The Amatola Water Board requests your quotations to be submitted as per below. Please furnish all information and forms as requested and return your quotation on or before the stipulated closing date. Late and incomplete submissions will invalidate the quotation submitted.
ADVERISMENT DATE / 28/11/2017
DEPARTMENT / Operations & Maintenance
RFQ NUMBER / RFQ 1023
DESCRIPTION OF GOODS/SERVICES / Supply and Delivery of GorrmannRuppe Air Release Valve
RFQ SPECIFICATION FORMS/ DOCUMENTS ARE OBTAINABLE FROM / Amatola Website and from Supply Chain Office
COMPULSORY REQUIREMENTS / As detailed on the Returnable Schedules
SUBMISSION OF QUOTES / HAND DELIVERED ONLY TO:
RFQ/Quotation Box at 6 Lancaster Road Reception Area, Vincent , East London,
SITE MEETING/BRIEFING / Not Applicable
DELIVERY OF GOODS/ SERVICES / Nahoon Dam Stores
SAMPLES REQUIRED / Not Applicable
CLOSING DATE AND TIME / 07 /12/2017 @ 11h00
ENQUIRIES / For more information or clarity kindly contact N. Bottcher on 083 6514103

PLEASE NOTE: Quotations above R30 000 will be evaluated on the basis of the 80:20 point system as stipulated in the Preferential Procurement Policy Framework Act (Act number 5 of 2000) & Amatola Water Board Supply Chain Management Policies and Procedures.

SUBMISSION OF QUOTES: All quotes must be submitted to the dedicated quotes email address or submitted to the box. No quotes to individual inboxes will be accepted.

Confidential Request for Quotation

Subject / Supply and delivery of the Gorrmann Ruppe Air Release Valve
Attention / Date / 28/11/2017
Organisation / Ref. / RFQ 1023
Fax No. / From / Ms Mavuso
Email Address
RFQ Closing Date and Time : Thursday 07 December 2017 AT 11:00
NB: No late or incomplete quotations will be considered

No of pages, including this one: 32

SCM ENQUIRIES

N. Mavuso – Tel: (043) 707 3700/ 043-707 3742

E-mail:

TECHNICAL ENQUIRIES

N. Bottcher – Tel: 043-709 3700/ 083 651 4103

E-mail:

Amatola Water seeks a suitably experienced service provider for the supply and delivery of the Gorrmann Ruppe Air Release Valve in line with the Scope of Work as detailed in Annexure 1.

Your quotation must be submitted in accordance with our CONDITIONS OF PURCHASE.

  1. QUOTATION DOCUMENTS

Your quotation must be submitted in accordance with the following documentation enclosed herewith:

1.1.Scope of Work:(Annexure 1)

1.2.Functionality Scoring : (Annexure 2)

1.3.Price Schedule:(Annexure 3).A detailed quotation may be submitted together with the Price Schedule.

1.4.Compulsory Returnable Schedules:(Annexure 4)

(a)Proof of CSD Registration

(b)Declaration of Interest

(c)Preference Points Claim Form

(d)B-BBEE Verification Certificate / Affidavit

(e)Declaration of bidder’s past supply chain management practices

(f)Certificate of independent bid determination

(g)Reference Schedule

(h)Local Content Declaration

1.4Conditions of Purchase: (Annexure 5)

  1. COMPANY PROFILE

A brief company profile detailing your company’s experience and expertise in the area of work quoted for must be provided.

  1. CRITERIA TO BE USED FOR EVALUATION OF QUOTATIONS

In line with Amatola Water’s Supply Chain Management Policy, quotations will be evaluated on the 80/20 preference point system for acquisitions with a rand value below R50 Million. The 80/20 preference point system allocates 80 points for price and 20 points for the B-BBEE status level of contributor.

