k7/3/6/2 (621) 2011/2012 - minister of rural development ... · k7/3/6/2 (621) 2011/2012 ....

76
K7/3/6/2 (621) 2011/2012 APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING CCTV SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS. . NB: COMPULSORY BRIEFING SESSION TO BE HELD AS FOLLOWS: DATE: 16 MARCH 2012 TIME: 10H00 VENUE: 184 JACOB MARE SREET, DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM, BOARDROOM 39 GROUND FLOOR OLD BUILDING, PRETORIA. FOR FURTHER ENQUIRIES: TECHNICAL ENQUIRIES : Ms. Christy Masemola TEL : (012) 312 8344 EMAIL [email protected] QUOTATION RELATED ENQUIRIES : Mr. W Mashegoane TEL : (012) 312 8516 EMAIL [email protected] 1 of 76

Upload: phamkien

Post on 10-Aug-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

K7/3/6/2 (621) 2011/2012

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING CCTV SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS. . NB: COMPULSORY BRIEFING SESSION TO BE HELD AS FOLLOWS: DATE: 16 MARCH 2012 TIME: 10H00 VENUE: 184 JACOB MARE SREET, DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM, BOARDROOM 39 GROUND FLOOR OLD BUILDING, PRETORIA. FOR FURTHER ENQUIRIES: TECHNICAL ENQUIRIES : Ms. Christy Masemola TEL : (012) 312 8344 EMAIL [email protected] QUOTATION RELATED ENQUIRIES : Mr. W Mashegoane TEL : (012) 312 8516 EMAIL [email protected]

1 of 76

LA 1.1

Chief Directorate: Supply Chain and Facilities Management Services Sub-Directorate: Acquisition Management: Enq: Mr. A Olyn: Tel (012) 312 9518; Fax (012) 321 2974 YOU ARE HEREBY INVITED TO BID TO THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM _____________________________________________________________________________ QUOTE NUMBER: K7/3/6/2 (621) 2011/2012 CLOSING TIME: 11H00 CLOSING DATE: 22 MARCH 2012 QUOTES RECEIVED AFTER THE CLOSING TIME AND DATE AS A RULE WILL NOT BE ACCEPTED FOR CONSIDERATION ______________________________________________________________________

1. Kindly furnish us with a bid for services shown on the attached forms.

2. Attached please find the General Contract Conditions (GCC), LA1.1, LA1.2, LA1.3, SBD1, SBD2, SBD 3.3, SBD4, SBD 5, SBD6.1, BD 8, SBD9 , Credit Instruction forms and Terms of reference (TOR).

3. If you are a sole agent or sole supplier you should indicate your market price after

discount to your other clients or if that is not possible your percentage net profit before tax, in order to decide whether the price quoted is fair and reasonable.

4. The attached forms must be completed in detail and returned with your bid. Each bid

document must be submitted in a separate sealed envelope stipulating the following information: Name and Address of the bidder, Bid number and closing date of bid. (Failure to comply will disqualify your proposal)

Yours faithfully SIGNED A Olyn (A) ASSISTANT DIRECTOR: ACQUISITION MANAGEMENT (BIDS) DATE: 09 MARCH 2012

2 of 76

MAP TO QUOTATION BOX (Q BOX)

K7/3/6/2 (621) 11/12 CLOSING DATE: 22 MARCH 2012 AT 11:00

YOU ARE HEREBY INVITED TO QUOTE TO THE GOVERNMENT OF THE REPUBLIC OF SOUTH AFRICA (DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM)

QUOTES RECEIVED AFTER THE CLOSING TIME AND DATE ARE LATE AND WILL

AS A RULE NOT BE ACCEPTED FOR CONSIDERATION. THE SBD 1 FORM MUST BE SIGNED IN THE ORIGINAL AND WITH BLACK INK SUBMIT ALL QUOTES ON THE OFFICIAL FORMS – DO NOT RETYPE.

The Quotation documents may be deposited in the box which is identified as the Quotation box of the Department of Rural Development and Land Reform THE OLD BLOCK 184 JACOB MARE’ STREET, PRETORIA, 0001

THE QUOTATION BOX OF THE OFFICE OF THE DEPARTMENT OF LAND AFFAIRS IS OPEN 24 HOURS A DAY, 7 DAY A WEEK. THE QUOTATION BOX WILL BE CLOSED AT 11H00 WHICH IS THE CLOSING TIME OF QUOTES. BIDDERS SHOULD ENSURE THAT QUOTATIONS ARE DELIVERED TIMEOUSLY TO THE CORRECT ADDRESS SUBMIT EACH QUOTE IN A SEPARATE SEALED ENVELOPE

Minnaar str.

Bosm

an str.

Paul

Kru

ger s

tr.

S

SOUTH BLOCK

Q box

184 Jacob Maré Old Building

Jacob Maré str.

3 of 76

1

Annexure A

GOVERNMENT PROCUREMENT

GENERAL CONDITIONS OF CONTRACT

July 2010 NOTES The purpose of this document is to:

(i) Draw special attention to certain general conditions applicable to government bids, contracts and orders; and (ii) To ensure that clients be familiar with regard to the rights and obligations of all parties involved in doing business with government.

In this document words in the singular also mean in the plural and vice versa and words in the masculine also mean in the feminine and neuter.

The General Conditions of Contract will form part of all bid documents and may not be amended.

Special Conditions of Contract (SCC) relevant to a specific bid, should be compiled separately for every bid (if (applicable) and will supplement the General Conditions of Contract. Whenever there is a conflict, the provisions in the SCC shall prevail.

4 of 76

2

TABLE OF CLAUSES 1. Definitions 2. Application 3. General 4. Standards 5. Use of contract documents and information; inspection 6. Patent rights 7. Performance security 8. Inspections, tests and analysis 9. Packing 10. Delivery and documents 11. Insurance 12. Transportation 13. Incidental services 14. Spare parts 15. Warranty 16. Payment 17. Prices 18. Contract amendments 19. Assignment 20. Subcontracts 21. Delays in the supplier’s performance 22. Penalties 23. Termination for default 24. Dumping and countervailing duties 25. Force Majeure 26. Termination for insolvency 27. Settlement of disputes 28. Limitation of liability 29. Governing language 30. Applicable law 31. Notices 32. Taxes and duties 33. National Industrial Participation Programme (NIPP) 34. Prohibition of restrictive practices

5 of 76

3

General Conditions of Contract 1. Definitions

1. The following terms shall be interpreted as indicated: 1.1 “Closing time” means the date and hour specified in the bidding

documents for the receipt of bids. 1.2 “Contract” means the written agreement entered into between the

purchaser and the supplier, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

1.3 “Contract price” means the price payable to the supplier under the

contract for the full and proper performance of his contractual obligations.

1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting

of any thing of value to influence the action of a public official in the procurement process or in contract execution.

1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its products internationally. 1.6 “Country of origin” means the place where the goods were mined,

grown or produced or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

1.7 “Day” means calendar day. 1.8 “Delivery” means delivery in compliance of the conditions of the

contract or order. 1.9 “Delivery ex stock” means immediate delivery directly from stock

actually on hand. 1.10 “Delivery into consignees store or to his site” means delivered and

unloaded in the specified store or depot or on the specified site in compliance with the conditions of the contract or order, the supplier bearing all risks and charges involved until the supplies are so delivered and a valid receipt is obtained.

1.11 "Dumping" occurs when a private enterprise abroad market its goods

on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the RSA.

6 of 76

4

1.12 ”Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may include, but is not restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

1.13 “Fraudulent practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the detriment of any bidder, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the bidder of the benefits of free and open competition.

1.14 “GCC” means the General Conditions of Contract. 1.15 “Goods” means all of the equipment, machinery, and/or other materials

that the supplier is required to supply to the purchaser under the contract.

1.16 “Imported content” means that portion of the bidding price represented

by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African place of entry as well as transportation and handling charges to the factory in the Republic where the supplies covered by the bid will be manufactured.

1.17 “Local content” means that portion of the bidding price which is not

included in the imported content provided that local manufacture does take place.

1.18 “Manufacture” means the production of products in a factory using

labour, materials, components and machinery and includes other related value-adding activities.

1.19 “Order” means an official written order issued for the supply of goods

or works or the rendering of a service. 1.20 “Project site,” where applicable, means the place indicated in bidding

documents. 1.21 “Purchaser” means the organization purchasing the goods. 1.22 “Republic” means the Republic of South Africa. 1.23 “SCC” means the Special Conditions of Contract. 1.24 “Services” means those functional services ancillary to the supply of

the goods, such as transportation and any other incidental services, such as installation, commissioning, provision of technical assistance, training, catering, gardening, security, maintenance and other such obligations of the supplier covered under the contract.

7 of 76

5

1.25 “Written” or “in writing” means handwritten in ink or any form of electronic or mechanical writing.

2. Application

2.1 These general conditions are applicable to all bids, contracts and orders including bids for functional and professional services, sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise indicated in the bidding documents.

2.2 Where applicable, special conditions of contract are also laid down to

cover specific supplies, services or works. 2.3 Where such special conditions of contract are in conflict with these

general conditions, the special conditions shall apply.

3. General 3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any expense incurred in the preparation and submission of a bid. Where applicable a non-refundable fee for documents may be charged.

3.2 With certain exceptions, invitations to bid are only published in the

Government Tender Bulletin. The Government Tender Bulletin may be obtained directly from the Government Printer, Private Bag X85, Pretoria 0001, or accessed electronically from www.treasury.gov.za

4. Standards 4.1 The goods supplied shall conform to the standards mentioned in the

bidding documents and specifications.

5. Use of contract documents and information; inspection.

5.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the supplier in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2 The supplier shall not, without the purchaser’s prior written consent,

make use of any document or information mentioned in GCC clause 5.1 except for purposes of performing the contract.

5.3 Any document, other than the contract itself mentioned in GCC clause

5.1 shall remain the property of the purchaser and shall be returned (all copies) to the purchaser on completion of the supplier’s performance under the contract if so required by the purchaser.

5.4 The supplier shall permit the purchaser to inspect the supplier’s records

relating to the performance of the supplier and to have them audited by auditors appointed by the purchaser, if so required by the purchaser.

6. Patent rights 6.1 The supplier shall indemnify the purchaser against all third-party

claims of infringement of patent, trademark, or industrial design rights arising from use of the goods or any part thereof by the purchaser.

7. Performance 7.1 Within thirty (30) days of receipt of the notification of contract award,

8 of 76

6

security the successful bidder shall furnish to the purchaser the performance security of the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the

purchaser as compensation for any loss resulting from the supplier’s failure to complete his obligations under the contract.

7.3 The performance security shall be denominated in the currency of the

contract, or in a freely convertible currency acceptable to the purchaser and shall be in one of the following forms:

(a) a bank guarantee or an irrevocable letter of credit issued by a

reputable bank located in the purchaser’s country or abroad, acceptable to the purchaser, in the form provided in the bidding documents or another form acceptable to the purchaser; or

(b) a cashier’s or certified cheque 7.4 The performance security will be discharged by the purchaser and

returned to the supplier not later than thirty (30) days following the date of completion of the supplier’s performance obligations under the contract, including any warranty obligations, unless otherwise specified in SCC.

8. Inspections, tests and analyses

8.1 All pre-bidding testing will be for the account of the bidder. 8.2 If it is a bid condition that supplies to be produced or services to be

rendered should at any stage during production or execution or on completion be subject to inspection, the premises of the bidder or contractor shall be open, at all reasonable hours, for inspection by a representative of the Department or an organization acting on behalf of the Department.

8.3 If there are no inspection requirements indicated in the bidding

documents and no mention is made in the contract, but during the contract period it is decided that inspections shall be carried out, the purchaser shall itself make the necessary arrangements, including payment arrangements with the testing authority concerned.

8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3

show the supplies to be in accordance with the contract requirements, the cost of the inspections, tests and analyses shall be defrayed by the purchaser.

8.5 Where the supplies or services referred to in clauses 8.2 and 8.3 do not

comply with the contract requirements, irrespective of whether such supplies or services are accepted or not, the cost in connection with these inspections, tests or analyses shall be defrayed by the supplier.

8.6 Supplies and services which are referred to in clauses 8.2 and 8.3 and

which do not comply with the contract requirements may be rejected. 8.7 Any contract supplies may on or after delivery be inspected, tested or

analyzed and may be rejected if found not to comply with the requirements of the contract. Such rejected supplies shall be held at the

9 of 76

7

cost and risk of the supplier who shall, when called upon, remove them immediately at his own cost and forthwith substitute them with supplies which do comply with the requirements of the contract. Failing such removal the rejected supplies shall be returned at the suppliers cost and risk. Should the supplier fail to provide the substitute supplies forthwith, the purchaser may, without giving the supplier further opportunity to substitute the rejected supplies, purchase such supplies as may be necessary at the expense of the supplier.

8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the

purchaser to cancel the contract on account of a breach of the conditions thereof, or to act in terms of Clause 23 of GCC.

9. Packing 9.1 The supplier shall provide such packing of the goods as is required to

prevent their damage or deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing, case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

9.2 The packing, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the purchaser.

10. Delivery and documents

10.1 Delivery of the goods shall be made by the supplier in accordance with the terms specified in the contract. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC.

10.2 Documents to be submitted by the supplier are specified in SCC.

11. Insurance 11.1 The goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the SCC.

12. Transportation 12.1 Should a price other than an all-inclusive delivered price be required,

this shall be specified in the SCC.

13. Incidental services

13.1 The supplier may be required to provide any or all of the following services, including additional services, if any, specified in SCC:

(a) performance or supervision of on-site assembly and/or

commissioning of the supplied goods; (b) furnishing of tools required for assembly and/or maintenance

of the supplied goods; (c) furnishing of a detailed operations and maintenance manual

for each appropriate unit of the supplied goods; (d) performance or supervision or maintenance and/or repair of

the supplied goods, for a period of time agreed by the parties,

10 of 76

8

provided that this service shall not relieve the supplier of any warranty obligations under this contract; and

(e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods.

13.2 Prices charged by the supplier for incidental services, if not included in

the contract price for the goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.

14. Spare parts 14.1 As specified in SCC, the supplier may be required to provide any or all

of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the supplier:

(a) such spare parts as the purchaser may elect to purchase from the

supplier, provided that this election shall not relieve the supplier of any warranty obligations under the contract; and

(b) in the event of termination of production of the spare parts: (i) Advance notification to the purchaser of the pending

termination, in sufficient time to permit the purchaser to procure needed requirements; and

(ii) following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

15. Warranty 15.1 The supplier warrants that the goods supplied under the contract are

new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier further warrants that all goods supplied under this contract shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the purchaser’s specifications) or from any act or omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination.

15.2 This warranty shall remain valid for twelve (12) months after the

goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the contract, or for eighteen (18) months after the date of shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified otherwise in SCC.

15.3 The purchaser shall promptly notify the supplier in writing of any

claims arising under this warranty. 15.4 Upon receipt of such notice, the supplier shall, within the period

specified in SCC and with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to the purchaser.

15.5 If the supplier, having been notified, fails to remedy the defect(s)

within the period specified in SCC, the purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights which the purchaser

11 of 76

9

may have against the supplier under the contract.

16. Payment 16.1 The method and conditions of payment to be made to the supplier under this contract shall be specified in SCC.

16.2 The supplier shall furnish the purchaser with an invoice accompanied

by a copy of the delivery note and upon fulfillment of other obligations stipulated in the contract.

16.3 Payments shall be made promptly by the purchaser, but in no case later

than thirty (30) days after submission of an invoice or claim by the supplier.

16.4 Payment will be made in Rand unless otherwise stipulated in SCC.

17. Prices 17.1 Prices charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices quoted by the supplier in his bid, with the exception of any price adjustments authorized in SCC or in the purchaser’s request for bid validity extension, as the case may be.

18. Contract amendments

18.1 No variation in or modification of the terms of the contract shall be

made except by written amendment signed by the parties concerned.

19. Assignment 19.1 The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser’s prior written consent.

20. Subcontracts 20.1 The supplier shall notify the purchaser in writing of all subcontracts

awarded under this contracts if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the contract.

21. Delays in the supplier’s performance

21.1 Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule prescribed by the purchaser in the contract.

21.2 If at any time during performance of the contract, the supplier or its

subcontractor(s) should encounter conditions impeding timely delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and may at his discretion extend the supplier’s time for performance, with or without the imposition of penalties, in which case the extension shall be ratified by the parties by amendment of contract.

21.3 No provision in a contract shall be deemed to prohibit the obtaining of

supplies or services from a national department, provincial department, or a local authority.

21.4 The right is reserved to procure outside of the contract small quantities

or to have minor essential services executed if an emergency arises, the supplier’s point of supply is not situated at or near the place where the supplies are required, or the supplier’s services are not readily

12 of 76

10

available.

21.5 Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of penalties, pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of penalties.

21.6 Upon any delay beyond the delivery period in the case of a supplies

contract, the purchaser shall, without canceling the contract, be entitled to purchase supplies of a similar quality and up to the same quantity in substitution of the goods not supplied in conformity with the contract and to return any goods delivered later at the supplier’s expense and risk, or to cancel the contract and buy such goods as may be required to complete the contract and without prejudice to his other rights, be entitled to claim damages from the supplier.

22. Penalties 22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of

the goods or to perform the services within the period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the contract price, as a penalty, a sum calculated on the delivered price of the delayed goods or unperformed services using the current prime interest rate calculated for each day of the delay until actual delivery or performance. The purchaser may also consider termination of the contract pursuant to GCC Clause 23.

23. Termination for default

23.1 The purchaser, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier, may terminate this contract in whole or in part:

(a) if the supplier fails to deliver any or all of the goods within

the period(s) specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause 21.2;

(b) if the Supplier fails to perform any other obligation(s) under the contract; or

(c) if the supplier, in the judgment of the purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

23.2 In the event the purchaser terminates the contract in whole or in part,

the purchaser may procure, upon such terms and in such manner as it deems appropriate, goods, works or services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue performance of the contract to the extent not terminated.

23.3 Where the purchaser terminates the contract in whole or in part, the

purchaser may decide to impose a restriction penalty on the supplier by prohibiting such supplier from doing business with the public sector for a period not exceeding 10 years.

23.4 If a purchaser intends imposing a restriction on a supplier or any

person associated with the supplier, the supplier will be allowed a time period of not more than fourteen (14) days to provide reasons why the

13 of 76

11

envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated fourteen (14) days the purchaser may regard the intended penalty as not objected against and may impose it on the supplier.

23.5 Any restriction imposed on any person by the Accounting Officer /

Authority will, at the discretion of the Accounting Officer / Authority, also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and with which enterprise or person the first-mentioned person, is or was in the opinion of the Accounting Officer / Authority actively associated.

23.6 If a restriction is imposed, the purchaser must, within five (5) working

days of such imposition, furnish the National Treasury, with the following information: (i) the name and address of the supplier and / or person restricted by the

purchaser; (ii) the date of commencement of the restriction (iii) the period of restriction; and (iv) the reasons for the restriction. These details will be loaded in the National Treasury’s central database of suppliers or persons prohibited from doing business with the public sector.

23.7 If a court of law convicts a person of an offence as contemplated in

sections 12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32 of the Act the Register must be open to the public. The Register can be perused on the National Treasury website.

24. Anti-dumping and countervailing duties and rights

24.1 When, after the date of bid, provisional payments are required, or anti-dumping or countervailing duties are imposed, or the amount of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized import, the State is not liable for any amount so required or imposed, or for the amount of any such increase. When, after the said date, such a provisional payment is no longer required or any such anti-dumping or countervailing right is abolished, or where the amount of such provisional payment or any such right is reduced, any such favourable difference shall on demand be paid forthwith by the contractor to the State or the State may deduct such amounts from moneys (if any) which may otherwise be due to the contractor in regard to supplies or services which he delivered or rendered, or is to deliver or render in terms of the contract or any other contract or any other amount which may be due to him

14 of 76

12

25. Force Majeure

25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture of its performance security, damages, or termination for default if and to the extent that his delay in performance or other failure to perform his obligations under the contract is the result of an event of force majeure.

25.2 If a force majeure situation arises, the supplier shall promptly notify

the purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event.

26. Termination for insolvency

26.1 The purchaser may at any time terminate the contract by giving written notice to the supplier if the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.

27. Settlement of Disputes 28. Limitation of liability

27.1 If any dispute or difference of any kind whatsoever arises between the purchaser and the supplier in connection with or arising out of the contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

27.2 If, after thirty (30) days, the parties have failed to resolve their dispute

or difference by such mutual consultation, then either the purchaser or the supplier may give notice to the other party of his intention to commence with mediation. No mediation in respect of this matter may be commenced unless such notice is given to the other party.

27.3 Should it not be possible to settle a dispute by means of mediation, it

may be settled in a South African court of law. 27.4 Mediation proceedings shall be conducted in accordance with the rules

of procedure specified in the SCC. 27.5 Notwithstanding any reference to mediation and/or court proceedings

herein, (a) the parties shall continue to perform their respective obligations

under the contract unless they otherwise agree; and (b) the purchaser shall pay the supplier any monies due the supplier. 28.1 Except in cases of criminal negligence or willful misconduct, and in

the case of infringement pursuant to Clause 6; (a) the supplier shall not be liable to the purchaser, whether in

contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay penalties and/or damages to the purchaser; and

15 of 76

13

(b) the aggregate liability of the supplier to the purchaser, whether under the contract, in tort or otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

29. Governing language

29.1 The contract shall be written in English. All correspondence and other documents pertaining to the contract that is exchanged by the parties shall also be written in English.

30. Applicable law

30.1 The contract shall be interpreted in accordance with South African laws, unless otherwise specified in SCC.

31. Notices 31.1 Every written acceptance of a bid shall be posted to the supplier

concerned by registered or certified mail and any other notice to him shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him in writing and such posting shall be deemed to be proper service of such notice

31.2 The time mentioned in the contract documents for performing any act

after such aforesaid notice has been given, shall be reckoned from the date of posting of such notice.

32. Taxes and duties

32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the purchaser’s country.

32.2 A local supplier shall be entirely responsible for all taxes, duties,

license fees, etc., incurred until delivery of the contracted goods to the purchaser.

32.3 No contract shall be concluded with any bidder whose tax matters are

not in order. Prior to the award of a bid the Department must be in possession of a tax clearance certificate, submitted by the bidder. This certificate must be an original issued by the South African Revenue Services.

33. National Industrial Participation (NIP) Programme 34. Prohibition of Restrictive practices

33.1 The NIP Programme administered by the Department of Trade and Industry shall be applicable to all contracts that are subject to the NIP obligation.

34.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of

1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder (s) is / are or a contractor(s) was / were involved in collusive bidding (or bid rigging).

34.2 If a bidder(s) or contractor(s), based on reasonable grounds or

evidence obtained by the purchaser, has / have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of 1998.

16 of 76

14

34.3 If a bidder(s) or contractor(s), has / have been found guilty by the Competition Commission of the restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.

Js General Conditions of Contract (revised July 2010)

17 of 76

SBD 1 INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE DEPARTMENT OF RURAL DEVELOPMENT

AND LAND REFORM QUOTE NUMBER: K7/3/6/2(621) 2011/2012 CLOSING DATES: 22 MARCH 2012 CLOSING TIMES: 11:00 DESCRIPTION: APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING CCTV SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS. VALIDITY PERIOD: 90 DAYS

The successful bidder will be required to fill in and sign a written Contract Form (SBD 7). BID DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT: DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM 184 JACOB MARE STREET PRETORIA, 0001 Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration. The bid box is generally open 24 hours a day, 7 days a week. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE-TYPED) THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT

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

NAME OF BIDDER ……………………………………………………………………………………………………………………… POSTAL ADDRESS …………………………………………………………………………………………………………………. STREET ADDRESS ………………………………………………………………………………………………………………… TELEPHONE NUMBER CODE……………NUMBER……………………………………………………………………………….. CELLPHONE NUMBER ………………………………………………………………………………………………………………… FACSIMILE NUMBER CODE ………… .NUMBER………………………………………………………………………………… E-MAIL ADDRESS …………………………………………………………………………………………………………………. VAT REGISTRATION NUMBER ………………………………………………………………………………………………………………… HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN SUBMITTED? (SBD 2) YES or NO HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (SBD 6.1) YES or NO IF YES, WHO WAS THE CERTIFICATE ISSUED BY? AN ACCOUNTING OFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)…….…………….………………………… ………...� A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); OR………………………………….…� A REGISTERED AUDITOR ………………………………...………..� [TICK APPLICABLE BOX]

18 of 76

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE) ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS / SERVICES / WORKS OFFERED? YES or NO [IF YES ENCLOSE PROOF]

SIGNATURE OF BIDDER ……………………………………………………………………………………………………………….. DATE ……………………………………………………………………………………………………………….. CAPACITY UNDER WHICH THIS BID IS SIGNED …………………………………………………………………………………………………………………

TOTAL BID PRICE…………………………………… TOTAL NUMBER OF ITEMS OFFERED ………………………………… _____________________________________________________________________________________________________________________

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:

Department: Rural Development and Land Reform Contact Person: Mr. W Mashegoane Tel: (012) 312 8516 Fax: (012) 321 2974 E-mail address: [email protected]

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO: Contact Person: Ms. Christy Masemola Tel: (012) 312 8344 Fax: E-mail address: [email protected]

19 of 76

SBD 2

TAX CLEARANCE CERTIFICATE REQUIREMENTS

It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder’s tax obligations. 1 In order to meet this requirement bidders are required to complete in full the attached form TCC 001

“Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids.

2 SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year

from the date of approval. 3 The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original

and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable.

4 In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate

Tax Clearance Certificate. 5 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. 6 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. Jeyrel:\Mdk416-SBD2 tax clearance

20 of 76

TCC 001 TAX CLEARANCE

Application for a Tax Clearance Certificate

Name/Legal name(Initials & Surname or registered name)

Surname

Particulars of applicant

Purpose

Particulars of representative (Public Officer/Trustee/Partner)

Trading name (if applicable)

First names

VAT registration no

Customs code

Income Tax ref no

Income Tax ref no

PAYE ref no

SDL ref no

UIF ref no

Page 1 of 2

ID/Passport no

ID/Passport no

Company/Close Corp. registered no

4

7

L

U

Telephone no

Telephone no

Physical address

Physical address

Postal address

E-mail address

E-mail address

Fax no

Fax no

C O D E

C O D E

N U M B E R

N U M B E R

C O D E

C O D E

N U M B E R

N U M B E R

If “Good standing”, please state the purpose of this application

Select the applicable option Tenders Good standing

21 of 76

Page 2 of 2

Particulars of the 3 largest contracts previously awarded

Particulars of tender (If applicable)

Audit

Date started

I the undersigned confirm that I require a Tax Clearance Certificate in respect of Tenders or Goodstanding.

I hereby authorise and instruct to apply to and receive from SARS the applicable Tax Clearance Certificate on my/our behalf.

Appointment of representative/agent (Power of Attorney)

Date finalised Principal Contact person Telephone number Amount

Name of representative/ agent

Name of applicant/ Public Officer

Signature of representative/agent

Signature of applicant/Public Officer

Date

Date

Expected duration of the tender

Estimated Tender amount

Are you currently aware of any Audit investigation against you/the company?If “YES” provide details

Tender number

R ,

year(s)

C C Y Y

C C Y Y

M M

M M

D D

D D

YES NO

Notes:

1. It is a serious offence to make a false declaration.

2. Section 75 of the Income Tax Act, 1962, states: Any person who

(a) fails or neglects to furnish, file or submit any return or document as and when required by or under this Act; or

(b) without just cause shown by him, refuses or neglects to-

(i) furnish, produce or make available any information, documents or things;

(ii) reply to or answer truly and fully, any questions put to him ...

As and when required in terms of this Act ... shall be guilty of an offence ...

3. SARS will, under no circumstances, issue a Tax Clearance Certificate unless this form is completed in full.

4. Your Tax Clearance Certificate will only be issued on presentation of your South African Identity Document or Passport (Foreigners only) as applicable.

Declaration

I declare that the information furnished in this application as well as any supporting documents is true and correct in every respect.

22 of 76

K7/3/6/2 (621) 2011-2012

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING CCTV SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

23 of 76

PRICING SCHEDULE (Professional Services)

NAME OF BIDDER: ……………………………………………………………………………………………QUOTE NO.:K7/3/6/2(621) 2011-2012 CLOSING TIME OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID. ITEM DESCRIPTION BID PRICE IN RSA CURRENCY NO INCLUSIVE OF VALUE ADDED TAX 1. The accompanying information must be used for the formulation of proposals. 2. Bidders are required to indicate rates based on the total cost to the department for completion of each stage and including expenses for the project. TOTAL BID PRICE (INCLUSIVE OF VAT) R………..………………………………………… Item No

Item Description Response time No of hrs per day/ on site

Period Unit Price Per hour

Total Price Inc Vat

1 Routine Maintenance

4 times quarterly (2 times a month)

3 months

2 Corrective Maintenance Within 7 days 3 months

3 Breakdown Maintenance Within 7 days 3 months

4 Emergency Maintenance 8 hours 3 months

5. Total Cost Inc Vat

3. Period required for commencement with project after

24 of 76

acceptance of bid ………………………………………………………………. 4. Estimated man-days for completion of project ………………………………………………………………. 5. Are the rates quoted firm for the full period of contract? ………………………………………………………………. 6. If not firm for the full period, provide details of the basis on which adjustments will be applied for, for example consumer price index. ………………………………………………………………. ………………………………………………………………

Any enquiries regarding bidding procedures may be directed to the – RURAL DEVELOPMENT AND LAND REFORM PRIVATE BAG X 833 PRETORIA 0001 Bid related enquiries Ms William Mashegoane Tel: 012 312 8516 Or for technical information – Mr Christy Masemola Tel: 012 322 8344

25 of 76

ANNEXURE B SBD 4

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a kinship with

persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with

persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid. 2.1 Full Name of bidder or his or her representative: …………………………………………………………. 2.2 Identity Number:………………………………………………………………………………………………... 2.3 Position occupied in the Company (director, trustee, shareholder², member):

……………………………………………………………………………………………………………………. 2.4 Registration number of company, enterprise, close corporation, partnership agreement or trust:

………………………………………………………………………..………….………………………………. 2.5 Tax Reference Number: ……………………………………………………………………………………… 2.6 VAT Registration Number: ………………………………………………………………………………....

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax

reference numbers and, if applicable, employee / PERSAL numbers must be indicated in paragraph 3 below.

¹“State” means – (a) 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); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over

the enterprise.

26 of 76

2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ……....……………………………… Name of state institution at which you or the person connected to the bidder is employed : ……………………………………… Position occupied in the state institution: ……………………………………… Any other particulars: ………………………………………………………………

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

2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attach proof of such authority to the bid YES / NO

document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

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

2.8 Did you or your spouse, or any of the company’s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

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

2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?

2.9.1 If so, furnish particulars. ……………………………………………………………...

27 of 76

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

2.10 Are you, or any person connected with the bidder, YES/NO

aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?

2.10.1 If so, furnish particulars.

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

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO

of the company have any interest in any other related companies whether or not they are bidding for this contract?

2.11.1 If so, furnish particulars: ……………………………………………………………………………. ……………………………………………………………………………. …………………………………………………………………………….

3 Full details of directors / trustees / members / shareholders. Full Name Identity

Number Personal Income Tax Reference Number

State Employee Number / Persal Number

28 of 76

4 DECLARATION

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

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………….. ..…………………………………………… Signature Date …………………………………. ……………………………………………… Position Name of bidder

November 2011

29 of 76

SBD 5

This document must be signed and submitted together with your bid

THE NATIONAL INDUSTRIAL PARTICIPATION PROGRAMME INTRODUCTION The National Industrial Participation (NIP) Programme, which is applicable to all government procurement contracts that have an imported content, became effective on the 1 September 1996. The NIP policy and guidelines were fully endorsed by Cabinet on 30 April 1997. In terms of the Cabinet decision, all state and parastatal purchases / lease contracts (for goods, works and services) entered into after this date, are subject to the NIP requirements. NIP is obligatory and therefore must be complied with. The Industrial Participation Secretariat (IPS) of the Department of Trade and Industry (DTI) is charged with the responsibility of administering the programme. 1 PILLARS OF THE PROGRAMME 1.1 The NIP obligation is benchmarked on the imported content of the contract. Any

contract having an imported content equal to or exceeding US$ 10 million or other currency equivalent to US$ 10 million will have a NIP obligation. This threshold of US$ 10 million can be reached as follows:

(a) Any single contract with imported content exceeding US$10 million.

or (b) Multiple contracts for the same goods, works or services each with imported

content exceeding US$3 million awarded to one seller over a 2 year period which in total exceeds US$10 million.

or (c) A contract with a renewable option clause, where should the option be

exercised the total value of the imported content will exceed US$10 million. or

(d) Multiple suppliers of the same goods, works or services under the same contract, where the value of the imported content of each allocation is equal to or exceeds US$ 3 million worth of goods, works or services to the same government institution, which in total over a two (2) year period exceeds US$10 million.

1.2 The NIP obligation applicable to suppliers in respect of sub-paragraphs 1.1 (a) to 1.1 (c)

above will amount to 30 % of the imported content whilst suppliers in respect of paragraph 1.1 (d) shall incur 30% of the total NIP obligation on a pro-rata basis.

1.3 To satisfy the NIP obligation, the DTI would negotiate and conclude agreements such as

investments, joint ventures, sub-contracting, licensee production, export promotion, sourcing arrangements and research and development (R&D) with partners or suppliers.

30 of 76

1.4 A period of seven years has been identified as the time frame within which to

discharge the obligation.

2 REQUIREMENTS OF THE DEPARTMENT OF TRADE AND INDUSTRY

2.1 In order to ensure effective implementation of the programme, successful bidders (contractors) are required to, immediately after the award of a contract that is in excess of R10 million (ten million Rands), submit details of such a contract to the DTI for reporting purposes.

2.2 The purpose for reporting details of contracts in excess of the amount of R10

million (ten million Rands) is to cater for multiple contracts for the same goods, works or services; renewable contracts and multiple suppliers for the same goods, works or services under the same contract as provided for in paragraphs 1.1.(b) to 1.1. (d) above.

3 BID SUBMISSION AND CONTRACT REPORTING REQUIREMENTS OF

BIDDERS AND SUCCESSFUL BIDDERS (CONTRACTORS)

3.1 Bidders are required to sign and submit this Standard Bidding Document (SBD 5) together with the bid on the closing date and time.

3.2 In order to accommodate multiple contracts for the same goods, works or

services; renewable contracts and multiple suppliers for the same goods, works or services under the same contract as indicated in sub-paragraphs 1.1 (b) to 1.1 (d) above and to enable the DTI in determining the NIP obligation, successful bidders (contractors) are required, immediately after being officially notified about any successful bid with a value in excess of R10 million (ten million Rands), to contact and furnish the DTI with the following information:

• Bid / contract number. • Description of the goods, works or services. • Date on which the contract was accepted. • Name, address and contact details of the government institution. • Value of the contract. • Imported content of the contract, if possible.

3.3 The information required in paragraph 3.2 above must be sent to the Department

of Trade and Industry, Private Bag X 84, Pretoria, 0001 for the attention of Mr Elias Malapane within five (5) working days after award of the contract. Mr Malapane may be contacted on telephone (012) 394 1401, facsimile (012) 394 2401 or e-mail at [email protected] for further details about the programme.

4 PROCESS TO SATISFY THE NIP OBLIGATION

4.1 Once the successful bidder (contractor) has made contact with and furnished the

DTI with the information required, the following steps will be followed:

a. the contractor and the DTI will determine the NIP obligation; b. the contractor and the DTI will sign the NIP obligation agreement;

31 of 76

c. the contractor will submit a performance guarantee to the DTI; d. the contractor will submit a business concept for consideration and approval by

the DTI; e. upon approval of the business concept by the DTI, the contractor will submit

detailed business plans outlining the business concepts; f. the contractor will implement the business plans; and g. the contractor will submit bi-annual progress reports on approved plans to the

DTI.

4.2 The NIP obligation agreement is between the DTI and the successful bidder (contractor) and, therefore, does not involve the purchasing institution.

Bid number ………………………………….. Closing date:……………………………… Name of bidder…………………………………………………………………………………… Postal address …………………………………………………………………………………… …………………………………………………………………………………… Signature…………………………………….. Name (in print)…………………………….. Date…………………………………………..

Js475wc

32 of 76

SBD 6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL

PROCUREMENT REGULATIONS 2011

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,

DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes

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

included). 1.2 The value of this bid is estimated not exceed R1 000 000 (all applicable taxes included) and therefore

the 80/20system 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 1.3.1.2 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 from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

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;

33 of 76

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

2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based

on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an

organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; 2.7 “consortium or joint venture” means an association of persons for the purpose of combining their

expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 “contract”Error! Bookmark not defined. 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 R5 million or less . 2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or

decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder; 2.12 “non-firm prices” means all prices other than “firm” prices; 2.13 “person” includes a juristic person;

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

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

2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007; 2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and 2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person. 3. ADJUDICATION USING A POINT SYSTEM

34 of 76

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 bid must 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 have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality. 3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots. 4. POINTS AWARDED FOR PRICE 4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

−−=

minmin180

PPPtPs or

−−=

minmin190

PPPtPs

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 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 of Contributor

Number of points (80/20 system)

1 20

2 18

3 16

4 12

35 of 76

5 8

6 6

7 4

8 2

Non-compliant contributor

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. 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.

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 submits 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 submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid. 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 sub- contractor is an EME that has the capability and ability to execute the sub-contract. 5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract. 6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1 7.1 B-BBEE Status Level of Contribution: …………. = ……………(maximum of 20 points)

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

8 SUB-CONTRACTING

36 of 76

8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable)

8.1.1 If yes, indicate: (i) what percentage of the contract will be subcontracted? ............……………….…% (ii) the name of the sub-contractor? ………………………………………………………….. (iii) the B-BBEE status level of the sub-contractor? …………….. (iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable) 9 DECLARATION WITH REGARD TO COMPANY/FIRM 9.1 Name of company/firm .............................................................................................. : 9.2 VAT registration number : ............................................................................................. 9.3 Company registration number …………………………………………………………………….

: 9.4 TYPE OF COMPANY/ FIRM � Partnership/Joint Venture / Consortium � One person business/sole propriety � Close corporation � Company � (Pty) Limited [TICK APPLICABLE BOX] 9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES ………….. .................................................................................................................................................. ……………… ............................................................................................................................................. …………….. .............................................................................................................................................. 9.6 COMPANY CLASSIFICATION � Manufacturer � Supplier � Professional service provider � Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX] 9.7 Total number of years the company/firm has been in business? …………………………………… 9.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify

that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct; (ii) The preference points claimed are in accordance with the General Conditions as

indicated in paragraph 1 of this form. (iii) In the event of a contract being awarded as a result of points claimed as shown in

paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent

37 of 76

basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process; (b) recover costs, losses or damages it has incurred or suffered as a result of that

person’s conduct; (c) cancel the contract and claim any damages which it has suffered as a result of

having to make less favourable arrangements due to such cancellation;

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

(e) forward the matter for criminal prosecution

WITNESSES:

1. ……………………………………… …………………………………… SIGNATURE(S) OF BIDDER(S) 2. ……………………………………… DATE:……………………………….. ADDRESS:………………………….. ….……………………………… ……………………………………….

38 of 76

SBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT

PRACTICES

1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods

and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors

have-

a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.

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

Item Question Yes No 4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of

Restricted Suppliers as companies or persons 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 Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

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)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

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 outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

39 of 76

4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.4.1 If so, furnish particulars:

SBD 8

CERTIFICATION

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

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

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT,

ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

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

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

Js365bW

40 of 76

1

SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Standard Bidding Document (SBD) 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 of

firms, if it is between parties in a horizontal relationship and if it involves collusive

bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot

be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused

the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier

committed any corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to

ensure that, when bids are considered, reasonable steps are taken to prevent any form

of bid-rigging.

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

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.

41 of 76

2

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

______________________________________________________________________________

(Name of Institution)

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

I certify, on behalf of:_______________________________________________________that:

(Name of Bidder)

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

2. I understand that the accompanying bid will be disqualified if this Certificate is found not

to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying

bid, on behalf of the bidder;

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

the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the

word “competitor” shall include any individual or organization, other than the bidder,

whether or not affiliated with the bidder, who:

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

(b) could potentially submit a bid in response to this bid invitation, based on

their qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same

line of business as the bidder

42 of 76

3

SBD 9

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.

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.

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.

43 of 76

4

SBD 9

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

…………………………………………………. …………………………………

Position Name of Bidder

Js914w 2

44 of 76

PW1423

Captured By:

Date Captured:

Authorised By:

Date Authorised:

Supplier code:

Enquiries. :

BAS PMIS LOGIS WCS Tel. No.:

OFFICE: ……………………………

The Director General : National TreasuryDEPT OF RURAL DEVELOPMENT AND LAND REFORMI/We hereby request and authorise you to pay any amounts, which may accrue to me/us to the credit

of my/our account with the mentioned bank.

I/we understand that the credit transfers hereby authorised will be processed by computer through a system

known as "ACB - Electronic Fund Transfer Service", and I/we understand that not additional advice of payment

will be provided by my/our bank, but that the details of each payment will be printed on my/our bank statement

or any accompanying voucher. (This does not apply where it is not customary for banks to furnish bank

statements).

I/we understand that the Department will supply a payment advice in the normal way, and that it will indicate

the date on which the funds will be made available on my/our account.

This authority may be cancelled by me/us by giving thirty days notice by prepaid registered post. Please ensure information is validate as per required bank screens .

I/We understand that bank details provided should be exactly as per the records held by the bank.

I/We understand that the Department will not assume responsibiliy for any delayed payments, as a result of

incorrect information supplied.

Trading Name

Tax Number

VAT Number

First Name:

Surname:

Street Address

Postal Code

New Supplier information Update Supplier information

Supplier Type: Individual Department Partnership

Company Trust

CC Other ( Specify )

Department Number

Postal Address

New Detail

DEPARTMENT OF RURAL

DEVELOPMENT AND LAND

REFORM

Head Office Only

Company / Personal Details

SUPPLIER MAINTENANCE:

CONTRACTOR

CONSULTANT

Registered Name

Title:

Initials:

Postal and Street Address Detail of the Company / Individual

45 of 76

PW1423

This field is compulsory and should be completed by a bank official from the relevant bank

Account Number

Branch Name

Branch Number

Cheque Account

Savings Account

Transmission Account

Bond Account

Other (Please Specify)

ID Number

Passport Number

Company Registration Number / /

*CC Registration

*Please include CC/CK where applicable

Practise Number

Bank stamp

It is hereby confirmed that this details have been verified

against the following screens

ABSA-CIF screen

FNB- Hogans system on the CIS4/CUPR

STD Bank-Look-up-screen

Nedbank- Banking Platform under the Client Details Tab

Business

Area Code Telephone Number Extension

Home

Area Code Telephone Number Extension

Fax

Area Code Fax Number

Cell

Cell Code Cell Number

Email Address

Adress of Rural Development and Land Reform

Office where form is submitted from

/ / / /Date (dd/mm/yyyy) Date (dd/mm/yyyy)

NB: All relevant fields must be completed

Account Type

Account Name

Supplier Account Details

Contact Details

Contact Person:

Supplier Signature Departmental Official

Print Name Print Name

Rank

46 of 76

OFFICE OF THE DIRECTOR-GENERAL (SECURITY MANAGEMENT SERVICES) Private Bag X833, Pretoria, 0001; Tel: (012) 312 9159; Fax: (012) 323 6953, 184 Jacob Mare Street, Pretoria, 0001

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

1. PURPOSE

The purpose of this specification is to appointment a suitable service provider to

provide maintenance services of the existing security system at national office for the

department of rural development and land reform for a period of three months.

2. BACKGROUND

The department of Rural Development and Land Reform went out on a tender to appoint a suitable service provider to install security system in National Office. The security consist of the following

The CCTV surveillance system

Access Control System

The fire and smoke detection system

The security system also includes the maintenance services for a period of two years

Which Included the following types of maintenance services:

Routine Preventative maintenance Corrective maintenance Breakdown maintenance Emergency maintenance repairs Ordinary Maintenance repairs

47 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

The current maintenance contract will be ending on 31 March 2012. Therefore the Department of Rural Development and Land Reform requires the maintenance of the above mentioned security system for a period of three (3) months. Note that the service provider should inspect the site and verify the site conditions, the

type of equipment, and the extent of the systems and operational status of the

systems before the maintenance contracts kicks starts.

3. OBJECTIVE

Routine Maintenance

Corrective Maintenance

Breakdown Maintenance

Emergency Maintenance

Site Maintenance recording keeping

Maintenance control plan

4. DELIVERABLES AND SCOPE OF WORK

The scope of the work is summarised as follows:

4.1.1 Provide ongoing and comprehensive maintenance

4.1.2 Immediate response to call outs as result of dysfunctional or faulty system

4.1.3 Onsite Inspection and assessment

4.1.4 Immediate repairs of faulty system and/ or replacement of damaged or

irreparable components of technology

4.1.5 Submit a situation report

4.1.6 Conduct regular maintenance inspections and testing of all systems,

components, communications, cables, batteries, surge protectors and power

supplies etc.

48 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

4.1.7 Repair and replace dysfunctional components when necessary.

4.1.8 Protection against power failure

4.1.9 Review and update the existing maintenance manual

4.1.10 Keep detailed Logbook for all callouts, inspections, repairs , replacement and

interventions.

4.1.11 Submit report on monthly basis summarising all inspections, testing,

adjustments, replacements and repairs.

5. GUARANTEE & COMPREHENSIVE MAINTENANCE 5.1 The Contractor shall fully guarantee and provide fully comprehensive maintenance for

a period until after completion of the repairs.

5.2 The maintenance shall consist of preventative and breakdown maintenance (As

specified in the Maintenance Specification) with the purpose of keeping the complete

installation in fully working condition as specified in the additional specifications.

5.3 Please note the following deliverables:

5.3.1. Allow for monthly, on-site maintenance inspections and for call outs.

5.3.2. The functionality and reliability of all communications, cables, batteries, surge

protection, settings, adjustments, equipment, etc. shall be confirmed and repaired and

corrected if necessary..

5.3.4 Software settings and configurations shall be confirmed and rectified.

5.3.5 The IP-integrity (dust and water) and locks of all enclosures equipment areas shall be

confirmed and rectified.

5.3.6 The log books shall be updated and completed and a monthly report shall be issued

and submitted to the Department.

49 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

6. COMPETENT PERSONS

It is definite requirements that competent technicians and engineers be used to test,

service, maintain and repair the systems. A competent person shall inspect the

systems and shall attend to any problems requiring his attention. A second person (as

a standby) with similar qualifications and experience shall be identified in case the

preferred person cannot attend to a problem. The names, qualifications and

experience of the persons shall be submitted to the Department for approval.

6.1. The systems require competent persons with in-depth experience in the following fields:

a. Electronic systems

b. Security Systems

c. Access control systems

d. Analogue and IP CCTV

e. Hardware and software setup and configuration

7. OPERATING AND MAINTENANCE MANUALS

An existing operation and maintenance manual is available and shall be extended if

the type of equipment and functioning of any component or system is changed. All

additions to the manual shall be provided in printed and PDF format.

50 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

8. RECORD KEEPING & LOG BOOKS 8.1 A record shall be kept of each inspection visit and test in a log book safely stored

(kept) in the control/ equipment room.

8.2 The log book shall state at least the following data:

a. The date, name of the person and company

b. Details with comments of repairs, adjustments, replacements, tests, inspections, etc.

c. The replacement dates of items replaced shall be written on the item e.g. the

replacement date of batteries, cameras, components, etc.

9. VOLTAGE SURGES All damage caused by voltage surges must be fixed under this contract at no

additional cost. No claims for voltage surge damage will be considered. Please note

that the installation areas may have high incidences of lightning and voltage surges

must therefore be expected. The Contractor is advised to check the surge protection

and earthing and install or replace the surge protection equipment on the systems and

to regularly check the surge protection equipment for proper operation. The Contractor

shall use the services of a surge protection specialist to determine what surge

protection is required and to what standard the surge protection should be installed.

The Contractor will be responsible for all earthing and bonding of the equipment

supplied under this contract. The earthing and bonding of equipment is to be carried

out strictly as described in the standard specifications and to the satisfaction of the

Departments representative.

51 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

10. MEASUREMENTS & PAYMENTS 10.1 Repair period

Monthly payment will be made for work that have been completed and tested. New

rates shall be submitted to the Department for approval before the equipment is

ordered and the work is done.

Maintenance and Guarantee until new date. The contractor shall receive fixed monthly payments. Note that the monthly payments may be reduced for pro-rata part payment settlement if the maintenance performed by the contractor does not measure up to the prescribed standard.

11. COMPREHENSIVE MAINTENANCE SPECIFICATION 11.1 SCOPE

Maintenance of the specified systems, services and/or parts of buildings and

infrastructure shall all be referred to as "Maintenance Control Plan of an Installation".

Maintenance of all completed and commissioned installations shall ensure reliable

functioning and optimum service life there-of.

Maintenance of an installation shall be performed in accordance with the

Specifications, the Operating and Maintenance Manuals (where applicable) and the

Maintenance Control Plan. Remuneration for maintaining "installations" (systems,

services and/or buildings and parts of the infrastructure) in good functional condition is

provided for in the Bills of Quantities by means of regular service payment items. This

Additional Specification covers maintenance requirements, development of a

maintenance control plan, identification of equipment, site maintenance administration,

maintenance performance measurement, as well as the items for measurement of the

Contractor’s service level and resulting payment.

52 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

12. MAINTENANCE REQUIREMENTS a. The Contractor shall maintain the complete installations for the maintenance period.

b. Maintenance implies and shall include regular preventative maintenance, corrective

maintenance, as well as breakdown maintenance on all components of the specified

installations.

c. The maintenance control plan will be developed by the Contractor, to schedule the

frequency of routine inspections and format of reports. The Contractor shall carry out

3-monthly inspections on the equipment as detailed in the maintenance control plan.

Each inspection, test or breakdown shall be recorded in an approved format and listed

in the inspection report (part of the maintenance control plan).

d. The Contractor shall ensure through training that the operating and maintenance

personnel are conversant with the instructions as presented in the Operating and

Maintenance Manuals. Continued, ongoing- regular refresher training shall be included

in the scope of maintenance work for the duration of the maintenance contract period.

e. The Operating and Maintenance Manuals, as approved by the Department, shall be

used as a basis of preventative maintenance. The Contractor shall perform all

preventative and corrective maintenance as described in the Operating and

Maintenance Manuals. This shall be in accordance with the Technical and Particular

Specifications.

f. The Contractor shall, as part of his maintenance responsibilities repair or replace

faulty equipment upon logging of a breakdown, within the specified down-time at the

Contractor’s cost, except in the event of replacement being labelled as exceeding

liability, in which case the Department of Public Works will bear part of the costs.

g. The Contractor shall not claim additional establishment costs where repair work is to

be carried out during the maintenance phase.

h. The Contractor shall rectify any faulty condition of which he becomes aware, even if it

has not been logged, but the Department representative has to be informed. Such

rectification shall also be logged and listed in the inspection report.

53 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

13. GUARANTEE & COMPREHENSIVE MAINTENANCE 13.1 The Contractor shall fully guarantee and provide fully comprehensive maintenance for

a period until after completion of the expansion.

13.2 Please note the following deliverables:

a. Allow for monthly, on-site maintenance inspections and for call outs.

b. The functionality and reliability of all communications, cables, batteries, surge

protection, settings, adjustments, equipment, etc. shall be confirmed and repaired and

corrected if necessary.

c. Site Maintenance Administrator, Routine Housekeeping & regular Refresher training

shall be provided to the operators and managers. Incident and Exceptions reports

shall be explained and rectified.

d. Software settings and configurations shall be confirmed and rectified.

e. The IP-integrity (dust and water) and locks of all enclosures equipment areas shall be

confirmed and rectified.

f. The log books shall be completed and a monthly report shall be submitted to the

Department.

14. LABELLING & SIGNAGE 14.1 Labels

All equipment shall have a unique number on a permanent label and fixed to the

equipment. These numbers shall correspond with that on the drawings and in the

manuals.

54 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

Design and operating information

14.2.1 The following information shall be indicated at each piece of equipment:

a. The battery type and size. (next to the batteries)

b. The sizes of all the fuses. (next to the fuses)

c. Complete schematic, wiring diagrams and operating instructions shall be laminated

and fixed on the inside of all enclosures, kiosks and cabinets or on the wall next to a

system.

15. Cable numbers 15.1 All cables shall be marked. At least the following requirements shall be met: Cables

shall be numbered as follows:

a. Cables shall be numbered with permanent labels fixed to the cables.

b. Cables numbers shall be installed at each end of the cable, in each manhole and on

each side of sleeves or other penetrations.

15.2. A cable schedule must be drawn up and submitted to the Department. The cable

schedule shall have the following information:

a. Type of cable (e.g. armoured, screened, etc.)

b. Number of conductors (e.g. 4 pair cable)

c. Size of the conductors (e.g. 1 mm²)

d. Purpose of each core or pair and add

e. Start and end point of each cable.

55 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

16. RECORD KEEPING & LOG BOOKS a. A record shall be kept of each inspection and test in a log book safely stored [kept] in

the control/ equipment room.

b. The log book shall state at least the following data:

I. The date, name of the person and company.

II. Details with comments of repairs, adjustments, replacements, tests, inspections,

etc.

c. The replacement dates of items replaced shall be written on the item e.g. the

replacement date of batteries, cameras, components, etc.

17. CONDITIONS FOR EXCEEDING THE CONTRACTOR’S LIABILITY DUE TO

OPERATIONAL DAMAGE BREAKDOWNS

Operational damage shall be defined for the purpose of this clause as being any

damage caused on purpose, by accident or through negligence by the User Client’s

employees, associates (where applicable), suppliers, subcontractors, etc for any

reason whatsoever. Where repair work is necessitated during the contract as a result

of operational damage caused by User Clients or their associates, the Contractor will

be requested to:

a. perform the work, using rates bid for the supply, delivery and installation of material

forming part of the bills of quantities, within the maximum down-time allowed for

operational damage, where the Department rules that the damage has been caused

by incorrect operation;

56 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

b. submit one (1) quotation for repair and/or replacement of the where rates bid are not

available and where the Department rules that the damage caused is operational;

damaged unit,

c. perform the work on receipt of an official order from the Department, within the time

offered as part of the quotation,

d. notify the Department well in advance of completion of the repair work [in order to]

enable inspection , and

e. Refrain from claiming additional establishment costs for such work. The responsibility

of determining whether damage to the installation was caused by people, other than

employees or associates of the Contractor shall rest with the Department.

Operational damage caused by the employees, associates, suppliers, subcontractors,

etc of the Contractor, shall be repaired by the Contractor at his own cost.

18. CONDITIONS FOR EXCEEDING THE CONTRACTOR’S LIABILITY ABOVE MARGINAL BREAKDOWN COST

18.1 In the event where the cost for the repair and replacement of components / sub-

assemblies where a breakdown has occurred due to a single failure, or where the cost

for replacing a single item of equipment completely, exceeds the value of R10 000, 00

(VAT, transport, accommodation and travelling cost excluded), the liability of the

Contractor is limited to the value of R10 000, 00. The additional cost above the

threshold value of R10 000,00 will be paid for by the Employer provided that

conditions 1, 2 and 3 below have been met.

. 18.2 The defective parts/components/subassemblies must be identifiable as the result

of a single breakdown.

57 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

18.3 The Contractor shall submit a written report to the Department for approval. This report

shall contain the following information:

a. The make and model number of the item serviced/inspected/ repaired/replaced;

b. A description or name and part number of the defective part/component or

subassembly;

c. A statement on whether the component could be repaired, together with a cost

estimate;

d. A quotation valid for a minimum period of 60 calendar days if the

component/part/subassembly has to be replaced or repaired by an outside firm. If the

sub-assembly/machine is to be repaired or replaced by an outside company, the

Contractor shall supply one (1) quotation for such parts/repairs or a quotation from any

sole supplier. Only an original quotation will be accepted. The mark-up on such work

shall be 10% as defined in the JBCC.

e. The expected urgency for the replacement or repairs, and

f. The delivery time of a new component/subassembly/machine or delivery times on

spares required to repair the defective component/ subassembly.

18.4. A written approval to proceed with the work must be issued by the Department.

Copies of the original VAT invoices from outside companies for all repairs or spare

parts supplied must be attached to the Contractor's invoice.

58 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

19. COMPONENTS INCLUDED IN MAINTENANCE SCOPE 19.1 An installation is all the systems and all the components associated with the systems

as set out below.

a. Electronic systems:

b. CCTV surveillance system.

c. Electric installations:

Complete electric system for the security systems including UPSs.

Diesel generator set and the supply to the electrical system.

d. The following installations are excluded from the maintenance:

All building work.

The electrical installation except the sections that are specifically included

above.

Burglar proofing, gates & doors.

Painting.

20. DEFINITIONS a. Routine preventative maintenance

This entails the rendering of services and servicing of equipment according to a

predetermined maintenance control plan to:

(i) replace and service components of equipment, units or parts thereof for each

installation at prescheduled moments regardless of condition;

(ii) re-adjust, reset, clean, corrosion protect all components of equipment, units or parts

thereof for each installation, and

(iii) carry out all implied actions to maintain installations in their present functional

condition.

(iv) Preventative maintenance shall be aimed at minimisation of breakdowns.

59 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

b. Corrective maintenance This entails regular observation of the equipment, identifying pending breakdowns,

maladjustment or anomalies of equipment, units or parts of installations and

subsequent action to restore installations to the functional condition as before the

breakdown.

c. Breakdown maintenance This entails repair and/or replacement of defective equipment, units or parts of

installations following a breakdown that leaves the installation inoperable or unsafe,

and subsequent action to restore installations to their normal functional condition,

within the maximum down-time allowed.

e. Emergency maintenance repairs These repairs are defined as any work required rectifying an emergency breakdown

that disables a complete installation and prevents it from functioning to its designed

service level.

f. Ordinary maintenance repairs These repairs are defined as all maintenance work required other than emergency

maintenance repairs.

21. SITE MAINTENANCE RECORD KEEPING The Contractor shall provide and maintain hard-cover A4 maintenance files for each

installation for the duration of the Contract. All schedules, checklists, breakdown

reports, preventative maintenance records, component replacement records and

inspection reports shall be filed, together with information regarding repairs exceeding

the Contractor’s liability.

60 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

22. SUPPLY OF LABOUR, EQUIPMENT AND MATERIAL

Setup and configuration information of the operating systems and application software

shall be properly documented in the manuals so that it will be easy for another person

to set up and configure the system.

All tools and equipment and consumables required for maintenance work shall be

supplied by the Contractor at his cost.

a. Material

All material, spare parts, components, equipment and appurtenances necessary for

the complete maintenance of each installation shall be supplied and installed by the

Contractor at his cost.

The Contractor shall cede any supplier’s or factory guarantee of repaired or replaced

components to the Employer to ensure that such guarantees are not jeopardised in

any way. All workmanship, materials and components used for breakdown repair shall

be guaranteed for 12 months.

23. IDENTIFICATION OF EQUIPMENT

A unique identification number will be allocated to each piece of equipment forming

part of the installation. This identification number will be allocated and administered in

collaboration with the User Client and must be described in the maintenance control

plan. Reference shall be made to identification numbers in the maintenance control

plan, operating and maintenance manuals and during all maintenance activities,

including the logging of breakdowns and other correspondence. Identification

numbers shall also be indicated on as-built drawings.

61 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

24. MAINTENANCE CONTROL 24.1 SCOPE

Maintenance quality control shall be the responsibility of the Contractor who shall

introduce a maintenance control plan to assist him in ensuring that preventative,

corrective and breakdown maintenance are performed as described in the operating

and maintenance manuals and Technical and Particular Specifications.

25. PRELIMINARY MAINTENANCE CONTROL PLAN A preliminary version of the maintenance control plan shall be submitted with the

programme and the framework of the preliminary version shall be as close as possible

to that of the final maintenance control plan. Detail contained in this preliminary

maintenance control plan shall include:

a. Actual time that a representative of the Contractor will be present on Site for the

duration of the maintenance period;

b. The scope and frequency of routine inspections

c. Repair methodology

26. MAINTENANCE CONTROL PLAN a. The maintenance control plan shall be based on the Contractor’s preliminary

maintenance control plan, and shall be bound in a neat, A4-sized, ring-bound

document with a cover page and back cover. The contents of the document shall be

indexed.

b. To ensure that the Department is satisfied that the Contractor understands the

purpose and advantage of carrying out maintenance work according to a maintenance

control plan he shall, as an introduction to the control plan document, set out his views

as to what he believes the implementation of a maintenance control plan will achieve.

62 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

c. The maintenance control plan shall also contain the following:

(i) A summary of the repair and maintenance work to be carried out under the Contract

giving details of the conditions of the various installations at the facility(ies) affected by

the activities under the Contract.

(ii) Details of how the Contractor intends to carry out the various types of maintenance

work especially breakdown maintenance should breakdowns occur.

(iii) A list of organisations and persons directly involved with the Contract or whose

requirements have to be taken into account during the entire Contract Period such as

the Department of Public Works, the User Client, the Consulting Engineer, the

Contractor, the Local Authority, etc. Each person’s position within his organisation as

well as the applicable phone numbers shall be given.

(iv) Procedures to address complaints and logged breakdowns;

(v) Details of inspection reports, summarising all inspections, together with inspection

data such as nature of test, names of persons carrying out tests and inspection

results. Detail of repairs and replacements, together with testing of repaired equipment

shall also be reflected in this report, and

(vi) Assistance to be given by the Department with decisions regarding material,

equipment and other recommendations.

d. The maintenance control plan shall be upgraded when its contents are no longer

representative of actual conditions.

e. The Contractor shall check the contents of existing Operating and Maintenance

Manuals (if available) and shall update or modify them and then incorporate applicable

data into his own manuals. Where no manuals exist, the Contractor shall draw up his

own Operating and Maintenance Manuals.

Pertinent data contained in the Operating and Maintenance Manual may be

transferred to the Maintenance control plan to make it a document which can be used

as an independent handbook for maintenance work.

63 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

27. COMMUNICATION 27.1 The maintenance control plan will provide, after agreement between the Contractor

and the Department, for the following communication and complaint logging

procedure:

a. The Contractor shall establish a telephone and fax line and a cellular telephone

connection to ensure that he can be reached at any time. (24 hour service call center

number)

b. The Contractor shall primarily be responsible for determining the items requiring

preventative, corrective and breakdown maintenance, and shall communicate this

information directly to his maintenance workforce.

c. Should the Department or operating personnel of the User Client determine or suspect

that preventative, corrective or breakdown maintenance is required, a call shall be

logged through the call centre to reach the Contractor as soon as possible.

d. All complaints of the User Client shall be reported to the Department via the call

centre, as set out in the maintenance control plan, and the Department shall issue

instructions to the Contractor.

e. The call centre logs the details of the Department’s call and provides feedback to the

complainant.

28. MAXIMUM MAINTENANCE DOWN-TIME 28.1 After a complaint has been logged and forwarded to the Contractor, the Contractor

shall be expected to minimise the maintenance down-time until the system component

is fully operational to the satisfaction of the Department. Should the Contractor not

respond within the maximum down-time, the Department may arrange, at the cost of

the Contractor, for the necessary repair work to be done by others.

64 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

29.2 The Contractor shall respond to a breakdown registration by travelling to Site to

evaluate the breakdown (scope of repair work), estimate the realistic downtime and

provide feedback to the Department.

29.3 Should the Contractor not be able to complete the required repair work within the

maximum down-time period allowed, it shall be his responsibility to obtain extension of

down-time from the Department. The written report shall clearly state the reasons for

the extension, as well as the actual extension required.

29.4 Extension of down-time will only be granted by the Department if:

a. The maximum down-time is unreasonable in relation to the scope of the repair work

required;

b. The delivery time of a new component/subassembly/machine or spares required for

the repair of the defective component/subassembly does not enable the Contractor to

successfully complete the repair work within the maximum breakdown down-time

allowed.

30. MEASUREMENT AND PAYMENT Payments will be done after each site visit and on receiving the inspection report but

not more than four times a year for a site.

65 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

31. ESCALATION Maintenance rates shall be increased according to the consumer price index and the

following formula:

Rn = Rt x Ln/Lt

where:

Rn = New rate

Rt = Tendered rate

Ln = index at the date of the new rate

Lt = index at date of tender

Where the index L shall be the Consumer Price Index for the historical metropolitan

areas (CPI) as published by Statistics South Africa in Table 2.1 of Statistical release

P0141.1.

The base month is the month prior to the closing of the tender

32. MAINTENANCE OF A COMPLETED INSTALLATION UNIT: 32.1 The unit of measurement shall be the monthly maintenance cost. Allow for monthly

site visits.

32.2 The payment may be reduced if the maintenance was not up to the expected

standard. The reduction may be determined by deducting points for inadequate

maintenance.

32.3 The tendered rate shall include full compensation for all liabilities and obligations

described or implied in the Contract document and deemed by the Contractor to be

applicable to the maintenance phase of the Contract, for the complete maintenance of

an entire installation, and all appurtenant works deemed to form part thereof, as

defined in the relevant Specifications.

66 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

32.4 The tendered rate shall also include full compensation for training and complete

preventative, corrective and breakdown maintenance, including full compensation for

all costs related to resetting, repair, procurement, supply, delivery, replacement,

protecting, furnishing, installing, testing and commissioning of all items and material

required to maintain the complete installation in a perfect functional condition

32.5 Remuneration for all preliminary and general charges shall be deemed included in the

maintenance payments for the various installations.

33. PAYMENT REDUCTION DUE TO EXCEEDING OF MAXIMUM ALLOWABLE DOWN-TIME

33.1 The unit of measurement shall be the number of hours or days, in excess of permitted

downtime, during which a component of an installation was in a dysfunctional

condition.

33.2 The negative fixed rate shall include full compensation for the User Client’s loss in

productivity and, multiplied by the number of days or days measured, shall be

deducted from the certified amount due to the Contractor.

34. TERMS AND CONDITIONS OF THE PROPOSAL 34.1 Awarding of the bid will be subject to the Service Provider’s express acceptance of the

DRDLR Supply Chain Management general contract conditions.

34.2 The DRDLR and Service Provider will sign a Services Level Agreement upon

appointment. Such a Service Level Agreement will include the following:

a. Attach PSIRA certificate of the company

b. Period of agreement;

c. Project objectives and scope;

d. Staffing requirements

e Project plan and project plan management;

f. Budget;

67 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

g. Cost and fee payment;

h. Method of communication and reporting;

i. Deliverables and terms of deliverables;

j. Form and formats of working papers;

k. Reviews;

l. Uncompleted work;

m. Confidentiality;

n. Disputes; and

o. Financial penalties and termination of contract.

48.3 Format and Submission of Bidders must submit their bids on the stipulated closing date and time. Late bids will

not be considered. In order to evaluate and adjudicate bids effectively, it is imperative that bidders submit

responsive bids. To ensure a bid will be regarded as responsive it is imperative to comply with all conditions pertaining to mandatory requirements.

Each bidder must attach all applicable documents in support of its bid in accordance with the requirements set out in this bid as well as any other relevant materials, photographs and/or attachments.

Each bid, once submitted, constitutes a binding and irrevocable offer to provide the Services on the terms set out in the bid, which offer cannot be amended or withdrawn after its date of submission.

DRDLR is not obliged to accept or consider any bid in full or in part or any responses or submissions in relation thereto and DRDLR may reject any bid. DRDLR reserves the right to appoint the Bidder whose bid most successfully conforms to the Criteria and the Requirements in accordance with the terms and conditions described in the RFP.

DRDLR may, for any reason and at any time during the selection process, request any Bidder to supply further information and/or documentation. The appointment of the successful Bidder is subject to the conclusion of Service Level Agreement (SLA) between DRDLR and the successful Bidder governing all rights and obligations related to the required services. The SLA shall be prepared by DRDLR to include such terms and conditions commonly included in agreements of such nature, together with any other terms and conditions which are required by

68 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

DRDLR (whether arising from the specifications of the proposal of the successful Bidder or otherwise).

After careful consideration and thorough examination of the proposals, DRDLR shall select the successful Bidder whose proposal most closely satisfies the criteria and the requirements. The cheapest price (management fee) offered will not necessarily be a decisive factor in choosing between Proposals.

Bidders which have not been selected shall be informed accordingly in writing and

through publication of the successful bidder in the same media that was used to

advertise the bid.

The Service provider will enter into service level agreement with the Department upon

appointment to render the service.

Staffing requirements will be identified at the onset of the project and shall remain

unchanged for the duration of the project, unless prior written consent has been

granted by the Department of Rural Development and Land Reform.

No material or information derived from the provision of the services under the

contract may be used for any other purposed except for those of the DRDLR, except

where duly authorized to do so in writing by the DRDLR.

Copyright in respect of all documents and data prepared or developed for the purpose

of the project by the Service Provider shall be vested in DRDLR.

The successful Service Provider agrees to keep confidential all records and

information of, or related to the project and not disclose such records or information to

any third party without the prior written consent of DRDLR.

MAXIMUM MAINTENANCE DOWNTIME

REQUIRED MAINTENANCE

Routine Maintenance

Corrective Maintenance

Breakdown Maintenance

Emergency Maintenance

69 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

35. EVALUATION CRITERIA

A. The 80/20 preference points system as prescribed in the Preferential Procurement Policy Framework Act (PPPFA) will be applied to evaluate this bid. The lowest acceptable bid will score 80 points for price and maximum of 20 points will be awarded for attaining the Broad-Based Black Economic Empowerment (B-BBEE) status level of contribution.

B. This bid shall be evaluated in two stages. On the first stage, bids will be evaluated on

functionality, second stage in accordance with 80/20 preference points system as

stipulated above. All Service Providers who will score less than sixty (60) out of one

hundred (100) points for functionality will not be considered further.

C. First Stage - Evaluation of Functionality D. The evaluation of the functionality will be evaluated individually by Members of Bid

Evaluation Committee in accordance with the below functionality criteria and values. E. The applicable values that will be utilized when scoring each criteria ranges from 1 -

poor, 2 - average, 3 - good, 4 - very good and 5 - excellent.

CRITERIA GUIDELINES FOR CRITERIA

APPLICATION WEIGHT

ABILITY

Infrastructure

Capacity

Resources to be used in completing

the project successfully (as and when

required)

Detailed description of equipments in

accordance with the standard

specifications

20 20

70 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

CRITERIA GUIDELINES FOR CRITERIA

APPLICATION WEIGHT

CAPABILITY

Qualifications &

Experience

Competency

Track Record

Qualification in Electrical engineering/

,Systems designs and , Project

Management or relevant academic

qualifications and CV’s of the project

team must be submitted with the

proposal.

Extensive experiences relevant to the

project

Three references of similar projects

with contactable references

10 10 5

METHODOLOGY & PROJECT PLAN

Proposed Methodology

Proposed milestones

Management of Project

Service level agreement

maintenance agreement

Proposed training schedule

10 5 5 5 5 5

TOTAL POINTS ON FUNCTIONALITY MUST OUT OF 100 100

The 80/10 principles will be applied in Terms of the Preferential Procurement Policy Framework Act. During phase 2, bidders will be further evaluated based on 80. Second Stage- Evaluation in terms of the 80/20 Preference Points system. Only bids that achieve the minimum qualifying score (60) for functionality will be evaluated further in accordance with the 80/20 points system.

71 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

Calculation of Points for Price The PPPFA prescribes that the lowest acceptable bid will score 80 points for price. Bidders that quoted higher prices will score lower points for price on pro-rata basis. Thus, bidders who provide the lowest management fee will get full 80 points for price. Calculating of points for B-BBEE status level of contribution Points will awarded to a bidder for attaining the B-BBEE status level contribution in accordance with the table below:

B-BBEE Status Level of contributor Number of points (80/20 system)

1 20

2 18

3 16

4 12

5 8

6 6

7 4

8 2

Non-Compliant Contributor 0

Bidders must submit original and valid B-BBEE Status Level Verification Certificate or certified copies thereof, issued by accredited Verification Agencies by SANAS or Registered Auditor approved by Independent Regulatory Board of Auditor (IRBA), together with their bids, to substantiate their B-BBEE claims. The exempted Micro Enterprise must submit a letter from Accounting Officer who is appointed in Terms of Close Corporation Act. Bidders who do not submit B-BBEE Status Level Verification Status Level Verification Certificate or are non-compliant contributors to be B-BBEE do not qualify for preference points for B-BBEE.

72 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

Format and Submission Of Bids

Bidders must submit their bids on the stipulated closing date and time. Late bids will not be considered.

In order to evaluate and adjudicate bids effectively, it is imperative that bidders submit responsive bids. To ensure a bid will be regarded as responsive it is imperative to comply with all conditions pertaining to mandatory requirements.

Each bidder must attach all applicable documents in support of its bid in accordance with the requirements set out in this bid as well as any other relevant materials, photographs and/or attachments.

Each bid, once submitted, constitutes a binding and irrevocable offer to provide the Services on the terms set out in the bid, which offer cannot be amended or withdrawn after its date of submission.

DRDLR is not obliged to accept or consider any bid in full or in part or any responses or submissions in relation thereto and DRDLR may reject any bid. DRDLR reserves the right to appoint the Bidder whose bid most successfully conforms to the Criteria and the Requirements in accordance with the terms and conditions described in the RFP.

DRDLR may, for any reason and at any time during the selection process, request any Bidder to supply further information and/or documentation. The appointment of the successful Bidder is subject to the conclusion of Service Level Agreement (SLA) between DRDLR and the successful Bidder governing all rights and obligations related to the required services. The SLA shall be prepared by DRDLR to include such terms and conditions commonly included in agreements of such nature, together with any other terms and conditions which are required by DRDLR (whether arising from the specifications of the proposal of the successful Bidder or otherwise).

After careful consideration and thorough examination of the proposals, DRDLR shall select the successful Bidder whose proposal most closely satisfies the criteria and the requirements. The cheapest price (management fee) offered will not necessarily be a decisive factor in choosing between Proposals.

In cases where company, partnership or close corporation commences business for the first time or either don’t have capital; the following particulars must be furnished.

Full particulars of a registered, reputable financial institute/company that will assist with the commencement of project e.g buying material and equipment.

73 of 76

APPOINTMENT OF A SERVICE PROVIDER TO PROVIDE MAINTENANCE SERVICES OF THE EXISTING SECURITY SYSTEM AT NATIONAL OFFICE OF THE DEPARTMENT OF RURAL DEVELOPMENT AND LAND REFORM FOR A PERIOD OF THREE MONTHS

Service Provider must give the assurance that all workers will be under proper supervision. Any liaison in regard to the daily needs will be through the supervisor and not directly with workers. Supervisor must ensure that cleaning materials are available at all times and that it should be replaced as required.

The Service Provider must arrange the insurance policy with a reputable insurance company OR submit documentary proof/letter of intent/Quotation. Premiums must be paid monthly after the award for the duration of the project. Failure to comply the Department will reserve the right to pay the premiums and to deduct such payments from money owed by the contractor.

74 of 76

BILL OF QUANTITIES

CCTV 59 Cameras to Service plus casings and cleaning of camera’s 3 DVR’s POS-WATCH PSE ( Digital Video Surveillance) 1 Ministry Dvr (Computer) (11 Cameras) Helping to get footage of Dvr’s

Fire Panels 5 Fire Panels (ARITECH-FP2864) with + - 150 Smoke detectors per floor. Control room = 3 Aritech Fire Panels. Ministry = 1 100E Boardroom = 1

Access Control Doors

00 West: have 3 Turnstiles plus 1 Emergency gate Main Entrance: 4Turnstiles VIP Entrance: 1 Access Door 1 Access Booth Link: 1 Booth

Access Control PC in Control Room Maintenance on Card Machine (Printer) Zebra P420i Taking photos of Department personnel. (Webcamera Printing and enrolment of all Department Cards.

Main Entrance In/Out 8 Readers

00 West Entrance 8 Readers

100E Boardroom 1 Reader 1 Push Button

VIP Parking Entrance 3 Readers

Link 2 Floor 2 Readers

Ministry 2 Readers

DG Middle Door 2 Readers

IT 2 Readers

75 of 76

8. CONTACT PERSON

Name Contact No Address Technical Related Mr C

Masemola

TEL: 012 312 8344

184 Jacob Mare Street Pretoria

Bid Related Mr W Mashegoane

012 312 8105 184 Jacob Mare Street Pretoria

76 of 76