invitation to bid - saao.ac.za web viewelectronic bid box is open 24 hours and a ... this extension...

52
INVITATION TO BID (SBD 1) YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS BID NUMBER: NRF/SAAO/2014/001 CLOSING DATE: 14 February 2014 CLOSING TIME 11:00 BID DESCRIPTION SAAO Sutherland : MV Switchgear supply, install and site test. Bidders are required to fill in and sign the written offer form (SBD7 Contract Form – Part 1) in this Invitation Preferential Procurement System Applicable (points for price: points for procurement preference): 90:10 Briefin g Session Compulso ry / Not Compulso ry Date and Time: 31 January 2013 at 11:30 Location: SAAO Site, Observatory, Cape Town (next to The River Club). Main Building BID DOCUMENTS ARE TO BE DEPOSITED IN THE BID BOX SITUATED AT: EITHER PHYSICALLY OR BY COURIER ELECTRONICALLY SAAO Site Observatory Road Observatory Cape Town Email to: [email protected] Clearly state the bid reference number as well as the company name in the title of the bid. Page 1 of 52

Upload: ngoduong

Post on 12-Mar-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

INVITATION TO BID (SBD 1)YOU ARE HEREBY INVITED TO BID FOR THE FOLLOWING SPECIFIED SUPPLY REQUIREMENTS

BID NUMBER: NRF/SAAO/2014/001 CLOSING

DATE: 14 February 2014 CLOSING TIME 11:00

BID DESCRIPTION

SAAO Sutherland : MV Switchgear supply, install and site test.

Bidders are required to fill in and sign the written offer form (SBD7 Contract Form – Part 1) in this Invitation

Preferential Procurement System Applicable (points for price: points for procurement preference): 90:10

Briefing Session

Compulsory / Not

Compulsory

Date and Time: 31 January 2013 at 11:30

Location: SAAO Site, Observatory, Cape Town (next to The River Club). Main Building

BID DOCUMENTS ARE TO BE DEPOSITED IN THE BID BOX SITUATED AT:EITHER PHYSICALLY OR BY COURIER ELECTRONICALLY

SAAO SiteObservatory Road

ObservatoryCape Town

Email to:[email protected]

Clearly state the bid reference number as well as the company name in the title of the bid.

Page 1 of 33

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE DIRECTED TO :

Contact Person: Grant SoutheyTel: 021 4609376

Email: [email protected] (do not use this address for bid submission)

Bidders should timeously deliver bids to the correct address. If the bid is late at the NRF address, it is not considered .

The bid box is open from 08h00 to 16h30 South African times, 5 days a week (Monday to Friday. Electronic bid box is open 24 hours and a

date/time audit trail is maintained.

ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS IN THIS INVITATION (NOT TO BE RE-TYPED) WITH ADDITIONAL

INFORMATION ON ATTACHED SUPPORTING SCHEDULES

THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT

REGULATIONS - 2011, THE GENERAL CONDITIONS OF CONTRACT (NRF WEBSITE) AND SPECIAL CONDITIONS OF CONTRACT AS

STIPULATED IN THIS INVITATION.

THE FOLLOWING PARTICULARS MUST BE FURNISHED AS LEAD PAGE OF THE BID RESPONSE

BID NUMBER: NRF/SAAO/2014/001 CLOSING

DATE: 14 February 2014 CLOSING TIME 11:00

NAME OF BIDDER

REPRESENTED BY

POSTAL ADDRESS

PHYSICAL ADDRESS

TELEPHONE NUMBER CODE NUMBER

CELL PHONE NUMBER CODE NUMBER

FACSIMILE NUMBER CODE NUMBER

Page 2 of 33

E-MAIL ADDRESS

VAT REGISTRATION NUMBER

HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN SUBMITTED? YES or NO

PREFERENCE CLAIM FORM BEEN SUBMITTED FOR YOUR PREFERENCE POINTS? (SBD 6.1) YES or NO

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST SUPPORT PREFERENCE POINTS CLAIMED

IF YES, WHO WAS THE B-BBEE CERTIFICATE ISSUED BY

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)

A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); OR

A REGISTERED AUDITOR

[Tick Applicable Box]

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS/SERVICES/WORKS OFFERED?

YES or NO

IF YES ENCLOSE PROOF

SIGNATURE OF BIDDER

NAME of BIDDER

DATE

CAPACITY UNDER WHICH THIS BID IS SIGNED

BID RESPONSE SUBMISSION FORMAT / CHECKLISTNo of originals 1 Number of bid pack copies 1

electronicPack split into “Technical” and “Awarding” Sections Yes / No Two envelope system required Yes / No

Proposal – Bidder’s B-BBEE Transformation Program Yes/ No

SUPPLIER ACCREDITATION

Provide documentation per the NRF Prospective Supplier Accreditation Pack (available at www.nrf.ac.za -> Bids) Yes/ No

Provide evidence of being an Accredited Prospective Supplier registered in the NRF Supplier Database Yes/ No

Certified copies of certificate of incorporation (as per entity type) Yes/ No

Page 3 of 33

1. Background to the National Research Foundation and its business unitsThe National Research Foundation (“NRF”) is a juristic person established in terms of section 2 of the National Research

Foundation Act, Act 23 of 1998 and a schedule 3A public entity in terms of the Public Finance Management Act. The NRF

is the government’s national agency responsible for promoting and supporting research and human capital development

through funding, the provision of National Research Facilities and science outreach platforms and programs to the broader

community in all fields of science and technology, including natural science, engineering, social science and humanities.

The South African Astronomical Observatory (SAAO) is the national centre for optical and infrared astronomy in South

Africa. It is a facility of the National Research Foundation under the Department of Science and Technology. Its prime

function is to conduct fundamental research in astronomy and astrophysics by providing a world-class facility and by

promoting astronomy and astrophysics in Southern Africa. SAAO headquarters are in the suburb of Observatory in Cape

Town. The main telescopes used for research are located at the SAAO observing station (32°22.795’S 20°48,657’E) near

Sutherland in the Northern Cape, a 4-hour drive from Cape Town.

