Skip to main content
EEBU 10-2025/26Supplies: Office & Stationery

appoint service providers - City of

Issuing Organization

Unknown

Location

Northern Cape

Closing Date

18 Feb 2026

View Full Details & ApplyBack to All Tenders
Share:
At a Glance

Tender Type

Request for Bid(Open-Tender)

Delivery Location

ENERGY AND ELECTRICITY BUSINESS UNIT - Pretoria - Pretoria - 0001

Published

12 Dec 2025

Tender Description
Tender to appoint service providers for the supply, delivery and off-loading of ring main units on an as and when required basis over three (3) year period.
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

ENERGY AND ELECTRICITY BUSINESS UNIT - Pretoria - Pretoria - 0001

Requirements & Eligibility
Analysis: EEBU 10-2025.26.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

(a) Delivery is required within 12 weeks from receipt of order. The ring main units are to be delivered at the City of Tshwane as per official order. (b) Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule prescribed by the purchaser in the contract under the delivery period. 8. STAGES OF EVALUATION Stage 1: Administration Compliance Stage 2: Mandatory requirements Stage 3: Preferential Point System 8.1. Stage 1: ADMINISTRATIVE COMPLIANCE All the bids will be evaluated against the administrative responsiveness requirements as set out in the list of returnable documents. Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) a) To enable The City to verify the bidder’s tax Tax status must be compliant compliance status, the bidder must provide; before the award. • Tax compliance status PIN. or • Central Supplier Database (CSD) b) A copy of their Central Supplier Database (CSD) CSD must be valid. registration; or indicate their Master Registration Number / CSD Number; c) Confirmation that the bidding company’s rates and Was a Municipal Account taxes are up to date: Original or copy of Municipal Statement, signed lease Account Statement of the Bidder (bidding agreement or letter from the local company) not older than 3 months and account councillor provided for the bidding must not be in arrears for more than ninety (90) company? The name and / or days; or ,signed lease agreement or In case of addresses of the bidder’s bidders located in informal settlement, rural areas statement correspond with CIPC or areas where they are not required to pay Rates document, Address on CSD or and Taxes a letter from the local councillor Company profile? Are all confirming they are operating in that area payment(s) up to date (i.e. not in arrears for more than 90 days? d) In addition to the above, confirmation that all the Was a Municipal Account bidding company’s owners / members / directors / Statement, signed lease major shareholders rates and taxes are up to agreement or letter from the local date: • Original or copy of Municipal Account councillor provided for the bidding Statement of all the South African based owners / company? The name and / or members / directors / major shareholders not addresses of the bidder’s older than 3 months and the account/s may not be statement correspond with CIPC in arrears for more than ninety (90) days; or a document, Address on CSD or signed lease agreement of owners / members / Company profile? Are all directors / major shareholders or In case of payment(s) up to date (i.e. not in bidders located in informal settlement, rural areas arrears for more than 90 days? or areas where they are not required to pay Rates and Taxes a letter from the local councillor confirming they are residing in that area e) Duly Signed and completed MBD forms (MBD 1, All documents fully completed (i.e. 4, 5, 8 and 9) The person signing the bid no blank spaces)? All documents documentation must be authorized to sign on fully signed by (any director / behalf of the bidder. Where the signatory is not a member / trustee as indicated on Director / Member / Owner / Shareholder of the the CIPC document, alternatively a company, an official letter of authorization or delegation of authority would be delegation of authority should be submitted with required? Documents completed the bid document. in black ink (i.e. no “Tippex” corrections, no pencil, no other NB: Bidders must ensure that the directors, colour ink, or non-submission of trustees, managers, principal shareholders, or the MBD forms, will be stakeholders of this company, declare any considered)? interest in any other related companies or business, whether or not they are bidding for Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) this contract. See Question 3.14 of MBD 4. Failure to declare interest will result in a disqualification f) Audited Financial Statements for the most recent Applicable for tenders above three (3) years or Audited Financial Statements R10m in conjunction with MBD 5) from date of existence for companies less than three years old. Are Audited financial statements NB: The bidder must submit signed audited annual provided (Audited financials must financial statements for the most recent three years, be signed by auditor) Or proof that or if established for a shorter period, submit audited the bidder is not required by law to annual financial statements from date of prepare audited financial establishment. statements. If the bidder is not required by law to prepare signed annual financial statements for auditing purposes, then the bidder must submit proof that the bidder is not required by law to prepare audited financial statements. g) Joint Ventures (JV) – (Only applicable when the If applicable. JV agreement bidder tenders as a joint venture) Where the provided? JV agreement complete bidder bids as a joint venture (JV), the required or and relevant? relevant documents as per (a) to (f) above must Agreement signed by all parties? be provided for all JV parties. In addition to the All required documents as per (i.e. above the bidder must submit a Joint Venture (JV) a to f) must be provided for all agreement signed by the relevant parties. partners of the JV. NB: It is a condition of this bid that the successful bidder will continue with the same Joint Venture (JV) for the duration of the contract unless prior approval is obtained from the City. h) Bidder attended a compulsory briefing session A compulsory briefing register where applicable must be signed by the bidder. Bidders will be disqualified should they fail to attend compulsory briefing session i) Pricing schedule (All items must be quoted for in Incomplete pricing schedule pricing schedule and if not, all items are quoted results in totals being the bidder will be disqualified). Unless the tender incomparable. Bidder must be is awarded per item or per section where the disqualified. bidder only quoted the items or sections, they are interested in. Bidder will be disqualified should they make corrections on the price schedule without attaching a signature or initialising thereto. Bidder will be disqualified should they use tippex/ correction ink, on the price schedule. 8.2. Stage 2: MANDATORY REQUIREMENTS 8.2.1. Copies of type test certificates or test reports in accordance with the SANS standards under Normative References from an accredited testing institution (SABS, IEC or any accredited international testing facility) of the product from the goods manufacturer. SANS 1874 Switchgear - Metal-enclosed ring main units for rated a.c. voltages above 1 kV and up to and including 36 kV SANS 1885 Metal-clad switchgear for rated a.c. voltages above 1kV and including 36kV. NRS 099 Bulk metering units for medium-voltage systems with a.c. voltages up to and including 24kV. NRS 095 Pre-cast concrete plinths for cable connected Equipment 8.2.2. Bidders will be evaluated based on the compliance of the following: (a) Annexure A – Returnable schedules A and B which must be completed in full with ink (black pen), bidders must not refer to brochures or any attached document. Failure to comply will result in the bidder being disqualified. NOTE: Bidders will be evaluated on the compliance of the form Annexure A; Returnable schedules A and B. Schedule B of this must be completed in full with ink (black pen) and the form must be signed underneath. Bidders must not refer to brochures or any attached documents. The information completed must comply to specification requirements. Failure to comply with these instructions will result in the bidder being disqualified. The information provided by the bidders in schedule B of Annexure A shall be evaluated against the City of Tshwane minimum requirements in schedule A and the technical specification requirements. 8.3. Stage 3: PREFERENTIAL POINT SYSTEM The preferential point system used will be the 90/10 points system in terms of the Preferential Procurement Policy Framework Act, 2000 (Act ) Regulations 2022. 90 points for price 10 points for Specific goals Specific Goals • Bidders are required to submit supporting documents for their bids to claim the specific goal points. • Non-compliance with specific goals will not lead to disqualification but bidders will not be allocated specific goal points. Bidders will score points out of 90 for price only and zero (0) points out of 10 for specific goals. • City of Tshwane shall act against any bidder or person when it detects that the specific goals were claimed or obtained on a fraudulent basis. The specific goal for this bid is outlined below. Specific goals 90/10 preference Proof of specific goals to be point system submitted BB-BEE score of companies Valid Certified copy of BBBEE • 4 Points certificate. Sworn Affidavit for B- • Level 1 • 3.5 Points BBEE qualifying small enterprise or • Level 2 • 3 Points Exempt Micro Enterprises or CIPC • Level 3 • 2.5 Points BBBEE certificate. • Level 4 • 2 Points • Level 5 • 1.5 Points Specific goals 90/10 preference Proof of specific goals to be point system submitted • Level 6 • 1 Point • Level 7 • 0.5 Points • Level 8 0 Points • Non-compliant EME and/ or QSE 1 Point Valid Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises or CIPC BBBEE certificate At least 51% of Women-owned 1 Point Certified copy of Identity Document/s companies and proof of ownership (Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises, CIPC registration or any other proof of ownership) At least 51% owned companies 1 Point Medical Certificate with doctor’s by People with disability details (Practice Number, Physical Address, and contact numbers) and proof of ownership (Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises, CIPC registration or any other proof of ownership At least 51% owned companies 1 Point Certified copy of Identity Document/s by Youth and proof of ownership (Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises, CIPC registration or any other proof of ownership Local Economic Participation Municipal Account statement/Lease • City of Tshwane agreement. • Gauteng 2 Points • National 1 Point 1 Point For points to be allocated as per above the tenderers will be required to submit proof of documentation as evidence for claims made. Any tenderer that does not submit evidence as stated in the bid document to claim applicable points will be allocated zero points. 9. TYPE OF AGREEMENT REQUIRED The General Conditions of Contract applicable to this Contract shall be the document “GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACT” issued by the National Treasury of the Republic of South Africa, read together with the Variations and Additions to the Conditions of Contract (Special Conditions of Contract) as well as the Data provided by the City of Tshwane. 10. PRICING SCHEDULE 10.1 General This section provides the tenderer with guidelines and requirements with regard to the completion of the Price Schedule. The Schedule has to be completed in black ink (black pen) and the tenderer is referred to the Tender Specifications in regard to the correction of errors. The Price Schedule shall be read with all the documents which form part of this Contract. The following words shall have the meanings hereby assigned to them: • Unit: The unit of measurement for each item of work in terms of the Specifications and the Project Specifications. • Amount: The rate tendered for an item. 10.2 Rates This price list has columns for rate and price for the goods. Entries in these columns are made as follows: • If the Supplier is to be paid an amount for the goods which is the unit rate for each item multiplied by the estimated quantity of the item supplied, (i.e. a ‘Price Schedule’ arrangement) - the tendering supplier enters the rate which is then multiplied by the estimated quantity (which has been entered by the Purchaser) to produce the price which is also entered. • The estimated quantities on the table below do not reflect the quantities that will be procured, they are only going to be used for the evaluation process. PRICE SCHEDULE The tender will be awarded as whole to a maximum of 5 Service Providers. Section 1 – Ring Main Unit ITEM DESCRIPTION UNIT OF EST QTY UNIT RATE NO MEASUR (EXCLUSIVE OF VAT) E 1 Outdoor metering RMU for Each 1 supplying transformer loads of up to 4 MVA. 2 Indoor metering RMU for Each 1 supplying transformer loads of up to 4 MVA. 3 Outdoor non-metering RMU for Each 1 supplying transformer loads of up to 500 kVA. 4 Indoor non-metering RMU for Each 1 supplying transformer loads of up to 500 kVA. 5 Indoor non-metering RMU for Each 1 supplying transformer loads of up to 2 MVA. 6 Indoor combination 2-circuit Each 1 breakers and 2-isolators 7 Outdoor Three-way Switch. Each 1 8 Outdoor Four-way Switch. Each 1 9 Combination Outdoor Circuit Each 1 breaker and Three-way switch 10 Concrete plinth for the three-way RMU Each 1 11 Concrete plinth for the four-way RMU Each 1 Total Section 1 Excl. VAT Section 2 - Spares ITEM DESCRIPTION UNIT Est UNIT RATE NO Qty (EXCL VAT) 12 M&G RM6 SF6 Ring Main Unit With 2 x 630A Each 1 Isolators & 1 x 200A Circuit Breaker T-OFF Fitted With A VIP400 Overcurrent & Earth Fault protection relay 13 Metering C. T’s 11000V Ring Type Class 0.5 Each 1 Burden 10VA Ration 200/100-5 14 Voltage Transformer 3 Phase 11000/110V Each 1 CLASS 0.5 100VA VOLTAGE FACTOR 1.2. H.T 3 X 3.15AMP FUSE LENGTH 195mm 15 Type C / Type C Bushings Each 1 16 Elastimould Leads From Switch Bushings For Each 1 Consumer Connection 17 DIN Rail Mount Black Fuse Holders Each 1 18 DIN Rail Mount White Fuse Holder With Link Each 1 19 UK10n Terminals Each 1 20 UK10n sliders Each 1 21 UK10n Stoppers Each 1 22 UN10n Side Plate Each 1 23 Neon Indication 11kv Each 1 24 Test Block Crompton Greaves Each 1 25 Metering Cubicle Drg Each 1 26 Barker & Nelson No.2 Handles Each 1 ITEM DESCRIPTION UNIT Est UNIT RATENO Qty (EXCL VAT) 27 Inspection Cover To Change H.T Fuses Each 1 28 Door Stays Doors To Open 95o Each 1 29 Nylon Screws Two Threads Only Each 1 30 Outside Door Sign: Triangle With Lightning Each 1 Sign 31 Inside Door Signs: H.V In Red Each 1 32 Connect C. T’s To Slide Connectors Each 1 33 R.W.B Phase Dots Under Bushings Each 1 34 Only One Lug Per Bolt One Earth Bar Each 1 35 Earth Box IDI Each 1 36 Provision For Energy Meter Each 1 37 Sets RCAB Boots To Be Fitted On Bushings Each 1 38 Set Standard Notices To Be Fitted On Bushings Each 1 Total Section 2 (Excl. VAT) Total Section 1 (Excl. VAT) Total Section 2 (Excl. VAT) VAT @15% Total Vat Included MATERIAL NUMBERS Section 1 – Ring Main Unit Outdoor metering 100000000698 RMU METERING 35 RMU for OUTDOOR LOAD supplying UP TO 4MA transformer loads of up to 4 MVA. Indoor metering 200000038322 RMU METERING 34 RMU for INDOOR LOAD UP supplying TO 4MA transformer loads of up to 4 MVA. Outdoor non- 100000020843 RMU N- 40 metering RMU METERING for supplying OUTDOOR LOAD transformer loads UP TO 500KVA of up to 500 kVA. Indoor non- 200000028315 RMU N- 39 metering RMU METERING for supplying INDOOR LOAD UP transformer loads TO 500KVA of up to 500 kVA. Indoor non- 200000035407 RMU N- 37 metering RMU METERING for supplying INDOOR LOAD UP transformer loads TO 2MVA of up to 2 MVA. Indoor 200000028316 RMU 37 combination 2- COMBINATION CB circuit breakers + ISOLATOR and 2-isolators INDOOR Outdoor Three- 100000000837 RMU