No Description Applicable Values/Points Weight
Criteria
Number of current active
government clients across
South Africa
(Including client lists with β’ Less than 2 current active government
letters of recommendation clients = 0 points
from each client listed
Current which specifies the β’ 2 to 5 current active government clients = 5 1 10
Client Base description of services points
and the period the
services are rendered, β’ More than 5 current active government
see Schedule F.13 (a)) clients = 10 points
Note: Points will only be
allocated for verified
government clients.
β’ Less than 5 current active corporate clients
with an employee base of 5 000 or greater
Number of current active per client = 0 points
non-government
corporate clients across β’ 5 to 9 current active corporate clients with
South Africa with an an employee base of 5 000 or greater per
employee base of 5 000 or client = 10 points
greater
β’ 10 to 14 current active corporate clients with
(Including client lists with
an employee base of 5 000 or greater per
letters of recommendation
Current client = 15 points
2 from each client listed 30
Client Base
which specifies the
β’ 15 to 17 current active corporate clients with description of services
an employee base of 5 000 or greater per and the period the
client= 20 points services are rendered,
see Schedule F.13 (b)
β’ 18 to 19 current active corporate clients with
an employee base of 5 000 or greater per Note: Points will only be
client= 25 points allocated for verified
corporate clients.
β’ 20 or more current active corporate clients
with an employee base of 5 000 or greater
per client= 30 points
Cumulative number of
members currently
covered under risk
brokerage services
β’ Less than 100 000 members = 0 points
Number of (The tenderer must
lives provide an official β’ 100 000 to 199 999 members = 7.5 points
currently confirmation letter from
3 covered their independent β’ 200 000 to 299 999 members = 15 points 30
under auditor verifying the total
brokerage number of lives currently β’ 300 000 to 399 999 members = 22.5 points
services insured under policies
administered by the β’ 400 000 or more members = 30 points
bidder, see schedule F.13
(c))
β’ Less than 5 yearsβ of experience = 0 points
Lead Experience of the Lead
4 Consultant consultant who will be 30
β’ Experience of 5 -10 years = 7.5 points experience providing the broker
TENDER NO: 150C/2025/26
services to the City of β’ Experience of 11-15 years = 15 points
Cape Town
β’ Experience of 16-20 years = 22.5 points
(Include the CV of the
Lead Consultant with 3 β’ More than 20 yearsβ experience = 30 points
contactable references to
support the submission.
See schedule F.13 (d)).
Note: Points will only be
allocated where
contactable references
have been verified and
the experience of the
Lead Broker Consultant
confirmed by the City.
Total 100
The minimum qualifying score for functionality is [60] out of a maximum of [100].
Where the entity tendering is a Joint Venture, the tendererβs tender response must be accompanied
by a statement describing exactly what aspects of the work will be undertaken by each party to the
joint venture.
Tenderers shall ensure that all relevant information has been submitted with the tender offer in the
prescribed format to ensure optimal scoring of functionality points for each Evaluation Criteria. Failure
to provide all information IN THIS TENDER SUBMISSION could result in the tenderer not being able
to achieve the specified minimum scoring.
2.2.1.1.7 Provision of samples
Only those tenders submitted by tenderers who provided acceptable samples as stated in the Tender
Specifications will be declared responsive.
2.2.2 Cost of tendering
The CCT will not be liable for any costs incurred in the preparation and submission of a tender offer, including
the costs of any testing necessary to demonstrate that aspects of the offer complies with requirements.
2.2.3 Check documents
The documents issued by the CCT for the purpose of a tender offer are listed in the index of this tender
document.
Before submission of any tender, the tenderer should check the number of pages, and if any are found to be
missing or duplicated, or the figures or writing is indistinct, or if the Price Schedule contains any obvious errors,
the tenderer must apply to the CCT at once to have the same rectified.
2.2.4 Confidentiality and copyright of documents
The tenderer shall treat as strictly confidential all matters arising in connection with the tender. Use and copy
the documents issued by the CCT only for the purpose of preparing and submitting a tender offer in response
to the invitation.
2.2.5 Reference documents
The tenderer shall obtain, as necessary for submitting a tender offer, copies of the latest versions of standards,
TENDER NO: 150C/2025/26
specifications, Conditions of Contract and other publications, which are not attached but which are
incorporated into the tender document(s) by reference.
2.2.6 Acknowledge and comply with notices
The tenderer shall acknowledge receipt of notices to the tender documents, which the CCT may issue, and
shall fully comply with all instructions issued in the said notices, and if necessary, apply for an extension of the
closing time stated on the front page of the tender document, in order to take the notices into account.
Notwithstanding any requests for confirmation of receipt of the said notices issued, the tenderer shall be
deemed to have received such notices if the CCT can show proof of transmission thereof via electronic mail,
facsimile, or registered post or other lawful means.
2.2.7 Clarification meeting
The tenderer shall attend, where required, a clarification meeting at which tenderers may familiarise
themselves with aspects of the proposed work, services or supply and pose questions. Details of the
meeting(s) are stated in the General Tender Information (i.e., in item T.1 above).
Tenderers should be represented at the site visit/clarification meeting by a duly authorised person who is
suitably qualified and experienced to comprehend the implications of the work involved.
2.2.8 Seek clarification
The tenderer shall request clarification of the tender documents, if necessary, by notifying the CCT at least
one week before the closing time stated in the General Tender Information (i.e., in item T.1 above), where
possible.
2.2.9 Pricing the tender offer
2.2.9.1 The tenderer shall comply with all pricing instructions as stated on the Price Schedule.
2.2.10 Alterations to documents
The tenderer shall not make any alterations or additions to the tender documents, except to comply with
instructions issued by the CCT in writing, or necessary to correct errors made by the tenderer. All signatories
to the tender offer shall initial all such alterations.
2.2.11 Alternative tender offers
2.2.11.1 Unless otherwise stated in the Conditions of Tender, the tenderers may submit alternative tender
offers only if a main tender offer, strictly in accordance with all the requirements of the tender
documents, is also submitted.
If a tenderer wishes to submit an alternative tender offer, he/she/it shall do so as a separate offer on
a complete set of tender documents. The alternative tender offer shall be submitted in a separate
sealed envelope clearly marked βAlternative Tenderβ in order to distinguish it from the main tender
offer.
Only the alternative of the highest ranked acceptable main tender offer (that is, submitted by the same
tenderer) will be considered, and if appropriate, recommended for award.
Alternative tender offers of any but the highest ranked main tender offer will not be considered.
An alternative tender offer to the highest ranked acceptable main tender offer that is priced higher than
the main tender offer may be recommended for award, provided that the ranking of the alternative
tender offer is higher than the ranking of the next ranked acceptable main tender offer.
The CCT will not be bound to consider alternative tenders and shall have sole discretion in this regard.
TENDER NO: 150C/2025/26
In the event that the alternative is accepted, the tenderer warrants that the alternative offer complies
in all respects with the CCTβs standards and requirements as set out in the tender document.
2.2.11.2 Acceptance of an alternative tender offer by the CCT may be based only on the criteria stated in the
Conditions of Tender or applicable criteria otherwise acceptable to the CCT.
2.2.12 Submitting a tender offer
2.2.12.1 The tenderer is required to submit one tender offer only on the original tender documents as issued
by the CCT, either as a single tendering entity or as a member in a joint venture to provide the whole
of the works, services or supply identified in the Conditions of Contract and described in the
Specifications. Only those tenders submitted on the tender documents as issued by the CCT together
with all Tender Returnable Documents duly completed and signed will be declared responsive.
2.2.12.2 The tenderer shall return the entire tender document to the CCT after completing it in its entirety,
either electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink.
2.2.12.3 The tenderer shall sign the original tender offer where required in terms of the Conditions of Tender.
The tender shall be signed by a person duly authorised by the tenderer to do so. Tenders submitted
by joint ventures of two or more firms shall be accompanied by the document of formation / founding
document of the joint venture or any other document signed by all Parties, in which is defined precisely
the conditions under which the joint venture will function, its period of duration, the persons authorised
to represent and obligate it, the participation of the several firms forming the joint venture, and any
other information necessary to permit a full appraisal of its functioning. Signatories for tenderers
proposing to contract as joint ventures shall state which of the signatories is the lead partner.
2.2.12.4 Where a two-envelope system is required in terms of the Conditions of Tender, place and seal the
returnable documents listed in the Conditions of Tender in an envelope marked βfinancial proposalβ
and place the remaining returnable documents in an envelope marked βtechnical proposalβ. Each
envelope shall state on the outside the CCTβs address and identification details stated in the General
Tender Information (i.e., item T.1 above), as well as the tenderer's name and contact address.
2.2.12.5 The tenderer shall seal the original tender offer and copy packages together in an outer package that
states on the outside only the CCT's address and identification details as stated in the General Tender
Information. If it is not possible to submit the original tender and the required copies (see 2.2.12.3) in
a single envelope, then the tenderer must seal the original and each copy of the tender offer as
separate packages marking the packages as βORIGINALβ and βCOPYβ in addition to the
aforementioned tender submission details.
2.2.12.6 The CCT shall not assume any responsibility for the misplacement or premature opening of the tender
offer if the outer package is not sealed and marked as stated.
2.2.12.7 Tender offers submitted by facsimile or e-mail will be rejected by the CCT, unless stated otherwise in
the Conditions of Tender.
2.2.12.8 By signing the offer part of the Form of Offer (Section 5, Part A hereto) the tenderer warrants and
agrees that all information provided in the tender submission is true and correct.
2.2.12.9 Tenderers shall properly deposit its bid in the designated tender box (as detailed on the front page of
this tender document) on or before the closing date and before the closing time, in the relevant tender
box at the Tender & Quotation Boxes Office situated on the 2nd floor, Concourse Level, Civic Centre,
12 Hertzog Boulevard, Cape Town. If the tender submission is too large to fit in the allocated box,
please enquire at the public counter for assistance.
2.2.12.10The tenderer must record and reference all information submitted contained in other documents for
example cover letters, brochures, catalogues, etc. in the Returnable Schedule titled List of Other
Documents Attached by Tenderer.
2.2.13 Information and data to be completed in all respects
Tender offers, which do not provide all the data or information requested completely and in the form required,
may be regarded by the CCT as non-responsive.
TENDER NO: 150C/2025/26
2.2.14 Closing time
2.2.14.1 The tenderer shall ensure that the CCT receives the tender offer, together with all applicable
documents specified herein, at the address specified in the General Tender Information herein prior
to the closing time stated on the front page of the tender document.
2.2.14.2 If the CCT extends the closing time stated on the front page of the tender document for any reason,
the requirements of these Conditions of Tender apply equally to the extended deadline.
2.2.14.3 The CCT shall not consider tenders that are received after the closing date and time for such a tender
(late tenders).
2.2.15 Tender offer validity and withdrawal of tenders
2.2.15.1 The tenderer shall warrant that the tender offer(s) remains valid, irrevocable and open for acceptance
by the CCT at any time for a period of 120 days after the closing date stated on the front page of the
tender document.
2.2.15.2 Notwithstanding the period stated in clause 2.2.15.1 above, bids shall remain valid for acceptance for
a period of twelve (12) months after the expiry of the original validity period, unless the CCT is notified
in writing of anything to the contrary by the bidder. The validity of bids may be further extended by a
period of not more than six months subject to mutual agreement by the parties, administrative
processes and upon approval by the City Manager, unless the required extension is as a result of an
appeal process or court ruling.
In circumstances where the validity period of a tender has expired, and the tender has not been
awarded, the tender process is considered βcompletedβ, despite there being no decision (award or
cancellation) made. This anomaly does not fall under any of the listed grounds of cancellation and
should be treated as a "non award". A βnon awardβ is supported as a recommendation to the CCTβs
Bod Adjudication Committee (βBACβ) for noting.
2.2.15.3 A tenderer may request in writing, after the closing date, that its tender offer be withdrawn. Such
withdrawal will be permitted or refused at the sole discretion of the CCT after consideration of the
reasons for the withdrawal, which shall be fully set out by the tenderer in such written request for
withdrawal. Should the tender offer be withdrawn in contravention hereof, the tenderer agrees that:
a) it shall be liable to the CCT for any additional expense incurred or losses suffered by the CCT
in having either to accept another tender or, if new tenders have to be invited, the additional
expenses incurred or losses suffered by the invitation of new tenders and the subsequent
acceptance of any other tender;
b) the CCT shall also have the right to recover such additional expenses or losses by set-off
against monies which may be due or become due to the tenderer under this or any other
tender or contract or against any guarantee or deposit that may have been furnished by the
tenderer or on its behalf for the due fulfilment of this or any other tender or contract. Pending
the ascertainment of the amount of such additional expenses or losses, the CCT shall be
entitled to retain such monies, guarantee or deposit as security for any such expenses or loss,
without prejudice to the CCTβs other rights and/or remedies available to it in accordance with
any applicable laws.
2.2.16 Clarification of tender offer, or additional information, after submission
Tendererβs shall promptly provide clarification of its tender offer, or additional information, in response to a
written request to do so from the CCT during the evaluation of tender offers within the time period stated in
such request. No change in the competitive position of tenderers or substance of the tender offer is sought,
offered, or permitted.
Note: This clause does not preclude the negotiation of the final terms of the contract with a preferred tenderer
following a competitive selection process, should the CCT elect to do so.
Failure, or refusal, to provide such clarification or additional information within the time for submission stated
TENDER NO: 150C/2025/26
in the CCTβs written request may render the tender non-responsive.
2.2.17 Provide other material
2.2.17.1 Tendererβs shall promptly provide, upon request by the CCT, any other material that has a bearing on
the tender offer, the tendererβs commercial position (including joint venture agreements), preferencing
arrangements, or samples of materials, considered necessary by the CCT for the purpose of the
evaluation of the tender. Should the tenderer not provide the material, or a satisfactory reason as to
why it cannot be provided, by the time for submission stated in the CCTβs request, the CCT may regard
the tender offer as non-responsive.
2.2.17.2 The tenderer shall provide, on written request by the CCT, where the transaction value inclusive of
VAT exceeds R 10 million:
a) audited annual financial statement for the past 3 years, or for the period since establishment
if established during the past 3 years, if required by law to prepare annual financial statements
for auditing;
b) a certificate signed by the tenderer certifying that the tenderer has no undisputed
commitments for municipal services towards a municipality or other service provider in respect
of which payment is overdue for more than 30 days;
c) particulars of any contracts awarded to the tenderer by an organ of state during the past five
years, including particulars of any material non-compliance or dispute concerning the
execution of such contract;
d) a statement indicating whether any portion of the goods or services are expected to be
sourced from outside the Republic, and, if so, what portion and whether any portion of payment
from the municipality or municipal entity is expected to be transferred out of the Republic.
Each entity to a Consortium/Joint Venture bid shall submit separate certificates/statements in the
above regard.
2.2.17.3 Tenderers shall be required to undertake to fully cooperate with the CCTβs external service provider
appointed to perform a due diligence review and risk assessment upon receipt of such written
instruction from the CCT.
2.2.18 Samples, Inspections, tests and analysis
Tenderers shall provide access during working hours to premises for inspections, tests and analysis as
provided for in the Conditions of Tender or Specifications.
If the Specifications requires the tenderer to provide samples, these shall be provided strictly in accordance
with the instructions set out in the Specification.
If such samples are not submitted as required in the bid documents or within any further time stipulated by the
CCT in writing, then the bid concerned may be declared non-responsive.
The samples provided by all successful bidders will be retained by the CCT for the duration of any subsequent
contract. Bidders are to note that samples are requested for testing purposes therefore samples submitted to
the CCT may not in all instances be returned in the same state of supply and in other instances may not be
returned at all. Unsuccessful bidders will be advised by the Project Manager or dedicated CCT Official to collect
their samples, save in the aforementioned instances where the samples would not be returned.
2.2.19 Certificates
The tenderer must provide the CCT with all certificates as stated below:
2.2.19.1. Preference Points for Specific Goals
In order to qualify for preference points for HDI and/or Specific Goals, it is the responsibility of the tenderer to
submit documentary proof (Company registration certification, Central Supplier Database report, BBBEE
certificate, Proof of Disability, Financial Statements, commissioned sworn affidavits, etc.) in support of tenderer
claims for such preference for that specific goal.
Tenderers are further referred to the content of the Preference Schedule for the full terms and conditions
applicable to the awarding of preference points.
TENDER NO: 150C/2025/26
2.2.19.2 Evidence of tax compliance
Tenderers shall be registered with the South African Revenue Service (SARS) and their tax affairs must be in
order and they must be tax compliant subject to the requirements of clause 2.2.1.1.2.h. In this regard, it is the
responsibility of the Tenderer to submit evidence in the form of a valid Tax Compliance Status PIN issued by
SARS to the CCT at the Supplier Management Unit located within the Supplier Management / Registration
Office, 2nd Floor (Concourse Level), Civic Centre, 12 Hertzog Boulevard, Cape Town (Tel 021 400 9242/3/4/5),
or included with this tender. The tenderer must record its Tax Compliance Status PIN number on the Details
of Tenderer pages of the tender submission.
Each party to a Consortium/Joint Venture shall submit a separate Tax Compliance Status Pin.
Before making an award the CCT must verify the bidderβs tax compliance status. Where the recommended
bidder is not tax compliant, the bidder should be notified of the non-compliant status and be requested to
submit to the CCT, within 7 working days, written proof from SARS that they have made arrangement to meet
their outstanding tax obligations. The proof of tax compliance submitted by the bidder must be verified by the
CCT via CSD or e-Filing. The CCT should reject a bid submitted by the bidder if such bidder fails to provide
proof of tax compliance within the timeframe stated herein.
Only foreign suppliers who have answered βNOβ to all the questions contained in the Questionnaire to Bidding
Foreign Suppliers section on the Details of Tenderer pages of the tender submission, are not required to
register for a tax compliance status with SARS.
2.2.20 Compliance with Occupational Health and Safety Act,
Tenderers are to note the requirements of the Occupational Health and Safety Act, . The Tenderer
shall be deemed to have read and fully understood the requirements of the above Act and Regulations and to
have allowed for all costs in compliance therewith.
In this regard the Tenderer shall submit upon written request to do so by the CCT, a Health and Safety Plan
in sufficient detail to demonstrate the necessary competencies and resources to deliver the goods or services
all in accordance with the Act, Regulations and Health and Safety Specification.
2.2.21 Claims arising from submission of tender
By responding to the tender herein, the tenderer warrants that it has:
a) Inspected the Specifications and read and fully understood the Conditions of Contract.
b) Read and fully understood the whole text of the Specifications and Price Schedule and thoroughly
acquainted himself with the nature of the goods or services proposed and generally of all matters
which may influence the Contract.
c) visited the site(s) where delivery of the proposed goods will take place, carefully examined existing
conditions, the means of access to the site(s), the conditions under which the delivery is to be made,
and acquainted himself with any limitations or restrictions that may be imposed by the Municipal or
other Authorities in regard to access and transport of materials, plant and equipment to and from the
site(s) and made the necessary provisions for any additional costs involved thereby.
d) requested the CCT to clarify the actual requirements of anything in the Specifications and Price
Schedule, the exact meaning or interpretation of which is not clearly intelligible to the Tenderer.
e) Received any notices to the tender documents which have been issued in accordance with the CCTβs
Supply Chain Management Policy.
