Q)

Unit Price (P) in Rands

Price excluding Vat (Q x P) in Rands

1 Supply and delivery of battery charger 32/220V/3A as per specifications 15 R RVat 15% RTotal Including Vat R

Note:

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

2. In a case of miscalculations or incorrect figures, the unit price will be used to calculate the corrected comparative price.

- Does the offer comply with the specification(s)? (Tick applicable box)

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

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

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

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

-Witness: ………………………………………………………..

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

MBD 4DECLARATION OF INTEREST

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

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

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

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

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

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

YES NO

22

Page 23: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

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

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

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

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

¹MSCM Regulations: “in the service of the state” means to be –(a) a member of –

(i) any municipal council;(ii) any provincial legislature; or(iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity;(c) an official of any municipality or municipal entity;(d) an employee of any national or provincial department, national or provincial public

entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);

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

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

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

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

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

(Tick applicable box)

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

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

(Tick applicable box)

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

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

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

YES NO

YES NO

YES NO

23

Page 24: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

(Tick applicable box)

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

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

(Tick applicable box)

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

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

in service of the state? (Tick applicable box)

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

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

……………………………………………………………………………..

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

Full Name Identity Number State Employee Number

CERTIFICATION

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

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

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

YES NO

YES NO

YES NO

YES NO

24

Page 25: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

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

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

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

MBD 8

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

CITY OF EKURHULENI

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

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

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

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

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

25

Page 26: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

3 The bid of any bidder may be rejected if that bidder, or any of its directors have:

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

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

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

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

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

(tick applicable)

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

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

Yes No

4.1.1 If so, furnish particulars:

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

(To access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or submit your written request for a hard copy of the Register to facsimile number (012) 3265445).

Yes No

4.2.1 If so, furnish particulars:

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

Yes No

4.3.1 If so, furnish particulars:

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

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

Yes No

4.4.1 If so, furnish particulars:

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

26

Page 27: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

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

Yes No

4.7.1 If so, furnish particulars:

CERTIFICATION

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

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

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

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

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

GENERAL CRITERIA

Provide information on the following:

Infrastructure: Physical facilities

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

Physical Address

Street Name:

Suburb:

Town:

Province:

Postal Code:

Other address of offices if applicable

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

Physical Address

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

27

Page 28: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Street Name:

Suburb:

Town:

Province:

Postal Code:

Plant / Equipment

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

Description: Owned Plant / Equipment Number of units

Description: Hired Plant / Equipment Number of units

Description: Plant / Equipment to be purchased Number of units

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

28

Page 29: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Size of enterprise and current workload

What was your turnover in the previous financial year? RWhat is the estimated turnover for your current financial year? RList your current contracts and obligations

Description Value (R) Start date DurationExpected

completion date

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

awarded to you? ____________________________________________________________________________

Staffing Profile

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

Own staff: gender and race Number of staff

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

Proposed Key Personnel

Provide information on key staff you intend utilising on this contract, should it be awarded to you. (In case of engineering construction projects key staff is defined as staff of foreman level and above)Name and Surname Position in your Qualifications Experience HDI BIDDER: CoE:Initial: Authorized Signatory/ies 1).…………………. Initial: CoE………..………. 2)………………….. Witness: ……………………

29

Page 30: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

organisation status (Y/N)

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

30

Page 31: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Previous experience

Provide the following information on relevant previous experience (indicate specifically projects of similar or larger size and/or which is similar with regard to type of work.

No points will be awarded if reference cannot be reached or if it refuses to supply information. Give at least two (2) names and telephone numbers and email address per reference.

Description of work done Value (R, VAT excluded)

Start date Duration Completed Year(s) executed

Reference Reference date Name Organisation Tel no Email Address

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

31

Page 32: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

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 R200 000 (all applicable taxes included); and

1.2 The value of this bid is estimated not to exceed R200 000 (all applicable taxes included) and therefore the 80/20 system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

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

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

POINTS

1.3.1.1 PRICE 80

2.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 20

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

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate as provided from a Verification Agency accredited by the South African

Accreditation System (SANAS or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together or original stamped affidavit signed by a commissioner of oaths or SAPS (download from dti website: www.thedti.gov.za) with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

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

2. DEFINITIONS

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

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

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

32

Page 33: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

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;

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

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

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

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

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

2.9 “EME” means any enterprise with an annual total revenue of R10 million or less.

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

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

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

2.13 “person” includes a juristic person;

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

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

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

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

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

3. ADJUDICATION USING A POINT SYSTEM

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

33

Page 34: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

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

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

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

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

3.5 However, when functionality is part of the evaluation process and two or more bids havescored equal points including equal preference points for B-BBEE, the successful bid mustbe the one scoring the highest score for functionality.

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

4. POINTS AWARDED FOR PRICE

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

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

80/20

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

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

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

Number of points(90/10 system)

Number of points(80/20 system)

1 10 202 9 183 8 164 5 125 4 86 3 67 2 48 1 2

Non-compliant contributor

0 0

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor or original stamped affidavit signed by a commissioner of

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

34

Page 35: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

oaths or SAPS (download from dti website: www.thedti.gov.za). Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates or an Original stamped affidavit (not copy of stamped affidavit).

