debarking of eucalyptus trees at the … 03…  · web viewdebarking of eucalyptus trees at the...

90
South African Forestry Company SOC Ltd 1992/005427/30 HEAD OFFICE PO Box 1771 Silverton 0127 Tel: +27 12 436 6300 REQUEST FOR BID RFB 030-2017 DEBARKING OF EUCALYPTUS TREES AT THE WILGEBOOM AND BERGVLIET PLANTATIONS FOR A PERIOD OF TWENTY FOUR (24) MONTHS. YOU ARE HEREBY INVITED TO SUBMIT BIDS FOR THE REQUIREMENTS OF KOMATILAND FORESTS (KLF) (PTY) LTD A SUBSIDIARY OF SAFCOL BID NUMBER: RFB 030-2017 CLOSING DATE: 09 OCTOBER 2017 CLOSING TIME: 12:00 NOON BIDVALIDITY PERIOD: 120 DAYS (COMMENCING FROM THE RFB CLOSING DATE) IMPORTANT: ALL BID DOCUMENTS MUST BE ACCOMPANIED BY AN ORIGINAL TAX CLEARANCE CERTIFICATE, AN ORIGINAL OR ORIGINALLY CERTIFIED VALID B-BBEE CERTIFICATE, CERTIFIED AND PROOF OF REGISTRATION WITH CENTRAL SUPPLIER DATABASE. DESCRIPTION: DEBARKING OF EUCALYPTUS TREES AT THE WILGEBOOM AND BERGVLIET PLANTATIONS FOR A PERIOD OF TWENTY FOUR (24) MONTHS. DEPOSITED IN THE BID BOX SITUATED AT AND ADDRESSED: SAFCOL Head Office Podium at Menlyn 43 Ingersol Road Lynnwood Glen Page 1 of 90

Upload: hoangdien

Post on 05-Mar-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

South African Forestry Company SOC Ltd1992/005427/30

HEAD OFFICEPO Box 1771Silverton0127

Tel: +27 12 436 6300

REQUEST FOR BID RFB 030-2017

DEBARKING OF EUCALYPTUS TREES AT THE WILGEBOOM AND BERGVLIET PLANTATIONS FOR A PERIOD OF TWENTY FOUR (24) MONTHS.

YOU ARE HEREBY INVITED TO SUBMIT BIDS FOR THE REQUIREMENTS OF KOMATILAND FORESTS (KLF) (PTY) LTD A SUBSIDIARY OF SAFCOL

BID NUMBER: RFB 030-2017

CLOSING DATE: 09 OCTOBER 2017

CLOSING TIME: 12:00 NOON

BIDVALIDITY PERIOD: 120 DAYS (COMMENCING FROM THE RFB CLOSING DATE)

IMPORTANT: ALL BID DOCUMENTS MUST BE ACCOMPANIED BY AN ORIGINAL TAX CLEARANCE CERTIFICATE, AN ORIGINAL OR ORIGINALLY CERTIFIED VALID B-BBEE CERTIFICATE, CERTIFIED AND PROOF OF REGISTRATION WITH CENTRAL SUPPLIER DATABASE.

DESCRIPTION: DEBARKING OF EUCALYPTUS TREES AT THE WILGEBOOM AND BERGVLIET PLANTATIONS FOR A PERIOD OF TWENTY FOUR (24) MONTHS.

DEPOSITED IN THE BID BOX SITUATED AT AND ADDRESSED:

SAFCOL Head OfficePodium at Menlyn43 Ingersol RoadLynnwood GlenPretoria0081(Bid box situated on the first floor reception)

Page 1 of 64

Applicants’ Details

Applicants should ensure that Bids are delivered on time to the correct address. If the Bid is late, it shall not be accepted for consideration.ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE-TYPED)THIS BID IS SUBJECT TO THE CONDITIONS OF THE BID (THIS DOCUMENT) AND THE NEW CONTRACT TO BE CONCLUDED.

THE FOLLOWING PARTICULARS MUST BE FURNISHED(FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)Indicate the type of Tendering structure by marking with an ‘X’:Individual applicant Joint ventureConsortium SubcontractorsOther

If individual applicant, indicate the following:Name of applicant

If Joint Venture or Consortium, indicate the following:Name of prime contractor

If Joint Venture or Consortium, indicate the following:Name of partners

If using other contractors:Name of other contractors

Name

Registration number

VAT registration number

Contact person

Telephone number

Fax number

E-mail address

Postal address

Physical address (domicilium citandi et executandi)

Page 2 of 64

Table of Contents

Table of Contents1 Confidential Information Disclosure Notice...........................................................................42 Introduction............................................................................................................................... 43 Definitions................................................................................................................................. 64 Acronyms and Abbreviations..................................................................................................75 General Rules and Instructions...............................................................................................96 Response Format...................................................................................................................127 Specification, Evaluation Criteria and Methodology...........................................................138 Briefing Sessions...................................................................................................................209 Bid Preparation.......................................................................................................................2010 List of All Personnel...............................................................................................................2011 Reasons for Disqualification.................................................................................................2012 General Conditions of Bid......................................................................................................2213 Evaluation criteria and methodology....................................................................................25Schedule 1: Bid Pack Submission Checklist....................................................................................27Schedule 2: Tax Clearance Requirements.........................................................................................28Schedule 3: B-BBEE Rating Requirements.......................................................................................29Schedule 4: Executive Summary.......................................................................................................30Evaluation Schedules for Completion...............................................................................................31

Evaluation Schedule I: Bidder Profile..............................................................................................31Evaluation Schedule II: Proposed Organisation and Staffing..........................................................32

Qualifications of Owner or Designated Member or Key Personnel...........................................33Evaluation Schedule III: Bidder’s Experience..................................................................................34

Schedule of relevant experience..............................................................................................35Evaluation Schedule IV: Enterprise Development / Mentorship......................................................36

Schedule 5: Pricing Schedule and Rate Sheet..................................................................................37Pricing Schedule A: Rate Sheet – Wilgeboom Plantation...............................................................37Pricing Schedule B: Rate Sheet – Bergvliet Plantation...................................................................38

Schedule 6: Mandatory Documents...................................................................................................39Schedule 7: Anti-Bribery and Corruption..........................................................................................40Schedule 8: Ethical Commitment.......................................................................................................45Schedule 9: Authority to Sign.............................................................................................................46SBD 4: Declaration of Interest............................................................................................................47SBD 6.1: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

50SBD 8: Declaration of Bidder’s Past Supply Chain Management Practices...................................56SBD 9: Certificate of Independent Bid Determination......................................................................58Komatiland Forests (Pty) Limited – General Operating Conditions................................................61

Page 3 of 64

Confidential Information Disclosure Notice and Introduction

1 Confidential Information Disclosure Notice1.1 This document may contain confidential information that is the property of Komatiland

Forests (PTY) Ltd

1.2 No part of the contents may be used, copied, disclosed or conveyed in whole or in part to any party in any manner whatsoever other than for preparing a proposal in response to this Tender, without prior written permission from Komatiland Forests.

1.3 All copyright and Intellectual Property herein vests with Komatiland Forests.

2 Introduction2.1 Purpose

2.1.1 The purpose of this Request for Bid (RFB) is an invitation for service providers to provide the services of debarking Eucalyptus trees at the Wilgeboom and Bergvliet Plantations for a period of twenty four (24) months.

2.2 Objectives

2.2.1 The following objectives must be achieved with the implementation of the above required solution:

2.2.1.1 Adhere to specifications as fully contained in the Technical Specifications and scope of work

2.2.1.2 Compliance with statutory requirements

2.3 Based on the Bids submitted and the outcome of the evaluation process according to the set evaluation criteria, SAFCOL/Komatiland Forests intends to select a preferred Bidder with the view of concluding a Contract where applicable with such successful applicant.

2.4 Queries

2.4.1 Should it be necessary for an applicant to obtain clarity on any matter arising from or referred to in this RFB document; please refer questions, in writing, to the contact person(s) listed below. Under no circumstances may any other employee within Komatiland Forests or SAFCOL be approached for any information. Any such action will result in a disqualification of a response submitted in terms of the RFB. Questions and responses will be distributed to all registered applicants via e-mail. All questions must be submitted on or before close of business 20 September 2017 16H30.

Tshepo Black E-mail: [email protected] Contact Number 012 436 6418

Page 4 of 64

Confidential Information Disclosure Notice and Introduction

2.5 Bid time frame

We provide below the indicative timelines for this tender. Whilst every attempt will be made to adhere to these timelines Komatiland Forests reserves the right to alter this schedule at its sole discretion. In the event that this takes place, we shall advise the applicants concerned in writing. Bid award is subject to various approvals within the company and with the shareholder, and therefore no commitment of timelines can be provided.

Activity DeadlineCompulsory briefing session

18 September 2017Komatiland Forests (Pty) LtdWilgeboom PlantationR533 Bushbuckridge / Graskop Road Graskop1270

The briefing session will start at 11H00 – 12H00

Final date for questions

20 September 2017 16H30

Bid closing date and time

09 October 2017 @ 12H00 noon

COPY OF BID DOCUMENT PACK

Bidders are required to pay R300.00 non-refundable Bid Registration Fee (unless otherwise specified) to purchase the bid document and qualify their bid response.

Payment of the Bid Registration Fee is compulsory, failure to pay the fee regardless of downloading the bid document on the government e tenders website will result in the disqualification of the bid received.

Bid Registration Fee must be paid by EFT / Cash to the following account number and proof of payment / deposit slip must be produced before bid collection:-Payment Details:

Komatiland Forests Bank Account: Bank: Standard Bank, Account Number:Mpumalanga South Main Account, Type of Account: Business CurrentAccount, Bank Account No: 032907672, Branch Code no: 052852, BranchName: Komatiland Forests PTY LTD

Reference Number: RFB 030 – 2017 Bidder Company Name

An electronic copy of the Request for Proposal document pack can be

Page 5 of 64

Confidential Information Disclosure Notice and Introduction

requested once the bid purchase fee has been paid.