3.1 Evaluation of Preference/B-BBEE

The Preferential Procurement Policy Framework Act (PPPFA) principles will apply, whereby submissions will be evaluated according to the provision of the Act. The measurement of the B-BBEE status of the suppliers/service providers will be scored in line with the Broad-Based Black Economic Empowerment Codes of Good Practice (Government Gazette No. 29617, Notice 112 of 2007).B-BBEE status will be scored in accordance with the DTI Codes of Good Practice and bidders must submit their original and valid B-BBEE status level verification certificateor a certificate issued by a registered auditor, accounting officer (as contemplated in section 60 (4) of the Closed Corporations Act, 1984) or an accredited verification agency in order to be eligible for B-BBEE points.

A maximum of 20 points may be awarded to a bidder for attaining their B-BBEE status level contemplated in the B-BBEE Codes of Good Practice. The points scored by a bidder in respect of the level of B-BBEE contribution contemplated in sub-regulation (3) must be added to the points scored for price.

As per the Supply Chain Management policy, Amatola Water strives to perform preferential procurement with organizations that have a procurement recognition level of 4 (100%). Suppliers who currently do not meet this recognition are strongly encouraged to further empower their organization to reach this level.

B-BBEE Status Level of Contributor / Number of Points
1 / 20
2 / 18
3 / 14
4. / 12
5 / 8
6 / 6
7 / 4
8 / 2
Non-compliant contributor / 0
  1. Central Supplier Database Registration

If not already registered as a vendor on National Treasury Database, bidders must be registered.Tenderers who wish to register as service providers on the Central Supplier Database can register onto For further enquiries contact the Supply Chain Management Department on Tel: 0437073770

5. METHOD OF SUBMISSION OF QUOTATION:

Your quotation may be submitted by the following method by:Thursday 07 December 2017 at 11:00:

  • Only Hand delivered ONLY to our Head Office, 6 Lancaster Road Reception, Vincent, East London
  • (Please put your RFQ submission in RFQ Boxlocated at Reception after signing the register).

Annexure 1

Amatola Water invites quotations from suitably experienced qualified and professional service providers to Supply and deliver of GorrmannRuppe Air Release Valveas set out below:

Scope of Work:

  • GorrmannRuppe

Air Release Valve: Make GRP 33-07

Size: 1 x 1 NPT

Static Discharge Head: 4 -17 (1.2 – 5.2)

Spring Colour – Red compression: 10Lbs (4.5kg)

*Gorman Ruppe Air Release Valves to be delivered to Nahoon Dam

For more information please contact N. Bottcher on 083 6514103

Annexure 2

FUNCTIONALITY SCORING

RFQs will be evaluated using Eligibility as per Compulsory Returnable Schedules,

Functionality Scoring as Stage 1 and Stage 2 for Price and preference.

Stage 1: Functionality Criteria:

  • RFQs will be evaluated based on the functionality as detailed on below table:

Scoring Functionality - The allocation of the scoring criteria will be applied as follows
EVALUATION CRITERIA / WEIGHTING / POINTS SCORED
References:As per Reference Schedule / 50
4-5 Relevant References / 50
3 Relevant References / 30
1 Relevant Reference / 10
Delivery Schedule / 50
0-3 days delivery / 50
Within 3-5 days delivery / 30
Within 7-14 days delivery / 10
Maximum possible score for quality / 100
Minimum number of total evaluation points required for functionality / 60

Annexure 3

Pricing Schedule

Item Description / Quantity / Unit Price (Excl. Vat) / Total Price
(Excl. Vat)
Gorrmann Ruppe
Air Release Valve : Make GRP 33-07
Size : 1 x 1 NPT
Static Discharge Head : 4 -17 (1.2 – 5.2)
Spring Colour – Red compression : 10Lbs (4.5kg) / 8
Sub Total
VAT
Total

NB:Please specify lead time………………………………….days after order award.

Kindly complete the following information:

Vendor Name: ______

Vendor Registration No.: ______Vat Reg. No.: ______

Tel. Number: ______Fax. Number: ______

Name (Block Letters): ______

Quotation Date: ______Signature: ______

E-mail address:______CSD Registration: ______

Annexure 4

Returnable Schedules Required for Eligibility and Evaluation Purposes

1.DECLARATION OF INTEREST (SBD4)

1.Declaration of Interest

1.1Any 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 a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by 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 positionin 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.

