SUPPLY CHAIN MANAGEMENT UNIT ENQUIRY Q.1853 …

21

Transcript of SUPPLY CHAIN MANAGEMENT UNIT ENQUIRY Q.1853 …

SUPPLY CHAIN MANAGEMENT UNIT

ENQUIRY Q.1853

PURCHASE AND REMOVAL OF ALUMINIUM CONDUCTORS FOR A PERIOD OF 12 MONTHS

PUBLIC TENDER, CORPORATE PROCUREMENT BRANCH Information Page 2. Conditions of Tender 2.1 Standard Conditions of Tender (Purchase and Removal) 3. Conditions of Contract 3.1 General Conditions of Contract (Purchase and Removal) 4. Specification 4.1 Technical Specification and General Conditions of Tender 5. Tender Returnables - (must be completed and returned by Tenderer) 5.1 Annexure A 5.2 Official Tender Form 5.3 Questionnaire 5.4 Occupational Health and Safety Questionnaire 5.5 Declaration of Interest 5.6 Declaration of Municipal Fees

All of which form part of the Tender Documents and should not be detached.

NOTE SEALED TENDERS ADDRESSED TO THE TENDERS SECTION AND MARKED “ENQUIRY Q.1853 - PURCHASE AND REMOVAL OF ALUMINIUM CONDUCTORS FOR A PERIOD OF 12 MONTHS .” MUST BE PLACED IN THE TENDER BOX LOCATED AT CORPORATE PROCUREMENT BRANCH (MATERIALS MANAGEMENT BUILDING) - RECEPTION, GROUND FLOOR, ARCHIE GUMEDE PLACE, DURBAN (AND NOT ANY OTHER MUNICIPAL DEPARTMENT) NOT LATER THAN 11: 00 ON WEDNESDAY , 20th of OCTOBER 2021.

Lots MUST be inspected between Friday, 15 September 2021 at 11:00 at 11 ELECTRON ROAD SPRINGFIELD, SPRINGFIELD.

Technical enquiries in regard to this contract should be made to Corporate Procurement Branch, Durban, Phumla Yeni, telephone 031 322 1220. Corporate Procurement Branch A. Petersen Municipal Centre Head: Supply Chain Management

Unit Old Fort Place DURBAN DURBAN 4001

SUPPLY CHAIN MANAGEMENT UNIT ENQUIRY Q.1853 INFORMATION PAGE

BANKING DETAILS

Name of Account Holder : eThekwini Municipality

Name of Banking Institution : Nedbank

Branch Code : 198765

Account Number : 1107821185 Targeted Procurement Registration Documents available on :- Website Address: - www.durban.gov.za

- 3 -

STANDARD CONDITIONS OF PURCHASE AND REMOVAL OF ALUMINIUM CONDUCTORS FOR A

PERIOD OF 12 MONTHS TENDER (

BY PUBLIC TENDER, CORPORATE PROCUREMENT UNIT

ENQUIRY Q.1853 Bidders are to return all documentation and specifications provided to them for tendering purposes. NOTE : The Bidder shall check the legibility and numerical order of the pages of this document and if any pages are missing or indistinct, he/she shall apply to the Contracts Administrator, telephone 3227188 Supply Chain Management Unit, and have the errors rectified as no liability whatsoever will be admitted in respect of such errors or omissions. 1. OFFICIAL TENDER FORM AND CLOSING DATE

Sealed tenders made out on the enclosed Official Tender Form which shall be signed by or on behalf of the Bidder addressed to the Corporate Procurement Branch, 166 Old Fort Road, Durban, and marked with the appropriate enquiry number must be placed in the tender box located at Corporate Procurement Branch on the Ground Floor at the Reception, 166 Old Fort Road not later than 11:00 on the date stated in the public advertisement inviting tenders, when they will be opened publicly.

TENDERS WILL BE LIABLE TO REJECTION UNLESS MADE OUT ON THE OFFICIAL TENDER FORM ANNEXED HERETO.

Any tender received after the closing date and time advertised for the receipt thereof shall not be accepted for consideration by the Bid Committees, and shall be returned to the Bidder by the Tenders Section, provided, however, that the Head : Supply Chain Management Unit may in his discretion accept and pass to the Department concerned for report to the Bid Committees any tender received after the advertised closing time where it is clear from the official post mark or other official Post Office record that such tender was posted in sufficient time prior to the closing date to enable it in the normal course to be received before the closing time.

2. ACCEPTANCE OF TENDER

(i) The Council does not bind itself to accept the highest or any tender and reserves the right to accept the whole or any part of a tender.

(ii) This enquiry will be awarded per item to the most responsive bidder in accordance with the

Targeted Procurement Policy.

- 2 - 3. WITHDRAWAL OF TENDER

Notwithstanding anything contained in the Standard Conditions of Tender (Goods/Services), tenders must hold good until 16:00 on the Friday of the 12th week following the Friday on which tenders are opened or during such other period as may be specified in the Standard Conditions of Tender. The Council may, during the period for which tenders are to remain open for acceptance, authorise a Bidder to withdraw his/her tender in whole or in part, provided that the bidder pays to the Council on demand, a penalty in the sum of R1 000.00.

4. DIFFERENCES OR DISCREPANCIES (1) Prices Should there be any difference or discrepancy between the prices or price contained in the

Official Tender Form and those contained in any covering letter from the Bidder, the price or prices contained in the Official Tender Form shall prevail.

Prices must be handwritten in ink or any form of electronic or mechanical writing. Prices filled in pencil will not be considered. (2) Complete Acceptance of Conditions Unless otherwise expressly stipulated in the letter covering the tender every Bidder shall be

deemed to have waived, renounced, and abandoned any conditions printed or written upon any stationery used by him/her for the purpose of or in connection with the submission of his/her tender, which are in conflict with the Conditions of Contract. Bidders are warned that any material divergences from the Official Conditions or Technical Specification will render their tender liable to disqualification.

(3) Any alteration effected upon any of the tender documents must be clearly shown by means of a

hand-written entry and must be signed by the Bidder. 5. BRIBERY AND COMMUNICATION WITH MEMBERS OF THE BID COMMITTEES, COUNCILLORS

AND OFFICERS (1) Bribery No Bidder shall offer, promise or give to any person or persons connected with a tender or the

awarding of a contract, any gratuity, bonus or discount, etc., in connection with the obtaining of a contract.

(2) Communication with Members of the Bid Committees, Councillors and Officers “(1) A Bidder shall not in any way communicate with a member of the Bid Committees or of the

Council or with any officer of the Council on a question affecting any contract for the supply of goods or for any work, undertaking or service which is the subject of a tender during the period between the closing date for receipt of tenders and the despatch of the written notification of the Council’s decision on the award of the contract, provided that a Bidder shall not hereby be precluded :-

(i) at the request of the Head : Supply Chain Management Unit or his authorised

representative, from furnishing him/her with additional information or with a sample or specimen for testing purposes or otherwise or from giving a demonstration so as to enable the recommendation to the Bid Committees on the award of the contract to be formulated;

(ii) from obtaining from the Tenders Section information as to the date upon which the award

of the contract is likely to be made or, after the decision upon the award has been made by the Council or any Committee to which the Council has delegated its powers, information

as to the nature of the decision or such information as was publicly disclosed at the opening of tenders or from submitting to the Tenders Section in writing any communication relating to his/her tender or the award of the contract or a request for leave to withdraw his/her tender; and

(iii) provided further that nothing contained herein shall be construed so as to prevent

information being sought and obtained from a Councillor in regard to any decision taken at an open Council meeting, or any Committee to which the Council has delegated its powers.

(2) A contravention or an attempt to contravene the above clause shall be reported to the Bid

Committees, which may on receipt of such report, disqualify the tender of the Bidder concerned. 6. SPECIAL CONDITIONS OF TENDER

Any special conditions relative to the submission of tenders will be deemed to form part of this document.

7. DEFAULTERS

Tenderers who have not paid nor collected their goods from the previous tenders, prior to the evaluation of this Tender, will not be considered under this enquiry.

GENERAL CONDITIONS OF CONTRACT (PURCHASE AND REMOVAL) PURCHASE AND REMOVAL OF ALUMINIUM CONDUCTORS

BY PUBLIC TENDER, CORPORATE PROCUREMENT BRANCH

ENQUIRY Q.1853 1. LAW TO APPLY

The contract shall in all respects be construed in accordance with the law of the Republic of South Africa, and any difference that may arise between the Council and the contractor in regard to the contract shall be settled in the Republic of South Africa.

2. ASSIGNMENT (1) This contract is personal to the contractor and the contractor shall not sub-let, assign or make

over the contract or any part thereof, or any share or interest therein, to any other person without the written consent of the Council and on such conditions as it may approve.

(2) Sub-Clause 2 (1) shall not apply to sub-contracts given to regular suppliers of the contractor for

materials and minor components relating to the goods to be purchased. The Council reserves the right to require the contractor to submit the names of any such sub-contractors for its approval.

3. SALE OF GOODS TO OTHER PARTIES

Nothing contained in this contract shall be held to restrain the Council from selling to persons other than the contractor, any of the goods described or referred to in this contract, if it shall in its discretion think fit to do so.

4. CONTRACT TO BE IN CONFORMITY WITH BY-LAWS AND OTHER APPLICABLE LAWS

The contract shall be carried out subject to and in conformity with any law, regulation or By-Law which is of application thereto and shall be conditional upon any necessary consent required by law being obtained.

5. DEFAULT

Should it appear to the Head : Supply Chain Management Unit concerned in the case of a contract for sale of goods that the contractor is not executing the contract in accordance with the true intent and meaning thereof, or that he is refusing or delaying to execute the contract or that the time has expired within which removal should have taken place or in the event of any other failure or default by the contractor, then in any of such events the Head : Supply Chain Management Unit or his authorised representative, as the case may be, may give notice in writing to the contractor to make good the failure or default, and should the contractor fail to comply with the notice within the period specified therein, then and in such case the Head : Supply Chain Management Unit or his authorised representative shall, without prejudice to any of the Council’s rights under the contract, be at liberty forthwith to perform such service as the contractor may have neglected to do, or take the contract wholly or in part out of the contractor’s hands and sell or contract with any other person. The contractor shall be responsible for any loss the Council may sustain by reason of such action as may be taken in terms of this clause.

Bidders who default more than three occasions will be disqualified for a period of twelve months. 6. PAYMENT

Payment by the contractor shall be made to the eThekwini Municipality, P.O. Box 828, Durban, 4000, within seven days of receipt of invoice (bank guaranteed cheques to be made payable to the eThekwini

Municipality).

In the event of any payment not being made within the period of time specified, the successful bidder/s will be required to pay in addition thereto, an administration charge levied by the City Treasurer.

7. NATIONAL WATER ACT

The National Water Act of 1998 Part 4 - Pollution Prevention Section 19 and the National Environment Management Act 107 of 1998 Chapters 1 and 7 require the purchaser to ensure that the environment is not polluted by either the goods themselves or the contents thereof. As a consequence of the aforementioned Acts, the successful bidder is required to sign the attached certificate indemnifying Council of any lawsuits which may be brought against it for contravening the two acts. The successful bidder must also undertake to comply with the two Acts in question and take all necessary precautions to keep the environment pollution free.

To avoid wasting time and effort the bidder must complete the certificate at the tendering stage. Failure to complete the certificate will result in the tender being not considered.

8. WARRANTIES

No express guarantee or warranty is given in regard to the description condition, serviceability or quality of any item. Where fitted, vehicles are sold with batteries. The fact that vehicles are moved or operated in any way does not mean that they are fully serviceable.

Unless otherwise stated, all goods are sold as “voetstoots” or scrap and any goods purchased, which are to be in good working condition before use thereof, in terms of the Occupational Health and Safety Act, must be made safe by the Purchaser.

9. RIGHT IS RESERVED BY THE COUNCIL TO WITHDRAW ANY ITEM

The sale of all items is subject to confirmation and the right is reserved to withdraw any item. 10. REMOVAL OF PURCHASES

Only official cash receipts issued together with an authorised Gate Pass will be considered as a permit for the removal of purchases. The Gate Pass must be handed to the Security Guard at the main entrance gate when leaving the premises.

11. RESPONSIBILITY FOR INJURY, DEATH OR DAMAGE

Council accepts under no circumstances any responsibility for injury, death and/or damage caused through the negligent use of or otherwise of goods purchased.

12. PROOF OF PURCHASE

To assist Buyers who are experiencing difficulty with the Licensing Department with regard to “Proof of Purchase” a letter can be obtained on request from the Disposals Office.

13. COLLECTION OF GOODS

No collection of goods after 15:30 will be permitted. 14. INDEMNITY

Bidders, by the submission of their tenders, indemnify and hold harmless the Council against all claims for injury, losses, cost, damages and expenses (including consequential loss) which the bidder, the

Council or any other persons or property may sustain or incur as a result, either direct or indirect, of any occurrences attributable to such removal or any activity in connection therewith.

15. PAYMENT

Payment by the contractor must be made upfront once the account has been created (monthly) prior to uplifting any goods. Our payment procedure is as follows :-

Cash and bank guarantee cheque deposits:- (a) Bidders are required to report to Disposal Office, 11 Electron Road, Springfield to fetch a

bank deposit slip given by the Clerk. (b) The Clerk will only record value of lots/tender both in amount and words. It is the

responsibility of the Bidders to break down the cash denominations and number of cheques. (c) Bidders are requested to deposit cash/cheque and return bank “stamped” copy of deposit

slip to Clerk. The Clerk will verify values with book copy.

Tenders outside the eThekwini Municipal area, must deposit the money/cheque at their nearest local branch of the First National Bank and fax a copy of the deposit slip to Corporate Procurement Branch on the fax number (031) 322 1175, for the attention of the Disposal Supervisor.

NB :- Cheques must be cleared with the Bank before goods can be released. Cash payments for goods will only be released after verification is received from the bank that

our account has indeed been credited with the cash values. Please refer to Page 2 (Information Page), of this document for the banking details. 16. APPEAL PROCESS

In terms of Regulation 49 of the Municipal Supply Chain Management Regulations persons aggrieved by decisions or actions taken by the Municipality, may lodge an appeal within 14 days of the decision or action, in writing to the Municipality.

Tenderers are advised that the following is the appeal process: In dealing with these appeals. The Municipal Manager will follow the following procedure: (a) The appeal, with reasons, should be forwarded to the office of the City Manager, marked for the

attention of Mr S Shezi. (b) A copy of the appeal will be forwarded to the Chairperson of the Bid Adjudication Committee,

who must provide a response in writing within seven days. (c) In the event that there are allegations made against third parties, they will also be given an

opportunity, to respond to the allegations within seven days. (d) These responses will then be sent to the appellant for a reply within five days. (e) The appeal will be considered on these written submissions, unless the appeal authority is of the

view that there is a need for oral submissions, in which case, the appellant will be notified of the date, place and time of such hearing.

(f) The Appeal Authority will consider the appeal and may confirm, vary or revoke the decision of the committee, but no such variation or revocation of a decision may detract from any rights that may have accrued as a result of the decision.

(g) The Appeal Authority must commence with the appeal within six weeks and decide the appeal

within reasonable period. All appeals (clearly setting out the reasons for the appeal) and queries with regard to the decision

of award are to be directed to the :- City Manager Attention Sbu Shezi P.O. Box 1014 DURBAN 4000 (Attention: Sbu Shezi) Facsimile : (031) 311 2170 (h) Prohibition on Awards to Persons in the Service of the State Clause 44 of the Supply Chain Management Regulations states that the Municipality or Municipal

Entity may not make any award to a person:- (a) who is in the service of the state ; (b) if that person is not a natural person, of which and director, manager, principal shareholder

or stakeholder is a person in the service of the state; or (c) who is an advisor or consultant contracted with the municipality or municipal entity. 17. MUNICIPAL FEES

All tenderers are to sign a declaration wherein they declare that their municipal fees are in order, or proper arrangements have been made with the Municipality, and include the relevant account numbers in the declaration.

18. TARGETED PROCUREMENT DOCUMENT

Tenderers that have been accredited by the Council, must state the Procurement Reference Number on the Official Tender Form.

The Targeted Procurement Document is to be completed only in the event of the tender not being accredited, i.e., not being in possession of a “PR” number. Should the tenderer require a copy of the T.P. Document, it is obtainable from the Materials Management Branch, 166 KE Masing Road, City Engineers Building.

19. PREFERENTIAL PROCUREMENT

19.1 Applicable Documentation These conditions of tender are to be read together with the following documents :- - eThekwini Municipality Targeted procurement Policy document. It is a requirement of this Tender that all the Contractors, Joint Ventures and Targeted

Enterprises, must be registered, or be eligible for registration, on the eThekwini Municipal Procurement Database such that their classification, as described above, has been or can be determined and verified prior to Tender adjudication and award.

19.2 Adjudication of Tenders on A Points System 19.2.1 Examination of Tenders and Determination of Responsive Prior to the detailed

evaluation of tenders, each tender will be examined to establish it; - meets the requirements of the Conditions of Tender; - has been properly signed; - is responsive to the requirements of the Contract document - provides any clarification and/or substantiation required; - complies with the tender submission requirements in all other respects. A responsive tender is one, which conforms to all the Terms, Conditions and

Specifications of the Contract without material deviation or qualification. A material deviation or qualification is one which;

- could detrimentally affect the scope, quality, or performance of the Works;

- changes risks and responsibilities under the Contract for any of the parties involved with the Contract; or

- would affect the competitive position of other Tenderers presenting responsive tenders, if it were to be rectified.

If the Tender does not meet the requirements or is not responsive, it is liable to be

rejected by the Employer, and may not subsequently be made acceptable to the Employer by correction or withdrawal of the non-conforming deviation of reservation.

19.2...2 Adjudication Using a Points System Responsive tenders shall be adjudicated by the Employer using a system which

awarded points on the basis of:- - the tendered price (Np) The Employer will normally award the Contract to the Tenderer by obtaining the highest

number of points, but will not bind itself to do so. 19.2.3 The 80/20 preference point system for the sale and letting of assetsPoints 1) The following formula must be used to calculate the points for price in respect of

tenders with a Rand value equal to, or above R30 000 and up to a Rand value of R500 000 and which relate to the sale and letting of assets. Organs of State may, however, apply this formula for sales and letting of assets with a rand value less than R30 000, if and when appropriate:-

(Pt - Ph)

Contract Price Below R500 000 :- Ps = 80 (1 + ----------)

(Ph) Where;

Ps = Points scored for price of tender under consideration Pt = Rand value of tender under consideration Ph = Rand value of highest acceptable tender 2) A maximum of 20 points may be awarded to a tenderer for being an HDI and/or subcontracting with an HDI and/or achieving any of the specified goals. 3) The points scored by a tenderer in respect of the goals contemplated in sub- regulation (2) must be added to the points scored for price. 4) Only the tender with the highest number of points scored may be selected. 19.2.4 The 90/10 preference point system for the sale and letting of assetsPoints 1) The following formula must be used to calculate the points for price in respect of

tenders with a Rand value above R500 000 and which relate to the sale and letting of assets :-

(Pt - Ph)

Contract Price Greater than R500 000 :- Ps = 90 (1 + ----------)

(Ph) where; Ps = Points scored for price of tender under consideration Pt = Rand value of tender under consideration Ph = Rand value of highest acceptable tender 2) A maximum of 10 points may be awarded to a tenderer for being an HDI and/or subcontracting with an HDI and/or achieving any of the specified goals. 3) The points scored by a tenderer in respect of the goals contemplated in sub- regulation (2) must be added to the points scored for price. 4) Only the tender with the highest number of points scored may be selected.

- 2 -

TECHNICAL SPECIFICATION AND GENERAL CONDITIONS OF TENDER PURCHASE AND REMOVAL OF ALUMINIUM CONDUCTORS

BY PUBLIC TENDER

CORPORATE PROCUREMENT BRANCH

ENQUIRY Q.1853 1. SCOPE

This tender is for the Purchase and Removal of Aluminium fittings

2. DISPOSAL OF REDUNDANT ITEMS

See Official Tender Form for details and description. Lots 1 is Vatable. 3. COMPULSORY VIEWING

Lots MUST be inspected on Friday the 15th of October 2021 at 11:00am, at 11 ELECTRON ROAD SPRINGFIELD, SPRINGFIELD.

