provincial supply chain management - national … (1) gdard 16.pdf · provincial supply chain...

34
Provincial Supply Chain Management Price Schedule – Professional Services Page 1 of 3 Filename: RFP06.1GPT(SBD 7.2) Revision: 5 Release Date: 03/06/2016 Bidder Name Bid No NOTE: If the information required regarding each item cannot be inserted in the space provided on either page 1, 2 or 3 of this form, additional information may be attached to this form. The Gauteng Provincial Treasury (GPT) is acting as Common Service Provider or buying organisation on behalf of all Gauteng Provincial Government Customer Departments / Institutions. The goods / services are therefore required by the Customer Department / Institution, as indicated on RFP 01. CONDITIONS 1. All goods or services purchased will be subject to General Conditions of Contract. 2. All prices quoted must be inclusive of Value Added Tax (VAT) and prices must be quoted in South African currency. 3. In case of goods all delivery and/or railage charges must be included in the offered price(s) and goods must be delivered to the address indicated on RFP 01. 4. All delivery lead times submitted must be firm. 5. Firm prices, being prices deemed to be fixed prices, which are only subject to the following statutory changes, namely VAT and any levy related to customs and excise, are preferred to variable prices. 6. In case of bidding a price(s) subject to variance, please supply full details by completing RFP 07. 7. If an estimated quantity is called for, no guarantee is given that this or any quantity will be bought by GPG. PRICING DESCRIPTION PERIOD PRICE (including VAT)* R (Refer to par. 16 of RFP 03 and condition no 3 on RFP 06 page 1 of 3 *.) Bidders are required to indicate a ceiling price based on the total estimated time for completion of all phases and including all expenses inclusive of all applicable taxes for the project. How many days from the Closing Date of the Bid is the offer valid? DELIVERY TIME REQUIRED FOR DELIVERY (START) ACCEPTANCE OF BID (PLEASE STATE IN HOURS, DAYS, WEEKS OR MONTHS) Is the delivery period(s) for this service firm? (Also see condition no 4 on RFP 06.1 page 1 of 3) Y N SPECIFICATION AND GUARANTEE Service Name Is the offer strictly to specification? Y N (For specification – see RPF 05) If not to specification, state deviation GAURANTEE (Also see warranty requirements as required in terms of par. 15 of the General Conditions of Contract) Is the service/s guaranteed? Y N GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 1 of 34

Upload: truongkhuong

Post on 21-Aug-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Provincial Supply Chain Management

Price Schedule – Professional Services Page 1 of 3

Filename: RFP06.1GPT(SBD 7.2) Revision: 5 Release Date: 03/06/2016

Bidder Name Bid No NOTE: If the information required regarding each item cannot be inserted in the space provided on either page 1, 2 or 3 of this form, additional information may be attached to this form.

The Gauteng Provincial Treasury (GPT) is acting as Common Service Provider or buying organisation on behalf of all Gauteng Provincial Government Customer Departments / Institutions. The goods / services are therefore required by the Customer Department / Institution, as indicated on RFP 01. CONDITIONS 1. All goods or services purchased will be subject to General Conditions of Contract.2. All prices quoted must be inclusive of Value Added Tax (VAT) and prices must be quoted in South African currency.3. In case of goods all delivery and/or railage charges must be included in the offered price(s) and goods must be delivered to the address

indicated on RFP 01.4. All delivery lead times submitted must be firm.5. Firm prices, being prices deemed to be fixed prices, which are only subject to the following statutory changes, namely VAT and any levy

related to customs and excise, are preferred to variable prices.6. In case of bidding a price(s) subject to variance, please supply full details by completing RFP 07.7. If an estimated quantity is called for, no guarantee is given that this or any quantity will be bought by GPG.

PRICING

DESCRIPTION PERIOD

PRICE (including VAT)* R (Refer to par. 16 of RFP 03 and condition no 3 on RFP 06 page 1 of 3 *.)

Bidders are required to indicate a ceiling price based on the total estimated time for completion of all phases and including all expenses inclusive of all applicable taxes for the project.

How many days from the Closing Date of the Bid is the offer valid?

