p.o. box 24 caledon 7230 tel: 028 261...

19
TWK 2 P.O. BOX 24 CALEDON 7230 TEL: 028 – 261 3300 Dear Sir / Madam REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS QUOTATION NUMBER: FD 15/2016/2017 Kindly furnish us with a written quotation for: CONSTRUCTION AND ERECTION OF PALISADE FENCE AT TESSELAARSDAL LIBRARY The detailed project description and schedules are attached or can be obtained from Mr. F .Damons at Tel: 028 214 3300 or e-mail: [email protected], as well as all technical enquiries. A formal quotation must be submitted on the letterhead of your business and must have attached all relevant signed schedules and additional information as requested. Failure to do so will result in the quotation to be rejected. The quotation must be in a sealed envelope and clearly marked: Tender Box No 2, for attention: FREDERICK DAMONS QUOTATION NO: FD 15/2016/17and the service provider’s name and address. Quotations will not be accepted if they don’t comply with the marking instructions. Quotations must be placed in tender box No. 2 at the Main Entrance of Theewaterskloof Municipality, 6 Plein Street, Caledon by no later than 12:00 on Friday, 17 March 2017, immediately after which the quotations will be opened in public in the Council Chambers. If posted, interested service providers to ensure that sufficient time are given for the post to reach us before the closing date and time. Council cannot take responsibility for any delays Compulsory Site Meeting: A compulsory site meeting will be held on Tuesday, 14 March 2017; and Attendees are to meet at the Tesselaarsdal Community Hall, Tesselaarsdal at 11:30am. 1. Standard Conditions of Quotation The following conditions will apply: Quotations must be completed in hand writing with black ink. Price(s) quoted must be valid for at least thirty (30) days from date of your offer. Price(s) quoted must be firm and must be inclusive of VAT, clearly indicating Price, VAT and Total Price. The work must commence a week from date of official order and be completed before or on 13 April 2017. This quotation will be evaluated in terms of the 80/20 preference point system as prescribed in the Preferential Procurement Regulations of 2011 and for this purpose the MBD 2, MBD 4, MBD 6.1, MBD 8 & MBD 9 forms which are available on the Municipal Website www.twk.org.za must be completed and submitted together with your quotation subject to the test for administrative compliance. The successful provider will be the one scoring the highest points. An original valid Tax Clearance Certificate and a copy of your latest Municipal Account / Lease Agreement must be attached to your quotation subject to the test for administrative compliance. Council may accept a quotation in full, partially or not at all. Payments will be made not later than 30 days, after the receipt of a tax invoice. Invoices must not be issued before goods / services have been supplied / rendered. Calculation errors will be corrected by the Municipality by using the unit prices. The General Conditions of Contract will apply to this quotation inclusive of the mandatory agreement (Sec. 37(2) Agreement) between client and bidder. If a valid B-BBEE certificate or EME affidavit is not attached, it will be interpreted that the preference points for B-BBEE status level or contribution are not claimed. If a valid B-BBEE certificate or EME affidavit is attached and points are not claimed in terms of the MBD 6.1, it will be interpreted that the preference points for B-BBEE status level or contribution are not claimed. Construction Regulations of 2014 shall apply. The Health & Safety specifications will be given to the bidders on the compulsory site meeting.

Upload: phungbao

Post on 10-May-2018

217 views

Category:

Documents


1 download

TRANSCRIPT

TWK 2

P.O. BOX 24 CALEDON 7230 TEL: 028 – 261 3300

Dear Sir / Madam REQUEST FOR FORMAL WRITTEN PRICE QUOTATIONS QUOTATION NUMBER: FD 15/2016/2017

Kindly furnish us with a written quotation for:

CONSTRUCTION AND ERECTION OF PALISADE FENCE AT TESSELAARSDAL LIBRARY The detailed project description and schedules are attached or can be obtained from Mr. F .Damons at Tel: 028 214 3300 or e-mail: [email protected], as well as all technical enquiries. A formal quotation must be submitted on the letterhead of your business and must have attached all relevant signed schedules and additional information as requested. Failure to do so will result in the quotation to be rejected. The quotation must be in a sealed envelope and clearly marked: Tender Box No 2, for attention: FREDERICK DAMONS QUOTATION NO: FD 15/2016/17and the service provider’s name and address. Quotations will not be accepted if they don’t comply with the marking instructions. Quotations must be placed in tender box No. 2 at the Main Entrance of Theewaterskloof Municipality, 6 Plein Street, Caledon by no later than 12:00 on Friday, 17 March 2017, immediately after which the quotations will be opened in public in the Council Chambers. If posted, interested service providers to ensure that sufficient time are given for the post to reach us before the closing date and time. Council cannot take responsibility for any delays Compulsory Site Meeting:

A compulsory site meeting will be held on Tuesday, 14 March 2017; and

Attendees are to meet at the Tesselaarsdal Community Hall, Tesselaarsdal at 11:30am.

1. Standard Conditions of Quotation The following conditions will apply:

Quotations must be completed in hand writing with black ink.

Price(s) quoted must be valid for at least thirty (30) days from date of your offer.

Price(s) quoted must be firm and must be inclusive of VAT, clearly indicating Price, VAT and Total Price.

The work must commence a week from date of official order and be completed before or on 13 April 2017.

This quotation will be evaluated in terms of the 80/20 preference point system as prescribed in the Preferential Procurement Regulations of 2011 and for this purpose the MBD 2, MBD 4, MBD 6.1, MBD 8 & MBD 9 forms which are available on the Municipal Website www.twk.org.za must be completed and submitted together with your quotation subject to the test for administrative compliance.

The successful provider will be the one scoring the highest points.

An original valid Tax Clearance Certificate and a copy of your latest Municipal Account / Lease Agreement must be attached to your quotation subject to the test for administrative compliance.

Council may accept a quotation in full, partially or not at all.

Payments will be made not later than 30 days, after the receipt of a tax invoice.

Invoices must not be issued before goods / services have been supplied / rendered.

Calculation errors will be corrected by the Municipality by using the unit prices.

The General Conditions of Contract will apply to this quotation inclusive of the mandatory agreement (Sec. 37(2) Agreement) between client and bidder.

If a valid B-BBEE certificate or EME affidavit is not attached, it will be interpreted that the preference points for B-BBEE status level or contribution are not claimed.

If a valid B-BBEE certificate or EME affidavit is attached and points are not claimed in terms of the MBD 6.1, it will be interpreted that the preference points for B-BBEE status level or contribution are not claimed.

Construction Regulations of 2014 shall apply. The Health & Safety specifications will be given to the bidders on the compulsory site meeting.

2. Bidders Obligations: 2.1 Eligibility Criteria

Only bidders who satisfy the following criteria are eligible to submit an offer: (This is a requirement on submission of the bid)

2.1.1 CIDB Grading

The bidders must be registered at the Construction Industry Development Board (CIDB) and must have at least a Grading of SQ 1. Proof of registration must be attached.

2.1.2 Letter of Good Standing

The bidders must be registered at the Department of Labour for Compensation for Occupational Injuries and Diseases. A Valid Letter of Good Standing must accompany your quotation.

2.1.3 Attendance of Compulsory Site Meeting

The employer shall not award the contract to any bidder who did not attend the compulsory site meeting.

3. The Employer’s Undertakings 3.1 Tests for Administrative Compliance Bidders may be found non-compliant if, inter alia:

The bidder has failed to complete and sign and attach requested information to all Schedules not excluded in responsiveness criteria;

The bidder has failed to submit the MBD 2, MBD4, MBD 8 and MBD 9 forms; valid completed forms may be requested;

The bidder has failed to submit a municipal account of where the head office of the company is registered or in case where the premise is leased, the bidder has failed to provide a copy of the lease of the premise.

The bidder has failed to submit a valid original Tax Clearance Certificate an valid original certificate may be requested; and

The bidder has failed to submit a certified B-BBEE certificate, whereas points were claimed and a copy of certificate was supplied, a certified copy of the B-BBEE certificate may be requested.