The CCT will therefore not be liable for the payment of any extra costs or claims arising from the submission
of the tender.
2.2.22 Collection and issuing of tender documents
The CCT will only issue tender documents though itβs Tender Distribution Office and/or the official CCT tender
portal. Bidders who obtain documents through any means other than described herein, will not be known to
the CCT and may thus not receive tender notices and addendums. Tenderers are not allowed to distribute
tender documents to other potential bidders.
It is the responsibility of bidders who obtain documents through any means other than described herein, to
TENDER NO: 150C/2025/26
notify the CCT tender representative thereof that they are participating in the tender. The CCT accepts no
liability for any tender notices or addendums not reaching any bidders who obtained documents through any
means other than described herein
2.3 The CCTβs undertakings
2.3.1 Respond to requests from the tenderer
2.3.1.1 Unless otherwise stated in the Conditions of Tender, the CCT shall respond to a request for clarification
received up to one week (where possible) before the tender closing time stated on the front page of
the tender document.
2.3.1.2 The CCTβs duly authorised representative for the purpose of this tender is stated on the General Tender
Information page above.
2.3.2 Issue Notices
If necessary, the CCT may issue addenda in writing that may amend or amplify the tender documents to each
tenderer during the period from the date the tender documents are available until one week before the tender
closing time stated in the Tender Data. The CCT reserves its rights to issue addenda less than one week
before the tender closing time in exceptional circumstances If, as a result a tenderer applies for an extension
to the closing time stated on the front page of the tender document, the CCT may grant such extension and,
shall then notify all tenderers who drew documents.
Notwithstanding any requests for confirmation of receipt of notices issued, the tenderer shall be deemed to
have received such notices if the CCT can show proof of transmission thereof via electronic mail, facsimile or
registered post.
2.3.3 Opening of tender submissions
2.3.3.1 Unless the two-envelope system is to be followed, CCT shall open tender submissions in the presence
of tenderersβ agents who choose to attend at the time and place stated in the Conditions of Tender.
Tenders will be opened immediately after the closing time for receipt of tenders as stated on the front
page of the tender document, or as stated in any Notice extending the closing date and at the closing
venue as stated in the General Tender Information.
2.3.3.2 Announce at the meeting held immediately after the opening of tender submissions, at the closing
venue as stated in the General Tender Information, the name of each tenderer whose tender offer is
opened and, where possible, the prices indicated.
2.3.3.3 Make available a record of the details announced at the tender opening meeting on the CCTβs website
(http://www.capetown.gov.za/en/SupplyChainManagement/Pages/default.aspx.)
2.3.4 two-envelope system
2.3.4.1 Where stated in the Conditions of Tender that a two-envelope system is to be followed, the CCT shall
open only the technical proposal of tenders in the presence of tenderersβ agents who choose to attend
at the time and place stated in the Conditions of Tender and announce the name of each tenderer
whose technical proposal is opened.
2.3.4.2 The CCT shall evaluate the quality of the technical proposals offered by tenderers, then advise
tenderers who have submitted responsive technical proposals of the time and place when the financial
proposals will be opened. The CCT shall open only the financial proposals of tenderers, who have
submitted responsive technical proposals in accordance with the requirements as stated in the
Conditions of Tender, and announce the total price and any preference claimed. Return unopened
financial proposals to tenderers whose technical proposals were non-responsive.
2.3.5 Non-disclosure
TENDER NO: 150C/2025/26
The CCT shall not disclose to tenderers, or to any other person not officially concerned with such processes,
information relating to the evaluation and comparison of tender offers and recommendations for the award of
a contract, until after the award of the contract to the successful tenderer.
2.3.6 Grounds for rejection and disqualification
The CCT shall determine whether there has been any effort by a tenderer to influence the processing of tender
offers and instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or
fraudulent practices.
2.3.7 Test for responsiveness
2.3.7.1 Appoint a Bid Evaluation Committee and determine after opening whether each tender offer properly
received:
a) complies with the requirements of these Conditions of Tender,
b) has been properly and fully completed and signed, and
c) is responsive to the other requirements of the tender documents.
2.3.7.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender
documents without material deviation or qualification. A material deviation or qualification is one which,
in the CCT's opinion, would:
a) Detrimentally affect the scope, quality, or performance of the goods, services or supply
identified in the Specifications,
b) Significantly change the CCT's or the tenderer's risks and responsibilities under the contract,
or
c) affect the competitive position of other tenderers presenting responsive tenders, if it were to
be rectified.
Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction
or withdrawal of any material deviation or qualification.
The CCT reserves the right to accept a tender offer which does not, in the CCTβs opinion, materially
and/or substantially deviate from the terms, conditions, and specifications of the tender documents.
2.3.8 Arithmetical errors, omissions and discrepancies
2.3.8.1 Check the responsive tenders for:
a) The gross misplacement of the decimal point in any unit rate;
b) Omissions made in completing the Price Schedule; or
c) Arithmetic errors in:
i) line item totals resulting from the product of a unit rate and a quantity in the Price
Schedule; or
ii) The summation of the prices; or
iii) Calculation of individual rates.
2.3.8.2 The CCT must correct the arithmetical errors in the following manner:
a) Where there is a discrepancy between the amounts in words and amounts in figures, the
amount in words shall govern.
b) If pricing schedules apply and there is an error in the line item total resulting from the product
of the unit rate and the quantity, the line item total shall govern and the rate shall be corrected.
Where there is an obviously gross misplacement of the decimal point in the unit rate, the line
item total as tendered shall govern, and the unit rate shall be corrected.
c) Where there is an error in the total of the prices either as a result of other corrections required
by this checking process or in the tenderer's addition of prices, the total of the prices shall
govern and the tenderer will be asked to revise selected item prices (and their rates if Price
Schedules apply) to achieve the tendered total of the prices.
Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of the
TENDER NO: 150C/2025/26
arithmetical error in the manner described above.
2.3.8.3 In the event of tendered rates or lump sums being declared by the CCT to be unacceptable to it
because they are not priced, either excessively low or high, or not in proper balance with other rates
or lump sums, the tenderer may be required to produce evidence and advance arguments in support
of the tendered rates or lump sums objected to. If, after submission of such evidence and any further
evidence requested, the CCT is still not satisfied with the tendered rates or lump sums objected to, it
may request the tenderer to amend these rates and lump sums along the lines indicated by it.
The tenderer will then have the option to alter and/or amend the rates and lump sums objected to and
such other related amounts as are agreed on by the CCT, but this shall be done without altering the
tender offer in accordance with this clause.