DELIVERY TIME REQUIRED FOR DELIVERY (START) ACCEPTANCE OF BID (PLEASE STATE IN HOURS, DAYS, WEEKS OR MONTHS)

Is the delivery period(s) for this service firm? (Also see condition no 4 on RFP 06.1 page 1 of 3) Y N

SPECIFICATION AND GUARANTEE

Service Name Is the offer strictly to specification? Y N

(For specification – see RPF 05)

If not to specification, state deviation

GAURANTEE (Also see warranty requirements as required in terms of par. 15 of the General Conditions of Contract)

Is the service/s guaranteed? Y N

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 1 of 34

Provincial Supply Chain Management

Price Schedule – Professional Services Page 2 of 3

Filename: RFP06.1GPT(SBD 7.2) Revision: 5 Release Date: 03/06/2016

If a specific guarantee is required in the RFP specification, are the goods/services ACCORDINGLY guaranteed? Y N

(For specification – see RPF 05)

Indicate names and addresses of offices from where the service/s will be managed?

PROJECT PLAN OVERVIEW

The accompanying information must be used for the formulation of proposals

1. PERSONS WHO WILL BE INVOLVED IN THE PROJECT AND RATES APPLICABLE (CERTIFIED INVOICES MUST BE RENDERED INTERMS HEREOF).

PERSON AND POSITION NO HOURLY RATE DAILY RATE

2. PHASES ACCORDING TO WHICH THE PROJECT WILL BE COMPLETED, COST PER PHASE AND MAN-DAYS TO BE SPENT

PHASE RAND VALUE MAN HOURS

SITE INFORMATION

Office Name Physical Address

Office Name Physical Address

Office Name Physical Address

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 2 of 34

Provincial Supply Chain Management

Price Schedule – Professional Services Page 3 of 3

Filename: RFP06.1GPT(SBD 7.2) Revision: 5 Release Date: 03/06/2016

3. TRAVEL EXPENSES (SPECIFY, FOR EXAMPLE RATE/KM AND TOTAL KM, CLASS OF AIRTRAVEL, ETC). ONLY ACTUAL COSTSARE RECOVERABLE. PROOF OF THE EXPENSES INCURRED MUST ACCOMPANY CERTIFIED INVOICES.

DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT

TOTAL

** ”all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.

4. Other expenses, for example accommodation (specify, eg. Three star hotel, bed and breakfast, telephone cost, reproduction cost, etc.). Onbasis of these particulars, certified invoices will be checked for correctness. Proof of the expenses must accompany invoices.

DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT

TOTAL

5. Estimated man-days for completion of project START DATE END DATE

6. Are the rates quoted firm for the full period of the contract?Y N

If not firm for the full period, provide details of the basis on which adjustments will be applied for, for example consumer price index

SIGNATURE OF BIDDER DATE

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 3 of 34

Page 1 of 20

Annexure A

Bill of quantities

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 4 of 34

Page 2 of 20

FARMER SETTLEMENT AND DEVELOPMENT SERVICES

COST BREAKDOWN TABLE FOR DELIVERABLE 1

No: Region No of sites per region and Deliverable Cost per region

01 Pretoria region

10 project sites :Drilling and Equipping of

boreholes with electricity connection

R

02 Germiston region 10 project sites :Drilling and Equipping of

boreholes with electricity connection

R

03 Westrand region 13 project sites :Drilling and Equipping of

boreholes with electricity connection

R

Travelling costs. R

SUB-TOTAL

(EXCL VAT)

R

VAT R

GRAND TOTAL R

LIST OF PROJECT SITES FOR 2016/17

PROJECT NAME MUNICPALITY FARM NAME

Sokhabathini Poultry Farming Co-op City of Tshwane Plot 108 Rooipoort

Joseph Mohapi City of Tshwane Portion 208 Grootvlei 272 JR

Emma O'donoghue City of Tshwane Plot 51 Roodepoort 504 JR

G. Moyo's Farm City of Tshwane Plot 764 Winterveldt

Silota Farming City of Tshwane Plot 807 Winterveldt

Sethito Fresh Produce City of Tshwane Remainder of Portion 17C Doornfontein

Black Aphane City of Tshwane Portion 1 of Rooikop 181 JR

Siyathuthuka Farming & Enterprise

Primary Co-op

City of Tshwane Portion 51 Rooipoort 555 JR

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 5 of 34

Page 3 of 20

Stavchicken City of Tshwane Plot 523 Vlakfontein

Maswinyaneng Joseph City of Tshwane Portion 33 of portion 9 Groenfontein 526

JR

Ntjoli Farming Emfuleni Plot 5 Rosashof

Ba Kwa Hlabedi Emfuleni Portion Of 95 And 106 ,Of Kaalplaats

577iq&Portion6&173of Vaalfontein 579 Iq

Kgorong Ya Kgosi Emfuleni Portion 10 Kaalfontein No 529 Iq

Mahwayi Ekurhuleni Plot 54 Springs road-Withok

Bogatsu Boerdery Mogale City

Tenehi farm Mogale City Plot 43, Hillside

Tshabalala farming project Mogale City Eegedom

Sisinyi agric project Mogale City Plot Welveredien

Fishchip Mogale City Plot 33, Hillside

Bereng Project Mogale City Plot 60, Hillside

Monono project or Phil Ramaphakela Ekurhuleni Plot 39 Hillcrest Agricultural Holdings