2. Scope of WorkThis specification covers the general requirements pertaining to the design and full type testing of 12-24kV Metal Enclosed Indoor Ring Main Units (RMU) and Medium Voltage Switch Gear. (MVSWG) in accordance with IEC 62271-200; The design of the switchgear shall be the exclusive and specific responsibility of the supplier and shall comply with current good engineering practice, the relevant codes and recommendations and the project specific requirements.

Making reference to the Specifications and Drawings referenced within this document, the scope of work essentially comprises the Construction, Factory testing, Transportation and installation on site of all new Medium Voltage Switchgear and accessories required as part of the Bulk Electrical Upgrade.

More specifically, the MV Equipment will be installed in three specific locations:

Utility Building 1, located on the residential plateau; Utility Building 2, located on the Astronomical plateau. SALT 1, located on the Astronomical plateau.

From a Bulk Electrical distribution perspective:

Utility Building 1 will house the Main Incoming Supply circuit breakers, Check metering, sub distribution circuit breakers, residential transformer requirements and the overall standby generator requirements.

Utility Building 2 will become a strategic load centre on the Astronomical plateau and form part of an overall Medium Voltage (MV) ring supply. This extension will house MV Switchgear, specific transformer requirements, specific UPS requirements, sub metering and LV Distribution.

SALT 1 Building is in its own right a specific load centre but will now include the incorporation of a Ring Main Unit for the MV Infrastructure on the Observatory Plateau.

The MV Contractors scope is to install the MV Equipment in the fastest practical time. All equipment will be awarded to one Contractor but through the tender adjudication processes, the availability and cost of works will establish the appropriate appointment.

3. ContextThe existing notifiable maximum electrical demand is about to reach its limit. In addition, the bulk electrical supply to the Observatory Plateau is insufficiently rated to meet the latest increase in load. Consequently the business

Page 4 of 33

requirement is to upgrade the infrastructure to meet the short, medium and long-term goals of the Sutherland Facility.

As part of the extensive Bulk Electrical upgrade at the Sutherland SAAO Facility, the existing MV Infrastructure needs to be upgraded and extended to accommodate the additional electrical infrastructure. This scope covers the supply of Medium Voltage Switchgear to meet the new requirements.

4. Specification of Goods / Works / Services being ProcuredThe contracted service provider will supply the following:

Making reference to the Drawing Register within Section 8 hereof, the specific Scope of Work document, the following

Technical data sheets, applicable to a specific application are embedded below:

UTILITY BUILDING No.1 - MV SWITCHGEAR A01 Motorised Circuit Breaker – Refer Data Sheet : MV Circuit Breaker 01

A02 Metering Module – Refer Data Sheet : Metering Module 02

A03 Sectionaliser – Refer Data Sheet : MV Sectionaliser 01

A04 Busbar – 12kV; 630A shrouded unit

A05 Motorised Circuit Breaker – Refer Data Sheet : MV Circuit Breaker 01

A06 Metering Module – Refer Data Sheet : Metering Module 01

A07 Circuit Breaker – Refer Data Sheet : MV Circuit Breaker 02

A08 Circuit Breaker – Refer Data Sheet : MV Circuit Breaker 02

A09 Circuit Breaker – Refer Data Sheet : MV Circuit Breaker 02

A10 Circuit Breaker – Refer Data Sheet : MV Circuit Breaker 02

UTILITY BUILDING No.2 - MV SWITCHGEAR B01 Isolator – Refer Data Sheet : MV Isolator 01

B02 Isolator – Refer Data Sheet : MV Isolator 01

B03 Circuit Breaker – Refer Data Sheet : MV Circuit Breaker 02

B04 FUTURE – Refer Data Sheet : MV Circuit Breaker 02

Page 5 of 33

SALT No.1 - MV SWITCHGEAR C01 Isolator – Refer Data Sheet : MV Isolator 01

C02 Isolator – Refer Data Sheet : MV Isolator 01

C03 Circuit Breaker – Refer Data Sheet : MV Circuit Breaker 02

Weatherproof Enclosure [OPTIONAL]

o 3CR12

o IP44

o 20kA; 0.5sec IEC61330

o 3 way, Arc Proof Compartments

4.1. Specification for goods requiredThe switchgear and control gear shall be suitable for continuous operation under the basic service conditions indicated

below. Installation shall be in normal indoor conditions in accordance with IEC 62271-1

Service conditions for indoor equipment according IEC 62271-1

Ambient temperature

Maximum value C + 40

Maximum value of 24 hour mean C + 35

Minimum value C - 20

Altitude for erection above sea level m 1780

Relative humidity max 100%

General Electrical Data

Page 6 of 33

Electrical data and service conditions

No Rated voltage

1 Power frequency withstand voltage kV 28

2 Impulse withstand voltage kV 95

3 Rated frequency Hz 50/60

4 Rated current busbars A 630

5 Rated current (cable switch) A 630

6 Rated current (T-off) A 200

Breaking capacities:

7 Active load A 630

8 Closed loop (cable switch) A 630

9 Off load cable charging (cable switch) A

10 Off load transformer (T-off fuse) A 200

11 Earth fault (cable switch) A 200

12 Earth fault cable charging (cable switch) A 115

13 Short circuit breaking current (T-off circuit breaker) kA 21

14 Rated making capacity kA 52,5

15 Rated making capacity (downstream fuse module) kA 12,5

16 Rated short time current 3 sec. kA 21

17 Rated short time current 1 sec. (downstream fuse module) kA 5

Page 7 of 33

4.1.1.Circuit Breaker Units Circuit breakers shall be three-pole, withdrawable, electrically operated, stored-energy or solenoid type, operated from separate trip and close power supplies as specified in t he data sheets and drawings. Circuit breakers shall be electrically and mechanically trip-free in all positions and provided with anti-pumping features and mechanical hand release. Each unit shall be mounted, with its associated control devices, in an individual compartment.

