MHLONTLO LOCALMUNICIPALITY

TENDER DOCUMENT FORSUPPLY & DELIVERY OF PROTECTIVE CLOTHING

BIDNOTICENO:PRC-03CS-MHLM-2017/18

Issued by: TheMunicipalManager

MHLONTLO LOCALMUNICIPALITY

P.O. BOX 31

QUMBU

5180

96 General Mabindla Street

QUMBU

5180

Tel:+27(047) 553 7000

Fax;+27(047) 5530189

CSD NO.______SARS PIN______

NAME OFBIDDER:

TENDER AMOUNT:

BBBEE LEVEL:______

1

tender notification
PROJECT NAME / CONTRACT NUMBER / ADVERT DATE / CLOSING DATE
Supply and Delivery of Protective Clothing / PRC-03CS-MHLM-2017/18 / 23/04/2018 / 15/05/2018
12:00PM
Qumbu Foyer

N.B tender documents will be available to e-Tender website or

Quotations are requested from suitable qualified service providers to Supply and Deliver of Protective Clothing to Mhlontlo Local municipality.

SUPPORTING DOCUMENTS NEEDED

Received Responsive bids will be evaluated based on the following:

  1. Bidders are required to submit the Company Profile with contactable references.
  2. Submission of Certified B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or sworn Affidavit from DTI website.
  3. Proof of Municipal rates not later than one month.
  4. Submission of SARS compliance status Tax Pin.
  5. Central Supplier Database Report not later than one month of the closing date
  6. MDB 4, MBD 6.1 MBD 6.2 MBD 7, MBD 8 & MBD 9 Forms available from

Failure to supply all supplementary information may result in the tender being deemed an incomplete tender and may not be considered forward.

(b) CONDITIONS OF THE TENDER

  • Mhlontlo Local Municipality Supply Chain Policy Management will apply.
  • The Council is not bound to accept the lowest or any tender and or part thereof and the Council reserves the right to accept any tender in whole or in part.
  • All electronic, telegraphic, telefax, e-mail and late tenders will not be considered and tenders not deposited in the tender box as prescribe in this notice will not be considered as well.
  • Mhlontlo local Municipality does not bind itself to accept the lowest proposal.

Evaluation Criteria

Mhlontlo Local Municipality subscribers to the Broad Based Black Economic Empowerment Act (BBBEEA) Act 53 of 2003, Preferential Procurement Policy Framework Act, 2000(Act 5 of 2000). The 80/20 preference point system shall be applicable during the evaluation and adjudication of this tender.

Received Responsive bids will be evaluated based on the following:

  • Stage 1- Functionality
  • Stage 2- Price and preferential points

The 80/20 preference system will be used as per SCM policy, where 80 points will be for price and 20 for BBBEE.

(c)FUNCTIONALITY ASSESSMENT:

Functional Category & Description / Points Allocation
Compliance to the terms of references(SABS Approved) / 40
Proof of financial stability / 40
Reputation for good service from previous clients by means of written proof / 20
Total / 100

NOTE: Only bidders who scored 70% and more on stage 1 to be evaluated further on price evaluation.

Tenders Must be deposited in the tender Box at the Mhlontlo Local Municipality, 96 Church Street Qumbu or Posted to P.O. Box 31 Qumbu 5180. Faxed or electronic submission of documents will not be accepted.

Mhlontlo Local Municipality reserves the right to withdraw any invitation to tender and/or to re-advertise or to reject any tender or to accept a part of it.

The Municipality does not bind itself to accepting the lowest tender or any tender

4. ENQUIRES

Any queries for further information relating to this advert must be directed to Ms T Ntobongwana on 047553 7000 and SCM queries to be forwarded to Mr. T Mbono at 047 553 7000.

MR S.G SOTSHONGAYE

MUNICIPAL MANAGER

SPECIFICATIONS FOR PROTECTIVE CLOTHING

Protective Clothing is designated as of November 2012 as a sector for local production and content and therefore only locally produced/ manufactured furniture with minimum threshold as per the table below will be considered. Bids pertaining to Protective Clothing are subject to local content requirements with effect from 15 November 2012 in terms of the Preferential Procurement Regulations, 2017.

The stipulated minimum threshold percentage for local production and content for the various protective clothing items ranges between 65% and 100%. Thus only locally produced or locally manufactured products from local raw materials in accordance with the required threshold values will be considered.

If the raw material or input to be used for a specific item is not available locally, bidders should obtain written authorisation from the DTI should there be a need to import such raw material or input. A copy of the authorisation letter must be submitted with the bid document at the closing date and time of the bid.

For further information, bidders and procuring organs of state may contact the Industrial Procurement Unit within the DTI at 012394 5598/1412/1664 or email . .

Only the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 must be used to calculate local content.

  • The local content (LC) expressed as a percentage of the bid price will be calculated in accordance with the following formula:
  • LC = (1 – x/y)*100

Where:

  • xis the imported content in Rand
  • yis the bid price in Rand excluding value added tax (VAT)
  • Prices referred to in the determination of x will be converted to Rand (ZAR) by using the exchange rate published by the SARB at 12:00 on the date that the bid has been advertised. The rates of exchange quoted by the bidder on the declaration certificate will be verified for accuracy

SATS 1286:2011, Local content Declarartion Templates (Annexex C, D& E) and the Guidance Document for the Calculation of Local content are accessible to all potential bidders on the dti official website ( at no cost

The following documents must be completed in full by the bidder

  1. MBD 6.2 (Declaration Certificate for Local Content)
  2. Annex C: Local Content Declaration (Summary Schedule)
  3. Annex D: Imported Content Declaration (Supporting Schedule to Annex C)
  4. Annex E: Local Content Declaration (Supporting Schedule to Annex C)

First Stage: Evaluation in terms of stipulated minimum threshold for local production and content. Refer to information stipulated under item 3.1.1

The declaration made by the bidders in the Declaration Certificate for Local Content (SBD 6.2) and Annexure C (Local Content Declaration: Summary Schedule) must be fully completed and signed.

If there are any amendments or deviations on the stipulated minimum threshold for local production and content or the supplier does not meet the percentage allocated, such proposals will not be considered further and will be regarded as submitting a non-responsive proposal and will be disqualified.

Specifications for Mhlontlo – PLEASE BRAND THE PPE WITH THE MHLONTLO LOGO

SABS approved piece overalls
Royal Blue (Colour) / TOPS / TROUSERS / TOTAL
Tops
370
Trousers
370
Size / number / size / number
48 – 35 / 48 – 35
46 – 35 / 46 – 35
44 – 36 / 44 – 36
42 – 48 / 42 – 48
40 – 36 / 40 – 36
38 – 45 / 38 – 45
36 – 45 / 36 – 45
34 – 45 / 34 – 45
32 – 45 / 32 – 45
SABS approved safety boots
Black (Colour) / size / number / 370
13 – 42
10 – 46
09 -- 43
08 – 50
07 – 51
06 – 47
05 – 45
04 – 46
SABS approved safety glasses / 50 / 50
SABS approved ear plugs / 100 / 100
Warm winter jackets
Navy (Colour) / size / number
4xl - 20 / 370
3xl - 20
2xl - 48
xl - 66
l - 68
M - 75
S - 71
t shirts
Navy (Colour) / Size / Number
4xl - 20 / 370
3xl - 20
2xl - 48
xl - 66
l - 69
m - 76
S - 71
Gum boots
(Black) / Size / Number
8 - 21 / 190
9 - 14
7 - 32
10 - 4
13 - 4
6 - 50
5 - 43
4 - 14
Fleece Jacket
Navy (Colour) / Size / number
L - 41 / 190
M - 43
XL - 42
S - 22
2XL - 19
3XL - 5
4XL - 8
XS - 10

INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE MHLONTLO LOCAL MUNICIPALITY

BID NUMBER:PRC-03CS-2017/2018CLOSING DATE: 15/05/ 2018 CLOSING TIME: 12H00

DESCRIPTION: SUPPLY AND DELIVERY OF PROTECTIVE CLOTHING.

The bidder is required to fill in Form (MBD 4,6,7 8 and 9).

BID DOCUMENTS MAY BE POSTED TO:

Mhlontlo Local Municipality Offices, P.O. Box 31 Qumbu 5180

OR

DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)

96 Church Street

Qumbu

5180

Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration.

The bid box is generally open 24 hours a day, 7 days a week.

THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT

NB: NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE (as defined in Regulation 1 of the Local Government: Municipal Supply Chain Management Regulations)

THE FOLLOWING PARTICULARS MUST BE FURNISHED

(FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)

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

POSTAL ADDRESS: ……….……………….…………………………………………………………………………………………….

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

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

CELLPHONE NUMBER: …………………………………………….……………………………………

FACSIMILE NUMBER: CODE …………. NUMBER: ……………………………………………………………………………

E-MAIL ADDRESS: ………………………………………………………………………………………………………………………..

VAT REGISTRATION NUMBER: ………………..……………………………………………………………………………

HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEENATTACHED? YES/NO

HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? YES/NO

IF YES, WHO WAS THE CERTIFICATE ISSUED BY?

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

A VERIFICATION AGENCY ACCREDITED BY THE SOUITH AFRICAN NATIONAL ACCREDITATION SYSTEM (SANAS) □

A REGISTERED AUDITOR □

(Tick applicable box)

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE)

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS/SERVICES/WORKS OFFERED? YES/NO (IF YES ENCLOSE PROOF)

SIGNATURE OF BIDDER: …………….………………………………………………………………………………………..

