Skip to main content
RCCH24/2025Telecommunications

RCCH22/2025 - - Western Cape

Issuing Organization

Unknown

Location

Gauteng

Closing Date

20 Feb 2026

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

Tender Type

Request for Bid(Open-Tender)

Delivery Location

RED CROSS WAR MEMORIAL CHILDREN'S HOSPITAL, KLIPFONTEIN ROAD - RONDEBOSCH - CAPE TOWN - 7700

Published

09 Dec 2025

Tender Description
Rcch22/2025 - for the Supply and Delivery of Fresh Fruits and Fresh Vegetables for a Three (3) Year Period at Red Cross War Memorial Children’s Hospital. Please Note the Correct Tender Number Should Be Rcch22/2025 and Not Rcch24/2025
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

RED CROSS WAR MEMORIAL CHILDREN'S HOSPITAL, KLIPFONTEIN ROAD - RONDEBOSCH - CAPE TOWN - 7700

Requirements & Eligibility
Analysis: Final Bid Document RCCH22-2025.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT BID BOX SITUATED AT THE FOYER ADMINISTRATION BUILDING, RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. THE FOYER, ADMINISTRATION BUILDING, RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL CORNER MILNER ROAD AND KLIPFONTEIN ROAD RONDEBOSCH 7700 BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO: CONTACT CONTACT MS. SHANICE OCTOBER MS. M. COETZEE PERSON PERSON TELEPHONE TELEPHONE ENQUIRIES IN WRITING ENQUIRIES IN WRITING NUMBER NUMBER FACSIMILE FACSIMILE N/A N/A NUMBER NUMBER E-MAIL E-MAIL ADDRESS rxh.bidsdepartment@westerncape.gov.za rxh.bidsdepartment@westerncape.gov.za ADDRESS SUPPLIER INFORMATION NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE CODE NUMBER NUMBER Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. CELL PHONE NUMBER FACSIMILE CODE NUMBER NUMBER E-MAIL ADDRESS VAT REGISTRATION NUMBER SUPPLIER TCS MAAA COMPLIANCE WCSEB Pin CSD AND STATUS No. No: [TICK APPLICABLE BOX] B-BBEE [TICK APPLICABLE BOX] B-BBEE STATUS STATUS LEVEL Yes LEVEL Yes VERIFICATION SWORN CERTIFICATE No AFFIDAVIT No IF YES, WAS THE [TICK APPLICABLE BOX] CERTIFICATE ISSUED BY A VERIFICATION Yes AGENCY ACCREDITED BY No THE SOUTH AFRICAN NATIONAL ACCREDITATION SYSTEM (SANAS) [A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/SWORN AFFIDAVIT (FOR EMEs& QSEs) MUST BE SUBMITTED TOGETHER WITH A COMPLETED 6.1 IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE] ARE YOU THE ACCREDITED REPRESENTATIVE Yes IN SOUTH Yes ARE YOU A FOREIGN BASED AFRICA FOR SUPPLIER FOR THE GOODS No THE GOODS No /SERVICES /WORKS OFFERED? /SERVICES [IF YES, ANSWER THE /WORKS [IF YES ENCLOSE PROOF] QUESTIONNAIRE BELOW) 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. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. PART B TERMS AND CONDITIONS FOR BIDDING 1. 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 (WCBD7). 2. 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 THE STATE TO VIEW THE TAXPAYERS PROFILE AND TAX STATUS. 2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) OR PIN MAY ALSO BE MADE VIA E-FILING THROUGH THE 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 AND CSD NUMBER AS MENTIONED IN 2.3 ABOVE. 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 CLOSED 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: ................................................... NAME AND SURNAME OF BIDDER: ................................................... CAPACITY UNDER WHICH THIS BID IS SIGNED: ................................................... (Proof of authority must be submitted e.g. company resolution) DATE: ................................................... Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. General Conditions for Completing and Submitting Bid Documents Bidders are advised to read all pages of this bid document thoroughly and ensure complete compliance with all instructions, specifications, and requirements. This bid requires a formal, structured response to each section, particularly the Terms of Reference (TOR), using the compliance format provided. REPLY: Comply / Does Not Comply COMMENTS / ATTACHMENTS No (If applicable) All documents and forms included in this bid invitation must be 1. completed in full. 2. All information requested must be provided as per the requirements. Each page of the entire bid, including attachments and supporting 3. documents, must be consecutively numbered in the top right-hand corner. The original numbering system of this bid document must be preserved. If alternatives or additional options are submitted, each must be presented 4. separately with a complete description, clear reference to deviations, and supporting documentation. The bid must be submitted under a cover page and a full table of 5. contents, referencing all documents and their corresponding page numbers. 6. The bid submission must be physically delivered in a printed hard copy format to the designated address by the stipulated closing date and time. No faxed, emailed, or electronic submissions will be accepted unless formally specified by the Department in writing. The submission must be enclosed in a sealed envelope or package, clearly marked as follows: • BID NUMBER: RCCH22/2025 • DESCRIPTION: Supply and Delivery of fresh fruit and fresh vegetables for a Three (3) Year Period • CLOSING DATE: 20 FEBRUARY 2026 • CLOSING TIME: 11:00 AM • NAME OF BIDDING COMPANY If the bid consists of multiple documents or volumes, each must be clearly labelled (e.g., “Volume ”). • The bid must be deposited in the official tender box at the following location: • Red Cross War Memorial Children’s Hospital • Procurement Office / Official Bid Box Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. BIDDERS ARE SOLELY RESPONSIBLE FOR ENSURING THAT THEIR BID IS SUBMITTED BEFORE THE CLOSING DATE AND TIME. LATE SUBMISSIONS, REGARDLESS OF CAUSE (E.G., COURIER DELAYS, TRAFFIC, OR MISDELIVERY), WILL NOT BE ACCEPTED OR CONSIDERED. • After bid closure a written acknowledgment of submission can be requested at the point of delivery. However, the Department will not take responsibility for bids delivered to the wrong address or outside of the designated tender box. • Bids must remain valid for a minimum period of 60 calendar days from the closing date unless otherwise stated in the bid document. • Failure to comply with the submission format, labeling, packaging, or delivery requirements may render the bid non-responsive and subject to disqualification. 