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

2.1Full Name of bidder or his or her representative: ______

2.2Identity Number: ______

2.3Position occupied in the Company (director, trustee, shareholder²): ______

2.4Company Registration Number: ______

2.5Tax Reference Number: ______

2.6VAT Registration Number:______

2.6.1The 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 three below.

¹“State” means –

(a)any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999);

(b)any municipality or municipal entity;

(c)provincial legislature;

(d)national Assembly or the national Council of provinces; or

(e)Parliament.

²”Shareholder” means a person who owns shares in the company and is actively

involved in the management of the enterprise or business and exercises control over

the enterprise.

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

presently employed by the state?

2.7.1If so, furnish the following particulars:

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

______

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

______

Position occupied in the state institution:

______

Any other particulars:

______

______

2.7.2If you are presently employed by the state, did you obtainYES / NO

the appropriate authority to undertake remunerative

work outside employment in the public sector?

2.7.2.1If yes, did you attached proof of such authority to the bidYES / NO

document?

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

2.7.2.2If no, furnish reasons for non-submission of such proof:

______

______

2.8Did you or your spouse, or any of the company’s directors / YES / NO

trustees / shareholders / members or their spouses conduct

business with the state in the previous twelve months?

2.8.1If so, furnish particulars:

______

______

2.9Do you, or any person connected with the bidder, haveYES / NO

any relationship (family, friend, other) with a person

employed by thestate and who may be involved with

the evaluation and or adjudication of this bid?

2.9.1 If so, furnish particulars:

______

______

2.10Are you, or any person connected with the bidder,YES/NO

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?

2.10.1 If so, furnish particulars:

______

______

2.11Do you or any of the directors / trustees / shareholders / members YES/NO

of the company have any interest in any other related companies

whether or not they are bidding for this contract?

2.11.1If so, furnish particulars:

______

______

3Full details of Directors / Trustees / Members / Shareholders

Full Name / Identity Number / Personal Tax Reference Number / State Employee Number / Personal Number

4Declaration

I, the undersigned (name) ______

Certify that the information furnished in paragraphs 2 and 3 above is correct.

I accept that the state may reject the bid or act against me in terms of paragraph 23 of the general conditions of contract should this declaration prove to be false.

______

Signature Date

______

Position Name of Bidder

May 2011

2.PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011 (SBD 6.1)

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

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

  • the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and
  • the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxesincluded).
  1. The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and therefore the ______system shall be applicable.
  1. Preference points for this bid shall be awarded for:
  • Price; and
  • B-BBEE Status Level of Contribution.

3.1The maximum points for this bid are allocated as follows:

Points

3.1.1Price80

3.1.2B-BBEE Status Level of Contribution20

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

  1. 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. 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.
  1. 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 measuredentity 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

anorgan of state for the provision of services, works or goods, through price quotations, advertisedcompetitive bidding processes or proposals;

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

2.6“comparative price” means the price after the factors of a non-firm price and all unconditional

discounts that can be utilized have been taken into consideration;

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

2.7“contract” means the agreement that results from the acceptance of a bid by an organ of

state;

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

2.10“Enterprise Development” constitutes the support of other businesses with the intention of achieving specific impact as defined in the B-BBEE Codes. All enterprise development activities must achieve growth and sustainability and ultimate financial and operational independence of beneficiaries

2.11“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;

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

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

2.14“person” includes a juristic person;

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

2.16 “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;

2.17 “total revenue” bears the same meaning assigned to this expression in the Codes of GoodPractice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

2.18“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

2.19 “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

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

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

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

3.4In the event that two or more bids have scored equal total points, the successful bid

must be the one scoring the highest number of preference points for B-BBEE.

3.5However, when functionality is part of the evaluation process and two or more bids have

scored equal points including equal preference points for B-BBEE, the successful bid must

be the one scoring the highest score for functionality.

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

drawing of lots.

4.POINTS AWARDED FOR PRICE

4.1The 80/20 or 90/10 Preference Point Systems

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

80/20or90/10

or

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

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

5.1In 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: