Attach a copy of NQF Level 6 For the owner/s of the company or company
and above qualification on directors as listed on CSD report
engineering diploma or degree
or project management or any
relevant qualification in facility
management.
Confirmation of CIDB Fill in CIDB Number __________________.
registration BMA will confirm the registration status using
the number provided. Ensure your account
remain active, if found not active the company
will be disqualified. All the classes that are
inactive will not be considered.
For grade 1 to 5 and above GB - General Building
CE - Civil Engineering
NB: please select your CIDB Classes ME - Mechanical Engineering
as per your registration and active EB - Electrical Engineering (Building)
classes. EP - Electrical Engineering (Infrastructure)
SW - Steel Security Fencing or Burglar Proofing
Please indicate by YES on the one SH - Specialised Works: Building
you’re selecting and NO on the one SF - Fire Prevention & Protection Systems
not selecting. SK - Landscaping, Irrigation and Horticulture
SL - Timber Building and Structures
Leaving blanks will disqualify your SM - Waterproofing, Roofing and Glazing
bid. SN - Water Supply and Drainage
SO - Building Excavations, Earthworks
SQ - Access Control, Lifts and Escalators
SE - Demolition
SC - Corrosion Protection
SG - Glazing
SI - Interior and Shopfitting
SN - Plumbing and Drainage
SS - Structures
ST - Structural Steelwork
SU - Ceilings, Partitions & Drywalling
SY - Road Markings
SZ - Other (Specialised) WM – Waste
Management
VC – Vector Control
CS – Cleaning Services
SZ - Other (Specialised)
Valid COIDA/FEM/RMA Attach the following certificates:
certificates (Attach valid ✓ COIDA
certificate or valid letter of ✓ FEM
good standing) ✓ RMA
Contractors to indicate by ticking National - contractor available to provide
preferred BMA regions to operate. service across the country.
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
Northern Region - (Refer to section C3.1.5
Please indicate by YES on the one below for all sites under Northern Region)
you’re selecting and NO on the one Eastern Region - (Refer to section C3.1.5 below
not selecting. for all sites under Eastern Region)
Central Region - (Refer to section C3.1.5 below
Leaving blanks will disqualify for all sites under Central Region)
your bid. Southern Region - (Refer to section C3.1.5
below for all sites under Southern Region)
E3: Indicative scope of work
SCOPE OF WORK AND DISCIPLINES REQUIREMENTS
STATUS
In the event of any discrepancy between the Scope of Works and a part or parts of the SABS 1190
Standardized Specifications, the Bill of Quantities or the Drawings, the Project Specifications shall take
precedence and prevail in the Contract.
E3.1 DESCRIPTION OF THE WORKS
E3.1.1. SCOPE AND CLASS OF WORK AS PER CIDB SPECIFICATIONS:
GB - General Building
CE - Civil Engineering
EB - Electrical Engineering Works – Building
EP - Electrical Engineering Works – Infrastructure
ME - Mechanical Engineering
SB - Asphalt works (supply and lay)
SC - Building excavations, shaft sinking, lateral earth support
SD - Corrosion protection (cathodic, anodic, and electrolytic)
SE - Demolition and blasting
SF - Fire prevention and protection systems
SG - Glazing, curtain walls and shop fronts
SH - Landscaping, irrigation and horticulture works
SI - Lifts, escalators and travellators (installation, commissioning and maintenance)
SJ - Piling and specialised foundations for buildings and structures
SK - Road markings and signage
SL - Structural steelwork fabrication and erection
SM - Timber buildings and structures
SN - Waterproofing of basements, roofs and walls using specialist systems
SO - Water supply and drainage for buildings (wet services, plumbing) and
SQ - Steel security fencing or precast concrete
WM – Waste management, and
VC – Vector Control and Cleaning Services
Gardening Services and Maintenance
II. Tree Pruning and Tree Felling
III. De-bushing
IV. Borehole Installation and Maintenance
Portable Water Supply
VI. Collection and Disposal of Pharmaceutical Waste and Health Care Risk Waste
E3.1.2 OBJECTIVES
The Border Management Authority (BMA) objective in entering framework contracts for social
infrastructure building projects, the construction of new buildings or new structure, refurbishment
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
and upgrades of buildings including repairs and maintenance of building facilities over a three-
year term, on an as and when instructed basis of behalf of the client departments. These
contractors shall be available with the necessary experience and capacity to serve the
Employer’s (BMA) urgent needs and requirements whenever such works are required.
ii. The Employer’s objectives are to deliver the social public infrastructure using labour-intensive
methods. Labor-intensive works comprise the activities described in SANS 1921-5 Earthworks
activities which are to be performed by hand/Labor Intensive Specifications and its associated
specifications data. Such works shall be constructed by local workers who are temporarily
employed in terms of this scope of works.
iii. Bidders must note that certain works under this contract may only be constructed using
labour–based construction methods and must limit the utilization of their permanently employed
personnel to Key Personnel and other personnel must be recruited locally. With the
understanding that labourers will be sourced from the area in which the project is executed.
iv. It is the intention of BMA to evaluate and award this bid to more than one bidder per CIDB
Category.
Bidders MUST bid in the CIDB category for which they qualify and must submit the whole
original bid document as issued by BMA. Bidders have the option to bid in ONE additional
category below their CIDB grading. BMA reserves the right to consider bidders for appointment
in a category below their CIDB grading. Failure to meet this requirement for no more than 2 (two)
bid pricings will result in the bidder being considered only in the category for which they qualify
in terms of the CIDB grading and bid conditions.
E3.1.3 OVERVIEW OF THE WORKS
The Maintenance, Repairs, Upgrade, Replacement and Facility Management on behalf of the BMA, on an as
and when required basis for a period of for 36 months.
E3.1.4 EXTENT OF WORKS
More than one contractor per each category will be appointed, the work will be allocated to contractors on an
equal basis but still taking into consideration the magnitude of the projects, those that will not be performing
will be given work according to their performance.
The Contractor is required to construct new buildings or structure, and refurbish buildings and facilities,
including the electrical and mechanical works and external civil works (and or overall building maintenance
works) for BMA ports of entry and or offices on an as an when required basis. The client will endeavour to
group the works together where possible.
The total estimated duration of the CONTRACT period for this project is from date of award for 36 months
frame per project will be finalized upon appointment of the contractor.
The client reserves the right, by giving written notice to the Contractor, to stop the progress of a particular
project/stage at any time. Should the client exercise this right, the client will pay the Contractor for work done
and expenses incurred only up to the time that the notice was given.
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
E3.1.5 LOCATION OF THE WORKS
Regions where services are required are as follows:
BORDER MANAGEMENT FOUR REGIONS AND HEAD OFFICE
REGION: NORTHERN REGION
NO
. PORT NAME PROVINCE NEAREST TOWN
1 Beitbridge Limpopo Musina
2 Pafuri Limpopo Malamulele
3 Giriyondo Limpopo Phalaborwa
4 Zanzibar Limpopo Alldays
5 Platjan Limpopo Alldays
6 Groblersbridge Limpopo Lephalale
7 Stockpoort Limpopo Lephalale
8 Pontdrift Limpopo Alldays
9 Gateway Airport Limpopo Polokwane
10 Kopfontein North West Zeerust
11 Derdepoort North West Zeerust
12 Skilpadshek North West Zeerust
13 Swartkopfontein North West Zeerust
14 Makopong North West Tosca
15 Bray North West Tosca
16 Ramatlabama North West Mahikeng
17 Makgobistad North West Mahikeng
Tshidilamolomo Community
18 Crossing North West Mahikeng
19 Pilanesburg North West Sun City
REGION: EASTERN REGION
NO
. PORT NAME PROVINCE NEAREST TOWN
1 Lebombo Mpumalanga Komartipoort
2 Mananga Mpumalanga Komartipoort
3 Jeppes Reef Mpumalanga Malelane
4 Josefsdal Mpumalanga Mbombela
5 Oshoek Mpumalanga Ermelo
6 Waverley Mpumalanga Ermelo
7 Nerston Mpumalanga Armstadam
8 Emahlathini Mpumalanga Piet Retief
9 Bothashoop Mpumalanga Piet Retief
10 Mahamba Mpumalanga Piet Retief
11 Kruger Mpumalanga Airport Mpumalanga Mbombela
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
12 Durban Harbour KZN Durban
13 Richards Bay Harbour KZN Richards Bay
14 King Shaka Airport KZN Durban
15 Sani pass KZN Underberg
16 Boesmansnek KZN Underberg
17 Kosi Bay KZN Manguzi
18 Onverwacht KZN Pongola
19 Golela KZN Pongola
REGION: CENTRAL REGION
NO
. PORT NAME PROVINCE NEAREST TOWN
OR Tambo Airport (Airport
terminals, Quarantine, Cargo, Agent
1 building & K9) Gauteng Kempton Park
2 Lanseria Airport Gauteng Lanseria
3 Waterkloof Airforce Base Gauteng Centurion
4 City Deep Gauteng Johannesburg
5 Maseru Bridge Free State Ladybrand
6 Makhaleng Bridge Free State Zastron
7 Sepapushek Free State Zastron
8 Vanrooyenshek Free State Wepener
9 Peka Bridge Free State Cloclan
10 Ficksburg Bridge Free State Ficksburg
11 Caledonspoort Free State Fouriesburg
12 Monontsha pass Free State Puthadithjaba
13 Braamfischer Airport Free State Bloemfontein
14 BMA HEAD OFFICE Gauteng PRETORIA
REGION: SOUTHERN REGION
NO
. PORT NAME PROVINCE NEAREST TOWN
1 Cape Town Harbour Western Cape Cape Town
2 Saldanha Bay Western Cape Saldanha Bay
3 Cape Town Airport Western Cape Cape Town
4 Mossel Bay Western Cape Mossel Bay
5 Port Elizabeth Harbour Eastern Cape Gqeberha
6 Port of Ngqura Eastern Cape Gqeberha
7 Port Elizabeth Airport Eastern Cape Gqeberha
8 East London Harbour Eastern Cape East London
9 Qachas Nek Eastern Cape Matatiele
10 Ramatsiliso Eastern Cape Matatiele
11 Ongeluksnek Eastern Cape Matatiele
12 Tele Bridge Eastern Cape Sterkspruit
13 Sendilingsdrift Northern Cape Port Nolloth
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
14 Alexander Bay Northern Cape Port Nolloth
15 Vioolsdrift Northern Cape Springbok
16 Onseepkans Northern Cape Poffader
17 Upington Airport Northern Cape Upington
18 Nakop Northern Cape Upington
19 Rietfontein Northern Cape Upington
20 Gemsbok Northern Cape Upington
21 Tweerevieren Northern Cape Upington
22 Mc Carthysrust Northern Cape Kruman
23 Middelputs Northern Cape Kruman
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
SBD 1
PART A
INVITATION TO EXPRESS INTEREST
YOU ARE HEREBY INVITED TO EXPRESSN INTEREST FOR REQUIREMENTS OF THE (Border Management Authority)
BID NUMBER: HOOLH004L2609OTH00127 CLOSING DATE: 18 FEBRUARY 2026 CLOSING TIME: 11H00
REQUEST FOR EXPRESSION OF INTEREST FOR CIDB GRADE 1 UP TO 5 CONTRACTORS OR HIGHER FOR MAINTENANCE,
REPAIRS, REPLACEMENT AND FACILITY MANEGEMENT ON BEHALF OF THE BORDER MANAGEMENT AUTHORITY ON AN
DESCRIPTION AS AND WHEN REQUIRED BASIS FOR A PERIOD OF 36 MONTHS WITH AN OPTION TO EXTEND FOR ANOTHER 24 MONTHS.
BID RESPONSE DOCUMENTS MUST BE SUBMITTED THROUGH: e-submission
SUBMISSION THROUGH ETENDER PORTAIL (click e-submission)
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
Avhasei TshirangwanaCONTACT PERSON CONTACT PERSON
TELEPHONE
TELEPHONE NUMBER NUMBER
FACSIMILE NUMBER FACSIMILE NUMBER
suppliers.enquiries@bma.gov.za (NO Avhasei.Tshirangwana@bma.gov.za
QOUTE SHOULD BE SENT TO THIS EMAIL
E-MAIL ADDRESS EXCEPT ENQUIRES) E-MAIL ADDRESS
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
SUPPLIER COMPLIANCE TAX CENTRAL
STATUS COMPLIANCE SUPPLIER
OR
SYSTEM PIN: DATABASE
No: MAAA
B-BBEE STATUS LEVEL TICK APPLICABLE BOX] B-BBEE STATUS LEVEL SWORN [TICK APPLICABLE BOX]
VERIFICATION CERTIFICATE AFFIDAVIT
ENSURE YOU ATTACH PROOF
Yes No Yes No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN
ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
Yes No
ARE YOU THE ACCREDITED ARE YOU A FOREIGN BASED
Yes No
REPRESENTATIVE IN SOUTH SUPPLIER FOR THE GOODS
[IF YES, ANSWER THE
AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
[IF YES ENCLOSE PROOF] QUESTIONNAIRE BELOW ]
/SERVICES /WORKS OFFERED?
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE
FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
PART B
TERMS AND CONDITIONS FOR BIDDING
BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT
BE ACCEPTED FOR CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR IN THE
MANNER PRESCRIBED IN THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE
PREFERENTIAL PROCUREMENT REGULATIONS, 2022. THE GENERAL CONDITIONS OF CONTRACT (GCC)
AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM
(SBD7).
TAX COMPLIANCE REQUIREMENTS
2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED
BY SARS TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS
WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST
SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER
DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH
DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH
MEMBERS PERSONS IN THE SERVICE OF THE STATE.”
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID
INVALID.
SIGNATURE OF BIDDER:...................................................
CAPACITY UNDER WHICH THIS BID IS SIGNED:...................................................
(Proof of authority must be submitted e.g. company resolution)
DATE:...................................................
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
SPECIAL INSTRUCTIONS AND NOTICES TO BIDDERS REGARDING THE
COMPLETION OF BIDDING FORMS
PLEASE NOTE THAT THIS BID IS SUBJECT TO TREASURY REGULATIONS
16A ISSUED IN TERMS OF THE PUBLIC FINANCE MANAGEMENT ACT, 1999.
Unless inconsistent with or expressly indicated otherwise by the context, the
singular shall include the plural and visa versa and with words importing the
masculine gender shall include the feminine and the neuter.
Under no circumstances whatsoever may the bid forms be retyped or redrafted.
Photocopies of the original bid documentation may be used, but an original
signature must appear on such photocopies.
The Respondent is advised to check the number of pages and to satisfy himself
that none are missing or duplicated.
Bids submitted must be complete in all respects.
The bidder is advised to check the number of pages and to satisfy himself that none
are missing or duplicated.
Bids shall be lodged at the address indicated not later than the closing time
specified for their receipt, and in accordance with the directives in the bid
documents. (e-submission)
Each bid shall be addressed in accordance with the directives in the bid documents
and shall be lodged in a separate sealed envelope, with the name and address of
the bidder, the bid number and closing date indicated on the envelope. The
envelope shall not contain documents relating to any bid other than that shown on
the envelope. If this provision is not complied with, such bids may be rejected as
being invalid. (e-submission)
All bids received in sealed envelopes with the relevant bid numbers on the
envelopes are kept unopened in safe custody until the closing time of the bids.
Where, however, a bid is received open, it shall be sealed. If it is received without
a bid number on the envelope, it shall be opened, the bid number ascertained, the
envelope sealed and the bid number written on the envelope. (e-submission)
A specific box or email address is provided for the receipt of bids, and no bid found
in any other box or elsewhere subsequent to the closing date and time of bid will
be considered.
No bid sent through the post will be considered if it is received after the closing
date and time stipulated in the bid documentation, and proof of posting will not be
accepted as proof of delivery.
No bid submitted by telefax, telegraphic or other means will be considered.
Bidding documents must not be included in packages containing samples. Such
bids may be rejected as being invalid.
Any alteration made by the bidder must be initialled with an ink pen.
Use of correcting fluid is prohibited; bidder may be disqualified.
Bids will be opened in public as soon as practicable after the closing time of bid.
Where practical, prices are made public at the time of opening bids.
If it is desired to make more than one offer against any individual item, such offers
should be given on a photocopy of the page in question. Clear indication thereof
must be stated on the schedules attached.
For any incomplete form may results in disqualification or non-allocation of points.
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
RIGHTS TO ESTABLISH
(a) Once the Panel is established, service providers will be rotated in a fair,
equitable and transparent manner. Service providers can be rotated randomly or
may be listed chronological or sequentially.
(b) Once a Panel has been established, BMA may choose to expand the Panel by
adding more service providers onto the Panel to accommodate new market
entrants. To do this, a new bid process, with the same terms of reference,
functionality and bid requirements as the initial bidding process, must be
advertised.
(c) Once a panel is established, the Panel is subject to Supply Chain Management
process, via the Supply Chain Management Unit. Therefore, when goods and/or
services are required, the End User will send a detailed scope of work to Supply
Chain Management Unit for processing.
(d) To ensure market related prices are provided by service providers on the Panel,
BMA may reserve the right to ascertain the reasonableness of the prices by
comparing market related prices for various goods and services. The prices
submitted by service providers may be compared to the market related
benchmarked prices. If BMA is of the view that the prices submitted by service
providers are unreasonable then BMA may negotiate further with the bidder, in
line with this SCM policy.
(e) During the second stage, SCM will invite all service providers or stipulate the
minimum number of service providers to be invited from the Panel, per
transaction. If the bid process resulted to panel members that are less than
three, meaning only two remained, allocation of work should be alternated, or the
bid process can be restarted. If only one service provider remained during
adjudication, the panel can be treated as a direct contract with just one service
provider, or the bid process can be restarted.
(f) Specific goals will be determined at the time of invitation of quotations/bid, as per
the strategic objectives of the entity, at the time of invitation of the quotation/bid.
(g) SCM can follow any of these processes to invite quotes from the panels.
Invite all bidders or the minimum of 3 is selected
Select on rotational basis
Awarded service provided may be eliminated from the next round of
rotation.
Any other method within the threshold of Section 217 of the Constitution
(h) Once the panel has been established, the procurement guidelines will be
developed to detail the guidelines.
PRICE NEGOTIATION
BMA reserves the right to negotiate with the shortlisted Respondents prior and/or
post award. The terms and conditions for negotiations will be communicated to the
shortlisted Respondents prior to invitation to negotiations. The negotiation terms
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
and conditions may include presentations and/or site visits. This phase is meant to
ensure the conditions of bid and projects will be implementable for the achievement
of the project objectives.
BMA supports the spirit of economic empowerment and recognizes that real
empowerment can only be achieved through individuals and businesses
conducting themselves in accordance with the Constitution and in an honest, fair,
equitable, transparent and legally compliant manner. Against this background the
BMA does not support any form of fronting.
REMUNERATION
The service provider will be remunerated in South African Rands, on a fixed price
(Inclusive of VAT) for the service rendered.
Payment will be made within 30 days of receipt of the approved invoice according
to an agreed payment schedule.
Payment will be against the key deliverables as set out in section 4 above,
provided professional-level quality standards have been met. Disputes as to what
constitutes a reasonable standard will be referred to an agreed provider of
arbitration services.
Disbursements must not exceed 10% of the total amount paid to the service
provider and will be paid only if original receipts are provided against a list of
expenses that are agreed in advance of the costs being incurred.
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
RESOLUTION TO SIGN ON BEHALF OF COMPANY
RESOLUTION of a meeting of the Board of “Directors / Members / Partners of:
......................................................................................................................................................
................................
(legally correct full name and registration number, if applicable, of the Enterprise)
held at: ......................................................... (place) on..............................................(date)
RESOLVED that:
The Enterprise submits a Tender to BMA in respect of the following:
Tender Reference Description:
...................................................................................................................................
(Project description as per Tender Document)
Mr/Mrs/Ms .................. in *his/her capacity as:
.............................................................(position)
And who will sign as follows: ________________________________________ (Signature)
and is hereby, authorised to sign the Tender and all other documents and/or correspondence in
connection with and relating to this bid, as well as to sign any Contract, and any and all
documentation, resulting from the award of any project to the Enterprise mentioned above.
No NAME CAPACITY SIGNATURE
*Delete which is not applicable. 2. NB: This resolution must be signed by all the Directors /
Members / Partners of the Tendering Enterprise. 3. Should the number of Directors /Members
/ Partners exceed the space available above, additional names and signatures must be supplied
on a separate of 31 E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
SBD 4
BIDDER’S DISCLOSURE
PURPOSE OF THE FORM
Any person (natural or juristic) may make an offer or offers in terms of this
invitation to bid. In line with the principles of transparency, accountability,
impartiality, and ethics as enshrined in the Constitution of the Republic of South
Africa and further expressed in various pieces of legislation, it is required for the
bidder to make this declaration in respect of the details required hereunder.
Where a person/s are listed in the Register for Tender Defaulters and / or the
List of Restricted Suppliers, that person will automatically be disqualified from
the bid process.
Bidder’s declaration
2.1 Is the bidder, or any of its directors / trustees / shareholders / members /
partners or any person having a controlling interest1 in the enterprise,
employed by the state?
YES
NO
2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if
applicable, state employee numbers of sole proprietor/ directors / trustees /
shareholders / members/ partners or any person having a controlling interest in
the enterprise, in table below.
Full Name Identity Number Name of State
institution
1 the power, by one person or a group of persons holding the majority of the equity of an enterprise,
alternatively, the person/s having the deciding vote or power to influence or to direct the course and
decisions of the enterprise.
E1.1
Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest
Reference no H004L2609OTH00127
MAINTENANCE PANEL H004L2609OTH00127
2.2 Do you, or any person connected with the bidder, have a relationship with any
person who is employed by the procuring institution?
YES
NO
2.2.1 If so, furnish particulars:
................................................................................................
................................................................................................
2.3 Does the bidder or any of its directors / trustees / shareholders / members /
partners or any person having a controlling interest in the enterprise have any
interest in any other related enterprise whether or not they are bidding for this
contract?
YES
NO2.3.1 If so, furnish particulars: (please declare all companies under the
directors’ names on CSD, declare using MAAA numbers as listed on CSD)
........................................................................................
........................................................................................
B-BBEE Minimum Level: 6