7. A written declaration must accompany the submission, confirming that the bid is a true and complete copy of the original and includes all annexures and attachments submitted to the Department. 8. The bidder is to complete the bid response document by stating in the block opposite each subsection whether the bidder will comply or will not comply with the specifications in that subsection. 9. A response of “Noted” SHALL be interpreted as “Comply” In addition, an explanatory note MUST be provided in a separate document with a clear reference to the corresponding paragraph number or beneath each point in the bid document. The numbering in the bid document may not be altered. 10. Items not completed in the prescribed manner SHALL be to the disadvantage of the bidder and, if excessive, SHALL lead to exclusion from the tender evaluation process. Incomplete, ambiguous, or incorrectly completed responses – including failure to respond to each subsection using the required format ("REPLY: COMPLY / DOES NOT COMPLY – Add comments or attachments as required") – will negatively impact the responsiveness of the bid. The evaluation committee reserves the right to: • Disqualify the bid if the required documentation, declarations, or compliance responses are not submitted as instructed. • Disregard any responses that are vague, contradictory, incomplete, or not substantiated with supporting documentation (where required). • Reject any bid in its entirety where the extent of non-compliance suggests the bidder has not sufficiently understood or engaged with the bid requirements. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. Bidders are therefore strongly advised to: • Review each section thoroughly and ensure full, accurate responses. • Cross-reference any supporting attachments clearly and consistently. • Seek clarification from the Department before the closing date, if any aspect of the bid requirements is unclear. Failure to comply with the structure, format, and response instructions may result in the bid being deemed non-responsive and excluded from further consideration. SECTION A: EVALUATION CRITERIA COMPLY ADJUDICATING PROCESS YES / NO NOTES 1. This bid will be adjudicated in terms of the Preferential Procurement System in accordance with the information provided in the Preference Procurement Points Claim Forms. 2. Preference point will be allocated in terms of the balanced scorecard. Bidders must provide a valid BEE certificate at the close of bid. 3. However, only bids which are found to be acceptable will be allocated Preference Points. EVALUATION CRITERIA COMPLY YES / NO NOTES Bids will be deemed to be acceptable if (Inter Alia): 1. Compliant with Condition and Legitimacy Test. 2. Central Suppliers Database. Bidders are to be registered on the Central Supplier Database. 3. Compliant with the Specification. 4. Compliant with latent and other factors which may affect the award of the bid. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. TAX CLEARANCE CERTIFICATE REQUIREMENTS It is a condition of the bid that the Tax Status of the successful bidder must be in order, or that satisfactory arrangements have been made with the South African Revenue Service (SARS) to meet the bidder’s tax obligations. 1. To meet this requirement bidders are required to complete in full the attached form TCC 003 “Application for a Tax Clearance Certificate” and submit it to any SARS branch office Nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids. 2. SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of one (1) year from the date of approval. 3. The original Tax Clearance Certificate must be submitted together with the bid. Certified copies of the Tax Clearance Certificate will be acceptable. 4. In bids where Consortia / Joint Ventures / Sub-contractors are involved; each party must submit a separate Tax Clearance Certificate. 5. Copies of the TCC 003 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za. 6. Applications for the Tax Clearance Certificates may also be made via e-Filing. To use this provision, taxpayers will need to register with SARS as e-Filers through the website www.sars.gov.za. Please confirm that you are duly registered on the Central Supplier Database. YES/NO GENERAL INFORMATION FOR PROSPECTIVE BIDDERS: (APPLICABLE TO SUPPLY AND DELIVERY CONTRACTS – RCCH13/2025) THE FOLLOWING LEGISLATIVE FRAMEWORK AND OPERATIONAL RESPONSIBILITIES ARE PROVIDED TO GUIDE PROSPECTIVE BIDDERS IN UNDERSTANDING THE LEGAL AND PROCEDURAL REQUIREMENTS ASSOCIATED WITH THIS BID: 1. Occupational Health and Safety Act (Act ) – Application to This Bid The Occupational Health and Safety Act (OHSA) and all applicable regulations, including those formerly enacted under the Machinery and Occupational Safety Act No. , apply to this bid. In the context of this tender, the OHSA governs safe practices in: • The handling, transportation, and delivery of fresh fruit and fresh vegetables; • Vehicle maintenance and hygiene; Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. • Driver and personnel safety; • Loading and unloading at Red Cross War Memorial Children’s Hospital (RCWMCH). Bidders must ensure that their operations and personnel comply fully with these safety standards at all stages of service delivery. 