Should the tenderer fail to amend his tender in a manner acceptable to and within the time stated by
the CCT, the CCT may declare the tender as non-responsive.
2.3.9 Clarification of a tender offer
The CCT may, after the closing date, request additional information or clarification from tenderers, in writing
on any matter affecting the evaluation of the tender offer or that could give rise to ambiguity in a contract arising
from the tender offer, which written request and related response shall not change or affect their competitive
position or the substance of their offer. Such request may only be made in writing by the Director: Supply Chain
Management using any means as appropriate.
2.3.10 Evaluation of tender offers
2.3.10.1 General
2.3.10.1.1 The CCT may reduce each responsive tender offer to a comparative price and evaluate them using
the tender evaluation methods and associated evaluation criteria and weightings that are specified in
the Conditions of Tender.
2.3.10.1.2 For evaluation purposes only, the effects of the relevant contract price adjustment methods will be
considered in the determination of comparative prices as follows:
a) If the selected method is based on bidders supplying rates or percentages for outer years,
comparative prices would be determined over the entire contract period based on such rates or
percentages.
b) If the selected method is based on a formula, indices, coefficients, etc. that is the same for all
bidders during the contract period, comparative prices would be the prices as tendered for year
one.
c) If the selected method is based on a formula, indices, coefficients, etc. that varies between
bidders, comparative prices would be determined over the entire contract period based on
published indices relevant during the 12 months prior to the closing date of tenders.
d) If the selected method includes an imported content requiring rate of exchange variation,
comparative prices would be determined based on the exchange rates tendered for the prices as
tendered for year one. The rand equivalent of the applicable currency 14 days prior to the closing
date of tender will be used (the CCT will check all quoted rates against those supplied by its own
bank).
e) If the selected method is based on suppliersβ price lists, comparative prices would be the prices
as tendered for year one.
f) If the selected method is based on suppliersβ price lists and / or rate of exchange, comparative
prices would be determined as tendered for year one whilst taking into account the tendered
percentage subject to rate of exchange (see sub clause (d) for details on the calculation of the
rate of exchange).
2.3.10.1.3 Where the scoring of functionality forms part of a bid process, each member of the Bid Evaluation
Committee must individually score functionality. The individual scores must then be interrogated and
calibrated if required where there are significant discrepancies. The individual scores must then be
added together and averaged to determine the final score.
2.3.10.2 Decimal places
TENDER NO: 150C/2025/26
Score financial offers, preferences and functionality, as relevant, to two decimal places.
2.3.10.3 Scoring of tenders (price and preference) β Not Applicable
2.3.10.3.2 Points for preference will be allocated in accordance with the provisions of Preference Schedule
and the table in this clause.
2.3.10.3.3 The terms and conditions of Preference Schedule as it relates to preference shall apply in all
respects to the tender evaluation process and any subsequent contract.
2.3.10.3.4 Applicable formula:
The 80/20 preference point system will apply to this tender.
The 80/20 price/preference points system will be applied to the evaluation of responsive tenders up to and
including a Rand value of R50β000β000 (all applicable taxes included), whereby the order(s) will be placed with
the tenderer(s) scoring the highest total number of adjudication points.
Price shall be scored as follows:
Ps = 80 x (1 β (Pt β Pmin))
Pmin
Where: Ps is the number of points scored for price;
Pt is the price of the tender under consideration;
Pmin is the price of the lowest responsive tender.
Preference points shall be based on the Specific Goal as per below:
Table B1: Awards above R750 000 and up to R50 mil (VAT Inclusive)
# Specific goals allocated points Preference Evidence Additional Guidance
Points (80/20)
Equal/ below R50
mil
Persons, or categories of persons, historically disadvantaged- (HDI) by unfair discrimination on the basis of
1 Gender are women (ownership)* β’ Company Registration β’ Issued by the Companies and
Certification Intellectual Property Commission
>75% - 100% women ownership: 5 points
>50% - 75% women ownership: 4 points 5 β’ Central Supplier β’ Report name: CSD Registration report
>25% - 50% women ownership: 3 points Database report
>0% - 25% women ownership: 2 points
0% women ownership = 0 points
2 Race are black persons (ownership)* 5 β’ B-BBEE certificate; β’ South African National Accreditation
System approved certificate or
>75% - 100% black ownership: 5 points commissioned sworn affidavit
>50% - 75% black ownership: 4 points
>25% - 50% black ownership: 3 points β’ Company Registration β’ Issued by the Companies and
>0% - 25% black ownership: 2 points Certification Intellectual Property Commission
0% black ownership = 0 points
β’ Central Supplier β’ Report name: CSD Registration report
Database report
3 Disability are disabled persons 3 β’ Proof of disability β’ Medical certificate/ South African
(ownership)* Revenue Services disability
registration
TENDER NO: 150C/2025/26
WHO disability guideline β’ Company Registration β’ Issued by the Companies and
>2% ownership: 3 points Certification Intellectual Property Commission
>0% - 2% ownership: 1.5 point
0% ownership = 0 points
Reconstruction and Development Programme (RDP) as published in Government Gazette
4 Promotion of Micro and Small 7 β’ B-BBEE status level of β’ Specifically in line with the respective
Enterprises contributor; sector codes which the company
Micro with a turnover up to R20million operates,
and Small with a turnover up to R80
million as per National Small Enterprise β’ South African National Accreditation
Act, 1996 (Act No. System approved certificate or
commissioned sworn affidavit
SME partnership, sub-contracting, joint
venture or consortiums β’ South African owned β’ Certificate of incorporation or
enterprises; commissioned sworn affidavit
β’ Financial Statement to β’ Latest financial statements (1 Year)
determine annual
turnover
Total points 20
*Ownership: main tendering entity
2.3.10.5 Risk Analysis
Notwithstanding compliance with regard to any requirements of the tender, the CCT will perform a risk
analysis in respect of the following:
a) reasonableness of the financial offer
b) reasonableness of unit rates and prices
c) the tendererβs ability to fulfil its obligations in terms of the tender document, that is, that the
tenderer can demonstrate that he/she possesses the necessary professional and technical
qualifications, professional and technical competence, financial resources, equipment and
other physical facilities, managerial capability, reliability, capacity, experience, reputation,
personnel to perform the contract, etc.; the CCT reserves the right to consider a tendererβs
existing contracts with the CCT in this regard
d) any other matter relating to the submitted bid, the tendering entity, matters of compliance,
verification of submitted information and documents, etc.
The conclusions drawn from this risk analysis will be used by the CCT in determining the acceptability
of the tender offer.
No tenderer will be recommended for an award unless the tenderer has demonstrated to the
satisfaction of the CCT that he/she has the resources and skills required.
2.3.11 Negotiations with preferred tenderers
The CCT may negotiate the final terms of a contract with tenderers identified through a competitive tendering
process as preferred tenderers provided that such negotiation:
a) Does not allow any preferred tenderer a second or unfair opportunity;
b) Is not to the detriment of any other tenderer; and
c) Does not lead to a higher price than the tender as submitted.
If negotiations fail to result in acceptable contract terms, the City Manager (or his delegated authority) may
terminate the negotiations and cancel the tender, or invite the next ranked tenderer for negotiations. The
original preferred tenderer should be informed of the reasons for termination of the negotiations. If the decision
is to invite the next highest ranked tenderer for negotiations, the failed earlier negotiations may not be reopened
by the CCT.
TENDER NO: 150C/2025/26
Minutes of any such negotiations shall be kept for record purposes.
The provisions of this clause will be equally applicable to any invitation to negotiate with any other tenderers.
In terms of the CCTβs SCM Policy, tenders must be cancelled in the event that negotiations fail to achieve a
market related price with any of the three highest scoring tenderers.
2.3.12 Acceptance of tender offer
Notwithstanding any other provisions contained in the tender document, the CCT reserves the right to:
2.3.12.1 Accept a tender offer(s) which does not, in the CCTβs opinion, materially and/or substantially deviate
from the terms, conditions, and specifications of the tender document.
2.3.12.2 Accept the whole tender or part of a tender or any item or part of any item or items from multiple
manufacturers, or to accept more than one tender (in the event of a number of items being offered),
and the CCT is not obliged to accept the lowest or any tender.
2.3.12.3 Accept the tender offer(s), if in the opinion of the CCT, it does not present any material risk and only
if the tenderer(s):
a) is not under restrictions, has any principals who are under restrictions, or is not currently a
supplier to whom notice has been served for abuse of the supply chain management system,
preventing participation in the CCTβs procurement,
b) can, as necessary and in relation to the proposed contract, demonstrate that he or she
possesses the professional and technical qualifications, professional and technical
competence, financial resources, equipment and other physical facilities, managerial
capability, reliability, experience and reputation, expertise and the personnel, to perform the
contract,
c) has the legal capacity to enter into the contract,
d) is not insolvent, in receivership, under Business Rescue as provided for in chapter 6 of the
Companies Act, 2008, bankrupt or being wound up, has his affairs administered by a court or
a judicial officer, has suspended his business activities, or is subject to legal proceedings in
respect of any of the foregoing, complies with the legal requirements, if any, stated in the
tender data, and
e) is able, in the opinion of the CCT, to perform the contract free of conflicts of interest.
If an award cannot be made in terms of anything contained herein, the CCT reserves the right
to consider the next ranked tenderer(s).
2.3.12.4 The CCT reserves the right not to make an award, or revoke an award already made, where the
implementation of the contract may result in reputational risk or harm to the CCT as a result of
(inter alia):
a) reports of poor governance or unethical behaviour, or both;
b) association with known notorious individuals and family of notorious individuals;
c) poor performance issues, known to the CCT;
d) negative media reports, including negative social media reports;
e) adverse assurance (e.g. due diligence) report outcomes; and
f) circumstances where the relevant vendor has employed, or is directed by, anyone who was
previously employed in the service of the state (as defined in clause 1.53 of the SCM Policy),
where the person is or was negatively implicated in any SCM irregularity.
2.3.12.5 The CCT reserves the right to nominate an Standby Bidder at the time when an award is made and
in the event that a contract is terminated during the execution thereof, the CCT may consider the award
of the contract, or non-award, to the Standby Bidder in terms of the procedures included its SCM
Policy.
2.3.13 Prepare contract documents
2.3.13.1 If necessary, revise documents that shall form part of the contract and that were issued by the CCT
TENDER NO: 150C/2025/26
as part of the tender documents to take account of:
a) Notices issued during the tender period,
b) Inclusion of some of the returnable documents, and
c) Other revisions agreed between the CCT and the successful tenderer.
2.3.13.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any.
2.3.14 Notice to successful and unsuccessful tenderers
2.3.14.1 Before accepting the tender of the successful tenderer the CCT shall notify the successful tenderer
in writing of the decision of the CCTβs Bid Adjudication Committee to award the tender to the successful
tenderer. No rights shall accrue to the successful tenderer in terms of this notice
2.3.14.2 The CCT shall, at the same time as notifying the successful tenderer of the Bid Adjudication
Committeeβs decision to award the tender to the successful tenderer, also give written notice to the
other tenderers informing them that they have been unsuccessful.
2.3.15 Provide written reasons for actions taken
Provide upon request written reasons to tenderers for any action that is taken in applying these Conditions of
Tender, but withhold information which is not in the public interest to be divulged, which is considered to
prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between
tenderers.
TENDER NO: 150C/2025/26
TENDER DOCUMENT
GOODS AND SERVICES
SUPPLY CHAIN MANAGEMENT
SCM - 542 Approved by Branch Manager: February 2024 Version: 10 of 80
TENDER NO: 150C/2025/26:
TENDER DESCRIPTION: PROVISION OF SERVICE PROVIDER: BROKER TO ADMINISTER THE
GROUP LIFE ASSURANCE SCHEME FOR EMPLOYEES OF THE CITY OF CAPE TOWN
CONTRACT PERIOD: 5 YEARS FROM THE COMMENCEMENT DATE OF THE CONTRACT
THE CONTRACT
THE CITY OF CAPE TOWN
A metropolitan municipality, established in terms of the Local Government: Municipal Structures Act,
read with the Province of the Western Cape: Provincial Gazette 5588 dated 22 September
2000, as amended (βthe Purchaserβ) herein represented by
AUTHORISED REPRESENTATIVE
AND
SUPPLIER
NAME of Company/Close Corporation or
Partnership / Joint Venture/ Consortium
or Sole Proprietor /Individual (The
βSupplierβ / βtendererβ)
TRADING AS (if different from above)
REGISTRATION NUMBER
PHYSICAL ADDRESS / CHOSEN
DOMICILIUM CITANI ET EXECTUANDI
OF THE SUPPLIER
AUTHORISED REPRESENTATIVE
CAPACITY OF AUTHORISED
REPRESENTATIVE
(HEREINAFTER COLLECTIVELY REFERRED TO AS βTHE PARTIESβ AND
INDIVIDUALLY A βPARTYβ)
NATURE OF TENDER OFFER (please indicate below)
Main Offer (see clause 2.2.11.1)
Alternative Offer (see clause 2.2.11.1)
TENDER NO: 150C/2025/26
C.1 DETAILS OF TENDERER/SUPPLIER
1.1 Type of Entity (Please tick one box)
Individual / Sole Proprietor Close Corporation Company
Partnership or Joint Venture or Trust Other:
Consortium
1.2 Required Details (Please provide applicable details in full):
Name of Company / Close
Corporation or
Partnership / Joint Venture / Consortium
or
Individual /Sole Proprietor
Trading as (if different from above
Company / Close Corporation registration
number (if applicable)
Postal address
Postal Code __________
Physical address
(Chosen Domicilium Citandi Et
Executandi)
Postal Code __________
Name: Mr/Ms ________________________________________
(Name & Surname)
Contact details of the person duly Telephone :( ____) ______________ Fax :( ____) ___________
authorised to represent the tenderer Cellular Telephone:____________________________________
E-mail address:___________________________________________
Income tax number
VAT registration number
SARS Tax Compliance Status PIN
CCT Supplier Database Registration
Number (See Conditions of Tender)
National Treasury Central Supplier
Database registration number (See
Conditions of Tender)
Is tenderer the accredited representative
in South Africa for the Goods / Services / Yes No
Works offered? If yes, enclose proof
Is tenderer a foreign based supplier for Yes No
the Goods / Services / Works offered? If yes, answer the Questionnaire to Bidding Foreign Suppliers (below)
Questionnaire to Bidding Foreign a) Is the tenderer a resident of the Republic of South Africa or an entity
Suppliers registered in South Africa?