NB: No quotations will be considered from persons in the service of the statei Failure to comply with these conditions may invalidate your offer. Yours faithfully SIGNATURE DATE: 09 March 2017 SUPPLY CHAIN MANAGEMENT

SCHEDULE OF SERVICES REQUIRED

NO

DESCRIPTION

UNIT QUANTITY UNIT PRICE

PRICE

R c R c

Contractors General Obligations

1 Fixed-Charged & Value Related Items

1.1 Ablution and Latrine facilities sum 1

1.2 Plant & Tools sum 1

2 Time Related Items

2.1 Supervision for duration of Contract sum 1

3 Manufacture

3.1 Manufacture Palisade Fence m 150m

3.2 Manufacture Sliding gate (5mx2.1m) No 1

3.3 Manufacture pedestrian gate (1mx2.1m)

No 1

4 Installation

4.1 Installation of Palisade Fence m 150m

4.2 Installation of sliding gate No 1

4.3 Installation of pedestrian gate No 1

Sub Total

15% Contingencies

Sub Total

14% VAT

TOTAL

Delivery Address: Theewaterskloof Municipality Tesselaarsdal Library Caledon 7230 I/We, the undersigned, do hereby declare that these are the properly priced Bill / Schedules of Quantities forming part of this Contract Document containing Pages in consecutive order upon which my/our Tender for Quotation No: FD 15/2016/17: CONSTRUCTION AND ERECTION OF PALISADE FENCE AT TESSELAARSDAL LIBRARY has been based.

My/our total Contract Price for this work and above items (Total I) is (in words)

...................................................................................................................................................................................

SIGNED BY THE BIDDER: .....................................................................................................................................

SPECIFICATIONS

Please indicate YES / NO in the right column to ensure your company complies with the technical specifications or not. If the bidder fails to clearly indicted YES / NO, it will be interpreted that the

bidder does not comply with the technical specifications

SPECIFICATIONS Yes / No

PALES:

17 Pales per panel

50×2.0mm or 2.5mm Cold Formed Pales

40x40x2.3mm Angle Iron

Two Holes for M8 round headed bolt

CROSSBARS

2 Crossbars per panel

40x40x2.5mm or 3.0mm Angle Iron

17 10mm hole to receive pale bolts

POSTS

1 Post per panel

76 x 76 x 1.6mm Square Tubing

Fibre Glass post cap

BRACKETS

Flatbar brackets to attach crossbars to posts

29×3.0mm Flatbar

NUTS AND BOLTS

38 per panel

M8 round headed bolt and anti-vandal nut

CONCRETE AROUND POSTS

25Mpa 300mm x 300mm (600mm deep)

HEIGHT ABOVE NGL

2.1m

PROJECT SPECIFICATIONS 1 PROJECT SPECIFICATIONS

SCOPE This Project Specification covers a general description of the project, the facilities available and required special features of the contract and the requirements to be met by the Contractor. STATUS Should any requirement or provision of the Project Specification conflict with any requirement or provision of any other specification section or clause that are applicable to the contract or any drawing, the requirement or provision of the Project Specification shall prevail.

PS1 DESCRIPTION OF THE CONTRACT AND WORKS

The Contractor is to provide LOCAL LABOUR and Small Plant (Compacters, generator and grinders etc.) for the laying of kerbing and channelling. The Municipality are to provide all the material.

The Work is funded by and undertaken for the Theewaterskloof Municipality.

PS2 DESCRIPTION OF SITE AND ACCESS

PS2.1 Locality

Tesselaarsdal library: the site is easy accessible

PS2.2 Access to the Site of Works

Access roads are available to all the sites.

PS3 SITE FACILITIES AVAILABLE

PS3.1 HOUSING FACILITIES

No housing is available and the Contractor shall make his own arrangements to house his employees and for their transport to and from the Site of Works.

PS3.2 OFFICE ON SITE

No office facility is available on site and the contractor shall make his own arrangements for office facilities, if required. No office is required for the Engineer

PS3.3 POWER SUPPLY

The Contractor shall make his own arrangements for the required power supply connections as may be required for the execution of the Works at the contractor's cost.