2. Definition of "Mandatory" Under OHSA, the term mandatory refers to any agent, contractor, or subcontractor who performs work on behalf of the principal (i.e., RCWMCH). Important: Any subcontracted delivery services or suppliers used by the bidder are considered mandatories and are independently responsible for adhering to relevant laws and safety standards. 3. Section 37: Employer Responsibility for Mandatories Section 37 of the OHSA provides that a principal may be held liable for the unlawful acts or omissions of their mandatories unless a written agreement is in place, clearly outlining compliance responsibilities. Note: Bidders using third-party logistics providers, subcontractors, or external packers must ensure that formal written agreements exist, outlining obligations relating to: • Food safety • Transport hygiene • Regulatory compliance • Occupational health and safety Failure to have such agreements may expose the bidder to liability and affect contract performance. 4. Contractual Compliance with Related Documentation All documentation attached to or referenced in the agreement (bid specifications, regulations, certifications, etc.) forms an integral part of the contract. These include but are not limited to: • Regulation R638 on food premises hygiene; • Valid Certificate of Acceptability (COA) for transport vehicles; • Valid Halaal certifications where applicable; • Any other compliance certificates or safety audits requested by RCWMCH. Bidders are responsible for ensuring they are familiar with and compliant with all such documents at the time of bidding and throughout the contract period. 5. Familiarisation with Safety and Hygiene Provisions All mandatories must be familiar with the OHSA provisions relevant to their scope of work, particularly those involving: Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. • Safe and hygienic handling of food items; • Temperature control and pest prevention in transport; • Personal protective equipment (PPE) and hygiene for delivery personnel; • Preventing cross-contamination during storage and delivery. 6. Responsibility for Subcontractors (Downstream Compliance) If a bidder appoints a subcontractor (i.e., a secondary mandatory), the same requirements must be applied. Bidders must ensure these parties: • Sign equivalent written agreements; • Comply with food safety and health regulations; • Maintain documented proof of such compliance. RCWMCH reserves the right to request such documentation at any time. 7. Disruption or Inability to Perform The bidder (or their mandatory) is obligated to immediately notify RCWMCH in writing in the event they are unable to perform any part of their contractual obligations. However, RCWMCH reserves the right to take necessary corrective action, including: • Sourcing goods from alternative suppliers; • Withholding payment; • Imposing penalties (as per tender terms). CLEAR COMMUNICATION AND CONTINGENCY PLANNING ARE ESSENTIAL TO PREVENT DISRUPTIONS TO THE HOSPITAL’S CRITICAL FOOD SUPPLY CHAIN. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. WESTERN CAPE DEPARTMENT OF HEALTH RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL THIS DOCUMENT SETS OUT THE SPECIFICATIONS FOR: FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHRILDREN’S HOSPITAL BID NUMBER: RCCH22/2025 NAME OF BIDDING COMPANY......................................................................................... NAME OF PRODUCT OFFERED.......................................................................................... NAME OF BIDDER / CONTACT PERSON .......................................................................... CONTACT NUMBER.............................................(w)........................................... (cell) IMPORTANT NOTE: • THE “DETAILS OF OFFER” SECTION BELOW MUST BE COMPLETED IN FULL. • FAILURE TO COMPLETE ANY SECTION WILL RESULT IN THE OFFER NOT BEING CONSIDERED. • THE BIDDER MUST INDICATE “COMPLY” OR “DOES NOT COMPLY” NEXT TO EACH CLAUSE AND PROVIDE ADDITIONAL INFORMATION WHERE REQUESTED. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. NOTE TO BIDDERS: ALL BIDDERS ARE REQUIRED TO CLEARLY INDICATE COMPLIANCE WITH EACH SPECIFIED REQUIREMENT LISTED IN THE BID SPECIFICATIONS. THIS INCLUDES BUT IS NOT LIMITED TO PRODUCT COMPOSITION, PACKAGING, LABELLING, REGULATORY COMPLIANCE (E.G., FOOD SAFETY LEGISLATION), AND DELIVERY STANDARDS. • FOR EACH BLOCK OF SPECIFICATIONS, BIDDERS MUST INDICATE “COMPLY” OR “DOES NOT COMPLY” IN THE CORRESPONDING “DETAILS OF OFFER” COLUMN. • WHERE NON-COMPLIANCE OR DEVIATIONS EXIST, FULL AND DETAILED JUSTIFICATION MUST BE PROVIDED. • IF THE SPACE PROVIDED IN THE BID DOCUMENT IS INSUFFICIENT TO EXPLAIN ANY DEVIATIONS, PLEASE ATTACH A SEPARATE SUPPORTING SHEET, CLEARLY REFERENCING THE RELEVANT PARAGRAPH OR SPECIFICATION CLAUSE. IMPORTANT: FAILURE TO DISCLOSE OR EXPLAIN MATERIAL DEVIATIONS MAY LEAD TO DISQUALIFICATION. THE BID EVALUATION COMMITTEE (BEC) WILL ASSESS WHETHER ANY DEVIATION IS MINOR (NON-MATERIAL) OR MATERIAL IN NATURE, AND WHETHER IT IMPACTS PRODUCT SAFETY, NUTRITIONAL VALUE, COMPLIANCE, OR SUITABILITY FOR USE AT A PAEDIATRIC FACILITY. IN PARTICULAR, PLEASE ENSURE THAT DEVIATIONS ARE ADDRESSED FOR THE FOLLOWING: • PRODUCT WEIGHTS AND TOLERANCES, IN LINE WITH SANS 458:2011 AND THE LEGAL METROLOGY ACT • HALAAL CERTIFICATION AND FOOD SAFETY HANDLING PROTOCOLS • PACKAGING CONDITIONS AND ACCEPTABILITY • VAT TREATMENT (E.G., WHERE ITEMS ARE ZERO-RATED UNDER SECTION 11(1)(J) OF THE VAT ACT) BY COMPLETING EACH SECTION, BIDDERS CONFIRMS THAT THEIR PRODUCTS AND PROCESSES MEET THE REQUIRED STANDARDS, OR THEY PROVIDE VALID GROUNDS FOR ANY EXCEPTIONS. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. 1. SCOPE REPLY: COMPLY/DOES NOT COMPLY IN THE BOXES BELOW Add comments or attachments as required” 1.1 This specification establishes the requirements for the supply and delivery of fresh fruits and fresh vegetables for a three (3) year period at Red Cross War Memorial Children’s Hospital. 1.2 The required quantities are estimated and RCWMCH reserves the right to increase or decrease the quantities based on the hospital’s requirements and patient volumes. 1.3 The deliveries should be made on receipt of an official order number, and deliveries should be made to RCWMCH only. 2 REGULATORY COMPLIANCE AND LEGAL FRAMEWORK The onus is on the prospective bidder to ensure full compliance with all current and future legislative, regulatory, and policy frameworks applicable to the scope of this bid. Compliance with these provisions is mandatory and forms a non-negotiable component of both the technical specification and the bid evaluation process. • The successful bidder must maintain continuous compliance throughout the duration of the contract. • At a minimum, the bidder must adhere to the following applicable legal, regulatory, and industry- specific frameworks, including but not limited to: 2.1 The bidder must comply with all applicable legislative and regulatory requirements relating to the handling, packaging, storage, transportation, and delivery of fresh fruit and fresh vegetables for human consumption, including but not limited to: • Foodstuffs, Cosmetics and Disinfectants Act, 1972 (Act ) • Occupational Health and Safety Act, 1993 (Act ) • National Health Act, 2003 (Act ) • Consumer Protection Act, 2008 (Act ) • Agricultural Product Standards Act, 1990 (Act ) • Legal Metrology Act, 2014 (Act ) • SANS 289: Prepackaged Products; Requirements for Labelling and Net Quantities • SANS 458: Permissible Tolerances on Quantities of Goods • The National Treasury Regulations (NTR) and Preferential Procurement Regulations (PPR) • Applicable policies and circulars issued by Provincial Treasury (PTR) or National Treasury • Any relevant municipal health, food safety, environmental, or transport regulations • Any other relevant national or municipal health, food safety, transport, or environmental regulations that may apply during the contract period. Failure to comply with any of the above may result in disqualification, contract termination, or further legal consequences as determined by the Red Cross War Memorial Children’s Hospital and the Western Cape Department of Health & Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. Wellness. VEHICLES MUST BE: • Clean, regularly sanitized, and well maintained; • Temperature-controlled, where required for product stability; • Free from contamination or cross-contamination risks (e.g., segregation of food and chemicals); • Clearly marked/labeled to indicate use for food transport only; • Compliant with hygiene and transportation standards for fresh fruit and fresh vegetables. 2.1.2 The bidder must comply with Regulations R June 2018, governing general hygiene requirements for food premises, the transport of food, and related matters, issued under the Foodstuffs, Cosmetics and Disinfectants Act 2.1.3 The Vehicle registration number of the transporting vehicle must correspond with the Certificate of Acceptability (COA) issued for food transportation to ensure that the vehicle meets the necessary food safety and hygiene standards. 2.1.4 The bidder must remain aware of and comply with any amendments or new legislation introduced during the contract period that affects the supply, transportation, storage, and handling of food products. 2.1.5 Failure to comply with any legislative updates or additional statutory requirements may result in termination of contract, penalties, or disqualification from future bids. 2.1.6 General Conditions of Contract (GCC) • The General Conditions of Contract (GCC) issued by the National Treasury apply to this bid and form part of the agreement with the successful bidder. • No alterations, deletions, or substitutions to the GCC or the bid specification will be permitted. Any attempt to do so will render the bid non-responsive. • Bidders must confirm their acceptance of the GCC in the compliance section and must not submit alternative terms or conditions REPLY: COMPLY/DOES 3 REQUIREMENTS NOT COMPLY IN THE BOXES BELOW Add comments or attachments as required” 3.1 The Bidder shall indicate if offered complies with the stated requirements, by indicating, “Comply” or “Does not comply” next to the corresponding clauses; 3.2 The Bidder shall clearly state any parameter values or additional information as requested in the relevant clause; 3.3 The Bidder shall provide a clear pricing schedule listing all the requirements and the associated pricing; 3.4 All responses shall be clear and legible; 3.5 All prices are to include VAT and are to be firm prices in Rand. The Bidder shall state the period for which the firm price is valid; 3.6 Details shall be supplied where asked. This detail shall be considered during the adjudication process Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. 3.7 Each offer shall be accompanied by a completed specifications document. Failure to comply with this instruction shall lead to the disqualification of the offer. 3.8 Payment will take place ONLY once per month. The first payment can only be expected between 45 and 60 days after the commencement of the contract. Thereafter payment may be expected within 30 days of submission of the invoice at the end of the month in which the service was provided. 3.9 EVALUATION OF DEVIATIONS FROM SPECIFICATIONS: NOTES 3.9.1 IN LINE WITH THE SUPPLY CHAIN MANAGEMENT (SCM) FRAMEWORK AND THE PUBLIC FINANCE MANAGEMENT ACT (PFMA), ALL BIDS SUBMITTED UNDER THIS TENDER WILL BE EVALUATED FOR COMPLIANCE WITH THE PRESCRIBED TECHNICAL SPECIFICATIONS AND PROCUREMENT OBJECTIVES OUTLINED IN THIS DOCUMENT. WHETHER DEVIATIONS FROM THE SPECIFICATIONS ARE CONSIDERED MATERIAL WILL BE DETERMINED BY THE BID EVALUATION COMMITTEE (BEC). A MATERIAL DEVIATION IS DEFINED AS ANY VARIATION IN THE BID THAT MAY AFFECT THE SAFETY, QUALITY, SHELF LIFE, REGULATORY COMPLIANCE, OR OVERALL SUITABILITY OF THE FRESH FRUIT AND FRESH VEGETABLES INTENDED FOR USE AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. REPLY: COMPLY/DOES 4. SPECIFICATIONS NOT COMPLY IN THE BOXES BELOW Add comments or attachments as required” FRESH VEGETABLES 4.1 The Fresh vegetables should meet the following minimum quality standards; 4.1.1 Beetroot raw, fresh in 5kg bag: • It should be fresh, well developed and firm, clean and have no wood fibers. • Free from secondary roots or damage caused by cracks, sprouts, cuts, or any other factors. • The leaves should be cut off. • The size of the beet should be approximately 80mm in diameter. • Beetroot should be packaged in 5kg transparent plastic bags. 4.1.2 Cabbage fresh, whole: • Must be a good quality cultivar. • The heads should be fresh, clean, and not wilted, and the central part should be no more than 250mm to 300mm in diameter, compact and firm, and without flower shoots. • The cabbages should be packed in mesh bags. 4.1.3 Carrots fresh, whole in 5kg bag: • Must be good quality cultivar. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. • Foliage must be trimmed off, evened, and cut off at the top of the root without damage. • Must be free from sun scorch. • Must be fresh and firm. • Must not be malformed or forked or have secondary roots. • Carrots should not be woody. • It must be at least 180mm in length and 50mm in diameter in thickness at the base. • It should be packaged in transparent plastic bags. 4.1.4 English Cucumber fresh Kg Boxed: • Cucumbers should be individually wrapped. • The cucumber shall be well-formed, fresh, and firm, and be sufficiently fully grown to be sliced, but not fully mature or overripe. More than two-thirds of the cucumber shall have a green color. The cucumber shall be free from decay, soil damage, frost damage mosaic virus, or any other disease or damage caused by insects and harvesting practices. • Cucumber size should be ± 30cm long and packed in the same container. 4.1.5 Gem squash fresh Plastic bag: • The gem squash must be pre-cleaned and cut in half. • The diameter should be at least 75mm. • The outside colour must be a very dark green colour, hard and not soft to cut. • The inside flesh of the gem squash must be a dark yellow or orange and not white. • The product shall be clean, fresh, firm, and in good condition, and not overripe. • The product shall be packaged in ±10 kg clear plastic bags. • They shall be free from decomposition and damage caused by disease, soil, insects, frost, bruising, self-heating, or other factors 4.1.6 Lettuce, Fresh per head: • Single head packed with fresh lettuce. • It shall be cellophane wrapped. • Each head should be at least 180mm in diameter. • The heads shall be fresh, clean, crispy, well-formed, firm (the inner leaves compacted in the shape of a heart) and not folded or loose, and protective leaves shall not be badly damaged. • Lettuce shall be free from damage by disease, insects, frost, bruise, poor preparation, or other factors. 4.1.7 Onions, Fresh 10kgs Hessian Bags: • Medium diameter size at least +-50mm. • Sound and well developed, dry, firm, and clean, and have approximately the same size and colour. • Free from loose bracts, seed stems, or sprouts. • Free from the damage of any nature, including those caused by insects, disease, sunburn, decomposition, and decay. 4.1.8 Potatoes, Fresh 10Kg Bags: • Class 1 Medium Potato. • Packaging in 10kg brown paper bags. • The average mass shall be 150g per potato. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. • Class 1 shall comprise potatoes: ➢ that has an attractive appearance ➢ that are well-formed ➢ that are free from soil or sprouts ➢ that are not damaged by insects/disease or damaged in any other way. ➢ that is free from decomposition or decay, hollow heart, and foreign matter. ➢ that have no green spots with potato eyes ➢ that are not wilted or watery. ➢ that is not damaged by the sun, heat, cold, or frost ➢ that is not affected by nut grass, other plants, or brown fleck. 4.1.9 Sweet Potatoes, Fresh Hessian Bags: • Packaging in Hessian bags of approximately 10kg • Sweet potatoes shall be clean, free from soil, show no serious defects, and shall in every respect be suitable for human consumption. • Sweet potatoes shall be well-formed, fully-grown, and have the same cultivars characteristics and may not be sprouting, malformed, defective, wilted, or damaged by insects/ diseased or damaged in any other way. • The minimum mass of the tubers shall be 170g. 4.1.10 Salad Tomatoes, Fresh 5Kg Boxes: • Medium size: diameter +-50mm. • Tomatoes shall be sound, well-formed, firm skin, clean, and free from bruises, foreign matter, internal cavities, decay, and damage. • Must be red in colour 4.1.11 Green Pepper, Fresh 5Kg boxes: • Medium size: diameter +-80mm • The product should be clean, fresh, firm, in good condition and not overripe. • They shall be free from decomposition and damage caused by disease, soil, insects, frost and bruise, self- heating or other factors. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. 4.2 The table below gives the estimated quantities of fresh vegetables that will be required. Note that the quantities are estimated, and the Hospital reserves the right to increase or decrease the quantities based on Hospital needs. RED CROSS HOSPITAL ITEM NO. FRESH VEGETABLES UNIT OF ISSUE ESTIMATED QUANTITY PER ANNUM 1.1 BEETROOT KG 1800 KG 1.2 CABBAGE FRESH WHOLE KG 1200 KG 1.3 CARROTS FRESH WHOLE KG 1800 KG 1.4 CUCUMBERS KG 800 KG 1.5 GEMSQUASH KG 3800 KG 1.6 LETTUCE KG 600 HEADS 1.7 ONIONS KG 2200 KG 1.8 POTATOES KG 20000 KG 1.9 SWEET POTATOES KG 3200 KG 1.10 TOMATOES KG 1200KG 1.11 GREEN PEPPER KG 600 KG REPLY: COMPLY/DOES 5 NOT COMPLY FRESH FRUITS IN THE BOXES BELOW Add comments or attachments as required 5.1 The fruits should meet the following minimum quality standards. 5.1.1 Apples: • Only sweet Cultivars and Hybrids is acceptable, similar or equivalent to golden delicious apples or pink lady (no green apples). • Red Hues, Rosy Hues to yellow Hues of colour • Cultivar provide must be clearly indicated • Must be clean, healthy, well-formed and of a uniform size of 160-180grams per apple • Must be free from disease, insect infestation and damage. • Must be free from decay and dry core rot, water care and core blush • Must be free from superficial bruises, hail marks, sunburn, skin stains and physiological disorders, which cause the quality and appearance or edibility of the fruit in question to decline. 5.1.2 Bananas: • The flesh should be firm, and the fruit should not be overripe or too green. • The skin should be without blemishes. • Preferred Cultivar is similar or equivalent to the cavendish banana Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. 5.1.3 Oranges: • The desired cultivar is the citrus sinensis, the naval orange, Valencia orange or sweet oranges will be acceptable. (No bitter oranges) • Must clearly indicate cultivar • The size must be 240-260g • Must be free from bruises, cuts, blemishes and other defects or skin weakness of whatever nature, which cause the fruit to decay. • Must be well developed and has a fairly regular shape. • Must not show damage of frost and not be dry when cut open. • Must not be soft and old, excessively wilted or shrivelled cracked • Must not have disease known as “greening disease” 5.1.4 Pears: • Only Brown or Green ripe pears Cultivar will be accepted. • Must not be rock hard, but not overripe. • Each pear must weigh approximately 200-260grams. • Must be clean, well formed, mature and of a uniform size. • Must be free from sunburn, hail marks, skin cracks, skin punches and any other stains. • Must be packed in a box with a special wrapper that contains mineral oils and non-soluble metal salt to protect the natural fruit. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. 5.2 The below table gives the estimated quantities of fresh fruits that will be required by RCWMCH. Note that the quantities are estimated, and the Hospital reserves the right to increase or decrease the quantities based on Hospital needs. RED CROSS HOSPITAL ITEM NO. FRESH VEGETABLES UNIT OF ISSUE ESTIMATED QUANTITY PER ANNUM 5.2.1 APPLES KG 2700 KG 5.2.2 BANANAS KG 2700 KG 5.2.3 ORANGES KG 3200 KG 5.2.4 PEARS KG 3200 KG 6 DELIVERY REQUIREMENTS REPLY: COMPLY/DOES NOT COMPLY IN THE BOXES BELOW Add comments or attachments as required 6.1 The delivery truck will be subject to inspection by the Hospital officials on a random basis. 6.2 Deliveries to the Food Service Department at RCWMCH from Monday to Friday between 7h30 - 12h00 or 14h00 - 16h00pm as requested on ordering a copy. 6.3 Delivery should be made at least once every week on the day agreed between the supplier and the Food Services Department at RCWMCH. 6.4 The Hospital may order more than once a week should an urgent need arise. 6.5 Weekly delivery amounts will be set by the food service Department the supplier may NOT deviate from the order unless requested. REPLY: COMPLY/DOES NOT COMPLY SERVICE PROVISION REQUIREMENTS 7 IN THE BOXES BELOW Add comments or attachments as required 7.1 The Food Service Department will place requests for weekly deliveries. The supplier should adhere to the delivery frequency provided and times as set by the RCWMCH. 7.2 The bidder will be issued with one (1) purchase order per annum. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. 7.3 The Hospital reserves the right to conduct site visits as part of functionality testing, to ascertain the bidder’s ability to provide the goods and services in accordance with the specifications as set out in the tender document. The supplier will be given 24 hours’ notice. REPLY: COMPLY/DOES NOT COMPLY COMPULSORY REQUIREMENTS 8 IN THE BOXES BELOW Add comments or attachments as required 8.1 The following requirements must be submitted with the bid: 8.1.1 A Valid Food Certificate of Acceptability (COA) in your company name is valid within the regulation R638 published on the 22 June 2018, which replaced the R 8.1.2 A Valid Halaal Certificate in your company name, endorsed by the Muslim judicial council in South Africa for the products that is being provided such as groceries registered in the Supplier’s name. 8.1.3 QUALITY CONTROL AND FOOD SAFETY COMPLIANCE HACCP certificate (Hazard Analysis Critical Control Points). The successful contractor must implement and maintain a food safety management system based on Hazard Analysis and Critical Control Points (HACCP) principles, as