Amahlathi Local Municipality

2y ago
99 Views
2 Downloads
1.84 MB
33 Pages
Last View : 22d ago
Last Download : 2m ago
Upload by : Lee Brooke
Transcription

Amahlathi Local MunicipalityOFFICE OF THE MUNICIPAL MANAGER12 Maclean StreetPrivate Bag X4002, Stutterheim, 4930Tel: 043 683 5024 Fax: 043 683 1127Website: www.amahlathi.gov.za31 MARCH 2021BID NOTICEREQUEST FOR FORMAL WRITTEN QUOTATION: SUPPLY & DELIVERY OF ELECTRICAL TOOLS AND EQUIPMENT.Kindly furnish me with a written quotation for the supply of the goods / services as detailed in the enclosed schedule.The minimum specification are detailed in the RFQ document.The quotation and completed bid documents must be placed in a sealed envelope endorsed“BID NO. ALM/SCM/27/2020-21 SUPPLY & DELIVERY OF ELECTRICAL TOOLS AND EQUIPMENT ” Completeddocuments must be deposited in the bid box situated at the Engineering Department, 12 Cnr Brownlee and Dragoon Street,Stutterheim 4930 not later than Friday 16 April 2021 at 12h00 pm.The following conditions will apply:[a] Price(s) quoted must be valid for at least sixty (60) days from date of your offer.[b] Price(s) quoted must be firm and must be inclusive of VAT.[c] A firm delivery period must be indicated.[d] For all transactions exceeding R15 000.00 tax reference number at SARS must be furnished.[e] Tax clearance certificate, B-BBEE, Close Corporation (CK), Copies of Identity documents.[e] This quotation will be evaluated in terms of the 80/20 preference point system as prescribed in the Preferential ProcurementPolicy Framework Act (No 5 of 2000) and Regulations of 2017 and for this purpose the enclosed form MBD6.1 must bescrutinized, completed and submitted together with your quotation.[f] The Amahlathi Municipality does not bind itself to accept the lowest quotation or any other quotation and reserves the rightto accept the whole or part of the quotation.Failure to comply with these conditions may invalidate your offer.[g] Successful bidders will be required to register as supplier / service provider on the Central Supplier database (CSD) if notalready registered.Yours faithfully Acting Director: Technical ServicesMr. M. BukubukwanaAMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

MBD 1INVITATION TO BIDYOU ARE HEREBY INVITED TO BID FOR THESUPPLY & DELIVERY OF ELECTRICAL TOOLS AND EQUIPMENTTO THE REQUIREMENTS OF THE AMAHLATHI :CLOSINGTIME:16 APRIL 202112h00 pmDESCRIPTION: Supply & Delivery of Electrical Tools and Equipment--The successful bidder will be required to fill in and sign a written Contract Form (MBD 7).Bid documents must be deposited in the bid box situated at c/o Hill and MacLean Streets, StutterheimBidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not beaccepted for consideration.The bid box is generally open during the office hours.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 ProcurementRegulations, 2017, the General Conditions of Contract (GCC) and, if applicable, any other Special Conditions ofContractNB: NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE (as defined in Regulation1 of the Local Government: Municipal Supply Chain Management Regulations).THE FOLLOWING PARTICULARS MUST BE FURNISHED(FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)Name Of BidderPostal AddressStreet AddressTelephone NumberCode:Number:Code:Number:Cellphone NumberFacsimile Numbere-mail AddressVat Registration NumberHas an original tax clearance certificate been submitted (MBD 2)?YES / NOAre you the accredited representative in South Africa for thegood/Services offeredYES / NO(IF YES ENCLOSE PROOF)Has a B-BBEE Status Level Verification Certificate been submitted?(MBD 6.1)YES / NOIf Yes, who was the Certificate issued by?-An Accounting Officer as contemplated in the CloseCorporation Act (CCA)YES / NO