PS3.4 TELEPHONE FACILITIES

The Contractor shall make his own arrangements for telephone facilities at the sites if required. The contractor should note that Cell Phone reception is generally not available on the site.

PS3.5 ABLUTION AND LATRINE FACILITIES

Due to the extended nature of the site the contractor is to ensure that portable toilets are available within 100 meters of any worksite.

PS4 FEATURES OF THE CONTRACT REQUIRING SPECIAL ATTENTION

PS4.1 AUTHORITIES AND THE COMMUNITY

The Contractor shall comply with all the requirements of the Theewaterskloof Municipality insofar as the execution of the contract may affect or may be effected by the requirements and/or regulations of the said Authorities.

PS4.2 TIDYING

The Contractor shall ensure that all loads are properly covered at all times during loading and haulage. The contractor shall be responsible to clean up any spillage or windblown waste that arises from improperly secured covers.

PS4.3 EXTENT OF WORK

The approximate extent of the work is listed below to assist the Contractor in understanding the contract. It is based on an off plan assessment of the requirements without any site inspection or survey or assessment of feasibility of the routes

PS4.4 DISPOSAL OF SPOIL

A site for the disposal of spoil will be provided by the Engineer within 5 km of the Site. PS4.5 HOURS OF OPERATION

The following operating hours shall be applicable:

Mondays – Fridays : 07h30 - 17h30 (Includes public holidays) Closed – Saturdays and Sundays

PS4.6 OPERATION

The Service Provider shall:

Order and ensure the safe keeping of all the materials needed

PS4.7 PLANT

The Contractor will be responsible for all the planning and supply of the necessary plant and the Contractor must at all times have sufficient plant on site to carry out the required operations according to the Operational Manual. The Contractor will be responsible for any delays due to plant breakages.

PS4.8 EMERGENCIES

The Contractor must be available for all emergency services and situations. The Contractor must at all times be in contact with the operators on site, either by telephone or by radio.

PS4.9 PERSONNEL

The Contractor must submit a form indicating all personnel that will be present on site as well as their official duties. The municipality has the power to request the removal of any personnel on site that acts negligently or is not complying to his/her duties.

The contractor may only employ labour from that specific area / town and not from surrounding towns. Hereby the contractor may only have his managerial team on site and no permanent labourers. The Contractor must liaison with the Ward Councillor for the appointment of local labourers. The Contractor provide his own Skilled labourer (eg. Kerb layer, bricklayer).

PS4.10 LOCAL LABOUR

It is a condition that local unskilled labour from the community be used on this project. The aim is to provide the greatest number of members of the community with an opportunity to obtain temporary employment and to enable local workers to increase their level of experience and enhance their ability to secure future employment.

PS5 EMPLOYER’S REQUIREMENTS PS5.1 Commencement and Time for Completion

The work must commence within 5 calendar days from date of official order and must be completed before or on 13 April 2017.

PS6 MEASUREMENT AND PAYMENT

The Contractor shall submit to the Employer an invoice for the execution of the works. Payment of such invoices shall be paid within 30 days of receipt thereof. Exemption will be made for SMME’s upon request.

I am aware that I must request the municipal representative to approve and measure any work done that will subsequently be covered by later work, before commencement of further work. Failure to adhere to this requirement will result in non-payment of the payment item in question. Typical payment items falling within this category are: Excavation quantities, Intermediate excavation quantities, Backfill quantities. The onus lies with the service provider to familiarize him/herself with the quantity measurement approval requirements of all payment items before commencement of any work.

I am aware that payment will be made according to rate multiplied by the actual work done, measured in terms of the specified quality and unit of measurement description of the payment items. No payment will be affected for substandard quality. Invoices must be submitted together with our municipal prescribed payment certificate format. Failure to comply with this requirement will result in non-payment until such stage that the payment certificate is submitted.

1.1 Additional Services

Act as the Employers agent in terms of the Occupational Health and Safety Act The Service Provider, in submitting a tender for this contract, shall be deemed to have acknowledged acceptance of the appointment as the client’s agent in terms of the Occupational Health and Safety Act, 1993 (Act No 85 of 1993) and the Construction Regulations of 2014, should the Employer accept the tender. The Service Provider shall, as such, execute all of the duties of the client as contemplated in the Construction Regulations.

If the Service Provider considers it necessary to employ the services of a safety specialist in order to execute the abovementioned duties, the cost thereof must be included in the fee tendered for this project. The Service Provider shall, apart from conducting his own activities in compliance with the Occupational Health and Safety Act, 1993 (Act No 85 of 1993) and Construction Regulations of 2014, ensure that any sub-consultants/sub-contractors employed by the Service Provider also comply with the requirements of the Act and Regulations. The Service Provider shall enter into an agreement with the Employer in this regard before the commencement of any work related to this contract (Form C1.3, Part C1, Page 8 refers).

1.2 Implementation of a Quality Assurance System

The Service Provider shall develop and implement a quality assurance system which will ensure that the final product meets the requirements of the Employer.

2 APPROVALS

The Service Provider shall be responsible for obtaining the following approvals:

Approval of the work plan before commence of work from the employer. Notwithstanding any approval received from the Employer, the Service Provider shall remain responsible for all work carried out by the Service Provider in terms of this contract. The Employer may withdraw approval of the work plan and quality assurance system at any time and require the Service Provider to review them. The service provider shall provide revised documents in accordance with the Employers wishes within two weeks of the withdrawal notice. The Technical Officer shall have the right to stop all work on the site should the Service Provider fail to provide a new work plan the substantially address the concerns of the Employer within the time limits above. The Service Provider shall have no right to recompense in the event of such a work stoppage.

3 FORMAT OF COMMUNICATION

All requests for formal approval from the Employer, or any other body, shall be submitted in writing in hardcopy format. Interim payment claims shall be submitted in the same format, accompanied by an original tax invoice. Ad-hoc communication between the Employer and the Service Provider may be conducted per facsimile or in electronic format (e-mail). All plans and contract documents submitted for approval shall be in both hardcopy format and agreed electronic format.

4 KEY PERSONNEL

The Service Provider is to have in its employ at the site, personnel with sufficient relevant experience in the operation of such a site. Details to be provided in Schedule

5 S ITE MEETINGS

Other than the initial site meeting, there will be weekly management meeting in respect of this project.

6 EMPLOYERS RIGHT TO WITHOLD PAYMENT

The Employer reserves the right to withhold payment in the event of the contractor not complying with the provisions of the permit. The employer reserves the right to deduct any penalties as applied from any moneys due to the Service Provider.

PROJECT SPECIFIC NOTES TO BIDDER:

1. Preference must be given to the use of local labour. 2. Contractor needs to ensure that all work is carried out in compliance with the Occupational Health and Safety Act, as well as the relevant Construction Regulations of 2014. 3. The General Conditions of Contract are the General Conditions of Contract for Construction

Works (2015) as published by the South African Institution of Civil Engineering. 4. Damage to any services must be repaired by the contractor at his own cost. 5. Special attention must be given to the protection of private property. 6. All necessary public safety measures must be taken in terms of OHS Act. 7. Special care must be given to ensure accessibility of properties at all times. 8. The contractor must keep the owners of the relevant properties informed of their weekly programme. 9. This information must first be submitted to the client 3 working days before commencement of any activity on site. 10. All excess material from excavation and cleaning of the area must be dumped at a site to be identified by the client This will be within the free haul distance of 5km 11. An updated programme will be submitted each time when falling behind the programme, giving sufficient detail to the steps to be taken to ensure completion of the work by the completion date.

Failure to adhere to this requirement will result in the termination of the contract. 12. The Contractor must ensure that his work programme takes into consideration of other Contractors

working on site. 13. The contractor to obtain wayleaves from Telkom and the Electrical Department at Theewaterskloof Municipality. All underground services must be exposed before commencement of work.

The following documents forms part of this quotation: The General Conditions of Contract for Construction Works (Second Edition) 2015 as published by the South African Institution of Civil Engineering. This publication is available and tenderers must obtain copies at their own cost from the South African Institution of Civil Engineering (SAICE), Private Bag X200, Halfway House 1685, Tel: (011) 805 5947, Fax: (011) 805 5971, e-mail: [email protected]. SANS 1200: The Standardized specification for civil engineering construction. This publication is available and tenderers must obtain copies at their own cost from the South African Institution of Civil Engineering (SAICE), Private Bag X200, Halfway House 1685, Tel: (011) 805 5947, Fax: (011) 805 5971, e-mail: [email protected].

ANNEXURE A:

MBD 6.2 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED

SECTORS

This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably). Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011 and the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)]. 1. General Conditions 1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the

promotion of local production and content. 1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of

bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process

may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in

such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in

accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:

LC = [1- x / y] *100

Where

x is the imported content in Rand y is the bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as required in paragraph 4.1 below. The SABS approved technical specification number SATS 1286:2011 is accessible on http://www.thedti.gov.za/industrial development/ip.jsp at no cost.

1.6. A bid may be disqualified if this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not submitted as part of the bid documentation;

2. Definitions 2.1. “bid” includes written price quotations, advertised competitive bids or proposals; 2.2. “bid price” price offered by the bidder, excluding value added tax (VAT); 2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of

state; 2.4. “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;

2.5. “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).

2.6. “imported content” means that portion of the bid price represented by the cost of

components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour and intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported

content, provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “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.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex

A of SATS 1286:2011) for this bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

1. Palisade Fence 100%

4. Does any portion of the services, works or goods offered have any imported content?

(Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as

prescribed in paragraph 1.5 of the general conditions must be the rate(s) published by the SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

5. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum

threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the Accounting Officer / Accounting Authority provide directives in this regard.

LOCAL CONTENT DECLARATION

(REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY 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)

IN RESPECT OF BID NO. ................................................................................. ISSUED BY: (Procurement Authority / Name of Municipality / Municipal Entity): ......................................................................................................................... NB 1 The obligation to complete, duly sign and submit this declaration cannot be

transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder.

2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thedti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract.

I, the undersigned, …………………………….................................................. (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011;

(c) The local content percentages (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C;

Bid price, excluding VAT (y) R

Imported content (x), as calculated in terms of SATS 1286:2011 R

Stipulated minimum threshold for local content (paragraph 3 above)

Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

(d) I accept that the Procurement Authority / Municipality /Municipal Entity has the right

to request that the local content be verified in terms of the requirements of SATS 1286:2011.

(e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Municipal / Municipal Entity imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ___________ WITNESS No. 1 DATE: ___________ WITNESS No. 2 DATE: ___________

ANNEXURE C SATS 1286.2011

Local Content Declaration – Summary Schedule

(C1) Tender No. FD 15/2016/17 NOTE: VAT to be excluded from all calculations

(C2) Tender Description Construct and Erect Palisade Fence

(C3) Designated product(s) Power Inverter

(C4) Tender Authority Theewaterskloof Municipality

(C5) Name of Tendering Entity

(C6) Tender Exchange Rate Pula EU GBP

(C7 )Specified local content %

Calculation of local content

Tender summary

Tender Item No’s

List of Items Tender Price – each

Exempted imported

value

Tender value net of exempted

imported content

Imported value

Local value

Local content % (per item)

Tender Quantity Total tender value

Total exempted imported content

Total imported content

(C8) (C9) (C10) (C11) (C12) (C13) (C14) (C15)

(C16) (C17) (C18) (C19)

1 Palisade Fence

150m

(C20) Total tender value

(C21) Total Exempt imported content

(C22) Total Tender value net of exempt imported content

SIGNATURE OF TENDERER AS PER LOCAL CONTENT DECLARATION (C23) Total Imported content

(C24) Total local content

DATE (C25) Average local content % of tender

ANNEXURE D SATS 1286.2011

Imported Content Declaration – Supporting Schedule to Annexure C

(D1) Tender No. NOTE: VAT to be excluded from all calculations

(D2) Tender Description

(D3) Designated product(s)

(D4) Tender Authority

(D5) Tendering Entity’s Name

(D6) Tender Exchange Rate Pula EU GBP

A. Exempted imported content Calculation of imported content Summary

Tender item no’s

Description of imported content

Local supplier

Overseas supplier

Foreign currency value as per Commercial Invoice

Tender Exchange

Rate

Local value of imports

Freight costs to port of entry

All locally incurred landing costs & duties

Total landed cost

Tender

Quantity Exempted imported

value

(D7) (D8) (D9) (D10) (D11) (D12) (D13) (D14) (D15) (D16) (D17) (D18)

(D19) Total exempt imported value

This total must correspond with

Annex C – C21

B. Imported directly by the Tenderer Calculation of imported content Summary

Tender item no’s

Description of imported content

Unit of measure

Overseas supplier

Foreign currency value as per Commercial Invoice

Tender Exchange

Rate

Local value of imports

Freight costs to port of entry

All locally incurred landing costs & duties

Total landed cost

Tender

Quantity Total imported value

(D20) (D21) (D22) (D23) (D24) (D25) (D26) (D27) (D28) (D29) (D30) (D31)

(D32) Total imported value by tenderer

ANNEXURE D – Continued SATS 1286.2011

Imported Content Declaration – Supporting Schedule to Annexure C

NOTE: VAT to be excluded from all calculations

C. Imported by a 3rd party and supplied to the Tenderer Calculation of imported content Summary

Description of imported content

Unit of measure

Local supplier Overseas supplier

Foreign currency value as per

Commercial Invoice

Tender Exchange

Rate

Local value of imports

Freight costs to port of entry

All locally incurred landing costs & duties

Total landed cost

Quantity imported

Total imported value

(D33) (D34) (D35) (D36) (D37) (D38) (D39) (D40) (D41) (D42) (D43) (D44)

(D45) Total imported value by 3rd party

D. Other foreign currency payments Calculation of foreign currency payments Summary of Payments

Type of payment Local supplier making the

payment Overseas beneficiary

Foreign currency value paid

Tender rate of exchange

Local value of payments

(D46) (D47) (D48) (D49) (D50)

(D51)

(D52) Total of foreign currency payments declared by tenderer and/or 3rd party

(D53) Total of imported content and foreign currency payments – (D32), (D45) and (D52) above

SIGNATURE OF TENDERER AS PER LOCAL CONTENT DECLARATION This total must correspond with Annex C – (C23)

DATE

ANNEXURE E SATS 1286.2011

Local content Declaration – Summary Schedule to Annexure C

(E1) Tender No. NOTE: VAT to be excluded from all calculations

(E2 )Tender Description

(E3) Designated product(s)

(E4) Tender Authority

(E5) Tendering Entity’s Name

LOCAL PRODUCTS (Goods, Services and Works)

Description of items purchased Local suppliers Value

(E6) (E7) (E8)

(E9) Total local products (Goods, service and works)

(E10) Manpower costs (Tenderer’s own manpower cost)

(E11) Factory overheads (Rental, depreciation & amortization, utility costs, consumables, etc.)

(E12) Administration overheads and mark-up (Marketing, insurance, financing interest, etc.)

(E13) Total local content

This total must correspond with Annex C – C24

SIGNATURE OF TENDERER AS PER LOCAL CONTENT DECLARATION

DATE

QUOTATION NO: FD 15/2016/17

CONSTRUCTION AND ERECTION OF PALISADE FENCE AT TESSELAARSDAL LIBRARY

FLYSHEET

NAME OF BIDDER : …………………………………………………………………….

STREET ADDRESS : …………………………………………………………………….

…………………………………………………………………….

…………………………………………………………………….

P O BOX NUMBER : …………………………………………………………………….

TELEPHONE NUMBER : …………………………………………………………………….

TELEFAX NUMBER : …………………………………………………………………….

CONTACT PERSON : …………………………………………………………………….

CELL PHONE NUMBER : …………………………………………………………………….

E-MAIL : …………………………………………………………………….

THIS FLYSHEET IS INCLUDED FOR REFERENCE PURPOSES ONLY AND DOES NOT FORM PART OF THE CONDITIONS.