4. PLEASE NOTE

Sales are subject to confirmation. Council reserves the right to withdraw any item from the tender. 5. PRICING 4.1 Bidders are required to tender a price per kg

CONTRACT PRICE ADJUSTMENT (CPA)

If your prices are subject to CPA, the bid shall include details for calculating adjustments in accordance with an industrially recognised CPA formula, such as that of Steel and Engineering Industries Federation of South Africa (SEIFSA). The bidder indices to be used with a SEIFSA formula are those published two months prior to bid closing. A minimum of 10% fixed portion must be included in your formula.

Note :- CPA shall be submitted within 120 days from the date of each delivery. If the formula questionnaire or information requested above is not provided, your bid shall be considered fixed and firm for the duration of the contract.

6. DAMAGE TO PROPERTY

Bidders are advised that they will be held liable for any damage which they may cause to Council property during the removal of the goods offered.

7. REMOVAL OF GOODS

7.1 Vehicles used for removal of the redundant Vehicles may enter the Council Premises, at Various

- 3 -

sites listed in Clause 2 above, only after 08.00 and must be loaded by 15:45 Mondays to Fridays. 7.2 Access to the site and work, as well as working times will be strictly in accordance with the

conditions imposed by the Manager : . It is recorded that a responsible person from Corporate Compliance Branch will be present during the entire uplifting and removal of the goods offered.

7.3 The Contractor will be required to effect removal as lots becomes available within seven days

from date of notification, failing which the Contractor shall be liable to pay a storage charge of R100 .00 per lot for each day on which such items remain in the Council's possession thereafter. On no account will labour be provided by the Council.

7.3.1 In the event of default, Clause 5 of the Special Conditions of Contract (Purchase and Removal)

will be applied, whereby the Contractor would be liable for any loss the Council might sustain.`

7.4 Should the site not be left in a state satisfactory to the Manager : Corporate Procurement Branch,

the Council reserves the right to undertake the necessary remedial measures and charge the successful tenderer/bidder therefore :-

7.4.1 Bidders are advised that tenders submitted by fax will be considered provided that these are :- (a) Received before the closing date and hour advertised for the receiving of tenders; and (b) Confirmed by a letter covering the tender documents, and posted not later than the

closing date and time advertised for the receiving of tenders. 8. WARRANTY

No warranty is given as to the number description or condition or serviceability of the goods offered. 9. ACCEPTANCE OF OFFER

The Council does not bind itself to accept the highest or any tender, and reserves the right to accept the whole or part thereof.

10. INDEMNITY

Bidders, by the submission of their tenders, indemnify and hold harmless the Council against all claims for injury, losses, cost, damages and expenses (including consequential loss) which the bidder, the Council or any other persons or property may sustain or incur as a result, either direct or indirect, of any occurrences attributable to such removal or any activity in connection therewith.

11. PAYMENT

Payment by the contractor must be made upfront prior to uplifting any goods. Our payment procedure is as follows:-

11.1 Cash and bank guaranteed cheque deposits:- (a) Tenderers/Bidders are required to report to the Disposal Office, 11 Electron Road,

Springfield to fetch a bank deposit slip given by the Clerk. (b) The Clerk will only record value of lots/tender both in amount and words. It is the

responsibility of the Tenderers/Bidders to break down the cash denominations and number of cheques.

(c) Tenderers/Bidders are required to deposit cash/cheque and return bank “stamped” copy of

deposit slip to Clerk.

The Clerk will verify values with book copy. Tenders outside the eThekwini Metropolitan area, must deposit the money/cheque at their

nearest local branch of First National Bank and fax the copy of the deposit slip to Administration And Business Systems on the fax number (031) 311 7330, for the attention of Malusi Nkosi.

NB :- All cheques must be cleared with the bank before goods can be released. Special Clearance For goods to be released sooner than the normal clearance period, the tenderer/bidder is

required to inform the Bank Teller that a special clearance is required by making a notation on the deposit slip “Special Clearance”.

Cash payments for goods will only be released after verification is received from the bank that our account has indeed been credited with the cash values.

Please refer to Page 2 of this document for the banking details.

ANNEXURE A

PURCHASE AND REMOVAL OF ALUMINIUM CONDUCTORS

BY PUBLIC TENDER CORPORATE PROCUREMENT BRANCH

ENQUIRY Q.1853 Dear Sir I/We, the undersigned hereby declare that :- 1. The Items available have been inspected and the prices tendered are based on the goods being sold

“voetstoots”. No claim will be entertained by the Council. 2. Should I/we, be awarded contract (Q.1837 for Purchase and Removal of ALUMINIUM FITTINGS). I/we,

would undertake to make all the necessary arrangements and place into practice a mechanism which would ensure that the environment is kept free from pollution.