Page 6 of 64

3 Definitions3.1 “BEE” – means black economic empowerment

3.2 “Bid” – means a written offer in a prescribed or stipulated form in response to an invitation SAFCOL for the provision of services or goods.

3.3 “Bidder’s” / “Vendors” – means any enterprise, consortium or person, partnership, company, close corporation, firm or any other form of enterprise or person, legal or natural, which has been invited by Komatiland Forests to submit a Bid in response to this Bid invitation.

3.4 “Black People” – means African, Coloured or Indian persons who are natural persons and:

3.4.1 are citizens of the Republic of South Africa by birth or descent; or

3.4.2 are citizens of the Republic of South Africa by naturalisation before the commencement date of the Constitution of the Republic of South Africa Act of 1993; or

3.4.3 became citizens of the Republic of South Africa after the commencement date of the Constitution of the Republic of South Africa Act of 1993, but who, but for the Apartheid policy that had been in place prior to that date, would have been entitled to acquire citizenship by naturalisation prior to that date

3.5 “Black People with Disabilities” – means black people who also satisfy the criteria in the definition of 'persons with disabilities' set out in paragraph 5.1 of the "Code of Good Practice on the Employment of People with Disabilities" issued in terms of section 54(1)(a) of the Employment Equity Act

3.6 “Black Women” – means black people who are women

3.7 “Comparative Price” – means the price after deduction or addition of non-firm price factors, unconditional discounts, etc.

3.8 “Consortium” – means several entities joining forces as an umbrella entity to gain a strategic collaborative advantage by combining their expertise, capital, efforts, skills and knowledge for the purpose of executing this tender.

3.9 “Disability” – means, in respect of a person, a permanent impairment of a physical, intellectual, or sensory function, which results in restricted, or lack of, ability to perform an activity in the manner, or within the range, considered normal for a human being.

3.10 “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 a law or regulation is binding on the Bidder and demonstrably has influence on the price of any supplies or the rendering cost of any service, for the execution of a contract.

3.11 “Goods” – means any work, equipment, machinery, tools, materials or anything of whatever nature to be rendered to Komatiland Forests’ delegate by the successful Bidder in terms of this tender.

3.12 “Internal Collaboration” – means collaborative arrangements within a group of companies or within various strategic business units/subsidiaries/operating divisions in order to gain a strategic position whilst sharing resources, profits and losses as well as risks.

Page 7 of 64

3.13 “Joint Ownership” – means the establishment by two parent companies of a child company for a specific task within which both parent companies invest in order to overcome the limited capabilities vested within them in order that they can both benefit from the combined investment.

3.14 “Joint Venture” – (Project) means two or more businesses joining together under a contractual agreement to conduct a specific business enterprise with both parties sharing profit and losses. The venture is for one specific project only, rather than for a continuing business relationship as in a strategic alliance. It is about sharing risk with others and providing one or more missing and needed assets and competencies.

3.15 “Licences” – means conditional use of another party’s intellectual property rights.

3.16 “Management” – in relation to an enterprise or business, means an activity inclusive of control, and performed on a daily basis, by any person who is a principal executive officer of the company, by whatever name that person may be designated, and whether or not that person is a director.

3.17 “Non-firm Price(s)” – means all price(s) other than “firm” price(s).

3.18 “Person(s)” – refers to a natural and/or juristic person(s).

3.19 “Qualifying Small Enterprise” – means an enterprise that qualifies for measurement under the qualifying small enterprise scorecard, in terms of the definition specified in Code 1000

3.20 “Rand Value” – means the total estimated value of a contract in Rand denomination, which is calculated at the time of Bid invitations and includes all applicable taxes and excise duties.

3.21 “Service Partners” – means any successful vendor who is awarded the Bid or who entered into an agreement with Komatiland Forests.

3.22 “SMME” – bears the same meaning assigned to this expression in the National Small Business Act, 1996 (Act No. 102 of 1996).

3.23 “Subcontracting” – means the primary contractor’s assigning or leasing or contracting, or employing another person to support such primary contractor in executing part of a project in terms of a contract.

3.24 “Successful Bidder” – means the organization or person with whom the order is placed or who is contracted to execute the work as detailed in the tender.

3.25 “Support Partners” – means any successful vendor who entered into partnership agreement with Komatiland Forests and/or its clients for the provision of support services to a specific solution.

3.26 “Prime Vendor” – means any person (natural or juristic) who forwards an acceptable proposal in response to this RFB with the intention of being the main contractor should the Bid be awarded to him/her.

3.27 “Vendor Agent” – means any person mandated by a prime vendor or consortium/joint venture to do business for and on behalf of, or to represent in a business transaction, the prime vendor and thereby acquire rights for the prime vendor or consortium/joint venture against Komatiland Forests and incur obligations binding the prime vendor or consortium/joint venture in favour of Komatiland Forests or an organ of state.

Page 8 of 64

4 Acronyms and Abbreviations4.1 The following acronyms and abbreviations are used in this Bid and must be similarly used

in the proposal submitted in response and shall have the meaning ascribed thereto below.

Abbreviations/Acronyms DescriptionBEE Black Economic Empowerment.

B-BBEE Broad-based Black Economic Empowerment

BOP Best Operating Practice

CPI Consumer Price Index

DTI Department of Trade and Industry

EME Exempted Micro Enterprise

FSC Forestry Stewardship Council

IEEE Institute of Electrical and Electronics Engineers

IOD Injury on Duty

KLF Komatiland Forests (Pty) Ltd

NEC New Engineering Contract

NOSA National Occupational Safety Association

OEM Original Equipment Manufacturer

PPE Personnel Protective Equipment

QoS Quality of Service

RFB Request for Bid

RSA Republic of South Africa

SAFCOL South African Forestry Company SOC Ltd

SAICE South African Institute of Civil Engineering

SMME Small, Medium, and Macro Enterprise

SLA Service Level Agreement

Page 9 of 64

General Rules and Instructions

5 General Rules and Instructions5.1 Confidentiality

5.1.1 The information contained in this document is of a confidential nature, and must only be used for purposes of responding to this RFB. This confidentiality clause extends to Bid partners and/or implementation agents, whom the Applicant may decide to involve in preparing a response to this RFB.

5.1.2 For purposes of this process, the term “Confidential Information” shall include all technical and business information, including, without limiting the generality of the foregoing, all confidential knowledge and information (including any and all financial, commercial, market, technical, functional and scientific information, and information relating to a party’s strategic objectives and planning and its past, present and future research and development), technical, functional and scientific requirements and specifications, data concerning business relationships, demonstrations, processes, machinery, know-how, architectural information, information contained in a party’s software and associated material and documentation, plans, designs and drawings and all material of whatever description, whether subject to or protected by copyright, patent or trademark, registered or un-registered, or otherwise disclosed or communicated before or after the date of this process.

5.1.3 The receiving party shall not, during the period of validity of this process, or at any time thereafter, use or disclose, directly or indirectly, the confidential information of Komatiland Forests (even if received before the date of this process) to any person whether in the employment of the receiving party or not, who does not take part in the performance of this process.

5.1.4 The receiving party shall take all such steps as may be reasonably necessary to prevent Komatiland Forests confidential information coming into the possession of unauthorised third parties. In protecting the receiving party’s confidential information, Komatiland Forests shall use the same degree of care, which does not amount to less than a reasonable degree of care, to prevent the unauthorised use or disclosure of the confidential information as the receiving party uses to protect its own confidential information.

5.1.5 Any documentation, software or records relating to confidential information of, Komatiland Forests which comes into the possession of the receiving party during the period of validity of this process or at any time thereafter or which has so come into its possession before the period of validity of this process:

5.1.5.1 shall be deemed to form part of the confidential information of Komatiland Forests;

5.1.5.2 shall be deemed to be the property of Komatiland Forests;

5.1.5.3 shall not be copied, reproduced, published or circulated by the receiving party unless and to the extent that such copying is necessary for the performance of this process and all other processes as contemplated in; and

5.1.5.4 shall be surrendered to Komatiland Forests on demand, and in any event on the termination of the investigations and negotiations, and the receiving party shall not retain any extracts.

5.2 News and press releases

Page 10 of 64

General Rules and Instructions

5.2.1 Applicants or their agents shall not make any news releases concerning this RFB or the awarding of the same or any resulting agreement(s) without the consent of, and then only in co-ordination with Komatiland Forests.

5.3 Precedence of documents

5.3.1 This RFB consists of a number of sections (see list). Where there is a contradiction in terms between the clauses, phrases, words, stipulations or terms and herein referred to generally as stipulations in Komatiland Forests this and the stipulations in any other document attached hereto, or the Komatiland Forests submitted hereto, the relevant stipulations in this RFB shall take precedence.

5.4 Preferential Procurement Reform

5.4.1 Komatiland Forests supports Black Economic Empowerment as an essential component of its business. In accordance with government policy, Komatiland Forests insists that the applicants demonstrate their commitment and track record to Black Economic Empowerment according to the DTI Codes of Good Conduct and relevant sector charters.

5.4.2 Komatiland Forest procurement policy requires that a BBBEE contribution certificate must be provided. This will be applicable to each vendor that participates in a consortium structure, joint venture or the use of a sub-contractor.

5.5 Language

5.5.1 Bids shall be submitted in English.

5.6 Gender

5.6.1 Any word implying any gender shall be interpreted to include the other gender.

5.7 Headings

5.7.1 Headings are incorporated into this Bid document and submitted in response thereto, for ease of reference only and shall not form part thereof for any purpose of interpretation or for any other purpose.

5.8 Occupational Injuries and Diseases Act 13 of 1993

5.8.1 The applicant warrants that all its employees (including the employees of any sub-contractor that may be appointed) are covered in terms of the Compensation for Occupational Injuries and Diseases Act 13 of 1993 (“COIDA”) and that the cover shall remain in force for the duration of the adjudication of this Bid and/ or subsequent agreement. Komatiland Forests reserves the right to request the Applicant to submit documentary proof of the Applicant’s registration and “good standing” with the Compensation Fund, or similar proof acceptable to Komatiland Forests.

5.9 Formal contract

5.9.1 This RFB, all the appended documentation and the response thereto read together, forms the basis for a formal contract to be negotiated and finalised between Komatiland Forests and the enterprise(s) to whom Komatiland Forests awards the Bid in whole or in part.

These conditions should be read in conjunction with the General Conditions of Contract (GCC) and Schedule 7: Anti-Bribery and Corruption. Bidders should familiarise themselves with the contents of this document which is attached Annexure A.

Page 11 of 64

General Rules and Instructions

5.9.2 Any offer and/or acceptance entered verbally between Komatiland Forests and any vendor, such offer shall not constitute a contract and thus not binding on the parties.

5.10 Instructions for submitting a proposal

5.10.1 One (1) original, one (1) hard copy and one (1) electronic version on CD of the Bid shall be submitted on the date of closure of the Tender.

5.11 Bid Requirements

5.11.1 The original copy must be signed in black ink by an authorised employee, agent or representative of the applicant and each and every page of the proposal shall contain the initials of same signatory (ies).

5.11.2 Applicants shall submit Bid responses in accordance with the prescribed manner of submissions as specified above.

5.11.3 Bids must be submitted in a prescribed response format herewith reflected as Response Format, and be sealed in an envelope.

5.11.4 Bids must be deposited into SAFCOL’s Bid Box on or before 06 October 2017 not later than 12:00 noon, at SAFCOL Head Office, Podium At Menlyn, 43 Ingersol Road, Lynnwood Glen, Pretoria, 0081

5.11.5 All Bids in this regard shall only be accepted if they have been placed in the Bid box on or before the closing date and stipulated time.

5.12 Bids received after the time stipulated shall not be considered.

5.13 No Bid shall be accepted by Komatiland Forests if submitted in any manner other than as prescribed above.

5.14 Komatiland Forests has the right to enter into negotiation with any prospective Bidder regarding any terms and conditions, of a proposed contract.

Page 12 of 64

Response Format

6 Response Format6.1 Vendors shall submit their responses in accordance with the format specified below.

Failure to comply with 6.1.2-6.1.4 and 6.1.6 – 6.1.16 will result in the vendor being penalised.

6.2 Schedule Index:

6.2.1 Schedule 1: Bid Pack Submission Checklist

6.2.2 Annexure C SBD 1 - Invitation To Bid

6.2.3 Schedule 2: Tax Clearance Requirements (SBD 2 Annexure H)

Original valid Tax Clearance Certificate (no scanned copies shall be accepted). Ideally an original Tax Clearance certificate is required, should SARS provide bidders with an electronic copy of the tax clearance certificate, the copy of the tax clearance certificate must be submitted with the tender. The Tax Clearance Certificate will be verified with SARS. Bidder to provide PIN from SARS.

If a Consortium, Joint Venture or Subcontractor, an original valid Tax Clearance Certificate must be submitted for each member. Ideally an original Tax Clearance certificate is required, should SARS provide bidders with an electronic copy of the tax clearance certificate, the copy of the tax clearance certificate must be submitted with the tender. The Tax Clearance Certificate will be verified with SARS. Bidder to provide PIN from SARS.

6.2.4 Schedule 3: B-BBEE Rating Requirements

6.2.5 Schedule 4: Executive Summary

6.2.6 Schedule 5: Pricing Schedule and Rate Sheet

6.2.7 Schedule 6: Mandatory Documents

6.2.8 Schedule 7: Anti-Bribery and Corruption

6.2.9 Schedule 8: Ethical Commitment

6.2.10 Schedule 9: Authority to Sign

6.2.11 SBD 4: Declaration of Interest

6.2.12 SBD 6.1: Preference Points Claim Form in terms of the Preferential ProcurementRegulations 2011

6.2.13 SBD 8: Declaration of Bidder’s Past Supply Chain Management Practices

6.2.14 SBD 9: Certificate of Independent Bid Determination

Page 13 of 64

Kira Ross, 2017-09-12,
There is no such annexure?

Specification, Evaluation Criteria and Methodology

7 Specification, Evaluation Criteria and MethodologyThe evaluation of the Bids shall be conducted using the framework presented below:

7.1 Step 1 – Mandatory Requirements

Documentation is supplied as per Schedule 6: Mandatory Documents below.

Take note that these conditions / requirements must be met in order for the evaluation committee to proceed to step 2. Failure to achieve compliance may result in disqualification of the tender.

7.2 Specifications

7.2.1 BACKGROUND

SAFCOL is a state owned forestry company listed as Schedule 2 major public entity in terms of the Public Finance Management Act 1 of 1999. It was established in 1992 following the promulgation of the Management of State Forest Act 128 of 1992 to promote the development in the long term of the forestry industry according to accepted commercial management practice in South Africa.

It has operations in Mozambique through an interest held by its wholly owned subsidiary Komatiland Forest (Pty) Ltd in Industrias Florestais De Manica Sarl (“IFLOMA”)

7.2.2 PURPOSE,SCOPE OF WORK AND SPECIFICATIONS

The tender request is to solicit proposals from competent bidders to render the services of debarking Eucalyptus trees at the Wilgeboom and Bergvliet Plantations for a period of twenty four (24) months.

The purpose of the tender process is to acquire the services of debarking of Eucalyptus trees to produce transmission poles and pulp out of clear felling operations at the Wilgeboom and Bergvliet Plantations, in this very operation it is required that saw logs will be generated. The successful bidder(s) must fell and cleanly debark the trees within the same day of felling to ensure that no cambium is left on the stem for later removal. Debarking on the next day will be difficult since the bark tends to cling onto the stem.

Bidders have the option of tendering for one or both of the plantations and will have to ensure that the individual pricing must be submitted for each plantation should bidders bid for more than one plantation.

7.2.2.1 The work allocation for the Plantations are listed below:

Wilgeboom Plantation – 45 000 m³ for a period of twenty four (24) months.

Bergvliet Plantation – 45 000 m³ for a period of twenty four (24) months.

7.2.2.2 Submission Requirements

The pricing for the plantations must be completed on annexure a (excel spreadsheet format) and submitted in the form of 2x USB (content locked). Note that this is a mandatory requirement and failure to provide the pricing in the excel format and submitted in the 2x USB will result in the immediate disqualification of the bid received.

Page 14 of 64

Specification, Evaluation Criteria and Methodology

The successful bidder will be required to provide out of contract rates for additional labourers as and when needed that will form part of the Special Condition of Contract (SCC).

7.2.2.3 The requirements / specifications required from the bidders are listed below for both Plantations:

7.2.3 Specification / Scope of Work:

Bidders are required to complete “Comply” to the below specification / Scope of Work, non-compliance to any of the below requirements will lead to the immediate disqualification of the bid and it will not be evaluated further.

No. Description Comply Do not comply

1. Labour transport to transport 43 employees safely;

2. Source Labour from the local community within a 50KM radius from any of the two plantations;

3. Provide two (2) supervisors to manage the quality, quantity , safety and environmental issued at the operations as per IMS ,FMP (Forest Management Prescription);The local Management / supervisor must be within reach at all times (within 50km proximity), this is for management purposes including changes and any other improvements that may need to be communicated , to have the information transferred to the production workers on the spot for immediate implementation,( Local Management/ Supervisors are sufficient to address this);

4. Appropriate and visible PPE (Personal Protective Equipment):

Hard Hat; Overall; Appropriate hand protection (gloves); Safety boots; Leg protection and Eye protection.

5. Trained and experienced employees with regards to such operation;

6. Records and reports of daily production kept for reference when invoicing;

7. Tools required – hatchet or any other safe tool as used in the industry to remove bark on Eucalyptus (gum) either wooden or otherwise;

8. The service provider as per the legal requirements must be fully compliant with to all statutory requirements including Workmen Compensation, Public Liability Insurance etc.;

9. Communication medium with the employer / teams in case of fire or any other emergency, since this is a very risky operation and can be fatal at times;

Page 15 of 64

Specification, Evaluation Criteria and Methodology

i.e. Radios or Cell phones

10. The use of pushers/helpers to chainsaw operators felling will not be allowed, the tree size to be worked on is greater than 0.9m3/ tree to 1.5m3 /tree. Thus making it risky to put individuals next to a falling tree;

11. The debarking of the stems must be done infield, all sides must be debarked of any bark left and it will be the responsibility of the service provider to debark at the depot or landing after processing. Improperly debarked stems will not be invoiced as this will be viewed as work not done;The team must be in a position to turn the long lengths (trees) around to be able to remove any bark all around the stem when the tree is lying down on the ground. Alternatively this will be done after cut to length at roadside or depot;

Any half debarked tree stem is the responsibility of the service provider to complete the debarking, should it happen that there is bark which remained not removed on the stem;The service provider must provide roller hooks to turn trees around, approximately four (4) per team.

12. No illegal immigrants will be allowed in any of the operations, these employees must have legal documents i.e. work permits;

13. Appropriate felling technique will be crucial, i.e. no trees will be felled on top of one another, felling by opening racks and trees alongside on another;

14. The service provider will provide six (6) chainsaw operators from the (43) and they must guide bars 45cm or longer due to the DBH off the trees, Chainsaw operators will only do felling and debranching for the debarkers, no further processing will be needed;

15. The service provider will provide six (6) debarkers per each chainsaw operator to service, i.e. to make the production of between 7m3 and 10m3 per debarker;

16. The expected daily production is 350m3 per shift, in the above combination this production can be reached and more;

17. All felled and debarked trees will remain infield in full tree length until final processing by Komatiland Forests after six (6) weeks of them being air dried;

18. The unit of measure will be in m3 (Cubic metres) for production delivered.

The bidder signs and agrees that they will provide the services as per the above scope of work.

Page 16 of 64

Specification, Evaluation Criteria and Methodology

____________________________________________

Bidder signature

Mandatory requirements to the request:

Description Comply Do not comply The service provider must submit proof of Public Liability Insurance in the name of the bidding company. The company must be covered for a minimum of R3000 000.00The bidder must provide proof that the Public Liability Insurance is currently valid.

SAFCOL SOC (LTD) will validate the above at its own discretion.Failure to submit will result in the immediate disqualification of the bid received.

The bidder must submit a letter of Good Standing with The Compensation for Occupational Injuries and Diseases Act (COIDA)The bidder must provide proof of Good standing with COIDA.Failure to submit will result in the immediate disqualification of the bid received.

Failure to adhere to the mandatory requirement will result in the immediate disqualification of the bid received, and it will not be evaluated further.

Technical Evaluation Criteria:

Description WeightingScore

1. Experience of running a business or forestry related business: The Bidder must submit reference letters, to prove that they have concluded projects and that the previous clients can validate this by means of the requested reference letters of previous or current projects.

Submission of three (3) or more reference letters 20 Points

Submission of two (2) reference letters 15 Points

Submission of one (1) reference letter 10 Points

No reference letter submitted 0 Points

20

2. Business Location: The Bidder must provide proof i.e. lease/ rental agreement that their business address/location is within a 50km radius of either the Wilgeboom or Bergvliet Plantations or both.

20

Page 17 of 64

Specification, Evaluation Criteria and Methodology

Description WeightingScore

Business address/location is within a 25 KM radius 20 Points

Business address/location is within a 35 KM radius 15 Points

Business address/location is within a 50 KM radius 10 Points

Business address/location is not within a 50 KM radius or no proof provided

0 Points

3. Safety Management System The bidder MUST submit a safety management system according to how the company operates.

Safety Management System submitted.

15 Points

No plan submission received. 0 Points

15

4. Supervisor Experience: The two (2x) supervisors required for the project must either have a supervisory training certificate or similar qualification within the forestry sector. Points allocated for years of experience will not be awarded should any of the supervisors not submit the above qualifications. The bidder must provide the CV’s with contactable references to validate the years of experience of the supervisors, CV’s with no reference contact details will not be evaluated.Supervisor 1:

More than two (2) years of experience within the forestry environment;

7,5 Points

More than one (1) to two (2) years of experience within the forestry environment;

5 Points

One (1) year experience within the forestry environment. 2,5 Points

Less than one (1) years’ experience in the forestry environment / No proof submitted

0 Points

Supervisor 2:

More than two (2) years of experience within the forestry environment;

7,5 Points

More than one (1) to two (2) years of experience within the forestry environment;

5 Points

One (1) year experience within the forestry environment. 2,5 Points

Less than one (1) years’ experience in the forestry environment / No proof submitted

0 Points

15

5. Chainsaw operators Experience: The six (6) chainsaw operators allocated to the project must submit proof of their accredited competency certificate, failure to submit competency certificates will result in no points awarded.

15

Page 18 of 64

Specification, Evaluation Criteria and Methodology

Description WeightingScore

All six (6) chainsaw operators competency certificates have been submitted;

15 Points

Five (5) chainsaw operators competency certificates have been submitted;

12,5 Points

Four (4) chainsaw operators competency certificates have been submitted;

10 Points

Three (3) chainsaw operators competency certificates have been submitted;

7,5 Points

Two (2) chainsaw operators competency certificates have been submitted;

5 Points

One (1) chainsaw operator competency certificate has been submitted;

2,5 Points

No competency certificate submitted. 0 Points

The Bidder undertakes and agrees that they will provide six chainsaw operators with the required competency certificates, should they have not provided the required six (6) as per the above requirement on successful award and commencement of the tender in either Plantation.

Bidder signature

6. B-BBEE Scorecard: The Bidder is requested to provide proof of their B-BBEE scorecard pertaining to the below categories in order to obtain points:

The service provider is an: EME or QSE which is at least 51% Black Owned; EME or QSE which is at least 51% owned by Black youth; EME or QSE which is at least 51% Black Women Owned; EME or QSE which is at least 51% owned by Black people with

disabilities; EME or QSE which is 51% owned by Black people living in rural or

underdeveloped areas and/or townships; A Cooperative which is at least 51% owned by Black people; EME o QSE which is at least 51% owned by Black people who are

military veterans.

Service provider meets any five (5) criteria; 15 Points

Service provider meets any four (4) criteria; 12,5 Points

Service provider meets any three (3) criteria; 10 Points

Service provider meets any two (2) criteria; 7,5 Points

Service provider meets any one (1) criteria; 5 Points

Service provider does not meet any of the seven (7) criteria.

0 Points

15

Page 19 of 64

Specification, Evaluation Criteria and Methodology

NB: Only bidders that obtain 70 or more points out of 100 in the Technical evaluation will be further evaluated on Price and B-BBEE scoring.NB: Pricing must be submitted separately for each Plantation.

Functionality Threshold for paper based evaluation:

Bidders who obtain less than threshold of 70 points will be declared non-responsive and will be eliminated from further evaluation.

THIRD PHASE EVALUATION CRITERIA FINANCIAL DUE DILIGENCE Cash Flow Comply/Not Proof of cash flow to cover equivalent of 3 months based on bid proposed contract value (overdraft facility, Letter of Guarantee)

OBJECTIVE CRITERIA

SAFCOL reserve the right not to consider proposals from bidders who areCurrently in litigation with SAFCOL.

SAFCOL will not award the tender to any bidder whose financial health as analysedBased on the audited financial statements is not good.

SAFCOL reserves the right to appoint more than one (1) bidder for this RFB tender.

Page 20 of 64

Briefing Sessions, Bid Preparation, List of All Personnel and Reasons for Disqualification

8 Briefing Sessions8.1 Monday 18 September 2017 at 11H00 am. – 12H00 a.m.

9 Bid Preparation9.1 All additions to the Bid documents i.e. annexures, supporting documentation pamphlets,

photographs, technical specifications and other support documentation covering the services offered etc. shall be neatly bound as part of the schedule concerned.

9.2 All questions in respect of this Bid must be addressed by e-mail to: t [email protected]

9.3 All responses regarding questions posed in the Schedules attached herewith shall be answered in accordance with the prescribed RFB Response Format.

9.4 Bids must be submitted for all components of the service required – total supply chain solution.

9.5 Rate Sheets (Schedule 5: Pricing Schedule and Rate Sheet )

10 List of All Personnel10.1 List of all personnel to be assigned to this project, by employer, identifying their

qualifications to perform the tasks or functions to be assigned.

10.2 Identify key personnel, by employer (include subcontractor(s)), and provide contact information.

10.3 Provide a brief résumé of staff that will be deployed on this project. List educational qualifications (certifications on product installation & configuration); as well as experience of similar projects.

11 Reasons for Disqualification11.1 Komatiland Forests reserves the right at its sole discretion to disqualify any applicant that

does any one or more of the following, and such disqualification may take place without prior notice to the offending applicant, however the applicant shall be notified in writing of such disqualification:

11.1.1 Applicants who do not submit a valid original Tax Clearance Certificate on the closing date and time of the tender. Ideally an original Tax Clearance certificate is required, should SARS provide bidders with an electronic copy of the tax clearance certificate, the copy of the tax clearance certificate must be submitted with the tender. The Tax Clearance Certificate will be verified with SARS. Bidder to provide PIN from SARS.

11.1.2 Applicants not registered on the Central Supplier Database.

11.1.3 Applicants who submitted incomplete information and documentation according to the requirements of this RFB;

11.1.4 Applicants who submitted information that is fraudulent, factually untrue or inaccurate, for example memberships that do not exist, B-BBEE credentials, experience, etc.

11.1.5 Applicants who received information not available to other vendors through fraudulent means; and/or

11.1.6 Applicants who do not comply with mandatory requirements schedule 6.1.2-6.1.4 and

Page 21 of 64

Briefing Sessions, Bid Preparation, List of All Personnel and Reasons for Disqualification

6.1.6 – 6.1.16 as stipulated in this RFB.

11.2 There shall be no public opening of the Bids received. There shall be no discussions with any enterprise until the evaluation of the proposal has been complete. Any subsequent discussions shall be at the discretion of Komatiland Forests. Bids submitted by means of telegram, telex, facsimile or similar means shall not be considered.

11.3 No Bids from any applicant with offices within the RSA shall be accepted if sent via the Internet or e-mail. However Bids from international applicants with no office or representation in the RSA shall be accepted if received via the Internet or e-mail before the closing date and time.

11.4 Such Bids shall not be made available for evaluation until the original signed documentation is received within three (3) working days after the closing date, otherwise the proposal shall be disqualified. International applicants must submit proof that they do not have any offices or representation in South Africa.

Page 22 of 64

General Conditions of Bid

12 General Conditions of Bid12.1 Applicants shall provide full and accurate answers to all (including mandatory) questions

posed in this document, and, are required to explicitly state either "Comply/Accept (with a )" or "Do not comply/Do not accept (with an X)" regarding compliance with the requirements. Where necessary, the applicant shall substantiate their response to a specific question.

NOTE: It is mandatory for applicants to complete or answer this part fully; otherwise their Bid shall be treated as incomplete and will be disqualified.

12.2 Komatiland Forests may request at its sole discretion:

12.2.1 Request additional information from applicants were deemed appropriate,

12.2.2 The correction of minor errors that do not affect the substance of the tender

12.2.3 Examples of minor errors for which correction may be requested are:

12.2.3.1 A page inadvertently not initialled

12.2.3.2 Incorrect spelling where the correction is obvious

General Conditions of Bid Accept

Do not Accept

12.3 The laws of the Republic of South Africa shall govern this RFB and the applicants hereby accept that the courts of the Republic of South Africa shall have the jurisdiction.

12.4 Komatiland Forests shall not be liable for any costs incurred by the applicant in the preparation of response to this RFB. The preparation of response shall be made without obligation to acquire any of the items included in any applicant’s proposal or to select any proposal, or to discuss the reasons why such vendor’s or any other proposal was accepted or rejected.

12.5 Komatiland Forests may request written clarification or further information regarding any aspect of this proposal. The applicants must supply the requested information in writing within 1 business day after the request, or the proposal will be disqualified.

12.6 In the case of a Consortium, Joint Venture or subcontractors, applicants are required to provide copies of signed agreements stipulating the work split and Rand value.

12.7 In the case of a Consortium, Joint Venture or subcontractors, all applicants are required to provide mandatory documents as stipulated in Schedule 1: Bid Pack Submission Checklist

12.8 Komatiland Forests reserves the right to cancel or reject any proposal and not to award the Bid to the lowest priced or the highest scoring Bid or award parts of the Bid to different applicants, or not to award the Bid at all.

Page 23 of 64

General Conditions of Bid

General Conditions of Bid Accept

Do not Accept

12.9 By submitting a proposal in response to this RFB, the applicants accept the evaluation criteria as it stands.

12.10 Where applicable, Komatiland Forests reserves the right to query the qualification and experience of the applicant(s) or personnel during the evaluation and after the evaluation.

12.11 Should the parties at any time before and/or after the award of the Bid and prior to, and-or after conclusion of the contract fail to agree on any significant product price or service price adjustments, change in scope/ Technical specifications, change in services, etc. Komatiland Forests shall be entitled, within 14 (fourteen) days of such failure to agree, to recall the letter of award and cancel the Bid by giving the applicant not less than 7 (seven) days written notice of such cancellation, in which event all changes in fees on which the parties failed to agree shall, for the duration of such notice period, remain fixed on those fee/price applicable prior to the negotiations.

Such cancellation shall mean that Komatiland Forests reserves the right to award the same Bid to another applicant as it deems fit.

12.12 In the case of a consortium or JV, each of the authorised enterprise’s members and/or partners of the different enterprises must co-sign this document.

12.13 Any amendment or change of any nature made to this RFB shall only be of force and effect if it is in writing, signed by an authorised Komatiland Forests signatory and added to this RFB as an addendum.

12.14 Failure or neglect by either party to (at any time) enforce any of the provisions of this Bid shall not, in any manner, be construed to be a waiver of any of that party’s right in that regard and in terms of this tender. Such failure or neglect shall not, in any manner, affect the continued, unaltered validity of this tender, or prejudice the right of that party to institute subsequent action.

12.15 No interest shall be payable on accounts due to the successful vendor in an event of a dispute arising on any stipulation in the contract.

Page 24 of 64

General Conditions of Bid

General Conditions of Bid Accept

Do not Accept

12.16 Applicants who make use of subcontractors:

The Bid shall be awarded to the Vendor as a primary contractor who shall be responsible for the management of the awarded tender. No separate contract shall be entered into between Komatiland Forests and any such subcontractors. Copies of the signed agreements between the relevant parties must be attached to the Bid response.

Subcontracting is permitted in order for service providers to offer a broad-spectrum service. However, Komatiland Forests activities are subject to the Public Finance Management Act (PFMA) and procurement processes and contracts are subject to the Preferential Procurement Policy Framework Act (PPPFA). Therefore no subcontracting (exceeding than 25% of the contract value) is permitted unless the subcontractor has an equal or higher B-BBEE level rating than the main contractor, or is an EME capable of executing the required work.

12.17 Evaluation of Bids shall be performed by an evaluation panel established by Komatiland Forests.

Bids shall be evaluated on the basis of conformance to the required specifications as outlined in the RFB. Points shall be allocated to each applicant, on the basis that the maximum number of points that may be scored for a combination of price and preference shall be 100.

12.18 The applicant’s response to this Tender, or parts of the response, shall be included as a whole or by reference in the final contract

12.19 Should the evaluation of this Bid not be completed within the validity period of the tender, Komatiland Forests has the discretion to request applicants to extend the validity period of their bids.

12.20 Upon receipt of the request to extend the validity period of the tender, the applicant must respond within the required time frames and in writing on whether or not he agrees to hold his original Bid response valid under the same terms and conditions for a further period.

12.21 Should the applicant change any wording or phrase in this document, the Bid may be evaluated as though no change has been effected and the original wording or phrasing shall be used.

12.22 Successful bidders should maintain or improve their B-BBEE level rating for the duration of the awarded contract.

Page 25 of 64

Evaluation criteria and methodology

13 Evaluation criteria and methodologyThe evaluation of the Bids shall be conducted using the framework presented below:

13.1 Step 1 – Mandatory Requirements

Documentation be supplied as per Schedule 6: Mandatory Documents below

Take note that these conditions / requirements must be met in order for the evaluation committee to proceed. Failure to achieve compliance may result in disqualification of the tender.

13.2 Step 2 – Pricing (Weighting – 90%)

The lowest priced Bid will be used as the baseline in determining the point allocations to respective bids using the formula below. The lowest acceptable Bid (adjusted or not), will obtain the maximum points allocated for price. The other bids with higher prices (adjusted or not), will proportionately obtain lower points based on the following formula:

Ps=90(1−Pt−PminPmin )wherePs = points scored for price by Bid under considerationPmin = lowest acceptable tenderPt = price of tenderIllustrationLowest price is R 1 000 (Pmin)Bidder 1 price is R 1 200 (Pt)

Calculation of pricing score for Bid1 is Ps = 90(1−1200−10001000 )

=72

13.3 Step 3 – B-BBEE Evaluation (Weighting – 10%)

Each vendor participating in the Bid response as per their proposed structure will be evaluated using the BBBEE contribution level as reflected in the table below. The points allocated for each vendor participating in the structure will then be multiplied by the percentage revenue allocated to such vendor, as contained in the pricing schedule of the applicant’s response. The aggregate of all the vendors’ score will then compute the B-BBEE score for such tender.

POINTS AWARDED FOR BROAD-BASED BLACK ECONOMIC EMPOWERMENTPoints for B-BBEE level will be allocated as follows:

Level Points1 102 93 64 55 46 37 28 1Non-compliant contributor 0

Page 26 of 64

Evaluation criteria and methodology

13.4 Step 4 – Aggregate Scoring

The scores achieved in steps 2 to 3 above will be aggregated to compute the total score for each tender. Points scored will be rounded off to 2 decimal places.

Component WeightingPricing 90B-BBEE 10Total 100

In the event that any two or more bids achieving an equal aggregate score, the Bid will be awarded to the applicant scoring the highest number of points for specified goals.

The applicant obtaining the highest number of aggregated points will be awarded the contract.

13.5 The decision by the Evaluation Committee is final and no further correspondence will be entered into for bids that do not meet requirements.

13.6 It is important that applicants deal with the components of the scorecard above and respond in detail to the scoring elements to provide a comprehensive response to the statement of requirements.

Page 27 of 64

Schedule 1: Bid Pack Submission Checklist

Schedule 1: Bid Pack Submission Checklist

(Return completed and signed checklist with pack) I have completed and included the forms as stated below:

Form Completed Includedin pack Signed Note / Sign KLF Use

ReceivedAnnexure C: SCM-Bid documents SBD 1 Yes / No Yes / No Yes / No

Annexure H: SCM-Bid documents SBD 2 Yes / No Yes / No Yes / No

Schedule 3: B-BBEE Rating Requirements Yes / No Yes / No Yes / No

Schedule 3: B-BBEE Rating Requirements Yes / No Yes / No Yes / No

Schedule 4: Executive Summary Yes / No Yes / No Yes / No

Schedule 5: Pricing Schedule and Rate Sheet Yes / No Yes / No Yes / No

Schedule 6: Mandatory Documents Yes / No Yes / No Yes / No

Schedule 7: Anti-Bribery and Corruption Noted

Schedule 8: Ethical Commitment Yes / No Yes / No Yes / No

Schedule 9: Authority to Sign Yes / No Yes / No Yes / No

SBD 4: Declaration of Interest Yes / No Yes / No Yes / No

SBD 6.1: Preference Points Claim Form in terms of thePreferential Procurement Regulations 2011

Yes / No Yes / No Yes / No

SBD 8: Declaration of Bidder’s Past Supply Chain ManagementPractices

Yes / No Yes / No Yes / No

SBD 9: Certificate of Independent Bid Determination Yes / No Yes / No Yes / No

Name of person signing: Signature: Date:

Name of Applicant (Legal entity):

Page 28 of 64

Kira Ross, 2017-09-12,
This annexure does not exist?
Kira Ross, 2017-09-12,
This annexure does not exist?

Schedule 2: Tax Clearance Requirements

Schedule 2: Tax Clearance Requirements

1. It is a condition of Bid that the South African taxes of the successful applicants must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the tender’s tax obligations.

2. In order to meet this requirement applicants 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 applicants/individuals who wish to submit bids.

3. SARS shall then furnish the applicant with a Tax Clearance Certificate that shall be valid for a period of one (1) year from the date of approval.

4. The original Tax Clearance Certificate must be submitted together with the tender. Failure to submit the original and valid Tax Clearance Certificate shall result in the invalidation of the tender.

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

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

7. Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers shall need to register with SARS as eFilers through the website www.sars.gov.za.

8. SARS do not charge for the issuing of a tax clearance certificate, providing that all taxes are up-to-date. The tax clearance certificate may be collected from the nearest SARS branch.

HAS AN ORIGINAL TAX CLEARANCE CERTIFICATE/S BEEN SUBMITTED? Yes No

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

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

SIGNATURE OF APPLICANT (duly authorised)

DATE

CAPACITY UNDER WHICH THIS BIDIS SIGNED

NAME OF BIDDER

Page 29 of 64

Schedule 3: B-BBEE Rating Requirements

Schedule 3: B-BBEE Rating Requirements

1. It is required that applicants submit proof of their commitment to Broad-Based Black Economic Empowerment, in terms of the B-BBEE codes of good practice if they wish to claim points according to the Preferential Points System.

2. It is preferred by Komatiland Forests that vendors participating in this Bid have as a minimum, a Level 4 B-BBEE rating. This will be applicable to each vendor participating in a consortium, joint venture or prime-subcontractor structures / model.

3. Companies that have an annual turnover (not profit) of less than R 10 million are exempted from certification, in terms of the DTI Codes of Good Practice. These companies need only submit proof (e.g. a letter from their accountants) that their turnover is less than R 10 million per annum.

4. If applicants do not have a B-BBEE Rating Certificate, they may choose not to submit one, and will be awarded zero points for B-BBEE under the evaluation scoring as indicated in this document.

HAS A B-BBEE VERIFICATION CERTIFICATE/S BEEN SUBMITTED? Yes No

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

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

SIGNATURE OF APPLICANT (duly authorised)

DATE

CAPACITY UNDER WHICH THIS BIDIS SIGNED

NAME OF BIDDER

Page 30 of 64

Schedule 4: Executive Summary

Schedule 4: Executive Summary

Provide an executive summary of your Bid under the appropriate headings below: (limit to 3 pages).

1. Entity details – Consortium / Joint Venture / Prime-Subcontractor Structure (Refer to Evaluation Schedule I: Bidder Profile)

a. Structure of the tendering entity

b. Key roles of each participating vendor

c. Percentage revenue and work share

d. Brief profile of each participating vendor

2. Proposed organisation and staffing.(Refer to Evaluation Schedule I: Bidder Profile and Evaluation Schedule II: Proposed Organisation and Staffing)

a. Indicate the proposed structure and composition of the team in order to demonstrate capacity and ability to exercise good control (Attach C.V’s of all the relevant positions)

b. Indicate capacity available in terms of support, artisans and administration

c. Indicate current or proposed resources and presence in the required geographic areas or provide assurance that capacity will be established in time

d. Indicate management competence to manage these bids

e. Provide assurance on the bidders ability to offer full operational solution

Page 31 of 64

Evaluation Schedules for Completion: Evaluation Schedule I: Bidder Profile

Evaluation Schedules for Completion

Evaluation Schedule I : Bidder Profile

1. Structure and credentials of the company / consortium members etc.

2. Partnership agreements / contracts

3. Bidder Operating Organisation – Provide an overview of the operating structure and geographical locations of the firm at the national, regional, and local levels.

4. Standards – Include information regarding your firm’s utilisation of widely known Industry Standards and guidelines, as they apply to your firm, your firm’s proposal and proposed hardware assets.

5. Company Contact(s) – Provide the name, title, street address, city, state, telephone and fax numbers and e-mail of the primary company’s contact person, and for any sub-Contractors.

The scoring of the Bidder’s profile will be as per the evaluation criteria:

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.

Signed Date

Name Position

Bidder

Page 32 of 64

Evaluation Schedules for Completion: Evaluation Schedule II: Proposed Organisation and Staffing

Evaluation Schedule II : Proposed Organisation and Staffing

1. The Bidder should propose the structure and composition of their team i.e. the main disciplines involved, the key staff members. The roles and responsibilities of each key staff member assigned to the project should be set out as job descriptions. In the case of an association / joint venture / consortium, it should, indicate how the duties and responsibilities are to be shared.

2. The experience and training or qualifications of each staff member must be detailed.

3. Detail the support structure proposed for the project.

4. Bids are to complete the schedule Qualifications of Owner or Designated Member or KeyPersonnel on Page 59 below.

The scoring of the proposed organisation and staffing will be as per the evaluation criteria

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.

Signed Date

Name Position

Bidder

Page 33 of 64

Evaluation Schedules for Completion: Evaluation Schedule II: Proposed Organisation and Staffing

Qualifications of Owner or Designated Member or Key Personnel

CURRICULUM VITAE1. Position in the Company:

2. Family Name:

3. First Names:

4. Date and Place of Birth:

5. Nationality:

6. Education:

InstitutionDate: (month/year) completedDegree(s) or Diploma(s) obtained and Major Subjects passed:

7. Language Skills [mark 1 (poor) to 5 (excellent) for competence]

Language Reading Speaking Writing

8. Other Skills: (e.g. computer literacy, etc.):

9. Present position in firm or company:

10. Years of relevant experience:

11. Years within the firm:

12. Membership of professional bodies:

13. Reference:

Please name three references (with complete addresses) who are in a position to provide information on your career.

“I CERTIFY THAT ALL INFORMATION STATED IN THIS CURRICULUM VITAE (CV) IS TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. I AUTHORISE KLF TO VERIFY THE INFORMATION PROVIDED HEREIN”

SIGNATURE OF APPLICANT (duly authorised)

DATE

Page 34 of 64

Evaluation Schedules for Completion: Evaluation Schedule III: Bidder’s Experience

Evaluation Schedule III : Bidder’s Experience

1. The experience of the Bidder or joint venture partners in the case of an unincorporated joint venture or consortium as opposed to the key staff members / experts in similar projects or similar areas and conditions in relation to the scope of work over the last five years will be evaluated.

2. The details of experience with traceable references and size of contracts can be documented in Schedule of Relevant Experience

The Bidder must complete Schedule of relevant experience on Page 54 below in order to be assessed for technical ability.

The scoring of the Bidder’s experience will be as per the evaluation criteria

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.

Signed Date

Name Position

Bidder

Page 35 of 64

Evaluation Schedules for Completion: Evaluation Schedule III: Bidder’s Experience

Schedule of relevant experience

The Service Provider shall list below those Works of a similar nature as listed in Scope of Work and Technical specifications that he has successfully completed. Present commitments and their due dates for completion shall also be listed.

CLIENT/BENIFICIARY

(Name, Telephone & Fax No)

PROJECT LOCATIO

N

DESCRIPTION OF WORKS

CONTRACT VALUE

NAME OF

REFERENC

E

CONTACT DETAILS OF REFERENCE

PRESENT COMMITMENTS:

1.

2.

3.

SIGNATURE OF APPLICANT (duly authorised)

DATE

Page 36 of 64

Evaluation Schedules for Completion: Evaluation Schedule IV: Enterprise Development / Mentorship

Evaluation Schedule IV : Enterprise Development / Mentorship

1. List Enterprise Development/Mentorship projects undertaken – provide details of date engaged, value and number of beneficiaries.

2. List the names of companies that are currently involved in the Bidder’s Enterprise Development/ Mentorship programmes.

3. Provide memorandum’s of understanding or relevant supporting documentation.

The scoring of the Bidder’s Enterprise Development/ Mentorship will be as per evaluation criteria.

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.

Signed Date

Name Position

Bidder

Page 37 of 64

Error: Reference source not found

Schedule 5: Pricing Schedule and Rate Sheet

Pricing Schedule A: Rate Sheet – Wilgeboom Plantation

NOTES:

Important: It is mandatory to indicate your total tender price as requested.

All prices must be VAT exclusive and must be quoted in South African Rand (ZAR).

Where there are foreign components, it is the responsibility of the Tenderer to cover their foreign exchange exposure on such items.

Price Declaration Form – Wilgeboom PlantationDear Sir / Madam,

Having read through and examined the Bid Document, Bid no RFB 030-2017, the General Conditions of Bid, the Technical Requirements and all other Schedules to the Bid Document, we offer services of debarking of Eucalyptus trees at the Wilgeboom Plantation for a period of twenty four (24) months as detailed in the RFB for the total Tendered Contract Sum of:

R  (excluding VAT)

In Words: R 

 (excluding VAT)

We undertake to hold this offer open for acceptance for a period of 120 days from the date of submission of offers. We further undertake that upon final acceptance of our offer and conclusion of the contract, we will commence with service delivery when required to do so by Komatiland Forests.

We understand that you are not bound to accept the lowest or any offer and that we must bear all costs which we have incurred in connection with preparing and submitting this tender.

We understand that by participating in this tender process no rights are conferred to us.

We hereby undertake for the period during which this tender remains open for acceptance not to divulge to any persons, other than the persons to whom the tender is submitted, any information relating to the submission of this tender or the details therein except where such is necessary for the submission of this tender.

SIGNATURE OF APPLICANT (duly authorised)

DATE

Page 38 of 64

Error: Reference source not found

Pricing Schedule B: Rate Sheet – Bergvliet Plantation

NOTES:

Important: It is mandatory to indicate your total tender price as requested.

All prices must be VAT exclusive and must be quoted in South African Rand (ZAR).

Where there are foreign components, it is the responsibility of the Tenderer to cover their foreign exchange exposure on such items.

Price Declaration Form – Bergvliet PlantationDear Sir / Madam,

Having read through and examined the Bid Document, Bid no RFB 030-2017, the General Conditions of Bid, the Technical Requirements and all other Schedules to the Bid Document, we offer services of debarking of Eucalyptus trees at the Bergvliet Plantation for a period of twenty four (24) months as detailed in the RFB for the total Tendered Contract Sum of:

R  (excluding VAT)

In Words: R 

 (excluding VAT)

We undertake to hold this offer open for acceptance for a period of 120 days from the date of submission of offers. We further undertake that upon final acceptance of our offer and conclusion of the contract, we will commence with service delivery when required to do so by Komatiland Forests.

We understand that you are not bound to accept the lowest or any offer and that we must bear all costs which we have incurred in connection with preparing and submitting this tender.

We understand that by participating in this tender process no rights are conferred to us.

We hereby undertake for the period during which this tender remains open for acceptance not to divulge to any persons, other than the persons to whom the tender is submitted, any information relating to the submission of this tender or the details therein except where such is necessary for the submission of this tender.

SIGNATURE OF APPLICANT (duly authorised)

DATE

Page 39 of 64

Schedule 6: Mandatory Documents

Schedule 6: Mandatory Documents

1. Attach proof of registration with the Central Supplier Database.

2. Attach Company Registration Certificate including a list of directors.

3. Original Tax Clearance Certificate (no scanned copies shall be accepted). Ideally an original Tax Clearance certificate is required, should SARS provide bidders with an electronic copy of the tax clearance certificate, the copy of the tax clearance certificate must be submitted with the tender. The Tax Clearance Certificate will be verified with SARS. Bidder to provide PIN from SARS.

4. Proof of attendance of the compulsory briefing session

5. Financial Capability, the bidder is to submit a certification from an accredited Auditor indicating that the bidding company has the financial capacity to fund and execute the bid

6. Completion of General Conditions of Bid document

Applications received without the information required above will be disqualified.