Vermak Lesedi Plot 262 Allyshmidt

Bonny Mbambo Lesedi Portion 3/421 Schikfonten

Mophalanyane Motlatla Midvaal De duer

MKKM Midvaal MKKM

Family Farming Midvaal Family Faming

Sello Raborethe Mogale City Ptn 47 Kruitfontein

Khumo Adeline Ntlha Randfontein Plot 32 Pelzvale

Bhebhe Merafong Plot 45

Freddy Sedibe Merafong Portion 4

Mkhwanazi COJ Mkwanana's farm

Kone COJ Kone's farm

Abba farms COJ Abba farms

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 6 of 34

Page 4 of 20

BREAKDOWN OF COSTS

ITEM DESCRIPTION UNIT NO RATE AMOUNT

1-0 Siting, Mobilisation, plant set-up, inter-borehole moves and de-mobilisation

1-1 Siting no 1 R

1-2 Site Establishment no 1 R

1-2-1 Mobilisation and set up of plant to borehole no 1 R

1-2-2 De-establishment from Site, of the given drilling

batch

no 1 R

1-2-3 Drilling supervision no 1 R

2-0 Drilling: unconsolidated and consolidated sediments and igneous and metamorphic rocks

2-1 Rotary air percussion

2-2 152 mm diameter m R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 7 of 34

Page 5 of 20

2-3 165 mm diameter m R

2-4 203 or 216 mm diameter m R

2-5 254 mm diameter m R

2-6 305 mm diameter m R

3-0 Casing, including supply, delivery and installation, but not including reaming

3-1 Steel casing (plain)

3-1-1 165 mm (state wall thickness here as 3

mm)

m R

3-1-2 215 mm (state wall thickness here as 4.5

mm)

m R

3-1-3 254 mm (state wall thickness here as 4

mm)

m R

3-1-4 273 mm (state wall thickness here as 6

mm)

m R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 8 of 34

Page 6 of 20

3-2 Steel casing (slotted)

3-2-1 165 mm (state wall thickness here as 4

mm)

m R

3-2-2 215 mm (state wall thickness here as 4.5

mm)

m R

3-2-3 254 mm (state wall thickness here as 4,5

mm)

m R

3-2-4 273 mm (state wall thickness here as 6

mm)

m R

4-1 Recovery of steel casing m R

4-2 Formation stabiliser, including supply,

delivery and installation

kg R

4-3 Concrete collar, complete per borehole no 1 R

4-4 Normal Sanitary seal, complete per borehole m 1 R

4-5 Bentonite sanitary seal m R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 9 of 34

Page 7 of 20

4-6 Borehole disinfection, complete per borehole no R

4-7 Borehole protection, complete per borehole no R

4-8 Borehole marking, complete per borehole no R

4-9 Site finishing, complete per borehole no 1 R

4-10 Data recording and reporting, complete per

borehole

no 1 R

4-11 Work time rate hr 12 R

4-12 Disbursements sum 1 R

SUB-TOTAL DRILLING R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 10 of 34

Page 8 of 20

5-0 Yield and water quality testing

5-1 Testing supervision Sum 1 R

5-2 Initial Establishment (First Establishment) Sum 1 R

5-3 Interhole move > 10km Km R

5-4 Interhole move < 10km Sum R

5-5 De-Establishment Sum 1 R

5-6 a) Multi- Rate Step tests (Less than 10l/s) Hour 4 R

5-7 b) Multi- Rate Step tests (More than 10l/s) Hour R

5-8 a) Constant Discharge test (Less than 10l/s) Hour 24 R

5-9 b) Constant Discharge test (More than 10l/s) Hour R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 11 of 34