required under food safety regulations. • If the contractor is directly involved in the handling, packaging, or distribution of the fresh fruits and fresh vegetables a valid HACCP certificate must be submitted with the bid. • If the contractor is not directly involved in these activities, they must: • Provide proof that all suppliers, subcontractors, or logistics providers involved in handling or distribution are HACCP- certified; and a letter of agreement between manufacturer/distributor. • Maintain documented agreements with these parties to ensure that HACCP standards are upheld throughout the supply chain. LABORATORY TESTING • The contractor must ensure that periodic microbial and safety testing is conducted by a SANAS-accredited laboratory or equivalent. • Testing costs will be borne by the contractor and results must be made available to the Department upon request. • Testing must cover, but not be limited to: total bacterial count, E. coli, Salmonella, Listeria, and other relevant contaminants. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. TRACEABILITY AND RECALL PROCEDURES The contractor must implement and maintain a product traceability system and recall procedure in case of contamination or food safety risks. This must be aligned with best practices and relevant food legislation. SITE AUDITS AND INSPECTIONS • The Department reserves the right to conduct inspections or request third-party audits at any time during the contract period. • Refusal to grant access or cooperate during inspections may lead to disqualification or termination of the contract. Non-Compliance Consequences Failure to comply with HACCP principles, maintain required documentation, or meet food safety standards will result in: • Formal non-compliance notices; • Withholding of payments until rectified; • Possible contract termination or blacklisting for future tenders. 9 SITE AND TRANSPORTATION INSPECTION 9.1 Kindly refer to Annexure A on - 32 (Site and Transportation Checklist) that will be used when the Hospital comes to inspect your premises. Inspection on Bidders premises will only occur to Bidder that has progressed to Stage 2 of the Evaluations. 9.2 The hospital will conduct random Transport Inspections to delivery vehicles as per Annexure B on . REPLY: COMPLY/DOES NOT COMPLY 10 PENALTIES IN THE BOXES BELOW Add comments or attachments as required The hospital shall pay to the Contractor the quoted price for the 10.1 goods supplied, with the hospital retaining the right to deduct from the monthly payments, in the event of the Contractor failing to render a satisfactory service due to an oversight, negligence on the part of the Contractors or lack of supervision, an amount equivalent to 0.5% of the monthly payment. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. 1. EVALUATION OF BIDS This bid will be evaluated in the following stages. • Stage 1: Compliance with the specifications and bid requirements • Stage 2: Sample Evaluation • Stage 3: Preferential procurement evaluation / price Stage 1: Compliance with the specifications and bid requirements This stage involves the administrative and regulatory compliance check to ensure that all bids meet the minimum eligibility criteria. These include, but are not limited to: • Registration on the Central Supplier Database (CSD); • Submission of the bid before the closing date and time; • Completion and submission of all required bid documentation, including: • Fully completed pricing schedule; • Declaration forms (WCBD4 forms, WCBD6.1, etc) • Food safety and transport certificates (e.g., COA, Valid Halaal Certificate, etc.); • Signed acceptance of bid terms and conditions; • Any additional supporting documentation as required. Note: Failure to comply with any bid requirement will result in the bid being disqualified at this stage and not progressing to further evaluation. Stage 2: Sample Evaluation ➢ Bidders who are compliant with Stage 1 of the evaluation will be invited to submit samples of their offers for evaluation. ➢ The bidders must submit a 0.5kg sample of each vegetable, 0.5kg sample of fresh fruits listed on the sample table for evaluation purposes at a specific date to be determined by the Bid Evaluation Committee members. ➢ The Department will notify the bidders giving them at least 7 working days to submit the samples. Samples will be delivered at the correct location and time. ➢ Pictures of sample packaging will be requested. ➢ The bidder must provide a 0.5KG sample of each of the fresh fruits and fresh vegetable products. The samples should be supplied on request to the Food Services Department at the bidder’s expense and will not be returned to the supplier. (Product delivered that differs from the samples submitted will be viewed in a serious light). ➢ Offers that score at least an average of Score 2 or above will be considered acceptable. An average score of less than Score 2 will be considered unacceptable. Evaluation Key Score 3 – Good Score 2 – Fair (Fairly Score 1 – Poor (does (Meets expectations) meets expectation) not meet expectations) Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. In the event of discrepancy with the COA (Certificate of Authority) the hospital reserves the right to conduct site visits as part of functionality testing to ascertain the bidders' ability to provide the goods and services in accordance with the specifications as set out in the tender document. The supplier will be given 24 hours’ notice. Sample Table: UNIT OF ISSUE QUANTITY ITEM NO. FRESH VEGETABLES KG 1.1 BEETROOT UNCOOKED 0.5 KG 1.2 CABBAGE FRESH WHOLE KG 0.5 KG 1.3 CARROTS FRESH WHOLE KG 0.5 KG 1.4 CUCUMBERS KG 0.5 KG 1.5 