DATE: ………………………………………………………………………………………………………………………………………………

CAPACITY UNDER WHICH THIS BID IS SIGNED:…………………………………………………………………

BID PRICING SCHEDULEYES/NO TOTAL NUMBER OF ITEMS OFFERED: ………………………

(IF YES ENCLOSE PROOF

______

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:

Municipality : Mhlontlo Local Municipality

Department: BTO (Supply Chain Management)

Contact Person: Mr. T Mbono

Tel: 047553 7000

Fax: 047553 0189

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO:

Department: Community Services

Contact Person: Ms. T.Ntobongwana

Tel: 047553 7000

Fax: 047553 0189

MBD 4

DECLARATION OF INTEREST

1.No bid will be accepted from persons in the service of the state.

  1. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their positionin relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.

3In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1Full Name: …………………………………………………………………………

3.2Identity Number: …………………………………………………………………

3.3Company Registration Number: …………………………………………………

3.4Tax Reference Number: …………………………………………………………

3.5VAT Registration Number: ………………………………………………………

3.6Are you presently in the service of the state YES / NO

3.6.1If so, furnish particulars.

………………………………………………………………

………………………………………………………………

3.7Have you been in the service of the state for the past YES / NO

twelve months?

3.7.1If so, furnish particulars.

………………………………………………………………

………………………………………………………………

3.8Do you, have any relationship (family, friend, other) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid?

3.8.1If so, furnish particulars.

………………………………………………………………

………………………………………………………………

3.9Are you, aware of any relationship (family, friend, other) between a bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid?

3.9.1If so, furnish particulars

…………………………………………………………….

…………………………………………………………….

3.10Are any of the company’s directors, managers, principal YES / NO

shareholders or stakeholders in service of the state?

3.10.1If so, furnish particulars.

………………………………………………………………

3.11Are any spouse, child or parent of the company’s directors, YES / NO

managers, principal shareholders or stakeholders in service

of the state?

3.11.1If so, furnish particulars.

…………………………………………………

CERTIFICATION

I, THE UNDERSIGNED (NAME) ………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT.

I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE

FALSE.

…………………………………..……………………………………..

SignatureDate

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

Position Name of Bidder

MBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1This Municipal Bidding Document must form part of all bids invited.

2It serves as a declaration to be used by municipalities and municipal entities in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3The bid of any bidder may be rejected if that bidder, or any of its directors have:

  1. abused the municipality’s / municipal entity’s supply chain management system or committed any improper conduct in relation to such system;
  2. been convicted for fraud or corruption during the past five years;
  3. willfully neglected, reneged on or failed to comply with any government, municipal or other public sector contract during the past five years; or
  4. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004).

4In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item / Question / Yes / No
4.1 / Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector?
(Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied).
The Database of Restricted Suppliers now resides on the National Treasury’s website() and can be accessed by clicking on its link at the bottom of the home page. / Yes / No
4.1.1 / If so, furnish particulars:
4.2 / Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)?
The Register for Tender Defaulters can be accessed on the National Treasury’s website () by clicking on its link at the bottom of the home page. / Yes / No
4.2.1 / If so, furnish particulars:
4.3 / Was the bidder or any of its directors convicted by a court of law (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years? / Yes / No
4.3.1 / If so, furnish particulars:
Item / Question / Yes / No
4.4 / Does the bidder or any of its directors owe any municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months? / Yes / No
4.4.1 / If so, furnish particulars:
4.5 / Was any contract between the bidder and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract? / Yes / No
4.7.1 / If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………..……………………………..……

CERTIFY THAT THE INFORMATION FURNISHED ON THIS

DECLARATION FORM TRUE AND CORRECT.

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

………………………………………...…………………………..

Signature Date

……………………………………….…………………………..

PositionName of Bidder

MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1This Municipal Bidding Document (MBD) must form part of all bids¹ invited.

2Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds.

3Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to:

a.take all reasonable steps to prevent such abuse;

b.reject the bid of any bidder if that bidder or any of its directors has abused the supply chain management system of the municipality or municipal entity or has committed any improper conduct in relation to such system; and

c.cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during the bidding process or the execution of the contract.

4This MBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

______

(Bid Number and Description)

in response to the invitation for the bid made by:

______

(Name of Municipality / Municipal Entity)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of:______that:

(Name of Bidder)

  1. I have read and I understand the contents of this Certificate;
  2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;
  3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder;
  4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;
  5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and

(c)provides the same goods and services as the bidder and/or is in the same line of business as the bidder

MBD 9

  1. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor.However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding.
  2. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

(a)prices;

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

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

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

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

(f) bidding with the intention not to win the bid.

  1. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.
  2. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.