Page 9 of 20

5-10 Recovery Measurements Hour 24 R

5-11 Installation of test pump equipment R

5-12 When testing less than 10 l/s No 1 R

5-13 Removal and Reinstallation No 1 R

5-14 Monitoring No 1 R

5-15 Mesurements- Before and After R

5-16 Steel borehole cover (sealing of boreholes) R

5-16-1 Per borehole No 1 R

5-17 Borehole marking R

5-17-1 Per borehole No 1 R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 12 of 34

Page 10 of 20

5-18 Site cleaning/ finishing R

5-18-1 Per borehole No 1 R

5-19 Reporting and data recording R

5-19-1 Per borehole No 1 R

5-20 Water Quality testing No 1 R

5-21 Disbursements No 1 R

SUB-TOTAL YIELD AND QUALITY TESTING R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 13 of 34

Page 11 of 20

6-0 Supply and Install complete standard Submersible pump

6-1 Pump complete standard pump with lead out

cable,electrical motor and cable joint

No 1 R

6-2 Motor Scope Uno panel (Range from 0.37 kw) No R

6-3 motor Scope Uno panel (Range 1.1 kw) No 1 R

6-4 4 core submersible cable 2.5mm

SQR.cable/metre

m R

6-5 support line nylon m R

6-6 40 mm dia baseplate,GMS fittings , Ball valve No 1 R

6-7 compression male adaptors 40mm No 2 R

6-8 flow inducer sleeve 100mm (cool tube) No 1 R

6-9 CCG box (utility box 25mm plus strip

connectors)

No 1 R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 14 of 34

Page 12 of 20

6-10 Borehole rising pipe 40mm class

10GDPE(SABS)

m R

6-11 Installation of submersible pump No 1 R

6-12 KENT 25mm Watermeter No 1 R

6-13 25 mm dia class 6 HDPE probe pipe complete

with heavy duty ties

m R

Protection required

6-14 Lockable manhole complete locking system No 1 R

6-15 Disbursements Sum 1 R

SUB-TOTAL SUPPLY AND INSTALLATION OF SUBMERSIBLE PUMP R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 15 of 34

Page 13 of 20

7-0 SUPPLY AND INSTALLATION OFELECTRICAL EQUIPMENT

7-1 Supply and installation of electrical cables sum 1 R

7-2 Installation of equipment sum 1 R

7-3 Disbursements sum 1 R

SUB-TOTAL SUPPLY AND INSTALLATION OFELECTRICAL EQUIPMENT R

GRAND TOTAL (Excl. VAT) R

VAT @14% R

GRAND TOTAL R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 16 of 34

Page 14 of 20

FOOD SECURITY PROJECTS

A. Table of costs for Food Security Projects .All tables should be completed by ALL

bidders. Payment will be done according to the completion of the deliverables as

set out in the tables below (per project) and no other

Deliverable Cost

PRETORIA REGION

Deliverable One- 10 project sites: Drilling

and Equipping. Costing should be done for

the following:

Site assessment

Desk study

Siting

Site establishment

Plant setup

Drilling

Casing

Gravel packs

Sanitary seals

Yield testing

Water sampling (Chemical and

Faecal analysis) results

Installation of pumps and pipes

Travelling Costs

Project Management

Disestablishment

Reporting

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 17 of 34

Page 15 of 20

Deliverable Two- 10 project sites:

:Irrigation Design

Costing should be done for the following:

Construction drawings

Standard drawing details

Designs and design reports

approved by GDARD

Deliverable Three – 10 project sites:

Supply and Installation of irrigation

equipment.

Costing should be done for the following:

Supply of irrigation equipment

Installation of irrigation equipment

Travelling costs

Reporting

R

Deliverable Four- 10 project sites: Design

,supply and Installation of electricity

equipment and 20 COC’s

Costing should be done for the following:

Supply of electrical equipment

Installation of electrical equipment

Supply of Certificate of Compliance

(CoC’s)

R

Travelling costs. R

SUB-TOTAL (EXCLUDING VAT)

VAT

TOTAL COST

GERMISTON REGION

Deliverable One- 10 project sites: Drilling

and Equipping. Costing should be done for

the following:

Site assessment

Desk study

R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 18 of 34

Page 16 of 20

Siting

Site establishment

Plant setup

Drilling

Casing

Gravel packs

Sanitary seals

Yield testing

Water sampling (Chemical and

Faecal analysis) results

Installation of pumps and pipes

Travelling Costs

Project Management

Disestablishment

Reporting

Deliverable Two- 10 project sites:

:Irrigation Design

Costing should be done for the following:

Construction drawings

Standard drawing details

Designs and design reports

approved by GDARD

R

Deliverable Three – 10 project sites:

Supply and Installation of irrigation

equipment.

Costing should be done for the following:

Supply of irrigation equipment

Installation of irrigation equipment

Travelling costs

Reporting

R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 19 of 34

Page 17 of 20

Deliverable Four- 10 project sites: Design

,supply and Installation of electricity

equipment and 20 COC’s

Costing should be done for the following:

Supply of electrical equipment

Installation of electrical equipment

Supply of Certificate of Compliance

(CoC’s)

R

Travelling costs. R

SUB-TOTAL (EXCLUDING VAT)

VAT

TOTAL COST

RANDFONTEIN REGION

Deliverable One- 10 project sites: Drilling

and Equipping. Costing should be done for

the following:

Site assessment

Desk study

Siting

Site establishment

Plant setup

Drilling

Casing

Gravel packs

Sanitary seals

Yield testing

Water sampling (Chemical and

Faecal analysis) results

Installation of pumps and pipes

Travelling Costs

Project Management

Disestablishment

Reporting

R

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 20 of 34

Page 18 of 20

Deliverable Two- 10 project sites:

:Irrigation Design

Costing should be done for the following:

Construction drawings

Standard drawing details

Designs and design reports

approved by GDARD

R

Deliverable Three – 10 project sites:

Supply and Installation of irrigation

equipment.

Costing should be done for the following:

Supply of irrigation equipment

Installation of irrigation equipment

Travelling costs

Reporting

R

Deliverable Four- 10 project sites: Design

,supply and Installation of electricity

equipment and 20 COC’s

Costing should be done for the following:

Supply of electrical equipment

Installation of electrical equipment

Supply of Certificate of Compliance

(CoC’s)

Reporting

R

Travelling costs. R

SUB-TOTAL (EXCLUDING VAT)

VAT

TOTAL COST

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 21 of 34

Page 19 of 20

B. SUMMARY OF COSTS

No: Region No of sites per region and Deliverable Cost per region

01 Pretoria Region

10 project sites: Borehole Drilling, Irrigation

and Electricity Design and Installation.

R

02 Germiston Region 10 project sites: Borehole Drilling, Irrigation

and Electricity Design and Installation.

R

03 Randfontein Region 10 project sites: Borehole Drilling, Irrigation

and Electricity Design and Installation.

R

Travelling costs. R

SUBTOTAL(EXCL.VAT) R

VAT R

TOTAL COST R

C. LIST OF FOOD SECURITY PROJECTS (SIZE: 0.5HA)

NO NAME OF PROJECT LOCATION AND PHYSICAL ADDRESS

1 Baroka ba pula

Refilwe Ward 73

2 Hitatitirela

Dewagendrift

3 Bajabulile

Mamelodi

4 Oshad

Ga-Rankuwa

5 Phidisong

Ga-Rankuwa

6 Leretlhabetse

Ga-Rankuwa

7 Phaphamang

Stinkwater

8 Crime Prevention

Stinkwater

9 Moringa

Refilwe

10 Devine

Ekangala

11 Together As One

Molapo

12 Rutegang

White City

13 Bestman Foundation

Moletsane

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 22 of 34

Page 20 of 20

14 Greater Protea Project

Protea Glen

15 Tsogang Community project

Protea South

16 Tlhaku Community project

Swaneville

17 Tshwelepele

Masakhane

18 Thusa Bagale

Tarlton

19 Braamfisherville Farmers Project

Braamfisherville

20 Temo Ke Bophelo Project

Mohlakeng

21 Tumisang bohle

Sebokeng

22 Evaton West

Evaton west

23 Green Valley

Sharpville

24 Rethabile Support

Sebokeng, 1983

25 Shadvaal

Sebokeng

26 Ithemba Lama Afrika

Tsakane

27 Five Star

Tembisa

28 Sweetwaters

Tokoza Ext 2

29 Lethukukhanya

Brakpan

30 Sibonelo Intermediate

Daveyton

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 23 of 34

Provincial Supply Chain Management

Non-firm Prices Page 1 of 5

(as per item number on RFP 06 Price Schedule)

Filename: RFP07GPTQF (SBD 3.2) Revision: 6 Release Date: 10/08/2016

NOTE: If the information required regarding each item cannot be inserted in the space provided on either page 1, 2, 3, 4 or 5 of this form, additional information may be provided on a

photocopy of this form.