SWITCH 24 way Switch. OUTDOOR 3-WAY Outdoor Four- 100000000840 SWITCH 24 way Switch. OUTDOOR 4-WAY RMU Combination 100000000703 RMU N-METER 39 Outdoor Circuit OUTDOOR breaker and COMBO SWITCH Three-way switch 500KVA Concrete plinth 200000028317 RMU PLINTH 25 for the three-way CONCRETE 3- RMU WAY Concrete plinth 200000028318 RMU PLINTH 25 for the four-way CONCRETE 4- RMU WAY SECTION 2 - SPARES M&G RM6 SF6 200000001821 RMU RM6 W 31 39121105 39120000 100 M&G RM6 SF6 RING MAIN RING MAIN ISOLATOR + CB W UNIT WITH 2 X 630A UNIT WITH 2 X RELAY ISOLATORS & 1 X 200A 630A CIRCUIT BREAKER T- ISOLATORS & 1 OFF FITTED WITH A X 200A CIRCUIT VIP400 OVERCURRENT & BREAKER T- EARTH FAULT OFF FITTED PROTECTION RELAY WITH A VIP400 OVERCURRENT & EARTH FAULT PROTECTION RELAY METERING C. 200000001822 C.T. METERING 40 39121105 39120000 100 METERING C. T’S 11000V T’S 11000V RING TYPE RING TYPE CLASS 0.5 RING TYPE CLASS 0.5 11000V BURDEN 10VA RATION CLASS 0.5 200/100-5 BURDEN 10VA RATION 200/100-5 VOLTAGE 200000001823 TRANSFORMER 38 39121105 39120000 100 VOLTAGE TRANSFORMER VOLTAGE 3 TRANSFORMER 3 PHASE 3 PHASE PHASE 11000/110V CLASS 0.5 11000/110V 11000/110V 100VA VOLTAGE CLASS 0.5 FACTOR 1.2. H.T 3 X 100VA 3.15AMP FUSE LENGTH VOLTAGE 195MM FACTOR 1.2. H.T 3 X 3.15AMP FUSE LENGTH 195MM TYPE C / TYPE 200000001824 BUSHING TYPE C 14 39121105 39120000 100 TYPE C / TYPE C C BUSHINGS BUSHINGS ELASTIMOULD 200000001825 LEAD SWITCH 30 39121105 39120000 100 ELASTIMOULD LEADS LEADS FROM BUSHING - FROM SWITCH SWITCH CUSTOMER BUSHINGS FOR BUSHINGS FOR CONSUMER CONSUMER CONNECTION CONNECTION DIN RAIL 200000001826 HOLDER FUSE 32 39121105 39120000 100 DIN RAIL MOUNT BLACK MOUNT BLACK DIN RAIL MOUNT FUSE HOLDERS FUSE HOLDERS BLACK DIN RAIL 200000001827 HOLDER FUSE W 39 39121105 39120000 100 DIN RAIL MOUNT WHITE MOUNT WHITE LINK DIN RAIL FUSE HOLDER WITH FUSE HOLDER MOUNT WHITE LINK WITH LINK UK10N 200000001835 TEMINAL UK10N 13 39121105 39120000 100 UK10N TERMINALS TERMINALS UK10N SLIDERS 200000001841 SLIDER UK10N 12 39121105 39120000 100 UK10N SLIDERS UK10N 200000001844 STOPPER UK10N 13 39121105 39120000 100 UK10N STOPPERS STOPPERS UN10N SIDE 200000001847 PLATE SIDE 16 39121105 39120000 100 UN10N SIDE PLATE UN10N PLATE NEON 200000001929 INDICATION 20 39121105 39120000 100 NEON INDICATION 11KV INDICATION NEON 11KV 11KV TEST BLOCK 200000001931 BLOCK TEST 27 39121105 39120000 100 TEST BLOCK CROMPTON CROMPTON CROMPTON GREAVES GREAVES GREAVES METERING 200000001934 CUBICLE 20 39121105 39120000 100 METERING CUBICLE CUBICLE DRG METERING DRG DRG BARKER & 200000001936 HANDLE BARKER 29 39121105 39120000 100 BARKER & NELSON NO.2 NELSON NO.2 AND NELSON NO HANDLES HANDLES 2 INSPECTION 200000001937 COVER 25 39121105 39120000 100 INSPECTION COVER TO COVER TO INSPECTION H.T CHANGE H.T FUSES CHANGE H.T FUSE FUSES DOOR STAYS 200000001938 STAY DOOR 95o 13 39121105 39120000 100 DOOR STAYS DOORS TO DOORS TO OPEN 95o OPEN 95o NYLON 200000001939 SCREW NYLON 22 39121105 39120000 100 NYLON SCREWS TWO SCREWS TWO TWO THREAD THREADS ONLY THREADS ONLY OUTSIDE DOOR 200000001941 SIGN DOOR 30 39121105 39120000 100 OUTSIDE DOOR SIGN: SIGN: TRIANGLE W TRIANGLE WITH TRIANGLE LIGHTNING LIGHTNING SIGN WITH LIGHTNING SIGN INSIDE DOOR 200000001942 SIGN DOOR H.V 17 39121105 39120000 100 INSIDE DOOR SIGNS: H.V SIGNS: H.V IN RED IN RED RED CONNECT C. 200000001943 CT CONNECT - 28 39121105 39120000 100 CONNECT C. T’S TO T’S TO SLIDE SLIDE SLIDE CONNECTORS CONNECTORS CONNECTOR R.W.B PHASE 200000001944 DOT R.W.B. 26 39121105 39120000 100 R.W.B PHASE DOTS DOTS UNDER PHASE - BUSHING UNDER BUSHINGS BUSHINGS ONLY ONE LUG 200000001945 LUG EARTH BAR 13 39121105 39120000 100 ONLY ONE LUG PER PER BOLT ONE BOLT ONE EARTH BAR EARTH BAR EARTH BOX IDI 200000001946 BOX EARTH IDI 13 39121105 39120000 100 EARTH BOX IDI

Compliance Requirements

No specific requirements found B-BBEE Minimum Level: 1 Points Allocation: 5 Points BBBEE
Tender Documents (1)

EEBU 10-2025.26.pdf

View

To download these documents and access AI-powered analysis, visit the main tender page.

Discussion