Units of the same type and rating, and replaceable parts of units of the same type and rating, shall be completely interchangeable. Where switchgear is supplied as an extension to an existing switchboard, the new units shall be completely interchangeable with existing units of the same type and rating unless specifically stated otherwise in the data sheets.

Circuit breakers shall use either Vacuum or SF6 as main contact switching interruption medium.

Electrically separate sets of auxiliary contacts shall be provided in addition to those required for the circuit breaker or contactor operating mechanism. These contacts shall operate in the test and service positions only. Two N/O and two N/C spare contacts shall be provided in addition to those required by auxiliary circuits and specified remote circuits and shall be wired to gland terminals.

A mechanical ON-OFF indicator shall be provided for each circuit breaker. Stored-energy type breakers shall be fitted with an additional white light or a mechanical indicator to indicate the fully charged condition of the stored-energy mechanism. Electrically operated units shall be provided with a “Trip circuit health” light which indicates there is a trip supply voltage. The trip healthy light shall monitor the trip circuit at all times whether the breaker is closed or tripped. Testing shall be performed by de-pressing a pushbutton on the front panel.

Where necessary, mechanical interlocking shall be provided to prevent opening a high voltage compartment until the cubicle is de-energised and to prevent energising the cubicle until the compartment is closed.

Facilities shall be provided for earthing the feeder cables or busbars, and these facilities shall be lockable in the earthed position.

Closing circuits shall be interlocked such that the closing mechanism / closing release may not be closed when a trip signal exists.

Service, Earth, Test and Isolated position shall be provided for each breaker.

Circuit breakers shall be fitted with self-coupling primary and secondary disconnecting contacts. Primary disconnects shall be silver plated and shall be provided with adequate self-alignment, so that slight misalignment of the withdrawable unit will not increase contact resistance beyond the design values.

The primary contacts shall be disconnected in the test position, but auxiliary contacts and control circuit contacts shall be maintained in this position or shall have means of being connected for circuit breaker and control circuit testing operations. All connections shall be disconnected in the isolated position.

The entrance to the stationary primary disconnecting contacts shall be automatically covered by a shutter when the circuit breaker is in the test of withdrawn position. Provision shall be made to lock the shutters in the closed position.

Suitable mechanisms shall be provided to ensure complete positive engagement and disengagement of primary and secondary disconnects on insertion and withdrawal of the circuit breakers. Guides for easy removal and insertion of the withdrawable units and stops for accurate positioning in the operating and test positions shall be provided.

Removal of the withdrawable unit from its cubicle shall be unrestricted by wiring and auxiliary equipment mounted in the cubical, and shall not subject the wiring to damage or strain.

Connections to terminal blocks shall be provided for remote “close-trip” control switches. For motor starter units, the circuit breaker shall be electrically interlocked to prevent the local close operating in the service position.

Mechanical interlocks shall be provided to:

Prevent the removable element from being inserted into or withdrawn from its operating position while the circuit breaker is closed.Prevent the circuit breaker from being closed unless the primary disconnecting devices are either in full contact or separated by a safe distance.Ensure that SF6 or vacuum circuit breakers cannot be racked into position if safety barriers or primary insulating mediums are not in position.

Page 8 of 33

Switchgear spouts shall be marked with the phase colours.

A truck-operated stationary auxiliary switch with changeover contacts shall be furnished where specified. The contacts shall operate when the circuit breaker is moved from the operating to the test position.

Anti pumping circuitry shall be provided for circuit breaker control circuits:

Definition of Anti-pumping: “A feature incorporated in the circuit breaker control scheme whereby repeated operating of the circuit breaker are prevented when the closing impulse lasts longer than the sum of the protective relay and circuit breaker operating times”.

4.1.2.Busbars Comprising the 3, single phase copper busbars and the connections to the switch or circuit breaker. The busbar shall be integrated in the cubicle or made available for external connection.Busbars shall be rated to withstand all dynamic and thermal stresses for the full length of the switchgear.

4.1.3.The cable switch If segregated from the main circuit breaker switch, the cable switch shall be a switch-disconnector and earthing switch using SF6 gas as an arc-quenching medium. The switch positions are closed – open – earthed. In the open position the cable switch satisfies the disconnector requirements.

4.1.4.Earthing SwitchEarthing switches shall have an electrical rating identical to the main current carrying switchgear rating.Earthing switches shall be quick, make type and shall be operated from the front of the cubicle by means of a removable handle.

4.1.5.The T-off switch The T-off Switch shall be identical in specification to the cable switch.Through the incorporation of a fuse-tripping device it must be capable of operating as a switch-fuse combination.When specified, double earthing switches provide the option of simultaneously earthing both sides of the fuses. Both earthing switches are operated in one operation.The T-off switch and earthing switch must be interlocked to prevent hazardous access to the fuses.

4.1.6.Mechanical mechanismsAll mechanical switching mechanisms shall be situated in discrete compartment behind the front covers but outside the MV Chamber / Tank. The mechanism for the main switch and the earthing switch is to be operated through a common shaft. The mechanism shall provide independent, manual operation for closing and opening of the switch, independent closing of the earthing switch and dependent opening of the earthing switch.The mechanism shall have a stored energy spring and providing independent manual operation for closing and opening of the switch, independent closing of the earthing switch and dependent opening of the earthing switch. The mechanism shall incorporate a tripping device.When discrete vacuum circuit breaker (VCB) and disconnector-earthing switches are offered within one compartment, the mechanism for operating the two devices shall be via separate shafts.The mechanism for the VCB has stored spring energy and provides independent manual operation for closing and opening of the VCB. The mechanism is controlled through a relay with related CT’s and/or remote tripping device.The mechanism for the disconnector-earthing switch provide independent manual operation for closing and opening of the disconnector, independent closing of the earthing switch and dependent opening of the earthing switch.

4.1.7.Electrical bushingsDiscrete, purpose made, bushings shall be provided for the incoming modules and the transformer connections. The bushings are made of cast resin with molded electrical conductor in the center. In addition, a screen is moulded into the bushing. This screen acts as the main capacitor supplying the voltage indicators. The bushings are sealed by O-rings and fixed to the cubicle by a common supporting bracket.

Page 9 of 33

4.1.8.Mechanical bushingsThe mechanical bushings are the interface between the switches within the cubicle and the mechanical mechanisms outside the cubicle.The mechanical bushing has a rotating shaft, which is connected to the shaft of the switch and to the corresponding shaft of the mechanism.The rotating shaft is sealed by a double set of radial gas seals.

4.1.9.Front coversThe front cover contains the mimic diagram of the main circuit with the position indicators for the switching devices. The voltage indicators are situated on the front panels. Access to the cable bushings is in the lower part of each module.

4.1.10. Position indicatorsThe switch position indicators are visible through the front cover and are directly linked to the operating shaft of the switching devices.

4.1.11. Voltage indicatorThe voltage indicators are situated on the front cover, one for each module, and indicate the voltage condition of each incoming cable. Identification of the phases is achieved with labels L1, L2 and L3 on the front of the voltage indicators. The voltage indicator satisfies the requirements of IEC 61243-5.

4.1.12. Cable compartmentEach module has a separate cable compartment that is segregated from each other by means of a partition wall. A partition wall shall be fitted to divide the cable compartment from the rear side of the switchgear. In the event of an arc inside the tank, followed by the opening of the pressure relief, the partition wall prevents the hot gases flowing out from the pressure relief to enter the cable compartments

Access to the cable compartment will be possible by removing the steel cable cover, bolted to the main frame.Arc proof cable covers shall be available as an option.The ground continuity is achieved when the covers are in place by means of bolted connections.

4.1.13. Power cable connection,The cables are installed in the dedicated compartment below the mimic front cover. The medium voltage cables are connected to the unit through electrical bushings which shall be according to EN 50180 / 50181.It shall be possible to terminate up to a maximum of two single core HV cables per phaseThe bushings shall be fitted with a capacitor, voltage divider circuit which provides non contact, permanent, voltage indication.At the bottom of the cable compartment, an earthing bar system made of copper with a minimum cross section of 100 mm2

shall be fitted. The earthing system is connected to the tank via the rear partition wall.

4.1.14. Switch Position InterlockingThe mechanism for the cable switch shall provide a built in interlocking system to prevent operation of the circuit breaker switch when the earthing switch is closed, and to prevent operation of the earthing switch when the circuit breaker switch is in the closed position.The mechanism for the T-off switch shall provide a built in interlocking system to prevent operation of the T-off switch when the earthing switch is closed, and to prevent operation of the earthing switch when the T-off switch is in the closed position In addition an interlocking device allows access to the fuses only when the earthing switch is in the earthed position and opening of the earthing switch is only possible when the fuse cover is closed and secured.The mechanism for the Circuit Breaker and the disconnector-earthing switch shall have a built in interlocking system to prevent operation of the disconnector-earthing switch when the Circuit Breaker is in the closed position.

Page 10 of 33

4.1.15. Optional Equipment

4.1.15.1. Current TransformersAll current transformers shall comply with IEC 60044-1.Current transformers shall be of dry type, with ratings and ratios as required. Cable current transformers used in circuit breaker modules shall be maximum 100mm wide.Current transformers used in metering cubicles shall have dimensions according to DIN 42600, the Narrow type.

4.1.15.2. Voltage TransformersAll voltage transformers shall comply with IEC 60044-2.Voltage transformers shall be of dry type, with ratings and ratios as required. Voltage transformers used in metering cubicles shall have dimensions according to DIN 42600, the Narrow type.

4.1.15.3. AuxiliariesThe switchgear shall have the facility for the inclusion of auxiliary options like motor operation, auxiliary contacts and short-circuit indicators. If a particular option is specified in the Technical data sheet, the appropriate terminal blocks and wiring etc. shall be placed within the LV Compartment of each module.

4.1.15.4. Low voltage compartmentLow voltage equipment shall be contained in the low voltage compartment.The LV Compartment will typically include : Terminal blocks; Marshalling Terminals for the termination of auxiliary cables; Internal control, protection and metering wiring; Instrumentation Protection Relays Metering Devices Fuses CT Shorting Blocks etc

4.1.16. TYPE TESTSUnits shall be type tested in accordance with IEC standards 62271-100, 62271-102, 62271-103, 62271-200, 62271-105, IEC 62271-1, and 60529.Type tests shall include:

- Short time and peak withstand current test- Temperature rise tests- Dielectric tests - Test of apparatus i.e. circuit breaker and earthing switch- Arc fault test

4.1.17. ROUTINE TESTSRoutine tests shall be carried out in accordance with IEC 62271-200 standards. These tests shall ensure the reliability of the unit and shall be performed before the delivery of units;

- Withstand voltage at power frequency- Measurement of the resistance of the main circuit- Gas leakage test- Withstand voltage on the auxiliary circuits- Operation of functional locks, interlocks, signaling devices and auxiliary devices- Suitability and correct operation of protections, control instruments and electrical connections of the circuit breaker operating mechanism- Verification of wiring- Visual inspection

An instruction manual shall be provided with necessary information for receiving, handling, storage, installation, operation and maintenance.

The following shall accompany the delivery of each unit: Routine test certificate ; Single line drawings; Dimensioned general arrangement drawings;

Page 11 of 33

Schematic drawings.

4.1.18. TRAININGInstallation of the switchgear shall require no special tools. Optional product training shall be available at the manufacturer’s

facility.

4.2. TimingThe awarding of this bid will take place in the first quarter 2013, and must be finalised by 31 March 2014. Thereafter the

supply of the equipment must take place before 31 July 2013.

4.3. Maintenance and Support / After Sales ServiceAll equipment must be supplied with at least one-year warranty.

4.4. Installation / Delivery / Logistics

4.4.1.Site Installation RequirementsWhist appreciating that the MV electrical equipment is supplied by a specialised manufacturer but installed by a local,

experienced, electrical contractor, the onus remains with the Manufacturer to ensure that all material and fittings,

required to complete the installations on site, are supplied with the various Units.

Target Solutions

Fully appreciate the content of the specifications and configuration of the three, switchgear configurations, ensuring that there are no qualifications pertaining to equipment, material and fittings at tender submission.

4.8.2. Disruption to OperationsThe new MV electrical equipment will be housed in discrete, newly built MV Switchrooms.

Target Solutions

Due to the parallel incorporation of the new Switchgear there will be disruption to the existing operations until the

main supply is swung over from the existing to the new switchgear. This will only occur through liaison with the

appointed SAAO representative on site at the appropriate times.

4.8.3 Harsh Atmospheric Conditions

Cognisance is to be taken of the harsh Atmospheric conditions during the site installation and acceptance testing.

Target Solutions

Ensure adequate and appropriate PPE on site at all times.

4.8.4. Setting out of the Work

Scaled drawings representing conceptual MV switchgear configurations are presented for the Utility Buildings 1 & 2.

Page 12 of 33

Target SolutionsUpon appointment, actual measurements of the MV Switchgear are required for setting out the particular equipment within the new MV Switchrooms.

4.5. Quality Requirements

General structural and mechanical construction

The RMU and MVSWG units shall be of the fully arc proof metal enclosed, free standing, floor mounting, flush fronted type, consisting

of modules assembled into one or more units. Each unit is made of a cubicle sealed-for life with SF6 and contains all high voltage

components sealed off from the environment. If a system requires use of several units a separate extension of the busbar shall form a

system with a common busbar.

The overall design of the switchgear shall be such that front access only is required. It shall be possible to erect the switchboard against a

substation wall, with HV and LV cables being terminated and accessible from the front.

The MV unit tanks shall be constructed from 2.5 mm thick stainless steel sheets. The design of the units shall be such that no

permanent or harmful distortion occurs either when being lifted by eyebolts or when moved into position by rollers.

The cubicle has a pressure relief device. In the rare case of an internal arc, the high pressure caused by the arc will release it and the

hot gases are allowed to be exhausted out at the bottom of the cubicle. A controlled direction of flow of the hot gas is achieved.

The switchgear and control gear should have the minimum degree of protection (in accordance with IEC 60529)

- IP 67 for the tank with high voltage components

- IP 2X for the front covers of the mechanism

- IP 3X for the cable connection covers

The switchgear must have optional possibility to be extendable in either direction.

Each unit shall be supplied with the operating handle.

4.6. Applicable Standards (South African National Standards)

REFERENCE AND STANDARD DOCUMENTSThis specification is complimentary to the accompanying Data Sheets and all further specifications,

regulations, codes and standards as referenced.

Codes and Standards

The electrical switchgears and the relevant equipment shall be designed, manufactured and tested according to the latest version of:

IEC 62271-1 Common specifications for high-voltage switchgear and control gear standards

IEC 62271-200 A.C. metal-enclosed switchgear and control gear for rated voltages above 1kV and up to and including 72kV

and the IEC Code herein referred

IEC 62271-102 Alternating current disconnectors (isolators) and earthing switches

IEC 60529 Classification of degrees of protection provided by enclosures

Page 13 of 33

IEC 62271-103 High-voltage switches-Part 1: Switches for rated voltages above 1kV and less than 52 kV

IEC 62271-100 Circuit breakers

IEC 62271-105 High-voltage alternating current switch-fuse combinations

IEC 60185 Current transformers

IEC 60186 Voltage transformers

IEC 60255 Electrical relays

Any other codes recognised in the country of origin of equipment might be considered provided that they fully comply with IEC standards.

The design of the switchgear shall be based on safety to personnel and equipment during operation and maintenance, reliability of

service, ease of maintenance, mechanical protection of equipment, interchangeability of equipment and ready addition of future loads.

Reference Documentation

The order of preference for all reference documentation shall be:

Statutory Regulations Data Sheets This Specification Single Line Diagrams Codes and Standards

5. Local Content RequirementsNo local content has been specified for the supplies in this contract other than the contracted suppliers are required to be

based locally in South Africa.

6. Evidence of Supply Capacity (Technical Merit)Bidders are required to provide a profile of themselves for evaluation of their capacity to perform the work which details the

resources available. No more than 3 pages.

7. Evidence of Supplier Capability (Technical Merit)Bidders are required to provide references and other evidence demonstrating their experience in delivering the work

required and the quality of such previous work. Bidders are required to supply three (3) references from customers,

showing their expertise. These letters must address the suppliers ability to supply timeously, the quality of workmanship

and equipment, and the customers overall experiences with the supplier.

8. Performance Level ManagementThe service provider performance is measured against the levels specified in the Specification section of this document.

9. Contract Manager - SAAOThe appointed service provider reports to the specified SAAO project manager.

Meetings, where needed, will be scheduled between both parties.

Page 14 of 33

10. Safety and Health AdministrationThe contract supplier is solely responsible for the safety and well-being of its employees when working at the NRF’s

Business Unit.

11. Contract PeriodThe contract will commence with immediate effect upon signing of Acceptance of Offer and will continue for the period of

the warranty.

12. Product / Service Delivery ValidationInvoices are submitted to NRF representatives validate that delivery of goods / works / services has been made and at the

required quality and on time. No invoices for outstanding deliverables or for any unproductive or duplicated time spent by

the service provider are validated for payment.

13. Payment IntervalsThe NRF undertakes to pay validated invoices in full within thirty (30) days from the monthly statement date.

The NRF does not accept predating of invoices.

14. Pricing Schedule for the Duration of the Contract(Standard Bidding Document 3.1 and 3.3)

NOTE Only firm prices will be accepted. Non-firm prices (including prices subject to rates of exchange variations) will not be considered

Price quoted is fully inclusive of all costs including delivery to the specified NRF Business Unit geographical address and includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.

Detailed information is optional and is provided as annexures to the details provided below

No changes or extensions or additional ad hoc costs are accepted once the contract has been awarded

Bid price in South African currency, foreign exchange risk is for the account of the bidder

Pricing is subject to the addition of Preference Points as stipulated in Section 23 below - Standard Bidding Document 6.1 Preference claim form

OFFER TO BE VALID FOR 120 FROM THE CLOSING DATE OF BID.

BID PRICE IN RSA CURRENCY (ALL APPLICABLE TAXES INCLUDED)

ITEMNO

QUANTITY(unit of measure)

DESCRIPTION OF WORKS / GOODS / SERVICESRATE/UNIT PRICE(per unit of measure)

BID/QUOTE PRICE

Page 15 of 33

Utility Building No.1

1 1Design and Manufacture

2 1Factory Acceptance Tests

3 1Delivery of Unit to site, offloading and installing and testing within the appropriate, ground floor MV Room

Utility Building No.2

4 1Design and Manufacture

5 1Factory Acceptance Tests

6 1Delivery of Unit to site, offloading and installing within the appropriate, ground floor MV Room

SALT1 Building

7 1Design and Manufacture

8 1Factory Acceptance Tests

9 1Delivery of Unit to site, offloading and installing within the appropriate, ground floor MV Room

10 1Addition to the above for the inclusion of the 3 Way, weatherproof enclosure; to specification

11 1The Manufacturer is to define any ancillary equipment which may be required to ensure that all MV equipment is Type Tested and that all material and equipment required for the interconnection of each Unit is supplied with the major components.

Preliminary & General

1Contractual Requirements

1Allow for 2 SETS of 'as-built', electronic and paper set of drawings, FAT and maintenance documentation

1Allow for 12 month guarantee period against defects in equipment and workmanship as set out in the specification but excluding abuse, wear and tear

TOTAL

ADDITONAL PRICE ITEMS OR DETAIL PRICE SCHEDULES ATTACHED YES NO

Brand and model Attach information as additional schedules

Country of origin

Page 16 of 33

Does the offer comply with the specification(s)? *YES/NO

If not to specification, indicate deviation(s) in a separate attached schedule

Period required for delivery

*Delivery: Firm / Not Firm

Delivery basis

15. Selection and Awarding of ContractThis bid is evaluated through a two stage process.

15.1. Stage 1 – Selection of Qualified Bidders Bidders bid response / submission is evaluated against the bid invitation specifications as well as the bidder’s

capacity and capability.

Evaluation is made in accordance to published evaluation criteria and the scoring set for each criterion.

All qualifying bidders are shortlisted for the awarding stage.

15.2. Stage 2 – Awarding of the Contract Bidders are compared on a fair and equal basis taking into account all aspects of the proposals

The award criterion are:

o Price – with the lowest priced bid on an equal and fair comparison basis receiving the highest

price score as set out in the 2011 Preference Regulations

o Preference – preference points as claimed in the preference claim form are added to the price

ranking scores and the highest combined score is nominated for the contract award

Administration - Contracts are awarded where bidders have supplied the relevant administrative

documentation especially the tax certificate.

16. Qualifying Thresholds for Selection (Stage 1) Evaluation

Bids scoring less than the minimum threshold of 75% and, where GO/NO GO scoring is applied, scores of “NO GO” are

marked as failed and are not considered in the next stage of evaluation

17. Selection on Specifications and Technical / Functional Capabilities and CapacitiesEvaluation scoring for all criteria other than “GO/NO GO” are scored on the following basis:

0 1 2 3 4 5No Information to make assessment Poor Average Meets

RequirementsExceeds

RequirementsExceeds Requirements

and value adding

Total Evaluation Score .= [ Score x weighting x No of Evaluators] / [ Maximum Score x 100 x No of Evaluators]

Example Total Score – [(3 x 40x 4)+(4 x 30 x 4)+(5 x 30 x 4)] / [5 x 100 x 4] = [1560 /2000] = 78%

Page 17 of 33

SELECTION CRITERIANO. ELEMENT WEIGHT

1 All standards complied to GO / NO GO

2 Equipment meets required specification GO / NO GO

3 Design workable GO / NO GO

4 Timeous supply 30%

5 Customers satisfaction 40%

6 Equipment quality 30%

18. General Conditions of ContractGeneral Conditions of Contract, as issued by National Treasury, are part of this contractual agreement and are made

available on the NRF Website (www.nrf.ac.za -> bids).

19. Explanatory Notes to the Declarations in the SBD Documents

The explanatory notes for the SBD (SBD6.1 – Preference Points Claim form, SBD4 – Declaration of Interest, SBD8 – Past

Supply Chain Practices and SBD9 – Competitive Bidding) declarations in this contract are made available on the NRF

Website (www.nrf.ac.za\bids) as separate documents as published by National Treasury.

20. Special Conditions applying to this contracta) COMPLIANCE WITH FULL SCOPE OF THE BID INVITATION

Only bidders who can comply with the full scope of work and specification as set out in this document will be

considered.

b) JOINT PROPOSALS

Service providers are allowed to submit joint proposals to allow different companies to undertake different

components of the work under one single proposal. Each service provider to provide tax certificate, B-BEE

certificate, SBD6.1, SBD4, SBD8,SBD7 and SBD9

c) VALIDATION OF SUBMITTED DOCUMENTATION

The NRF has the right to have any documentation submitted by the bidders inspected by another technical

body or organisation.

d) NOT LIABLE FOR BID RESPONSE PREPARATION COSTS

The NRF is not be liable for any cost incurred by a service provider in the process of responding to this bid, Page 18 of 33

including on-site presentations and the proposal a service provider may make and/or submit.

e) CANCELLATION PRIOR TO AWARDING

The NRF has the right to withdraw and cancel the bid.

f) LATE BIDS.