The *Gauteng Provincial Treasury (GPT) is acting as Common Service Provider or buying organisation on behalf of all Gauteng Provincial Government Customer Departments / Institutions. The goods / services are therefore required by the

Customer Department / Institution, as indicated on RFP 01.

"Firm" prices are deemed to be fixed prices, which are only subject to the following statutory changes, namely VAT and any levy related to customs and excise. "Non-firm" prices are all prices other than "firm" prices and which are either subject to Rate of Exchange claims and/or subject to published indices or documentary evidence.

In case of a contract being awarded as a result of this RFP, all applications for price adjustments must be referred to the GPT, Private Bag X112, Marshalltown. 2107. Price adjustments shall not be backdated and shall be applicable from date of approval by the GPT. The successful supplier shall submit an application, in writing and supported by documentary proof, to the GPT thirty (30) days before the effective date of any price adjustment, whether based on RoE (par. 1), formula(e) (par. 1 and/or 2) or documentary proof (par. 3).

NOTE: Non-firm prices may be loaded when calculating comparative prices.

1. CLAIMS SUBJECT TO RATE OF EXCHANGE (RoE)

In case of bid prices being subject to Rate of Exchange (RoE) variations, please specify the amount, as well as the applicable rate of exchange at the time of bidding applicable to each item.

Price adjustments, based on changes in the rate of exchange, shall only be considered if the change, based on the previous rate, had moved by more than 5%.

1.1 COMPILING THE RoE FORMULA - Cost breakdown structure

A cost breakdown in terms of local & imported components must be submitted for each item as follows:

Imported portion % Local portion % Total 100%

Whatever breakdown chosen in terms of local and imported components cannot be changed over the duration of any contract awarded based on this RFP.

1.2 AMOUNT(S) SUBJECT TO RoE VARIANCE - IMPORTED PORTION OF RoE FORMULA Amount(s) subject to exchange rate variations – please specify for each item number individually.

Item No

ROE Variance

1.3

(as per item number on RFP 06 Price Schedule)

BASE RoE - IMPORTED PORTION OF RoE FORMULA Exchange rate applicable as at the time of bidding – please specify every currency applicable and indicate which items are affected by which exchange rate

Item No

EXCHANGE RATE

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 24 of 34

Provincial Supply Chain Management

Non-firm Prices Page 2 of 5

Filename: RFP07GPTQF(SBD 3.2) Revision: 6 Release Date: 10/08/2016

2. CLAIMS SUBJECT TO PUBLISHED INDICESFor all items to which non-firm prices apply, bidders must submit a cost breakdown, which indicates

the proportion of the prices subject to adjustment.

Item No

(as per item number on RFP 06 Price Schedule)

Where price adjustments based on an escalation formula is chosen as the method of price adjustment, variations in the actual costs for whatever reason are for the account of the successful bidder. This implies that:

• formula-based adjustments (as per this method in par 2) and• proven cost increases (as per the method in par 3) cannot both be entertained at the same time for the same

cost element.

2.1 METHOD 1: FORMULA BASED ADJUSTMENTS

2.1.1 The escalation (or price adjustment) formula shall provide for a minimum fixed element of at least 15% of the price, which shall not be subject to adjustment. The following standard formula structure is prescribed for calculating escalation / price adjustments:

IN CASES OF PERIOD CONTRACTS, NON FIRM PRICES WILL BE ADJUSTED (LOADED) WITH THE ASSESSED CONTRACT PRICE ADJUSTMENTS IMPLICIT IN NON FIRM PRICES WHEN CALCULATING THE COMPARATIVE PRICES

IN THIS CATEGORY PRICE ESCALATIONS WILL ONLY BE CONSIDERED IN TERMS OF THE FOLLOWING FORMULA:

( ) VPtoRtRD

oRtRD

oRtRD

oRtRDPtVPa +⎟

⎠⎞

⎜⎝⎛ +++−=

4

44

3

33

2

22

1

111

Where:

Pa = The new escalated price to be calculated. (1-V)Pt = 85% of the original bid price. Note that Pt must always be the original bid

price and not an escalated price. D1, D2.. = Each factor of the bid price eg. labour, transport, clothing, footwear, etc. The total of

the various factors D1, D2…etc. must add up to 100%. R1t, R2t…… = Index figure obtained from new index (depends on the number of factors used). R1o, R2o = Index figure at time of bidding. VPt = 15% of the original bid price. This portion of the bid price remains firm i.e. it is not

subject to any price escalations.

The following index/indices must be used to calculate your bid price:

Index Dated Index Dated Index Dated

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 25 of 34

Provincial Supply Chain Management

Non-firm Prices Page 3 of 5

Filename: RFP07GPTQF(SBD 3.2) Revision: 6 Release Date: 10/08/2016

2.1.2 Cost breakdown structure

A percentage (%) cost breakdown for each item must be submitted according to the following example – actual figures to be added to the table (2nd column) in par. 2.1.3 below: – the various elements specified in this paragraph will form the series (D1, D2 … up to Dn) in the formula to be indicatedin par 2.1.1 above. EXAMPLE OF COST BREAKDOWN STRUCTURE Direct labour 25%** Direct material 30%** Transport 25%**Other overheads 20%**

Total 100%

FURNISH A BREAKDOWN OF YOUR PRICE IN TERMS OF ABOVE-MENTIONED FORMULA. THE TOTAL OF THE VARIOUS FACTORS MUST ADD UP TO 100%.

FACTOR (D1, D2 etc. eg. Labour, transport etc.) PERCENTAGE OF BID PRICE

Whatever breakdown of index series are chosen cannot be changed over the duration of any contract awarded based on this RFP.

2.2 APPLICATION OF THE PRICE ADJUSTMENT FORMULA 2.2.1. Fixed price period GPG suggests an initial fixed period of at least six (6) months from the effective date of any agreement, which may be awarded as a result of this RFP. Specify from what date the first price adjustment would be applicable

(as per item number on RFP 06 Price Schedule)

2.2.2 Frequency of price adjustments after fixed price period GPG suggests quarterly adjustments, after the initial fixed price period. Longer periods than three (3) months (quarterly) between adjustments will be considered even more favourably.

(as per item number on RFP 06 Price Schedule)

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 26 of 34

Provincial Supply Chain Management

Non-firm Prices Page 4 of 5

Filename: RFP07GPTQF(SBD 3.2) Revision: 6 Release Date: 10/08/2016

3. METHOD 2: ADJUSTMENTS BASED ON DOCUMENTARY PROOF

Price adjustments shall also be considered based on independent trust worthy documentary proof of cost, price variances or payments (forward cover cost).

GPG would however prefer claims based on published indices (as per the method in par 2 above), as a result of the fact that the confidentiality regarding source and price of goods can be maintained with a formula. Providing substantiating or supporting documentation (as per this method in par 3) often reveals information that may be considered confidential by the bidder.

Please again note that • formula-based adjustments (as per the method in par 2) and• proven cost increases (as per this method in par 3) cannot both be entertained at the same time for the same

cost element.

3.1. Amount(s) subject to change based on documentary proof –Please specify for each item individually.

Item No

Amount

(as per item number on RFP 06 Price Schedule)

3.2.1. Fixed price period GPG suggests an initial fixed period of at least six (6) months from the effective date of any agreement, which may be awarded as a result of this RFP. Specify from what date the first price adjustment would be applicable.

(as per item number on RFP 06 Price Schedule)

3.2.2 Frequency of price adjustments after fixed price period GPG suggests quarterly adjustments, after the initial fixed price period. Longer periods than three (3) months (quarterly) between adjustments will be considered even more favourably.

(as per item number on RFP 06 Price Schedule)

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 27 of 34

Provincial Supply Chain Management

Non-firm Prices Page 5 of 5

Filename: RFP07GPTQF(SBD 3.2) Revision:6 Release Date: 10/08/2016

4 PRICES SUBJECT TO RATE OF EXCHANGE VARIATIONS

4.1. Please furnish full particulars of your financial institution, state the currencies used in the conversion of the prices of the items to South African currency, which portion of the price is subject to rate of exchange variations and the amounts remitted abroad.

PARTICULARS OF FINANCIAL INSTITUTION

ITEM NO PRICE CURRENCY RATE

PORTION OF PRICE

SUBJECT TO ROE

AMOUNT IN FOREIGN

CURRENCY REMITTED ABROAD

ZAR=

ZAR=

ZAR=

ZAR=

ZAR=

ZAR=

4.2 Adjustments for rate of exchange variations during the contract period will be calculated by using the average monthly exchange rates as issued by your commercial bank for the periods indicated hereunder: (Proof from bank required)

AVERAGE MONTHLY EXCHANGE RATES FOR THE PERIOD:

DATE DOCUMENTATION MUST BE SUBMITTED TO

THIS OFFICE

DATE FROM WHICH NEW CALCULATED

PRICES WILL BECOME EFFECTIVE

DATE UNTIL WHICH NEW CALCULATED

PRICE WILL BE EFFECTIVE

Name(s) & Signature(s) of Bidder(s)

CAPACITY

DATE:

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 28 of 34

Provincial Supply Chain Management

PREFERENCE POINTS CLAIM FORM

Page: 1 of 6

Filename: Pref00 (SBD 6.1) Revision: 4 Release Date: 07/06/2016

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

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

- the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxesincluded).

