No specific requirements found
B-BBEE Minimum Level: Four
B-BBEE Details: Procurement Policy The objective criteria will be applied in the flowing manner:
Framework Act is to give 2) The demographic profile of property ownership or access to property will be
effect to Section 25 assessed using the Municipality’s lease register in relation to the location
(5) of the of the subject property and the level of participation in the sector.
Constitution of the Preference will be given to the most underrepresented groups within that
Republic of South property profile. The graph depicted under Annexure A on
Africa represents the current demographic profile of existing leases that would
apply to this bid.
• Bidders must score a minimum of 70 points for Functionality Evaluation in
order to qualify for further evaluation in Price and Preference Goal and the
Objective Criteria.
Tender(s) received need to be evaluated firstly in terms of the functionality evaluation and thereafter in terms
of preference point system. Once the highest points scorer has been ascertained only then the objective
criteria will be applied.
4.18 Award of where Bidders have Scored Equal Points Overall
1. In the event that two or more bids have scored equal total points, the successful
bid will be the one scoring highest points for specific goals.
2. However, when functionality is part of the evaluation process and two or more bids
have scored equal points including equal points for special goals, the successful
bid will be the one scoring the highest score for functionality.
3. Should two or more bids be equal in all respects; the award will be decided by the
drawing of lots.
CONTRACT NO. 7E-30624 REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF
PROPOSED LEASE PORTION 1 OF ERF 546, REM OF ERF 546, ERF 547, AND 548 ALL OF SEA VIEW MEASURING
1.1601 Ha AS DEPICTED ON HAND PLAN SJ 4823/2
5. DECLARATION WITH REGARD TO COMPANY/FIRM
5.1. Name of company/ firm:........................................................................
5.2. VAT registration number:......................................................................
5.3. Company registration number:...............................................................
5.4. TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium
One person business/sole propriety
Close corporation
Company
(Pty) Limited
Non-Profit Company
State Owned Company
[TICK APPLICABLE BOX]
5.5. DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
.................................................................................................................................
.................................................................................................................................
.................................................................................................................................
..................................................................
5.6. COMPANY CLASSIFICATION
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc.
Property Development /Management .
[TICK APPLICABLE BOX]
5.7. MUNICIPAL INFORMATION
Municipality where business is situated: ...........................................................
Registered Account Number: ...............................
Stand Number: .................................................
5.8. Total number of years the company/firm has been in business :..............................
CONTRACT NO. 7E-30624 REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF
PROPOSED LEASE PORTION 1 OF ERF 546, REM OF ERF 546, ERF 547, AND 548 ALL OF SEA VIEW MEASURING
1.1601 Ha AS DEPICTED ON HAND PLAN SJ 4823/2
I, the undersigned, who warrants that I am authorised to sign on behalf of the Tenderer and certify that
the points claimed, based on the specific goals as specified in the tender, qualifies the tendering entity
for the preference(s) shown.
I acknowledge that:
1) The information furnished is true and correct.
2) The preference points claimed are in accordance with the General Conditions as indicated in
paragraph 1 of this form.
3) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4
and 4.2, the contractor may be required to furnish documentary proof to the satisfaction of the
organ of state that the claims are correct.
4) If the specific goals have been claimed or obtained on a fraudulent basis, or any of the conditions
of contract have not been fulfilled, the organ of state may, in addition to any other remedy it may
have:
(a) disqualify the person from the tendering 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) recommend that the tenderer or contractor, its shareholders and directors, or only
the shareholders and directors who acted on a fraudulent basis, be restricted 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, if deemed necessary.
WITNESSES
1................................. ..............................................
SIGNATURE(S) OF BIDDERS(S)
2.................................
CONSTITUTIONAL COURT JUDGEMENT
Pursuant to the Constitutional Court judgement which declared Preferential Procurement Regulation
2017 (Regulations) invalid and no force and effect, this procurement document abides by the court order
and any reference made to the said Regulations is hereby revoked and replaced by Preferential
Procurement Policy Framework Act of 2000.
CONTRACT NO. 7E-30624 REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF
PROPOSED LEASE PORTION 1 OF ERF 546, REM OF ERF 546, ERF 547, AND 548 ALL OF SEA VIEW MEASURING
1.1601 Ha AS DEPICTED ON HAND PLAN SJ 4823/2
MBD 7: BIDDERS INFORMATION
Name of Bidder
ID /Passport/ Registration Number
Nature of Natural Person/ Sole
bidder (tick Proprietor
one
School/NGO/Trust
Company/ CC/ Partnership
Joint Venture (JV)
Postal Address
Tel
Cell
Email
Fax
BIDDER BANKING DETAILS
Name of bidder’s Banker
Contact details of banker
I,...............................................................................................................( “The
Bidder”).
in my capacity as
.................................................................................................................
hereby submit a proposal in the preceding document. I have read the Proposal Call Document
in full and hereby submit the MBDs in accordance with the conditions stated in the document,
and further declare under oath that the information contained in the MBDs is to the best of my
knowledge true and correct. I further state as follows:
Signed and sworn at ______________________ on this ________day of _______________
by the Bidder (s) who has stated that:
He/she knows and understands the contents hereof and that it is true and correct;
He/she has no objection to taking the prescribed oath; and
That he /she regards the prescribed oath as binding on his/her conscience
That the provisions of the regulations contained in Government Notice Rst
July 1970 (as amended) have been complied with.
__________________________________________________________________________
Bidder (s)
Signed before me
COMMISIONER OF OATHS
CONTRACT NO. 7E-30624 REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF
PROPOSED LEASE PORTION 1 OF ERF 546, REM OF ERF 546, ERF 547, AND 548 ALL OF SEA VIEW MEASURING
1.1601 Ha AS DEPICTED ON HAND PLAN SJ 4823/2
MBD 8: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1 This Municipal Bidding Document must form part of all bids invited.
2 It 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.
3 The bid of any bidder may be rejected if that bidder, or any of its directors have:
a. abused the municipality’s / municipal entity’s supply chain management system or
committed any improper conduct in relation to such system;
b. been convicted for fraud or corruption during the past five years;
c. willfully neglected, reneged on or failed to comply with any government, municipal or
other public sector contract during the past five years; or
d. been listed in the Register for Tender Defaulters in terms of section 29 of the
Prevention and Combating of Corrupt Activities Act (No ).
4 In 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 Yes No
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(www.treasury.gov.za) and can be accessed by
clicking on its link at the bottom of the home page.
4.1.1 If so, furnish particulars:
4.2 Is the bidder or any of its directors listed on the Register for Tender Yes No
Defaulters in terms of section 29 of the Prevention and Combating of
Corrupt Activities Act (No )?
The Register for Tender Defaulters can be accessed on the National
Treasury’s website (www.treasury.gov.za) by clicking on its link at
the bottom of the home page.
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law Yes No
(including a court of law outside the Republic of South Africa) for fraud
or corruption during the past five years?
CONTRACT NO. 7E-30624 REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF
PROPOSED LEASE PORTION 1 OF ERF 546, REM OF ERF 546, ERF 547, AND 548 ALL OF SEA VIEW MEASURING
1.1601 Ha AS DEPICTED ON HAND PLAN SJ 4823/2
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 Yes No
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?
4.4.1 If so, furnish particulars:
4.5 Was any contract between the bidder and the municipality / municipal Yes No
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?
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
.............................................. ................................
Position Name of Bidder
CONTRACT NO. 7E-30624 REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF
PROPOSED LEASE PORTION 1 OF ERF 546, REM OF ERF 546, ERF 547, AND 548 ALL OF SEA VIEW MEASURING
1.1601 Ha AS DEPICTED ON HAND PLAN SJ 4823/2
MBD 9: CERTIFICATE OF INDEPENDENT BID DETERMINATION
1 This Municipal Bidding Document (MBD) must form part of all bids1 invited.
2 Section 4 (1) (b) (iii) of the Competition Act No. , 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.
3 Municipal 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.
4 This 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.
5 In 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.
CONTRACT NO. 7E-30624 REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF
PROPOSED LEASE PORTION 1 OF ERF 546, REM OF ERF 546, ERF 547, AND 548 ALL OF SEA VIEW MEASURING
1.1601 Ha AS DEPICTED ON HAND PLAN SJ 4823/2