Yes No
b) Does the tenderer have a permanent establishment in the Republic of
South Africa?
Yes No
c) Does the tenderer have any source of income in the Republic of South
Africa?
Yes No
d) Is the tenderer liable in the Republic of South Africa for any form of
taxation?
Yes No
Other Required registration numbers
TENDER NO: 150C/2025/26
C.2 FORM OF OFFER AND ACCEPTANCE
Tender No: 150C/2025/26
Tender Description: Provision of Service Provider: Broker to administer
the Group Life Assurance Scheme for Employees of the City of Cape
Town
C.2.1 Offer (To Be Completed by the Tenderer as Part of Tender Submission)
The tenderer, identified in the offer signature table below,
HEREBY AGREES THAT by signing the Form of Offer and Acceptance, the tenderer:
1. confirms that it has examined the documents listed in the Index (including Schedules and
Annexures) and has accepted all the Conditions of Tender;
2. confirms that it has received and incorporated any and all notices issued to tenderers issued by the
CCT;
3. confirms that it has satisfied itself as to the correctness and validity of the tender offer; that the
price(s) and rate(s) offered cover all the goods and/or services specified in the tender documents;
that the price(s) and rate(s) cover all its obligations and accepts that any mistakes regarding price(s),
rate(s) and calculations will be at its own risk;
4. offers to supply all or any of the goods and/or render all or any of the services described in the
tender document to the CCT in accordance with the:
4.1 terms and conditions stipulated in this tender document;
4.2 specifications stipulated in this tender document; and
4.3 at the prices as set out in the Price Schedule.
5. accepts full responsibility for the proper execution and fulfilment of all obligations and conditions
devolving on it in terms of the Contract.
SIGNED AT _______________ (PLACE) ON THE _____ (DAY) OF__________________ (MONTH AND
YEAR)
___________________________ _________________
For and on behalf of the Supplier Witness 1 Signature
(Duly Authorised) Name and Surname:
Name and Surname:
________________
Witness 2 Signature
Name and Surname:
INITIALS OF CCT OFFICIALS
1 2 3
TENDER NO: 150C/2025/26
FORM OF OFFER AND ACCEPTANCE (continued)
Tender No: 150C/2025/26
Tender Description: Provision of Service Provider: Broker to administer
the Group Life Assurance Scheme for Employees of the City of Cape
Town
C.2.2 Acceptance (To Be Completed by the CCT)
By signing this part of this Form of Offer and Acceptance, the CCT accepts the tendererβs (if awarded the
Supplierβs) offer. In consideration thereof, the CCT shall pay the Supplier the amount due in accordance with
the conditions of contract. Acceptance of the Supplierβs offer shall form an agreement between the CCT and
the Supplier upon the terms and conditions contained in this document.
The terms of the agreement are contained in the Contract (as defined) including drawings and documents or
parts thereof, which may be incorporated by reference.
Deviations from and amendments to the documents listed in the tender data and any addenda thereto as listed
in the Tender Returnable Documents as well as any changes to the terms of the offer agreed by the tenderer
and the CCT during this process of offer and acceptance, are contained in the Schedule of Deviations attached
to and forming part of this Form of Offer and Acceptance. No amendments to or deviations from said
documents are valid unless contained in the Schedule of Deviations. ONLY TO BE
The Supplier shall within 2 (two) weeks after contract commencement, contact the CCT to arrange the delivery
of any securities, bonds, guarantees, proof of insurance and any other documents to be provided in terms the
Special Conditions of Contract. Failure to fulfil any of these obligations in accordance with those terms shallconstitute a repudiationCOMPLETED/ breach of the agreement. AT
Unless indicated otherwise in the Deviation Schedule, this agreement comes into effect on the
Commencement Date, being the date upon which the Supplier confirms receipt from the CCT of 1 (one)
complete, signed copy of the Contract, including amendments or deviations contained in the Schedule ofACCEPTANCE STAGEDeviations (if any).
___________________________ _________________
For and on behalf of the City of Cape Town Witness 1 Signature
(Duly Authorised) Name and Surname:
Name and Surname:
________________
Witness 2 Signature
Name and Surname:
TENDER NO: 150C/2025/26
FORM OF OFFER AND ACCEPTANCE (continued)
Tender No: 150C/2025/26
Tender Description: Provision of Service Provider: Broker to administer
the Group Life Assurance Scheme for Employees of the City of Cape
Town
C.2.3 Schedule of Deviations (To be Completed by the CCT upon Acceptance)
Notes:
1. The extent of deviations from the tender documents issued by the CCT before the tender closing date,
is limited to those permitted in terms of the conditions of tender.
2. A tenderer's covering letter shall not be included in the final Contract document. Should any matter in
such letter, which constitutes a deviation as aforesaid, become the subject of agreements reached
during the process of offer and acceptance, the outcome of such agreement shall be recorded here.
3. Any other matter arising from the process of offer and acceptance either as a confirmation, clarification
or change to the tender documents and which it is agreed by the Parties to become an obligation of
the Contract, shall be recorded here.
4. Any change or addition to the tender documents arising from the above agreements and recorded
here, shall form part of the Contract.
1 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ONLY TO BE
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . COMPLETED AT
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
2 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .ACCEPTANCE STAGE
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
3 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
4 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
By the duly authorised representatives signing this agreement, the CCT and the tenderer agree to and accept
the foregoing schedule of deviations as the only deviations from and amendments to this tender document
and addenda thereto as listed in the Tender Returnable Documents, as well as any confirmation, clarification
or changes to the terms of the offer agreed by the tenderer and the CCT during this process of offer and
acceptance.
It is expressly agreed that no other matter whether in writing, oral communication or implied during the period
between the issue of the tender documents and the Commencement Date, shall have any meaning or effect
between the Parties arising from the agreement.
TENDER NO: 150C/2025/26
FORM OF OFFER AND ACCEPTANCE (continued)
Tender No: 150C/2025/26
Tender Description: Provision of Service Provider: Broker to administer
the Group Life Assurance Scheme for Employees of the City of Cape
Town
C.2.4 Confirmation of Receipt (To be Completed by Supplier upon Acceptance)
The Supplier identified in the offer part of the Contract hereby confirms receipt from the CCT of 1 (one)
complete, signed copy of the Contract, including the Schedule of Deviations (if any) on:
The................................................ (Day)
Of................................................. (Month)
20........... (year)
At................................................. (Place)
ONLY TO BEFor the Supplier: Signature(s) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Name(s) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Signature and name of witness: COMPLETED AT
Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Name . . . . . . . . . . . . . . . . . . . . . . .
ACCEPTANCE STAGE
TENDER NO: 150C/2025/26
C.3 OCCUPATIONAL HEALTH AND SAFETY AGREEMENT
AGREEMENT MADE AND ENTERED INTO BETWEEN THE CCT (HEREINAFTER CALLED THE βCCTβ)
AND
............................................................................................................................... ,
(Supplier/Mandatary/Company/CC Name)
IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL HEALTH AND SAFETY ACT, AS
AMENDED.
I, .............................................................................................................................., representing
............................................................................................................................... , as an employer
in its own right in its own right, do hereby undertake to ensure, as far as is reasonably practicable, that all work
will be performed, and all equipment, machinery or plant used in such a manner as to comply with the
provisions of the Occupational Health and Safety Act (hereafter βOHSAβ) and the Regulations promulgated
thereunder.
I furthermore confirm that I am/we are registered with the Compensation Commissioner and that all registration
and assessment monies due to the Compensation Commissioner have been fully paid or that I/We are insured
with an approved licensed compensation insurer.
COID ACT RegistrationONLYNumber: ..................................................................................................TO BE
OR Compensation Insurer: ........................................................ Policy No.: .....................................................
I undertake to appoint, where required, suitable competent persons, in writing, in terms of the requirements of COMPLETED ATOHSA and the Regulations and to charge him/them with the duty of ensuring that the provisions of OHSA and
Regulations as well as the Councilβs Special Conditions of Contract, Way Leave, Lock-Out and Work Permit
Procedures are adhered to as far as reasonably practicable.IACCEPTANCEfurther undertake to ensure that any subcontractors employed bySTAGEme will enter into an occupational health
and safety agreement separately, and that such subcontractors comply with the conditions set.
I hereby declare that I have read and understand the Occupational Health and Safety Specifications contained
in this tender and undertake to comply therewith at all times.
I hereby also undertake to comply with the Occupational Health and Safety Specification and Plan submitted
and approved in terms thereof.
Signed at .......................................on the......................................day of....................................20....
_______________________ ____________________
Witness Mandatary
Signed at...................................... on the.....................................day of......................................20 ....
_______________________ ____________________
Witness for and on behalf of
CCT
TENDER NO: 150C/2025/26
C.4 PRICE SCHEDULE
Bid specifications may not make any reference to any particular trademark, name, patent, design, type, specific
origin or producer, unless there is no other sufficiently precise or intelligible way of describing the characteristics
of the work, in which case such reference must be accompanied by the words βor equivalentβ.
TENDERERS MUST NOTE THAT WHEREVER THIS DOCUMENT REFERS TO
ANY PARTICULAR TRADEMARK, NAME, PATENT, DESIGN, TYPE,
SPECIFIC ORIGIN OR PRODUCER, SUCH REFERENCE SHALL BE DEEMED
TO BE ACCOMPANIED BY THE WORDS βOR EQUIVALENTβ
Item Unit of Price per unit Total (excl
Description Quantity
No measure (excl VAT) VAT)*
1 Not Applicable
Pricing Instructions:
5.1 State the rates and prices in Rand unless instructed otherwise in the Conditions of Tender.
5.2 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value
Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies
being those applicable 14 days before the closing time stated in the General Tender Information.
5.3 All prices tendered must include all expenses, disbursements and costs (e.g. transport, accommodation
etc.) that may be required for the execution of the tendererβs obligations in terms of the Contract, and
shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract as
well as overhead charges and profit (in the event that the tender is successful). All prices tendered will be
final and binding.
5.4 All prices shall be tendered in accordance with the units specified in this schedule.
5.5 Where a value is given in the Quantity column, a Rate and Price (the product of the Quantity and Rate) is
required to be inserted in the relevant columns.
5.6 The successful tenderer is required to perform all tasks listed against each item. The tenderer must
therefore tender prices/rates on all items as per the section in the Price Schedule. An item against which
no rate is/are entered, or if anything other than a rate or a nil rate (for example, a zero, a dash or
the word βincludedβ or abbreviations thereof) is entered against an item, it will also be regarded
as a nil rate having been entered against that item, i.e. that there is no charge for that item. The
Tenderer may be requested to clarify nil rates, or items regarded as having nil rates; and the CCT
may also perform a risk analysis with regard to the reasonableness of such rates.
5.7 Provide fixed rates and prices for the duration of the contract that are not subject to adjustment except as
otherwise provided for in clause 17 of the Conditions of Contract and as amplified in the Special
Conditions of Contract.
5.8 It is the City of Cape Townβs intention to award to this tender to a Main bidder as well as a standby bidder.
5.9. It is the intention of the City of Cape Town to award this tender for a period of five (5) years (60 months),
subject to Section 33 of The Local Government Municipal Finance Management Act as this
tender will impose obligations on the City for a period longer than the three (3) financial years. The tender
period is initially valid for the 3- financial years thereafter the additional 2 years that is addressed in this
tender document is subject to City of Cape Townβs Council approval via the Section 33 process.
INITIALS OF CCT
OFFICIALS
1 2 3