Bids submitted after the stipulated closing date (and time) is not considered.

g) COLLUSION, FRAUD AND CORRUPTION

Any effort by a bidder to influence bid evaluation, bid comparisons or bid award decisions in any manner, may

result in rejection of the bid concerned.

h) LETTER OF AWARD

Once the delegated bid approver(s) has reached the decision, the successful bidder is informed through a

written letter of acceptance, which in conjunction with elements detailed in the Standard Bidding Document 7

forms the contract between the NRF and the Bidder.

i) CONFIDENTIALITY

The successful bidder signs a general confidentiality agreement with the NRF.

j) VALIDITY PERIOD

The bid has a validity period of 120 days from date of closure of the call / bid.

k) PRESENTATIONS AND PROOF OF CONCEPT

The NRF has the right to call interviews / presentations / pitching sessions as well as proof of concept sessions

with short-listed service providers before the final selection is done.

l) INTELLECTUAL PROPERTY PROVIDED IN THE BID INVITATION

All the information contained in this document is intended solely for the purposes of assisting bidders to prepare

their bids. Any use of the information contained herein for other purpose than those stated in this document is

prohibited.

The ownership and intellectual property rights of all designs, specifications, programming code and all other

documentation provided by the NRF to the bidder, both successful and unsuccessful, remains the property of

the NRF

m) INTELLECTUAL PROPERTY CONTAINED IN THE DELIVERABLES

The ownership and intellectual property rights of all designs, specifications, programming code and all other

documentation required as part of the delivery to the NRF resides with the NRF.

Page 19 of 33

21. SUPPLIER DUE DILIGENCE

21.1. DECLARATION OF INTEREST (STANDARD BIDDING DOCUMENT 4)

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

by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes

an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations

of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to

persons connected with or related to them, it is required that the bidder or his/her authorised representative

declare his/her position in relation to the evaluating/adjudicating authority where-

the bidder is employed by the state; and/or

the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person

who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a

relationship exists between the person or persons for or on whose behalf the declarant acts and persons who

are involved with the evaluation and or adjudication of the bid.

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

21.1.2.1 Full Name of bidder or his or her representative:

21.1.2.2 Identity Number:

21.1.2.3 Position occupied in the Company (director, trustee, shareholder², member):

21.1.2.4 Registration number of company, enterprise, close corporation, partnership agreement or trust:

21.1.2.5 Tax Reference Number:

21.1.2.6 VAT Registration Number:

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

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

21.1.2.7 Are you or any person connected with the bidder presently employed by the state? YES/NO

21.1.2.7.1 If so, furnish the following particulars in an attached schedule:

Page 20 of 33

Name of person/director/trustee/shareholder/member:

Name of state institution at which you or the person connected to the bidder is employed

Position occupied in the state institution

Any other particulars:

21.1.2.7.2If you are presently employed by the state, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector? YES/NO

21.1.2.7.2.

1If yes, did you attach proof of such authority to the bid document? YES/NO

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

21.1.2.7.2.

2If no, furnish reasons for non-submission of such proof as an attached schedule

21.1.2.8Did you or your spouse, or any of the company’s directors/ Trustees /shareholders /members or their spouses conduct business with the state in the previous twelve months?

YES/NO

21.1.2.8.1 If so, furnish particulars as an attached schedule:

21.1.2.9Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?

YES/NO

21.1.2.9.1 If so, furnish particulars as an attached schedule.

21.1.2.10Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?

YES/NO

21.1.2.10.1 If so, furnish particulars as an attached schedule:

21.1.2.11Do you or any of the directors/trustees/shareholders/members of the company have any interest in any other related companies whether or not they are bidding for this contract? YES/NO

21.1.2.11.1 If so, furnish particulars as an attached schedule:

21.1.3. Full details of directors/trustees/members/shareholders.

Full Name Identity Number Personal Income Tax

Reference Number

State Employee

Number/ Payroll

(Persal) Number

Schedule attached with the above details for all directors / members / shareholders YES NO

Page 21 of 33

21.2. DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (STANDARD BIDDING DOCUMENT 8)

Item Question Yes No

21.2.1 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?

Yes No

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.

If so, furnish particulars as an attached schedule:

21.2.2 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)?

Yes No

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.

If so, furnish particulars as an attached schedule:

21.2.3 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

If so, furnish particulars as an attached schedule:

21.2.4 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

If so, furnish particulars as an attached schedule:

Page 22 of 33

21.3. CERTIFICATE OF INDEPENDENT BID DETERMINATION (STANDARD BIDDING DOCUMENT 9)

I, the undersigned, in submitting this bid in response to the invitation for the bid made by NATIONAL RESEARCH FOUNDATION do hereby make the following statements that I certify to be true and complete in every respect:

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

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 consortium³ will not

be construed as collusive bidding.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property,

capital, efforts, skill and knowledge in an activity for the execution of a contract.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication,

agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the bid; or

(f) bidding with the intention not to win the bid.Page 23 of 33

8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor

regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this

bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any

competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related

to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and

possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be

reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting

business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of

Corrupt Activities Act No 12 of 2004 or any other applicable legislation

Page 24 of 33

22. PREFERENCE POINTS CLAIM FORM (STANDARD BIDDING DOCUMENT 6.1)

POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION

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)

1 102 93 84 55 46 37 28 1

Non-compliant contributor 0

BID DECLARATION

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

B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF THE ABOVE TABLE

B-BBEE Status Level of Contribution: …………. = ……………(maximum of 10 or 20 points)

(Points claimed must be in accordance with the table reflected above 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).

SUB-CONTRACTING

Will any portion of the contract be sub-contracted? YES / NO

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

Page 25 of 33

DECLARATION WITH REGARD TO COMPANY/FIRM

Name of company/firm …………………………………………….................................................................................

VAT registration number: ……………………………………………..................................................................................

Company registration number ……………………………………………....................................................

TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited

[Tick applicable box]

DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

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

COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc.

[Tick applicable box]

Total number of years the company/firm has been in business? …………………………………………………….……………

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 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;

Page 26 of 33

(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 above, 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

(v) A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a

bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not

qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that

has the capability and ability to execute the sub-contract.

(vI) 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.