1.2 The value of this bid is estimated to exceed/not exceed R1 000 000 (all applicable taxes included) and therefore the system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

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

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

POINTS

1.3.1.1 PRICE

1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION

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

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

1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 29 of 34

Provincial Supply Chain Management PREFERENCE POINTS CLAIM

FORM Page: 2 of 6

Filename: Pref00 (SBD 6.1) Revision: 4 Release Date: 07/06/2016

2. DEFINITIONS

2..1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies;

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

2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration;

2.7 “consortium or joint venture” means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;

2.8 “contract”Error! Bookmark not defined. means the agreement that results from the acceptance of a bid by an organ of state;

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

2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

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

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

2.13 “person” includes a juristic person;

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

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

2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 30 of 34

Provincial Supply Chain Management PREFERENCE POINTS CLAIM

FORM Page: 3 of 6

Filename: Pref00 (SBD 6.1) Revision: 4 Release Date: 07/06/2016

Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and

2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person.

3. ADJUDICATION USING A POINT SYSTEM

3.1 The bidder obtaining the highest number of total points will be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking intoaccount all factors of non-firm prices and all unconditional discounts;.

3.3 Points scored must be rounded off to the nearest 2 decimal places.

3.4 In the event that two or more bids have scored equal total points, the successful bidmust be the one scoring the highest number of preference points for B-BBEE.

3.5 However, when functionality is part of the evaluation process and two or more bids havescored equal points including equal preference points for B-BBEE, the successful bid mustbe the one scoring the highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by thedrawing of lots.

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

⎟⎠⎞

⎜⎝⎛ −−=

min

min180

PPPtPs or ⎟

⎠⎞

⎜⎝⎛ −−=

min

min190

PPPtPs

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

5. Points awarded for B-BBEE Status Level of Contribution

5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the tablebelow:

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 31 of 34

Provincial Supply Chain Management PREFERENCE POINTS CLAIM

FORM Page: 4 of 6

Filename: Pref00 (SBD 6.1) Revision: 4 Release Date: 07/06/2016

B-BBEE Status Level of Contributor

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 8 16

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.

5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub- contractor is an EME that has the capability and ability to execute the sub-contract.

5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 32 of 34

Provincial Supply Chain Management PREFERENCE POINTS CLAIM

FORM Page: 5 of 6

Filename: Pref00 (SBD 6.1) Revision: 4 Release Date: 07/06/2016

6. BID DECLARATION

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

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1

7.1 B-BBEE Status Level of Contribution: = (maximum of 10 or 20 points) (Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

8 SUB-CONTRACTING

8.1 Will any portion of the contract be sub-contracted? YES NO 8.1.1 If yes, indicate:

(i) what percentage of the contract will be subcontracted? (ii) the name of the sub-contractor? (iii) the B-BBEE status level of the sub-contractor? (iv) whether the sub-contractor is an EME? YES NO

9 DECLARATION WITH REGARD TO COMPANY/FIRM

9.1 Name of company/firm

9.2 VAT registration number

9.3 Company registration number

9.4 TYPE OF COMPANY/ FIRM [TICK APPLICABLE BOX]

- Partnership/Joint Venture / Consortium - One person business/sole propriety - Close corporation - Company - (Pty) Limited

9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

9.6 COMPANY CLASSIFICATION [TICK APPLICABLE BOX]

- Manufacturer - Supplier - Professional service provider - Other service providers, e.g. transporter, etc.

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 33 of 34

Provincial Supply Chain Management PREFERENCE POINTS CLAIM

FORM Page: 6 of 6

Filename: Pref00 (SBD 6.1) Revision: 4 Release Date: 07/06/2018

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

9.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certifythat the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct;

(ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form.

(iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

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

(e) forward the matter for criminal prosecution

WITNESSES

Name(s) & Signature(s) of Bidder(s)

2

1 DATE: ADDRESS:

GT/GDARD/188/2016 SECTION 2 - ISSUE DATE: 06/12/2016 Page 34 of 34