-A Verification Agency accredited by The South AfricanNational Accreditation System (SANAS)YES / NOA Registered AuditorYES / NO(A B-BBEE Status Level Verification Certificate must be submittedin order to qualify for Preference Points for B-BBEE)SIGNATURE OF BIDDERDATECAPACITY UNDER WHICH THIS BID IS SIGNEDTOTAL BID PRICETOTAL NUMBER OF ITEMS OFFEREDANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:The Amahlathi MunicipalityBudget and Treasury OfficeSupply Chain Management UnitTel:043-492 1160Fax:043-683 1070ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO:Contact Person:Tel:Fax:Mr. M. Bukubukwana078 134 9083043-683 2907AMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

SPECIFICATION FOR SUPPLY & DELIVERY OF ELECTRICAL TOOLS AND EQUIPMENTNameMultimeterPhase Rotation TesterEarth leakage TesterVOLTAGE TESTER“WIBRE”SOCKET/ELCBTESTER/POLARITYCurrent ClampmeterMegger 5kVLink SticksRatchet Lever Hoist5 Point Eskom Fall ArrestorSystemInsulating Rubber GlovesCut5 Impact GloveWire Grip (Come Along) withclampsCome along (for LV ABC)Pole Climbing ShoesPole Climbing ShoesExtension Ladders – 15mEskom SpecHand Hydraulic Crimper Kit3-IN-1 WIRE STRIPPERSTEEL WIRE CABLECUTTER5-IN-1 CRIMPING TOOL1000V Insulated HacksawElectrician Tool Belt WaistPocket Pouch BagScrewdriver Utility ToolHolderBlow TorchHELLERMANNTYTON 32PIECE TOOLKITELECTRICAL TOOL KIT ELECKTChainsawProduct Information/SizeFluke 117 Electrician’sIdeal Multimeter with NonContact Voltage9040 PhaseRotation IndicatorTESTER EARTHLEAKAGE / POLARITYTEL2TLBModelTEL1TLB600 Amp ac Currentmeasurement600 Volt ac/dcmeasurementDigital15m350kg3m ReachEskom approvedFull body harness type withshockAbsorber11kVClass 1IEC 60903Medium & LargeCut5 Impact Glove (for stay wire & phaseconductor)Size: 3 – 15mm1000kgFor LV ABC4 Core ABC180 – 199mm diameterwooden poles160 -179mm diameterwooden polesModelCWA01Model KH – 503Model: 3EA1Total

Trailing cables for HighmastLightsPetrol GeneratorsRWP-50 Petrol Water Pump- Grey (50mm)Multi powerful 52cc gasolinebrush cutter 4 in 1 grasstrimmer strimmer cutterSpades2.0 ton nylon sling1.5m x 2.0 ton wire ropeslingMeasuring wheelSling chain (4.4 ton)Ladders -fibreglassExtension 8.4mPortable earths (working)16kAConductor grip (steel) 95120mmFire extinguisher (for vehiclebakkies)Trimble for GPS and DataFirst aid bagWarning sign for workBig grinderGrill bit setShifting spanner 100mmImpact drillShifting spanner 300mm4 Stroke 1.2kVA Generator8,4mHeavy AEAEAEAEA434 set24224Compiled by: .Mr. Mfundo BukubukwanaActing Director Engineering Servicesmfundobukubukwana@gmail.com078 134 9083MBD 2TAX CLEARANCE REQUIREMENTSAMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangementshave 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 TaxClearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submitbids.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 theoriginal and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of theTax Clearance Certificate will not be acceptable.4.In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separateTax Clearance Certificate.5.Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARSbranch 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.

AMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

MBD 3.1PRICING SCHEDULE – FIRM PRICES (PURCHASES)NOTE:ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TORATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDEREDIN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATEPRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINTName of Bidder Bid Number . .Closing Time . . .Closing Date .OFFER TO BE VALID FOR 60 DAYS FROM THE CLOSING DATE OF BID.ITEMQUANTITYDESCRIPTIONNO.BID PRICE IN RSA CURRENCY**(ALL APPLICABLE TAXES INCLUDED)-Required by: .-At: . -Brand and Model .-Country of Origin .-Does the offer comply with the specification(s)?-If not to specification, indicate deviation(s) .-Period required for delivery .*Delivery: Firm/Not firm-Delivery basis .*YES/NONote: All delivery costs must be included in the bid price, for delivery at the prescribeddestination.** “all applicable taxes” includes value- added tax, pay as you earn, income tax, employment insurancefund contributions and skills development levies.AMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

*Delete if not applicableMBD 3.2PRICING SCHEDULE – NON-FIRM PRICES(PURCHASES)TE:PRICE ADJUSTMENTS WILL BE ALLOWED AT THE PERIODS AND TIMES SPECIFIED IN THE BIDDING DOCUMENTS.IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUSTBE SUBMITTED FOR EACH DELIVERY POINTName of Bidder Closing Time Bid number Closing Date . OFFER TO BE VALID FOR 60 DAYS FROM THE CLOSING DATE OF ---MQUANTITYDESCRIPTIONNO.BID PRICE IN RSA CURRENCY**(ALL APPLICABLE TAXES -------Required by: At: . . .Brand and model . .Country of origin . .Does the offer comply with the specification(s)?*YES/NOIf not to specification, indicate deviation(s) .Period required for delivery .Delivery:*Firm/Not firm ”all applicable taxes” includesue- added tax, pay as you earn, income tax, unemployment insurance fundntributions and skills development levies.elete if not applicableMBD 3.2CE ADJUSTMENTSNON-FIRM PRICES SUBJECT TO ESCALATION

IN CASES OF PERIOD CONTRACTS, NON FIRM PRICES WILL BE ADJUSTED (LOADED) WITH THE ASSESSEDCONTRACT PRICE ADJUSTMENTS IMPLICIT IN NON FIRM PRICES WHEN CALCULATING THE COMPARATIVEPRICESIN THIS CATEGORY PRICE ESCALATIONS WILL ONLY BE CONSIDERED IN TERMS OF THE FOLLOWING FORMULA:R2tR3tR4t R1tPa 1 V Pt D1 D2 D3 D4 VPtR 2oR3oR4o R1oWhere:Pa(1-V) Pt D1, D2. R1t, R2t R1o, R2oVPt The new escalated price to be calculated.85% of the original bid price. Note that Pt must always be the original bid priceand not an escalated price.Each factor of the bid price eg. labour, transport, clothing, footwear, etc. The totalof the various factors D1,D2 etc. must add up to 100%.Index figure obtained from new index (depends on the number of factors used).Index figure at time of bidding.15% of the original bid price. This portion of the bid price remains firm i.e. it is notsubject to any price escalations.The following index/indices must be used to calculate your bid price:Index . Dated .Index . Dated . Index . Dated .Index . Dated .Index . Dated . Index . Dated .FURNISH A BREAKDOWN OF YOUR PRICE IN TERMS OF ABOVE-MENTIONED FORMULA. THE TOTAL OF THEVARIOUS FACTORS MUST ADD UP TO 100%.FACTOR(D1, D2 etc. eg. Labour, transport etc.)PPERCENTAGE OF BID PRICEPRICES SUBJECT TO RATE OF EXCHANGE VARIATIONSAMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

Please furnish full particulars of your financial institution, state the currencies used in the conversion of theprices of the items to South African currency, which portion of the price is subject to rate of exchange variationsand the amounts remitted abroad.PARTICULARS OFFINANCIAL INSTITUTIONITEM NOPRICECURRENCYRATEPORTIONOF PRICESUBJECT TOROEAMOUNTIN FOREIGNCURRENCYREMITTEDABROADZAR ZAR ZAR ZAR ZAR ZAR Adjustments for rate of exchange variations during the contract period will be calculated by using the averagemonthly exchange rates as issued by your commercial bank for the periods indicated hereunder: (Proof frombank required)AVERAGE MONTHLY EXCHANGERATES FOR THE PERIOD:DATEDOCUMENTATIONMUST BE SUBMITTEDTO THIS OFFICEDATE FROM WHICHNEW CALCULATEDPRICES WILL BECOMEEFFECTIVEDATE UNTIL WHICHNEW CALCULATEDPRICE WILL BEEFFECTIVE