GEMSQUASH KG 0.5 KG 1.6 LETTUCE KG 0.5 KG 1.7 ONIONS KG 0.5 KG 1.8 POTATOES KG 0.5 KG 1.9 SWEET POTATOES KG 0.5 KG 1.10 TOMATOES KG 0.5 KG 1.11 GREEN PEPPER KG 0.5 KG UNIT OF ISSUE QUANTITY ITEM NO. FRESH FRUITS KG 0.5 KG 1.12 APPLES 1.13 BANANAS KG 0.5 KG 1.14 ORANGES KG 0.5 KG 1.15 PEARS KG 0.5 KG Stage 3: Preferential procurement evaluation/ Price Bids that pass the first two stages will be evaluated on the basis of price and preferential procurement points as per the 80/20 preference point system: • 80 points will be allocated for price; • 20 points will be allocated for specific goals, which may include: • Level of B-BBEE contributor status; • Promotion of local enterprise; • Ownership by historically disadvantaged individuals. Award Methodology: This is a single supplier award. One bidder will be appointed to supply all items listed in the specification. The total cost across all line items will be used to evaluate offers. The bidder with the highest total points (price + preference) will be recommended for appointment. • RCWMCH reserves the right to conduct unannounced site visits to the distributor, warehouse, or manufacturer: Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. • During the evaluation phase; and/or • At any point during the contract period. These inspections may assess: • Storage conditions; • Stock control systems; • Hygiene and safety protocols; • Product availability and quality assurance procedures. 1. The supply of fresh vegetables and fruit that have not been cooked or treated in any manner except for the purpose of preserving such vegetables and fruits in their natural state, is zero-rated under section 11 (I) (J) Tax Administration Act No 2. Fresh fruits and vegetables supplied in the following manner are regarded as Zero Rating: • Cut (including vegetable and fruit cut into specific shapes) • Disced • Sliced • Shredded • Crushed • Minced • Pureed • Peeled • De-pitted • Compressed 3. Clearly distinguish zero-rated and standard-rated items in all invoices and pricing documents to ensure compliance with Section 11(3) of the VAT Act. 4. Provide supporting documentation if requested during the evaluation phase. This may include SARS VAT classification confirmations, sample tax invoices, or other relevant certifications. FAILURE TO APPLY CORRECT VAT TREATMENT MAY RESULT IN BID DISQUALIFICATION OR POST-AWARD CORRECTIONS AT THE BIDDER’S EXPENSE. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. Annexure A WESTERN CAPE DEPARTMENT OF HEALTH RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL RCCH22/2025 - FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLESFOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. END-USER FEEDBACK - SITE-INSPECTION IN TERMS OF HALAAL CERTIFICATE, TRANSPORTATION AND FOOD ACCEPTABILITY Bidder’s name: Adress: Date of inspection: Inspector’s name: Response Halaal Certificate Requirements Comments/Additional Input Options Halaal certification: Visibly displayed ☐ Yes ☐ No as per as per submission bid document Certification of Acceptability (COA): Visibly displayed as per submission bid ☐ Yes ☐ No document Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. CLEANLINESS OF PREMISES Response Comments/Additional Input OBSERVATION Options ☐ Yes ☐ NoWALLS Clean No cracks, paint good condition ☐ Yes ☐ No Clean ☐ Yes ☐ No WINDOWS No broken windows ☐ Yes ☐ No No leakages ☐ Yes ☐ No CEILING Paint in good ☐ Yes ☐ No condition Clean ☐ Yes ☐ No No Broken/cracked ☐ Yes ☐ No FLOOR surface Clean ☐ Yes ☐ No Adequate ☐ Yes ☐ No VENTILATION In good working ☐ Yes ☐ No condition Clean, if not use at the ☐ Yes ☐ No time ZINKS In good working ☐ Yes ☐ No condition Clean ☐ Yes ☐ No DRAINAGE No blockages ☐ Yes ☐ No Clean ☐ Yes ☐ No BINS In separate areas from ☐ Yes ☐ No products FACILITIES PHYSICAL PLANT Response Comments/Additional Input OBSERVATION Options Clean floors, walls & ☐ Yes ☐ No shelving. Clean floors, walls & WALK IN ☐ Yes ☐ No shelving. COLD- Closed with rubberROOMS ☐ Yes ☐ No sealable door Products in dated ☐ Yes ☐ No boxes Wearing safety caps, gloves when working ☐ Yes ☐ No with food STAFF Adequate staffOBSERVATON facilities, toilets, ☐ Yes ☐ No change rooms, and tearooms Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701. Handwashing facilities on premises is ☐ Yes ☐ No adequate Response Facility and Equipment Comments/Additional Input Options Facility cleanliness: Ensure facility is ☐ Yes ☐ Noclean and sanitized. Equipment maintenance: Ensure ☐ Yes ☐ Noequipment is well-maintained. Response Production and Processing Comments/Additional Input Options Quality control: Verify quality control ☐ Yes ☐ Nomeasures are in place. Response Transportation Inspection Comments/Additional Input Options Vehicle cleanliness: Ensure vehicles ☐ Yes ☐ Noare clean and sanitized. Temperature control: Ensure temperature control measures are in ☐ Yes ☐ No place for perishable products. Insulated refrigerated trucks ☐ Yes ☐ No Trucks are clean ☐ Yes ☐ No Response Conclusion Comments/Additional Input Options Non-compliance: Identify any non- compliance issues and recommend ☐ Yes ☐ No corrective actions. Contractor to initial................................... of 76 RCCH22/2025 – FOR THE SUPPLY AND DELIVERY OF FRESH FRUITS AND FRESH VEGETABLES FOR A THREE (3) YEAR PERIOD AT RED CROSS WAR MEMORIAL CHILDREN’S HOSPITAL. If you know of any corrupt, fraudulent or collusive actions in the Institution, please report it by calling the National Hotline 0800 701 701.

Compliance Requirements

No specific requirements found
Tender Documents (1)

Final Bid Document RCCH22-2025.pdf

View

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

Discussion