Skip to main content
EEBU 15-2025/26Supplies: Office & Stationery

Tender - 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

1 NANA SITA STREET - PRETORIA - Pretoria - 0001

Published

12 Dec 2025

Tender Description
Tender for the supply delivery and off-loading of concrete poles for lighting applications and concrete pole for lv & mv overhead distribution systems, on as and when required basis for the period of three years.
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

1 NANA SITA STREET - PRETORIA - Pretoria - 0001

Requirements & Eligibility
Analysis: EEBU 15-2025.26.pdf

Submission Guidelines

Returnable Documents:

Evaluation Criteria

The tender will be awarded to one service provider per item. NB: Bidders may be awarded more than one item. 8. TYPE OF AGREEMENT REQUIRED Service Level Agreement. 9. VALIDITY PERIOD The validity period for the tender after closure is 90 days. City of Tshwane shall have right and power to extent any tender validity period beyond any initial validity period set and subsequent extensions. SCM shall ensure that an extension of validity is requested in writing from all bidders before the validity expiry date. Extension of validity shall be finalized while the quotations/bids are still valid. 10. MARKET ANALYSIS The City of Tshwane reserves the right to conduct market analysis. Should the city exercise this option, where a bidder offers a price that is deemed not to be viable to supply goods or services as required, written confirmation will be made with the bidder if they will be able to deliver on the price, if a bidder confirm that they cannot, the bidder will be disqualified on the basis of being non- responsive. If they confirm that they can deliver, a tight contract to mitigate the risk of non- performance will be entered into with the service provider. Further action on failures by the supplier to deliver will be handled in terms of the contract including performance warnings and listing on the database of restricted suppliers. The City further reserves the right to negotiate a market related price with a bidder scoring the highest points. If the bidder does not agree to a market-related price, the city reserves the right to negotiate a market-related price with the bidder scoring the second highest points, if the bidder scoring the second highest points does not agree to a market-related price, negotiate a market- related price with the bidder scoring the third highest points. If a market-related price is not agreed, the city reserves the right to cancel the tender. Technical Schedule A and B ANNEXURES Technical Schedule A and B Schedule A: Purchaser's specific requirements Schedule B: Particulars of equipment to be supplied NOTE: Tenders will not be considered unless this form is completed in full and signed, and also failure to comply with the requirements. Referencing to annexures, brochures or similar without completing this schedule in full will lead to disqualification ITEM 1: 8.5 m streetlight pole Sub-clause Description Schedule A Schedule B of NRS 038-2 - Concrete pole manufacturing standard NRS 038-2 and SABS 470 Manufacture of the poles The manufacturer of poles must be the same as stated on the SABS certificate of registration Reinforced 4.1.2 Type of pole concrete pole (RC) Distance from 4.2.1.1 Access opening ground >/= 2.5 m 4.3.1 Length above ground m 8.5 m 8.5m Minimum of a 4.3.1 Planting depth m planting depth of 1.5 meters 4.3.1 Overall length of pole m The minimum length of concrete poles must be 10 meters 4.8.1 Load kN Min 7 Mass kg weight of 540 kg 4.6 Tip diameter mm Min 160 4.6 Butt diameter mm Min 310 4.6.2 Spigot Height 76mm Diameter 76mm 4.7 holes and ferrules Must be as per NRS provided as 038-2 per NRS 038-2 5 Poles tested in accordance with SABS 470 Yes/No Yes 5 Type test certificates/results required Yes/No Yes 6 Poles marked in accordance with SABS 470 Yes/No Yes Material of the cover plate (item 6) Specify Deviation schedule: ITEM 1: 8.5 m streetlight pole Any deviations offered to this specification shall be listed below with reasons for deviation. In addition, evidence shall be provided that the proposed deviation will at least be more cost- effective than that specified by City of Tshwane. Item Subclause of Proposed deviation NRS 038-2 Schedule A: Purchaser's specific requirements Schedule B: Particulars of equipment to be supplied NOTE: Tenders will not be considered unless this form is completed in full and signed, and also failure to comply with the requirements. Referencing to annexures, brochures or similar without completing this schedule in full will lead to disqualification ITEM 1: 10.5 m streetlight pole Sub-clause Description Schedule A Schedule B of NRS 038-2 - Concrete pole manufacturing NRS 038-2 and SABS 470 standard Manufacture of the poles The manufacturer of poles must be the same as stated on the SABS certificate of registration Reinforced concrete pole spun, 4.1.2 Type of pole (RC) reinforced concrete pole (RC) Distance from ground >/= 2.5 4.2.1.1 Access opening m 4.3.1 Length above ground m 10.5 m 10.5m Minimum of a planting depth 4.3.1 Planting depth m of 1.5 meters 4.3.1 Overall length of pole m The minimum length of concrete poles must be 12 meters 4.8.1 load kN Min 5 Mass kg Weigh of 415 kg 4.6 Tip diameter mm Min 160 4.6 Butt diameter mm Min 310 4.6.2 Spigot Height 76mm Diameter 76mm 4.7 holes and ferrules Must be provided as per NRS as per NRS 038-2 038-2 5 Poles tested in accordance Yes/No Yes with SABS 470 5 Type test certificates/results Yes/No Yes required 6 Poles marked in accordance Yes/No Yes with SABS 470 Material of the cover plate Specify (item 6) Deviation schedule: ITEM 2: 10.5 m streetlight pole Any deviations offered to this specification shall be listed below with reasons for deviation. In addition, evidence shall be provided that the proposed deviation will at least be more cost- effective than that specified by City of Tshwane. Item Subclause of Proposed deviation NRS 038-2 Schedule A: Purchaser's specific requirements Schedule B: Particulars of equipment to be supplied NOTE: Tenders will not be considered unless this form is completed in full and signed, and also failure to comply with the requirements. Referencing to annexures, brochures or similar without completing this schedule in full will lead to disqualification ITEM 1: 10.5 m streetlight pole Sub- Description Schedule A Schedule B clause of NRS 038- - Concrete pole NRS 038-2 and SABS manufacturing standard 470 Manufacture of the poles The manufacturer of poles must be the same as stated on the SABS certificate of registration reinforced concrete spun, 4.1.2 Type of pole pole (RC) reinforced concrete pole (RC) Distance from ground 4.2.1.1 Access opening >/= 2.5 m 4.3.1 Length above ground m 10.5 m 10.5m minimum planting depth 4.3.1 Planting depth m of 1.5 meters (5 feet) 4.3.1 Overall length of pole m The minimum length of concrete poles must be 12 meters 4.8.1 load kN Min 8 Mass kg Minimum mass range from 5-15 kg for basic poles to 11,000 lbs (approximately 4,990 kg) 4.6 Tip diameter mm Min 160 4.6 Butt diameter mm Min 310 4.6.2 Spigot Height 76mm Diameter 76mm 4.7 holes and ferrules Must be provided as per as per NRS NRS 038-2 038-2 5 Poles tested in accordance Yes/No Yes with SABS 470 Sub- Description Schedule A Schedule B clause of NRS 038- 5 Type test certificates/results Yes/No Yes required 6 Poles marked in accordance Yes/No Yes with SABS 470 Material of the cover plate Specify (item 6) Deviation schedule: ITEM 3: 10.5 m streetlight pole Any deviations offered to this specification shall be listed below with reasons for deviation. In addition, evidence shall be provided that the proposed deviation will at least be more cost-effective than that specified by City of Tshwane. Item Subclause of Proposed deviation NRS 038-2 Tender Number: _________________________________________________________________

Technical Specifications

The Tenderer’s quote must include the cost for the supply, delivery and off- loading of the goods. Delivery is required within thirty-one (31) working days from receipt of order. The goods are to be delivered at the City of Tshwane (CoT) Site’s (a physical location) or stores within the City of Tshwane (CoT) restrictions as per official order. Goods shall be packaged for delivery to the City of Tshwane Site’s (a physical location) or stores as and when required basis. The acceptable delivery period of goods shall be a maximum of thirty-one (31) days after issuing of an official purchase order. Failure to deliver within the stipulated period the General Condition of Contract clause 22.1 on failure to deliver will apply. 5. STAGES OF EVALUATION The tender will be evaluated in the following stages. Stage1: Administrative compliance Stage 2: Mandatory Requirements, Stage 3: Preferential Points System 5.1. 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 must be valid. (CSD) registration; or indicate their Master Registration Number / CSD Number; c) Confirmation that the bidding company’s Was a Municipal Account rates and taxes are up to date: Original or Statement, signed lease copy of Municipal Account Statement of the agreement or letter from the Bidder (bidding company) not older than 3 local councillor provided for the months and account must not be in arrears bidding company? The name for more than ninety (90) days; or ,signed and / or addresses of the lease agreement or In case of bidders bidder’s statement correspond located in informal settlement, rural areas or with CIPC document, Address areas where they are not required to pay on CSD or Company profile? Rates and Taxes a letter from the local Are all payment(s) up to date councillor confirming they are operating in (i.e. not in arrears for more that area than 90 days? d) In addition to the above, confirmation that all Was a Municipal Account the bidding company’s owners / members / Statement, signed lease directors / major shareholders rates and agreement or letter from the taxes are up to date: • Original or copy of local councillor provided for the Municipal Account Statement of all the South bidding company? The name African based owners / members / directors / and / or addresses of the major shareholders not older than 3 months bidder’s statement correspond and the account/s may not be in arrears for with CIPC document, Address more than ninety (90) days; or a signed lease on CSD or Company profile? agreement of owners / members / directors / Are all payment(s) up to date major shareholders or In case of bidders (i.e. not in arrears for more located in informal settlement, rural areas or than 90 days? areas where they are not required to pay Rates and Taxes a letter from the local councillor confirming they are residing in that area Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) e) Duly Signed and completed MBD forms All documents fully completed (MBD 1, 4, 5, 8 and 9) The person signing (i.e. no blank spaces)? All the bid documentation must be authorized to documents fully signed by (any sign on behalf of the bidder. Where the director / member / trustee as signatory is not a Director / Member / Owner / indicated on the CIPC Shareholder of the company, an official letter document, alternatively a of authorization or delegation of authority delegation of authority would should be submitted with the bid document. be required? Documents completed in black ink (i.e. no NB: Bidders must ensure that the directors, “Tippex” corrections, no pencil, trustees, managers, principal shareholders, no other colour ink, or non- or stakeholders of this company, declare submission of the MBD any interest in any other related companies forms, will be considered)? or business, whether or not they are bidding for 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 Applicable for tenders above recent three (3) years or Audited Financial R10m in conjunction with MBD Statements from date of existence for 5) companies less than three years old. NB: The bidder must submit signed audited Are Audited financial annual financial statements for the most recent statements provided (Audited three years, or if established for a shorter financials must be signed by period, submit audited annual financial auditor) Or proof that the statements from date of establishment. bidder is not required by law to prepare audited financial If the bidder is not required by law to prepare statements. 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 If applicable. JV agreement the bidder tenders as a joint venture) Where provided? JV agreement the bidder bids as a joint venture (JV), the complete and relevant? required or relevant documents as per (a) to Agreement signed by all (f) above must be provided for all JV parties. parties? All required In addition to the above the bidder must documents as per (i.e. a to f) submit a Joint Venture (JV) agreement must be provided for all 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 A compulsory briefing register session 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 Incomplete pricing schedule for in pricing schedule and if not, all items are results in totals being quoted the bidder will be disqualified). Unless Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) the tender is awarded per item or per section incomparable. Bidder must be where the bidder only quoted the items or disqualified. 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. 5.2. Stage 2: MANDATORY REQUIREMENTS • Pole design calculations and technical drawings certified by an ECSA registered engineer shall be submitted with the tender. • Returnable schedules A and B, which must be completed in full with ink, bidders must not refer to brochures or any attached document. Failure to comply with any of the above will result in the bidder being disqualified 5.3. Stage 3: PREFERENTIAL POINTS SYSTEM The preferential point system used will be the 80/20 points system in terms of the Preferential Procurement Policy Framework Act, 2000 (Act ) Regulations 2022. • 80 points for price • 20 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 80 for price only and zero (0) points out of 20 for specific goals. • The 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. Bidders are to submit supporting documents as outlined below to be eligible for points. Specific goals 80/20 preference Proof of specific goals to be submitted point system BB-BEE score of Valid Certified copy of BBBEE companies certificate. Sworn Affidavit for • 8 Points B-BBEE qualifying small • Level 1 • 7 Points enterprise or Exempt Micro • Level 2 • 6 Points Enterprises or CIPC BBBEE • Level 3 • 5 Points certificate. • Level 4 • 4 Points • Level 5 • 3 Points • Level 6 • 2 Points • Level 7 • 1 Point • Level 8 • 0 Points • Non-compliant EME and/ or QSE 2 Points Valid Sworn affidavit for B- BBEE qualifying small enterprise or Exempt Micro Enterprises or CIPC BBBEE certificate At least 51% of Women- 2 Points Certified copy of Identity owned companies Document/s 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 2 Points Medical Certificate with companies by People with doctor’s details (Practice disability 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 2 Point Certified copy of Identity companies by Youth Document/s and proof of ownership (Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Specific goals 80/20 preference Proof of specific goals to be submitted point system Enterprises, CIPC registration or any other proof of ownership Local Economic Municipal Account Participation statement/Lease agreement. 4 Points • City of Tshwane • Gauteng 2 Points • National 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 6. PRICING SCHEDULE This section provides the tenderer with guidelines and requirements with regard to the completion of the Price Schedule. The Schedule must be completed in black ink. The Price Schedule shall be read with all the documents which form part of this Contract. • The tenderer must enter the amounts in the price columns only. • This is a rate only tender and estimated quantities are not contract values but for evaluation purposes only. • Actual quantities might increase or decrease depending on the need of the items required during the contract. • All prices must be stated in South African Rand (ZAR). • The Unit Price provided must be a complete, all-inclusive cost for the supply of the specified item. ITEM NO DESCRIPTION UNIT OF ESTIMATED UNIT PRICE TOTAL AMOUNT VAT (15%) TOTAL PRICE MEASURE Qty (EXC VAT) (EXCL VAT) (INCL VAT) Item 1 8.5m with Minimum EACH 340 ultimate load of 7 (kN) Item 2 10.5m with Minimum EACH 360 ultimate load of 5 (kN) Item 3 10.5m with Minimum EACH 680 ultimate load of 8 (kN) Item 4 12m with with Minimum EACH 470 ultimate load of 10 (kN) Item 5 15m with Minimum EACH 310 ultimate load of 15 (kN) Item 6 Access / Inspection cover EACH 360 plate SECTION 2: CONCRETE POLE FOR LV & MV OVERHEAD DISTRIBUTION Item 7 7: 5m with Minimum EACH 105 ultimate load of 4(kN) Item 8 7.5m with Minimum EACH 140 ultimate load of 5 (kN) Item 9 9.5m with Minimum EACH 200 ultimate load of 7 (kN) Item 10 10 11m with Minimum EACH 100 ultimate load of 9(kN)

Compliance Requirements

No specific requirements found B-BBEE Minimum Level: 1 Points Allocation: 8 Points B-BBEE
Tender Documents (1)

EEBU 15-2025.26.pdf

View

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

Discussion