In addition, SAFCOL requests the following additional information for financial and reporting purposes:

7. VAT registration certificate.

8. Shareholders as follows must be disclosed on a company letterhead

a. Shareholders younger than 35 years of age

b. Shareholders with disabilities

Page 40 of 64

Schedule 7: Anti-Bribery and Corruption

Schedule 7: Anti-Bribery and Corruption

1 The Supplier/Service Provider1 agrees that in connection with this Agreement , it will comply with all anti-bribery and corruption and anti-money laundering laws, rules, regulations or equivalents applicable to SAFCOL and all its subsidiaries including, but not limited to, Bribery Act 2010 of the United Kingdom, Foreign Corrupt Practices Act 1977 of the United States of America, the OECD Convention on Combating Bribery of Foreign Public Officials in International Business Transactions and equivalent laws in South Africa including the Prevention of Organised Crime Act 121 of 1998, Public Finance Management Act 1 of 1999 as well as Treasury Regulations, Broad-Based Black Economic Empowerment Act 53 of 2003, Preferential Procurement Policy Framework Act 5 of 2000, Prevention and Combating of Corrupt Activities Act 12 of 2004, Companies Act 71 of 2008, Income Tax Act 58 of 1962 and the Financial Intelligence Centre Act 38 of 2001 (“Anti-Corruption Laws”).

2 The Supplier/Service Provider acknowledges that SAFCOL and its subsidiaries have a zero tolerance policy towards bribery and corruption. The Supplier/Service Provider confirms and agrees that it and its directors, members, officers, employees and service providers (including but not limited to its subcontractors, agents and other intermediaries) will not, offer, give, promise to give or authorise the giving to any person whosoever (including but not limited to private individuals, commercial organisations, director and employee of SAFCOL as well as its subsidiaries, Public Officials or any political party, official of a political party, or candidate for public office) (“Person”)), or solicit, accept or agree to accept from any Person, either directly or indirectly, anything of value including, without limitation, gifts or entertainment or Facilitation Payments, in order to obtain, influence, induce or reward any improper advantage in connection with this Agreement or any other business transactions involving SAFCOL and its subsidiaries (the “Anti-Corruption Obligation”).

3 Subject to any relevant data privacy or protection law, the Supplier/Service Provider shall immediately report to SAFCOL and its subsidiaries:

3.1 any request or demand received by the Supplier/Service Provider, or any other service provider subcontracted by the Supplier/Service Provider that could amount to a breach of the Anti-Corruption Laws or Anti-Corruption Obligation; or

3.2 any allegations, proceedings or investigations relating to bribery, corruption or money laundering against the Supplier/Service Provider, its directors, officers, employees or its subcontractors engaged in connection with this Agreement.

1 Any party to the Agreement with SAFCOL and its subsidiaries

Page 41 of 64

Schedule 7: Anti-Bribery and Corruption

4 The Supplier/Service Provider shall provide SAFCOL and its subsidiaries with such further assurances or certificates that SAFCOL and its subsidiaries may request from time to time and certify annually to SAFCOL and its subsidiaries, in writing signed by an officer of the Supplier/Service Provider, that it and its directors, members, officers, employees and service providers in connection with this Agreement have at all times during the relevant preceding period complied with the Anti-Corruption Laws and Anti-Corruption Obligation. The Supplier/Service Provider shall provide such supporting evidence of compliance as SAFCOL and its subsidiaries may reasonably request.

5 The Supplier/Service Provider shall:

5.1 maintain at its normal place of business, throughout the term of this Agreement and for at least 6 [six] years following its expiration or termination, detailed books, records and accounts which accurately and fairly reflect all transactions and payments made in connection with this Agreement;

5.2 maintain an internal accounting controls system that is sufficient to ensure proper authorisation, recording and reporting of all transactions and payments made by SAFCOL and its subsidiaries and is sufficient to ensure, and enable SAFCOL and its subsidiaries to verify, the Supplier/Service Provider’s compliance with Anti-Corruption Laws and the Anti-Corruption Obligation;

5.3 have in place, maintain and enforce its own policies and procedures which are designed to ensure, and which are reasonably expected to continue to ensure, compliance with Anti-Corruption Laws and the Anti-Corruption Obligation; and

5.4 co-operate with SAFCOL and its subsidiaries where the latter requests that the Supplier/Service Provider receives SAFCOL and its subsidiaries’ anti-bribery and corruption training, usually at either SAFCOL’s offices or at Supplier/Service Provider place of business, including prior to the commencement of any work or actions related to the Agreement.

6 The Supplier/Service Provider has read and understood SAFCOL and its subsidiaries’ group anti-fraud and corruption policy and enterprise risk management plan (as displayed at http://www.safcol.co.za/ (as may be amended from time to time) (“SAFCOL Code”) and agrees to comply with the principles contained in the SAFCOL Code in connection with this Agreement and any other business transactions involving SAFCOL and its subsidiaries on one hand and the Supplier/Service Provider’s representatives on the other to access, inspect and make copies of books, records and accounts held at the Supplier/Service Provider’s premises in order to audit the Supplier/Service Provider’s compliance with Anti-Corruption Laws and/or the Anti-Corruption Obligation. In addition, the Supplier/Service Provider shall cooperate and provide all reasonable assistance, including making its books, records, accounts and personnel available, to enable SAFCOL and its subsidiaries to investigate any actual or potential breach of, or perform any activity required by any relevant government or agency in connection with ensuring or verifying the Supplier/Service Provider’s compliance with, Anti-Corruption Laws and/or the Anti-Corruption Obligation. The rights set out in this clause shall continue for 6 [six] years after termination or expiration of this Agreement.

7 SAFCOL and its subsidiaries shall have the right to suspend all further services and payments under and/or terminate this Agreement, in whole or in part with immediate effect,:

7.1 if SAFCOL and its subsidiaries reasonably believes in good faith that the Supplier/Service Provider has failed to comply with or breached in any material respect any of the requirements set out in this Schedule; or

7.2 where the Supplier/Service Provider or its shareholders, owners, or affiliates become designated as a Blacklisted Party.

Page 42 of 64

Schedule 7: Anti-Bribery and Corruption

8 If SAFCOL and its subsidiaries suspends and/or terminates this Agreement for breach of this Schedule, the Supplier/Service Provider shall not be entitled to claim compensation or any further remuneration, regardless of any activities or agreements with additional third parties entered into before termination.

9 The Supplier/Service Provider represents and warrants that except as otherwise disclosed in writing to SAFCOL and its subsidiaries, as at the date of execution of this Agreement and throughout the term of this Agreement:

9.1 none of its directors, members, officers, employees or other service providers in connection with this Agreement is a Public Official; and

9.2 no Public Official will have a direct or indirect interest in this Agreement, the Supplier/Service Provider or other subcontractor in connection with this Agreement or have any legal or beneficial interest in any payments made by SAFCOL and its subsidiaries under this Agreement; and

9.3 it will promptly notify SAFCOL and its subsidiaries in writing of any change in the foregoing.

10 The Supplier/Service Provider represents and warrants that except as otherwise disclosed in writing to SAFCOL and its subsidiaries, neither it nor its directors, members, officers, or key employees in connection with this Agreement have in the last ten years:

10.1 been convicted of any offence involving bribery, corruption or money laundering; or10.2 been or are the subject of any investigation, inquiry or enforcement proceedings by any

governmental, administrative or regulatory body regarding any offence or alleged offence involving bribery, corruption or money laundering.

11 The Supplier/Service Provider warrants that in connection with this Agreement it shall ensure with respect to any subcontractor, including but not limited to any sub-agent, representative or other service provider it may engage to act on SAFCOL and its subsidiaries’ behalf, that:

11.1 it will conduct appropriate due diligence prior to appointing or engaging such subcontractor to ensure that they are duly qualified to perform the tasks for which they will be engaged and that they are of good reputation; and

11.2 it will impose and secure from the subcontractor, in writing,:

11.2.1 compliance with Anti-Corruption Laws and the Anti-Corruption Obligation or a similar obligation;

11.2.2 audit and inspection provisions substantially equivalent to those imposed on and secured from the Supplier/Service Provider in this Schedule such that both SAFCOL with its subsidiaries and Supplier/Service Provider shall each have the same rights with respect to any subcontractor (including without limitation the same rights of access to premises, books, records and accounts and personnel of that subcontractor in respect of inspection and audit) that SAFCOL and its subsidiaries have with respect to the Supplier/Service Provider under this Agreement;

11.2.3 provisions allowing immediate suspension and/or termination of the subcontract if the subcontractor fails to comply with Anti-Corruption Laws or breaches the Anti-Corruption Obligation or similar obligation and a provision for automatic termination of the subcontract in the event of, and at the same time as, the termination of this Agreement; and

11.3 it shall promptly notify SAFCOL of any suspected breach of the Anti-Corruption Obligation by the subcontractor.

Page 43 of 64

Schedule 7: Anti-Bribery and Corruption

12 Payments by SAFCOL and its subsidiaries to the Supplier/Service Provider shall only be made by cheque or wire transfer to a bank account in Republic of South Africa, details of which shall be given by the Supplier/Service Provider to SAFCOL and its subsidiaries in writing. Such notification shall be deemed to constitute a representation and warranty that the bank account so notified is owned solely by the Supplier/Service Provider and that no person other than Supplier/Service Provider has any ownership of or interest in such account.

13 The Supplier/Service Provider shall:–

13.1 make available to SAFCOL and its subsidiaries from time to time its current –

13.1.1 Broad Based Black Economic Empowerment Policies; and

13.1.2 ratings in respect of Broad Based Black Economic Empowerment Policies, as certified from time to time; and

13.2 at all times use its best endeavours to procure the advancement of Black Empowerment generally and in particular by reference to its own personnel and its suppliers; and

13.3 comply to the full extent reasonably possible with the B-BBEE policies adopted by SAFCOL and its subsidiaries from time to time and for the time being; and

13.4 proactively engage with SAFCOL and its subsidiaries at intervals of no less than 6 (six) months to review all aspects of the Supplier/Service Provider B-BBEE initiatives as will have applied hitherto, with particular reference to secondment of previously disadvantaged individuals and training of such previously disadvantaged individuals.

14 DEFINITIONS

14.1 “Agreement” means the agreement as entered into by SAFCOL and its subsidiaries as well as the Supplier/Service Provider.