Page 27 of 33

23. CONTRACT FORM - PURCHASE OF GOODS / WORKS / SERVICES (STANDARD BIDDING DOCUMENT 7)

PART 1 – WRITTEN OFFER (To Be Filled In By the Bidder)

1. I hereby undertake to supply all or any of the goods and/or works described in the attached bidding documents to

NATIONAL RESEARCH FOUNDATION in accordance with the requirements and specifications stipulated in this bid

document at the price/s quoted. My offer/s remains binding upon me and open for acceptance by the purchaser during

the validity period indicated and calculated from the closing time of bid.

2. The following documents shall be deemed to form and be read and construed as part of this agreement:

(i) Bidding documents, viz

Invitation to bid (SBD1); Technical Specification(s);

Bidder’s responses to technical specifications, capability requirements and capacity

Pricing schedule(s) (SBD3); Tax clearance certificate

Preference claims for Broad Based Black Economic Empowerment Status Level of Contribution in terms of the Preferential Procurement Regulations 2011 (SBD6.1);

Declaration of interest (SBD4); Declaration of bidder’s past SCM practices (SBD8);

Certificate of Independent Bid Determination (SBD9) Special Conditions of Contract; and

General Conditions of Contract

Local Content Declaration for designated sectors as determined by Department of Trade and Industry (SBD6.2) where applicable

3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) and rate(s) quoted cover

all the goods and/or works specified in the bidding documents; that the price(s) and rate(s) cover all my obligations and I

accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

4. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under

this agreement as the principal liable for the due fulfilment of this contract.

5. I declare that I have no participation in any collusive practices with any bidder or any other person regarding this or any

other bid.

6. I certify that the information furnished in these declarations (SBD4, SBD6.1, SBD 6.2 where applicable, SBD8, SBD9) is

correct and i accept that the state including the NRF may reject the bid or act against me should these declarations prove

to be false.

7. I confirm that I am duly authorised to sign this contract.

NAME (PRINT) ………………………………………….

Page 28 of 33WITNESSES

1 …….……………

CAPACITY ………………………………………….

SIGNATURE ………………………………………….

NAME OF FIRM ………………………………………….

DATE …………………………………………..

PART 2 – ACCEPTANCE OF WRITTEN OFFER

The National Research Foundation issues a written Letter of Award or, dependent on the complexity, a written purchase

order signed by delegated authoriser (in accordance with the Public Finance Management Act, 1999) detailing:

The supply of services / works / goods specified in this bid invitation and in annexures forming part of the bid

invitation,

The delivery instructions applying to this contract;

The payment of validated invoices as set out in this bid invitation and

The minimum threshold for local production and content, if applicable.

The acceptance of the written offer is authorised by a duly delegated official of the NRF and such proof of authority is

available upon request.

Page 29 of 33

WITNESSES

1 …….……………

24. Definitions“all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund

contributions and skills development levies;

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

Economic Empowerment Act;

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

performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment,

issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

“bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the

provision of services, works or goods, through price quotations, written price quotations, advertised competitive bidding

processes or proposals;

“bid price” price offered by the bidder, including value added tax (VAT);

“Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003

(Act No. 53 of 2003);

“Closing time” means the date and hour specified in the bidding documents for the receipt of bids.

“Collusion” means 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).

Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds. 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.

“comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be

utilised have been taken into consideration;

“consortium or joint venture” means an association of persons for the purpose of combining their expertise, property,

capital, efforts, skill and knowledge in an activity for the execution of a contract;

“Contract” means the written agreement entered into between the purchaser and the supplier, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

“Contract price” means the price payable to the supplier under the contract for the full and proper performance of his contractual obligations.

“Corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

"Countervailing duties" are imposed in cases where an enterprise abroad is subsidised by its government and

Page 30 of 33

encouraged to market its products internationally.

“Country of origin” means the place where the goods were mined, grown or produced or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognised new product results that is substantially different in basic characteristics or in purpose or utility from its components.

“Day” means calendar day.

“Delivery” means delivery in compliance of the conditions of the contract or order.

“Delivery ex stock” means immediate delivery directly from stock actually on hand.

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

“designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and

Industry in line with national development and industrial policies for local production, where only locally produced services,

works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

“duly sign” means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or other

legally responsible person nominated in writing by the Chief Executive, or senior member/person with management

responsibility(close corporation, partnership or individual).

"Dumping" occurs when a private enterprise abroad market its goods on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the RSA.

“EME” means any enterprise with an annual total revenue of R5 million or less.

“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;

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

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

“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;

“GCC” means the General Conditions of Contract.

“Goods” means all of the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser under the contract.

“Imported content” means that portion of the bidding price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock

Page 31 of 33

dues, import duty, sales duty or other similar tax or duty at the South African place of entry as well as transportation and handling charges to the factory in the Republic where the supplies covered by the bid will be manufactured.

“Local content” means that portion of the bidding price which is not included in the imported content provided that local manufacture does take place.

“Manufacture” means the production of products in a factory using labour, materials, components and machinery and includes other related value-adding activities.

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

“Order” means an official written order issued for the supply of goods or works or the rendering of a service.

“person” includes a juristic person;

“Project site,” where applicable, means the place indicated in bidding documents.

“Purchaser” means the organization purchasing the goods.

“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;

“Republic” means the Republic of South Africa.

“SCC” means the Special Conditions of Contract.

“Services” means those functional services ancillary to the supply of the goods, such as transportation and any other incidental services, such as installation, commissioning, provision of technical assistance, training, catering, gardening, security, maintenance and other such obligations of the supplier covered under the contract.

”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.

“State” means –

(i) 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);

(ii) any municipality or municipal entity;

(iii) Provincial Legislature;

(iv) National Assembly or the National Council of Provinces; or

(v) Parliament.

“stipulated minimum threshold” means that portion of local production and content as determined by the Department of

Trade and Industry;

“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;

“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;

“trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to

Page 32 of 33

administer such property for the benefit of another person;

“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.

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

Page 33 of 33