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

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

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

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

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

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

6. BID DECLARATION

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

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

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

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA) or an Original stamped affidavit (not copy of stamped affidavit).

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

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

Table 1: Tender Preference Claim

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

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

35

Page 36: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Exempted Micro Enterprise (EME) greater than 50% black-ownedExempted Micro Enterprise (EME) less than or equal to 50% black-ownedVerified B-BBEE contributor

B-BBEE Status Level of Contributor1

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

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

9. Declarations

1) With reference to condition 5.7 in Section 2 above, the bidder declares that (tick one box as applicable):

9.1 It intends sub-contracting more than 25% of the value of the contract to sub-contractors that do not qualify for at least the points that the vendor as prime supplier qualifies for

9.2 Subject to 9.1 above; does the bidder intend to subcontract contract to an EME that has the capability to execute the subcontract

(Tick applicable box)

9.3 It DOES NOT intend sub-contracting more than 25% of the value of the contract to sub-contractors that do not qualify for at least the points that the vendor as prime supplier qualifies for

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

___________________________________ ___________________________________Signature Date

Print name: ___________________________________

On behalf of the bidder (duly authorised)

MBD 9CITY OF EKURHULENI

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

36

YES NO

Page 37: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

CERTIFICATE OF INDEPENDENT BID DETERMINATION (MBD 9)

1 This Form “I“ must form part of all bids¹ invited.2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an

agreement between, or concerted practice by, firms, or a decision by an association offirms, if it is between parties in a horizontal relationship and if it involves collusivebidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannotbe justified under any grounds.

3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policymust provide measures for the combating of abuse of the supply chain management

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

supply chain management system of the municipality or municipal entity or hascommitted any improper conduct in relation to such system; and

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

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

5 In order to give effect to the above, the attached Certificate of Bid Determination must be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.

CERTIFICATE OF INDEPENDENT BID DETERMINATION (MBD 9)

I, the undersigned, in submitting the accompanying bid:

______________________________________________________________________(Bid Number and Description)

in response to the invitation for the bid made by:

City Of Ekurhulenido hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: __________________________________________________ that:(Name of Bidder)

1. I have read and I understand the contents of this Certificate;2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true

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

of the bidder;4. Each person whose signature appears on the accompanying bid has been authorized by the bidder

to determine the terms of, and to sign, the bid, on behalf of the bidder;5. For the purposes of this Certificate and the accompanying bid, I understand that the word

“competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:(a) has been requested to submit a bid in response to this bid invitation;

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

37

Page 38: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

(b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and(c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:(a) prices;(b) geographical area where product or service will be rendered (market allocation)(c) methods, factors or formulas used to calculate prices;(d) the intention or decision to submit or not to submit, a bid;(e) the submission of a bid which does not meet the specifications and conditions of the bid; or(f) bidding with the intention not to win the bid.

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

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

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

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

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

ANNEXURE “B”CITY OF EKURHULENI

QUOTATION PROCUREMENT FORM

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

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

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

38

Page 39: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Compliance with bid conditions Technical specificationsIf the bid does not comply with the bid conditions or technical specifications, the bid shall be rejected.

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

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

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

4. Size of enterprise, and current workload

Evaluation of the bid’s position in terms of:

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

Financial ability to execute the contract

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

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

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

Evaluation of the bid’s position in terms of:

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

6. Previous experience

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

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

7. Good standing with SA Revenue Service

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

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

39

Page 40: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

If the bid does not meet the requirements contained in the City of Ekurhuleni Supply Chain

Management Policy, and the mentioned framework, it shall be rejected by the Municipality, and

may not subsequently be made acceptable by correction or withdrawal of the non-conforming

deviation or reservation.

8. Total Bid Adjudication PointsThe total number of bid adjudication points awarded, is the sum of:

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

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

Regulation 15 of the Preferential Procurement Policy provides as follows:

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

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

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

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

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

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

period not exceeding 10 years.

DECLARATION

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

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

_____________________ _____________________ DR I MASHAZI SIGNATURE OF BIDDER CITY MANAGER

CITY OF EKURHULENI

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

40

Page 41: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

PLEASE REMEMBER:

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

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

VALID TAX CLEARANCE CERTIFICATE

BBBEE CERTIFICATE/ ORIGINAL CERTIFIED AFFIDAVIT

ANY OTHER DOCUMENTS AS MAY BE REQUIRED FROM THE QUOTATION

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

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

41

Page 42: ANNEXURE “B  · Web viewFor Office Use Only REQUEST FOR FORMAL WRITTEN PRICE QUOTATION FORM. Procurement from R30 000, 00 up to a transaction value of R200 000, 00 (including Vat)

Statistics page to be inserted in landscape

Full Names & Surname Identity Number Members or Directors Tax Reference

HDI%

Male%

Female%

Disabled%

Youth%

City of Ekurhuleni

Based

Y N

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

42