14.2 “Public Official” shall include:

14.2.1 any minister, civil servant, director, officer or employee or other official of any government or any department, agency or body, and/or of any government-owned or controlled company, any company or enterprise in which a government owns an interest of more than thirty percent, and/or of any public international organization;

14.2.2 any person acting in any official, legislative, administrative or judicial capacity for or on behalf of any government department, agency, body, or public international organization, including without limitation any judges or other court officials, military personnel and customs, police, national security or other law enforcement personnel; and

14.2.3 any close family member of any of the foregoing. For avoidance of doubt, the term "Public Official" shall include all directors, members, officers and employees of SAFCOL and its subsidiaries.

14.3 “Facilitation Payments” shall include infrequent payments made to a Public Official to facilitate routine, non-discretionary governmental actions that:

14.3.1 the Public Official ordinarily performs; and

14.3.2 SAFCOL and its subsidiaries are entitled to under:

14.3.2.1 the contract of employment with that Public Official, or14.3.2.2 the laws of the relevant country.

14.4 “Blacklisted Party” means any person who is identified from time to time by any government or legal authority under applicable trade sanctions, export controls, anti-

Page 44 of 64

Schedule 7: Anti-Bribery and Corruption

money laundering, non-proliferation, anti-terrorism and similar laws as a person with whom trade or financial dealings and transactions by SAFCOL and/or its affiliates are prohibited or restricted.

14.5 “Parties” means parties in terms of the Agreement.

15 LEGAL STATUS OF THIS SCHEDULE

15.1 This Schedule constitutes an integral part of the Agreement entered into between the Parties relating to the subject matter hereof and no variation or addition hereto or consensual cancellation hereof shall be of any force or effect unless reduced to writing and signed by both Parties.

15.2 No indulgence granted by either party in regard to the carrying out of any of the other party's obligations in terms of this Schedule shall prejudice or constitute a waiver of any of the first-mentioned party's rights in terms of this Schedule (unless expressed as such in a written document signed by the party granting the indulgence) nor shall it serve to estop the such party from strictly enforcing its rights in the event of a subsequent breach thereof.

16 GOVERNING LAW AND JURISDICTION

16.1 This Agreement shall be governed by and construed and enforced in accordance with the laws of the Republic of South Africa and the Parties expressly submit to the jurisdiction of the South African Courts, notwithstanding that any of the services or supplies may be carried inside or outside the Republic.

16.2 The Parties hereby consent to the jurisdiction of the Magistrate's Court in relation to any matter arising out of this Agreement or any cancellation thereof.

16.3 Notwithstanding the provisions of 16.2, either party shall be entitled to institute proceedings in any High Court having jurisdiction.

Page 45 of 64

Schedule 8: Ethical Commitment

Schedule 8: Ethical Commitment

We (name of entity) undertake to comply with the highest ethical principles during the price quotation process and in all interaction with Komatiland Forests. We will not offer or attempt to influence or make payments or gifts (monetary or otherwise) to anyone for the purpose of wrongfully influencing decisions in favour of ____________ (name of entity), directly or indirectly.

We are aware of the official communication channels for the purposes of this price quotation process, and understand that no representation by any person outside of this process can be construed as representing or binding Komatiland Forests in any way.

SIGNATURE OF APPLICANT (duly authorised)

DATE

CAPACITY UNDER WHICH THIS BIDIS SIGNED

NAME OF BIDDER

Page 46 of 64

Schedule 9: Authority to Sign

Schedule 9: Authority to Sign

I, (name) , hereby confirm that I am duly authorised to sign the qualification application pack for and on behalf of (company name)

Capacity and particulars of the authority under which this Bid is signed (e.g. a copy of a Board resolution authorising the person to sign on behalf of the Company)

Name of Applicant (Company)

Signature of authorised person:

Date

Telephone number of authorised person

Page 47 of 64

SBD 4: Declaration of Interest

SBD 4: Declaration of Interest

1. Any legal person, including persons employed by KLF/SAFCOL, or persons having a kinship with persons employed by KLF/SAFCOL, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by KLF/SAFCOL, 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 KLF/SAFCOL ; 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):

2.4 Company Registration Number:

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 / personall 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.

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

Page 48 of 64

SBD 4: Declaration of Interest

presently employed by KLF/SAFCOL?

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 institution: ………………………………………

Any other particulars:………………………………………………………………………………………………………………………………………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NOthe appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NOdocument?

(Note: Failure to submit proof of such authority, whereapplicable, 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 / NOtrustees / 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 / NOany 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?2.9.1If so, furnish particulars.……………………………………………………………...…………………………………………………………..….

………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NOaware of any relationship (family, friend, other) between

any other bidder and any person employed by the statewho may be involved with the evaluation and or adjudicationof this bid?

2.10.1 If so, furnish particulars.………………………………………………………………………………………………………………………………

Page 49 of 64

SBD 4: Declaration of Interest

………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NOof 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 Tax Reference Number

State Employee Number / Persal Number

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 IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE.

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

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

Page 50 of 64

SBD 6.1: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

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 to exceed/ not exceed R1 000 000 (all applicable taxes included) and therefore the ……….. system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

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

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

POINTS

1.3.1.1 PRICE …………..

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

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

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

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;

Page 51 of 64

SBD 6.1: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

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 EconomicEmpowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by anorgan of state for the provision of services, works or goods, through price quotations, advertisedcompetitive 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 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 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.

Page 52 of 64

SBD 6.1: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

3. ADJUDICATION USING A POINT SYSTEM

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

Ps=80(1− Pt−PminPmin )or

Ps=90(1−Pt−PminPmin )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

Page 53 of 64

SBD 6.1: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

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 (90/10 system)

Number of points (80/20 system)

1 10 20

2 8 16

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

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

Page 54 of 64

SBD 6.1: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

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 10 or 20 points)

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

8 SUB-CONTRACTING 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

Page 55 of 64

SBD 6.1: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

[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 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)

Page 56 of 64

SBD 6.1: Preference Points Claim Form in terms of the Preferential Procurement Regulations 2011

2. ………………………………………

Page 57 of 64

SBD 8: Declaration of Bidder’s Past Supply Chain Management Practices

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; orc. 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 No4.1 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

Page 58 of 64

SBD 8: Declaration of Bidder’s Past Supply Chain Management Practices

4.3.1

If so, furnish particulars:

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:

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

Page 59 of 64

SBD 9: Certificate of Independent Bid Determination

SBD 9: Certificate of Independent Bid Determination

1 This Standard Bidding Document (SBD) must form part of all bids2 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).3 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:

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:2 Includes price quotations, advertised competitive bids, limited bids and proposals3 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.

Page 60 of 64

SBD 9: Certificate of Independent Bid Determination

(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

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 consortium4 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.

4 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.

Page 61 of 64

SBD 9: Certificate of Independent Bid Determination

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

Page 62 of 64

Komatiland Forests (Pty) Limited – General Operating Conditions

Komatiland Forests (Pty) Limited – General Operating Conditions

1. VEHICLES AND EQUIPMENT

1.1. No vehicle or equipment that leaks fuel or oil or other fluids may be used on KLF property.

1.2. No major repairs will be allowed on KLF property except with specific written approval from the KLF Site Manager.

1.3. Vehicles or equipment will be subject to inspection and approval by KLF.

1.4. The contractor shall provide and maintain its own equipment, unless otherwise agreed in terms of a written contract.

1.5. Vehicles or equipment will be left on KLF property at own risk.

1.6. Only roadworthy and fully licensed vehicles may be used on KLF property, and only licensed / competent drivers will be allowed to operate the vehicles/equipment.

2. USE OF ROADS

2.1. Only vehicles suitable for specific road conditions will be allowed as approved by the KLF Site Manager.

2.2. All plantation roads will be considered closed after more than 25-mm rain within a 24-hour period and may only be used before the end of the next 24-hour period with permission from the Plantation Manager.

2.3. Vehicles must drive on KLF property with lights on at all times.

2.4. Transport and heavy vehicles will only be allowed on demarcated roads.

2.5. All roads must be kept open at all times.

2.6. Any restrictions as laid down by the KLF Site Manager regarding speed limits, turning points and parking etc., must be adhered to.

3. FIRES AND SMOKING RESTRICTIONS

3.1. No open fires are to be made under any circumstances.

3.2. Smoking will only be allowed in designated safety areas and may be prohibited during periods of extreme fire danger.

3.3. Special precautions must be implemented to safeguard smoking areas. Fire extinguishers or water should be available.

3.4. Prescribed fire protection must be available and in working order at operations involving usage of machines, chainsaws etc.

3.5. Storage and usage of flammable liquids and material, which may cause fires, will only be allowed in terms of conditions prescribed by the KLF Site Manager.

4. SAFETY

4.1. Applicable warning signs, must be erected / displayed at all operations.

4.2. Proper communication should be available for reporting of accidents. No team or individual should be isolated to the extent that timeous assistance cannot be called for.

4.3. Prescribed first aid equipment should be available at all activities.

4.4. Injuries and incidents to be reported at the regular project meetings.

Page 63 of 64

Komatiland Forests (Pty) Limited – General Operating Conditions

4.5. Serious accidents and fatalities to be reported to the KLF Project Manager within 4 hours.

5. DAMAGE TO PROPERTY

5.1. The contractor will be held liable for damage to growing stock, property and assets of KLF, caused by his activities, lighting of fires or carelessness, or neglect of his employees in general.

5.2. Accidental or other damage to be reported as soon as possible after it occurs.

6. ENVIRONMENTAL MANAGEMENT PRACTICES

6.1. Special management, conservation or no-go areas may not be damaged or degraded in any way.

6.2. Collection of plants, plant products, wild flowers, game etc., (Fauna and Flora) is prohibited.

6.3. Contractors must adhere to sound environmental practices and report any negative impacts identified in the conduct of operations.

6.4. All refuse, empty containers etc., at work place must be removed at contractors own cost.

6.5. Preventative measures against soil pollution must be implemented and actual cases of pollution reported to the KLF Project Manager.

7. TOOLS AND EQUIPMENT

7.1. Tools and equipment must be maintained in a proper condition to ensure effective usage and not to pose a safety hazard to people or property.

8. SUPERVISION

8.1. Employees may not be allowed to work without adequate and competent supervision.

8.2. Contractors will be held responsible and accountable for the conduct and negligence of sub-contractors/service providers working under their direction.

Page 64 of 64