ANNEXURE A.1PAST EXPERIENCEBidders must furnish hereunder details of similar works/service, which they have satisfactorily completed in thepast. The information shall include a description of the works, the contract value and name of employer. Failureto reach the listed references will lead to possible disqualification. For all listed projects, Completion Certificatesto be provided / attached.EMPLOYER/INSTITUTIONNAME .DATENATURE OFWORK/ PROJECTNAMEAWARDEDAMOUNTANTICIPATED /ACTUALCOMPLETIONDATEEMPLOYERCONTACT NO. .SIGNATURE OF BIDDERAMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

PAST EXPERIENCE 2Bidders must furnish hereunder details of similar works/service, which they have satisfactorily completed in thepast. The information shall include a description of the Works, the Contract value and name of Employer.Completion Certificates to be provided / attached.CURRENT PROJECTS UNDERTAKEN FOR AMPROJECT NAMEAWARDED AMOUNTCONTRACT STARTDATETOTAL AMOUNT OF PROJECTS CURRENTLY UNDERTAKEN FOR AM .DATEANTICIPATED /ACTUAL COMPLETIONDATER. .SIGNATURE OF BIDDER

ANNEXURE BCOMPANY DETAILSThe following company details schedule must be completed to ensure that the prerequisite requirements tobidding are met.Registered Company Name: .Company Registration Number: .VAT Number: .Bank Name and Branch: .Bank Account Number: .Professional Registration Details: .Professional Indemnity Details: .AMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

MBD 6.1PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011This preference form must form part of all bids invited. It contains general information and serves as a claimform for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of ContributionNB:BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONSAND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIALPROCUREMENT REGULATIONS, 2011.1.GENERAL CONDITIONS1.1The following preference point systems are applicable to all bids:-the 80/20 system for requirements with a Rand value of up to R 50 000 000 (all applicable taxesincluded); andthe 90/10 system for requirements with a Rand value above R 50 000 000 (all applicable taxesincluded).1.2The value of this bid is estimated not to exceed R 50 000 000 (all applicable taxes included) and thereforethe 80/20 system shall be applicable.1.3Preference points for this bid shall be awarded for:(a)(b)1.3.1Price; andB-BBEE Status Level of Contribution.The maximum points for this bid are allocated as follows:POINTS1.3.1.1PRICE801.3.1.2B-BBEE STATUS LEVEL OF CONTRIBUTION20Total points for Price and B-BBEE must not exceed1001.4Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE VerificationCertificate from a Verification Agency accredited by the South African Accreditation System (SANAS) ora Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an AccountingOfficer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted tomean 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 timesubsequently, to substantiate any claim in regard to preferences, in any manner required by thepurchaser.

2.DEFINITIONS2.1“all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurancefund contributions and skills development levies;2.2“B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-BasedBlack Economic Empowerment Act;2.3“B-BBEE status level of contributor” means the B-BBEE status received by a measuredentity based on its overall performance using the relevant scorecard contained in the Codes of GoodPractice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based BlackEconomic Empowerment Act;2.4“bid” means a written offer in a prescribed or stipulated form in response to an invitation byan 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 EconomicEmpowerment 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 discountsthat can be utilized have been taken into consideration;2.7“consortium or joint venture” means an association of persons for the purpose of combining theirexpertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;2.8“contract” means the agreement that results from the acceptance of a bid by an organ ofstate;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 ordecrease 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 hasan influence on the price of any supplies, or the rendering costs of any service, for the execution of thecontract;2.11“functionality” means the measurement according to predetermined norms, as set out in the biddocuments, 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 andthe 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 thetime 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 thecontract;2.16“total revenue” bears the same meaning assigned to this expression in the Codes of GoodPractice on Black Economic Empowerment, issued in terms of section 9(1) of the BroadBased Black Economic Empowerment Act and promulgated in the Government Gazette on 9AMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

February 2007;2.17“trust” means the arrangement through which the property of one person is made over orbequeathed to a trustee to administer such property for the benefit of another person; and2.18“trustee” means any person, including the founder of a trust, to whom property is bequeathed in orderfor such property to be administered for the benefit of another person.3.ADJUDICATION USING A POINT SYSTEM3.1The bidder obtaining the highest number of total points will be awarded the contract.3.2Preference points shall be calculated after prices have been brought to a comparative basis taking intoaccount all factors of non-firm prices and all unconditional discounts;.3.3Points scored must be rounded off to the nearest 2 decimal places.3.4In the event that two or more bids have scored equal total points, the successful bid must be the onescoring the highest number of preference points for B-BBEE.3.5However, when functionality is part of the evaluation process and two or more bids havescored equal points including equal preference points for B-BBEE, the successful bid mustbe the one scoring the highest score for functionality.3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.4.POINTS AWARDED FOR PRICE4.1THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMSA maximum of 80 or 90 points is allocated for price on the following basis:80/20orPt P min Ps 80 1 P min 90/10orPt P min Ps 90 1 P min WherePs Points scored for comparative price of bid under considerationPt Comparative price of bid under considerationPmin Comparative price of lowest acceptable bid

5.Points awarded for B-BBEE Status Level of Contribution5.1In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points mustbe awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the tablebelow:B-BBEE Status Level ofContributorNumber of pointsNumber of points(90/10 system)(80/20 system)11020291838164512548636724812Non-compliant contributor005.2Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an AccountingOfficer 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 conductingverification and issuing EMEs with B-BBEE Status Level Certificates.5.3Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate ora certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved byIRBA or a Verification Agency accredited by SANAS.5.4A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as alegal entity, provided that the entity submits their B-BBEE status level certificate.5.5A trust, consortium or joint venture will qualify for points for their B-BBEE status level as anUnincorporated entity, provided that the entity submits their consolidated B-BBEE scorecardas if they were a group structure and that such a consolidated B-BBEE scorecard is preparedfor every separate bid.5.6Tertiary institutions and public entities will be required to submit their B-BBEE status levelcertificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.5.7A person will not be awarded points for B-BBEE status level if it is indicated in the biddocuments that such a bidder intends sub-contracting more than 25% of the value of theAMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

contract to any other enterprise that does not qualify for at least the points that such a bidderqualifies for, unless the intended sub-contractor is an EME that has the capability and ability toexecute the sub-contract.5.8A person awarded a contract may not sub-contract more than 25% of the value of the contractto any other enterprise that does not have an equal or higher B-BBEE status level than theperson concerned, unless the contract is sub-contracted to an EME that has the capability andability to execute the sub-contract.6.6.1BID DECLARATIONBidders who claim points in respect of B-BBEE Status Level of Contribution must complete thefollowing:7.B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.17.1B-BBEE Status Level of Contribution:(maximum of 10 or 20 points) . (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accreditedby SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).8SUB-CONTRACTING8.1Will 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)9DECLARATION WITH REGARD TO COMPANY/FIRM9.1Name of firm.9.2VAT registration number: .9.3Company 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 MUNICIPAL INFORMATIONMunicipality where business is situated .Registered Account Number .Stand Number .9.8 TOTAL NUMBER OF YEARS THE COMPANY/FIRM HAS BEEN IN BUSINESS? 9.9I/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 inparagraph 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 asindicated in paragraph 1 of this form.(iii)In the event of a contract being awarded as a result of points claimed as shown inparagraph 7, the contractor may be required to furnish documentary proof to thesatisfaction of the purchaser that the claims are correct;(iv)If the B-BBEE status level of contribution has been claimed or obtained on a fraudulentbasis or any of the conditions of contract have not been fulfilled, the purchaser may, inaddition to any other remedy it may have –(a) disqualify the person from the bidding process;AMAHLATHI LOCAL MUNICIPALITY“Together for Prosperity”

(b) recover costs, losses or damages it has incurred or suffered as a result ofthat person’s conduct;(c) cancel the contract and claim any damages which it has suffered as a resultof having to make less favorable arrangements due to such cancellation;(d) restrict the bidder or contractor, its shareholders and directors, or only theshareholders and directors who acted on a fraudulent basis, from obtainingbusiness from any organ of state for a period not exceeding 10 years, after theaudi alteram partem (hear the other side) rule has been applied; and(e) forward the matter for criminal prosecutionWITNESSES:1. SIGNATURE(S)OF BIDDER(S)2. .DATE.

IEC 60903 Medium & Large EA 3 Cut5 Impact Glove Cut5 Impact Glove EA 10 Wire Grip (Come Along) with clamps (for stay wire & phase conductor) Size: 3 – 15mm 1000kg EA 2 Come along (for LV ABC) For LV ABC 4 Core ABC EA 1 Pole Climb

Related Documents:

with regard to improved audit outcome and service delivery in general by the Dr Beyers Naudé Local Municipality. Council and its employees have great pleasure in presenting this Annual Report on their activities of the Camdeboo Municipality for the year ended 30 June 2017.

The Madibeng Local Municipality (MLM) is a category B municipality in terms of the Municipal Structures Act, 1998 (Act 117 of 1998) and its key functions are the provision of basic services to the communities as per Part B of Schedule 4 and 5 of the Constitution of the Republic of South Africa, 1996 (Act 106 of 1996).

manitoba ombudsman 2008 annual report 3 manitoba agriculture services corporation 48 manitoba corrections 50 cases of interest - municipal government 55 rural municipality of lac du bonnet 55 rural municipality of park 57 rural municipality of daly 58 the public interest disclosure (whistleblower protection) act 61 report on activities of the access and privacy division 62

MUNICIPALITY OF ANCHORAGE, ALASKA Strategic Review of the Fire Department Matrix Consulting Group Page 7 Proposed Station Plan Station Address Personnel Engines Ambulance Truck 1 122 E. 4th Avenue 10-13 1 1 1 . MUNICIPALITY OF ANCHORAGE, ALASKA Strategic Review of the Fire Department .

Sex Anchorage Municipality Alaska National National rank % change 1996-2012 Female 18.2 20.3 17.9 591 -17.7 Male 20.1 23.4 22.2 273 -25.5 prevalence (%), age-standardized, 2012 Fig. 29: Female smoking, 2012 Fig. 30: Male smoking, 2012 FINDINGS: OBESITY Sex Anchorage Municipality Alaska National National rank % change 2001-2011

Buffalo City Metropolitan Municipality Informal Settlement Upgrading Policy and Strategy . 2 December 2014 Produced by CS Consulting and Afesis-corplan for the National Department of Human Settle-ments, the National Upgrading Support Programme and Buffalo City Metropolitan Municipality

TORA costs were not properly tracked for TORAs that specified fixed payments to the Municipality. In addition, TORAs were not clearly defined within the Municipality. As a result, it would be difficult to identify with certainty how many TORAs exist within the Municipality. FINDINGS AND RECOMMENDATIONS 1. Som

state’s content standards in ELA and Mathematics –Grades 3 – 8 ELA and 9th and 10th grade literature and American Literature –Grades 3 – 8 Mathematics and Coordinate Algebra, Analytic Geometry and Advanced Algebra Created for exclusive use in Georgia classrooms Piloted with Georgia students Reviewed by Georgia educators