Failure to complete and submit this Annexure will preclude your tender from the adjudication process.

I/We indemnify the Council of any lawsuits which may be brought against it for contravening the National Water Act 36 of 1998 (Part 4) and the National Environment Act 107 of 1998 (Chapters 1 and 7) in respect of this tender.

3. That my company is a:- (a) (cc, (Pty) Ltd, Partnership, Sole Trader, Joint Venture - ( tick)) :- (i) cc

(ii) (Pty) Ltd

(iii) Partnership

(iv) Sole Trader

(v) Joint Venture (b) If (iii), (iv) or (v) name of partners or owner must be stated below. 4. As requested in Clause 8 of the Standard Conditions of Tender (Purchase and Removal), have you

submitted a valid tax clearance certificate with your tender submission - (YES / NO) ? . * NB :- Failure to submit this certificate will preclude your tender from the evaluation process.

NAME AND ADDRESS OF BIDDER

_________________________________

______________________________________

________________________ SIGNATURE

______________________________________

TELEPHONE NUMBER

:

__________________

______________________________ NAME OF SIGNATORY IN BLOCK

LETTERS

FAX NUMBER

:

______________

DATE

:

_______________

_______________________ CAPACITY

*Failure to complete and sign this form will invalidate your tender*

SBD 4 DECLARATION I, THE UNDERSIGNED (NAME)………………………….............…………........………………………………… CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2.1 TO 2.3.1 ABOVE IS CORRECT. I ACCEPT THAT THE PRINCIPAL MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

_____________________________________ NAME

_____________________________________ SIGNATURE

_____________________________________ DESIGNATION

_____________________________________ DATE

*Failure to complete and sign this form will invalidate your tender*

DECLARATION OF MUNICIPAL FEES ENQUIRY Q. 1853 I/We do hereby declare that the Municipal Fees of , are, as at the date of the tender closing, fully paid up, or arrangements have been concluded with the Municipality to pay the said fees:-

Account Account Number

Electricity }

Water }

Rates } to be completed by bidder

I/We acknowledge that should it be found that the Municipal Fees are not up to date, the Council may take such remedial action as it required, including termination of contract, and any income due to the contractor shall be utilised to offset any monies due to the Council.

_____________________________________ NAME

_____________________________________ SIGNATURE

_____________________________________ DESIGNATION

_____________________________________ DATE

*Failure to complete and sign this form will invalidate your tender*

Manager : Corporate Procurement Branch Ground Floor, Old Fort Place , Durban OFFICIAL TENDER FORM In response to your enquiry Q1837. dated...........................I/We hereby offer to purchase and remove the goods detailed hereunder in accordance with the Technical Specification, and subject to the Standard Conditions of Tender and Contract which accompanied your Enquiry (with which I/we acknowledge myself/ourselves to be fully acquainted) at the price/s stated in the appropriate column below :-

Vatable Lots (Prices Including VAT)

NB: TENDERERS MUST INDICATE VAT SEPARATELY

Lot number Description Price Per kg Vat Total

1

Purchase and removal of Aluminum Conductors

I/We hereby agree that this tender will hold good and remain open for acceptance until 16:00 on the Friday of the twelfth week following the Friday on which tenders are opened or during such other period as may be specified in the Special Conditions of Tender. I/We hereby undertake to pay for and collect the above goods within 7 days from date of Letter of Acceptance. I/We hereby agree that this tender, together with the Council's letter of Acceptance thereof, will constitute a binding contract which will take effect from the business day following the date of despatch of the letter of acceptance. Procurement Reference Number :- PR . (Refer Clause 7.3 - Standard Conditions of Tender (Purchase/Removal).

- 7 -

NAME AND ADDRESS OF BIDDER :-

SIGNATURE

TELEPHONE NUMBER

:

NAME OF SIGNATORY IN

BLOCK LETTERS

FAX NUMBER

:

DATE

:

CAPACITY

*Failure to complete and sign this form will invalidate your tender*