ITEM1: DOUBLE-LOOPED CORDED LANYARD
Red double woven corded shoulder lanyard with single woven double strand drop over
arm
Colour: Red
Example:
ITEM 2: CORPORATE UNIFORM RANKS
Style:
• Individual metalette rank insignia are to be pre-fitted in accordance with the current
rank structure band.
• Epaulettes to be constructed with two layers of material. Outer material to be Coated
and knitted, synthetic (nylon).
• Outer material to be Coated and knitted, synthetic (nylon).
• Layers to be laminated together (hot melt co-polymer) for reinforcement.
• Double sealed cutting edges shall sealed by a welding system and shall have an
indent groove 3mm away from edge.
• Stiffened between the layers for heat resistance, prevention of deformity and to allow
for hand wash Prongs of the insignia to be fused/melt back with the stiffener.
• Prongs of the insignia to be fused/melt back with the stiffener.
• Design is such that no pins may protrude or be visible from the inside.
ITEM 3: WALLETS CONTAINING IDENTITY SHIELDS
Style:
• The wallets to be made of leather and will contain an identity shield and a placeholder
for a justice of the piece card issued to Fire Safety Personnel.
Example:
ITEM 4: PLAQUE
Plaque will be made from Light Oak wood with the following dimensions. Wood must be
vanished with clear vanished.
• Width: 21cm
• Lenth: 25cm
• Thickness: 1.2cm
Mounted on the front of plaque:
• Black plate back at 1cm from all sides.
• Gold plated on top of black with 1cm within the black back plate.
• Gold studs on the corners as indicated in the picture above.
• Departmental shield will be supplied by this department to be mounted in the
middle of the plaque 1.5cm from the top of the gold plate.
Engraved wording:
• No name to be engraved but space must be available.
• Wording –
a) Presented to –
b) You have served the City and its residents with dedication and commitment to
this noble calling – Wording stop 1cm from the bottom in the center (see
Picture)
c) 1.5cm gap between No 1, 2a, 2b
Back:
• The plaque will be delivered with a footrest and hook at the back to hang on the
wall.
• The plaque will be delivered inside an individual box for protection.
FRONT BACK SIDE
ITEM 5: MEDALS
This medal if for the recognition of service and courage of the men and women who
face risk daily to save lives and property.
Medals for personnel with long service of 10 Years / 20 Years / 30 Years / 40 Years,
for recognizing the service and courage of the men and women who face risk daily
to save lives and property.
FRONT
The medals will be plated according to years’ service as follow:
• 10 Years – Bronze
• 20 Years – Silver
• 30 Years – Gold
• 40 Years – Platinum
4. STAGES OF EVALUATION
This bid will be evaluated in three (3) evaluation stages namely:
• Stage 1: Administrative compliance
• Stage 2: Preference Points System
• Stage 3: Mandatory requirements
Stage 1: ADMINISTRATIVE COMPLIANCE
All the bids will be evaluated against the administrative responsiveness requirements as set out
in the list of returnable documents.
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
a) To enable The City to verify the bidder’s tax Tax status must be compliant
compliance status, the bidder must provide; before the award.
• Tax compliance status PIN.
or
• Central Supplier Database (CSD)
b) A copy of their Central Supplier Database CSD must be valid.
(CSD) registration; or indicate their Master
Registration Number / CSD Number;
c) Confirmation that the bidding company’s Was a Municipal Account
municipal service charges, rates and taxes Statement, or signed lease
are up to date: Original or copy of Municipal agreement or letter from the
Account Statement of the Bidder (bidding local councillor provided for the
company) not older than 3 months and bidding company? The name
account must not be in arrears for more than and / or addresses of the
ninety (90) days; or ,signed lease agreement bidder’s statement correspond
or In case of bidders located in informal with CIPC document, Address
settlement, rural areas or areas where they on CSD or Company profile?
are not required to pay Rates and Taxes a Are municipal service charges,
letter from the local councillor confirming they rates and taxes up to date (i.e.
are operating in that area not in arrears for more than 90
days?
d) In addition to the above, confirmation that all Was a Municipal Account
the bidding company’s owners / members / Statement, or signed lease
directors / major shareholders municipal agreement or letter from the
service charges, rates and taxes are up to local councillor provided for the
date: • Original or copy of Municipal Account company’s owners / members /
Statement of all the South African based directors / major shareholders?
owners / members / directors / major Are municipal service charges,
shareholders not older than 3 months and the rates and taxes up to date (i.e.
account/s may not be in arrears for more than not in arrears for more than 90
ninety (90) days; or a signed lease agreement days?
of owners / members / directors / major
shareholders or In case of bidders located in
informal settlement, rural areas or areas
where they are not required to pay Rates and
Taxes a letter from the local councillor
confirming they are residing in that area
e) Duly Signed and completed MBD forms (MBD All documents fully completed
1, 4, 5, 8 and 9) The person signing the bid (i.e. no blank spaces), All
documentation must be authorized to sign on documents fully signed by (any
behalf of the bidder. Where the signatory is not director / member / trustee as
a Director / Member / Owner / Shareholder of indicated on the CIPC
the company, an official letter of authorization document, alternatively a
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
or delegation of authority should be submitted delegation of authority would
with the bid document. be required, Documents
completed in black ink (i.e. no
NB: Bidders must ensure that the directors, “Tippex” corrections, no pencil,
trustees, managers, principal shareholders, no other colour ink, or non-
or stakeholders of this company, declare submission of the MBD
any interest in any other related companies forms, will not be considered)
or business, whether or not they are
bidding for this contract. See Question 3.14
of MBD 4. Failure to declare interest will
result in a disqualification
f) Audited Financial Statements for the most Applicable for tenders above
recent three (3) years or Audited Financial R10m in conjunction with MBD
Statements from date of existence for 5)
companies less than three years old.
NB: The bidder must submit signed audited Are Audited financial
annual financial statements for the most recent statements provided (Audited
three years, or if established for a shorter financials must be signed by
period, submit audited annual financial auditor) Or proof that the
statements from date of establishment. bidder is not required by law to
prepare audited financial
If the bidder is not required by law to prepare statements.
signed annual financial statements for auditing
purposes, then the bidder must submit proof
that the bidder is not required by law to
prepare audited financial statements.
g) Joint Ventures (JV) – (Only applicable when If applicable. JV agreement
the bidder tenders as a joint venture) Where provided? JV agreement
the bidder bids as a joint venture (JV), the complete and relevant?
required or relevant documents as per (a) to Agreement signed by all
(f) above must be provided for all JV parties. parties? All required
In addition to the above the bidder must documents as per (i.e. a to f)
submit a Joint Venture (JV) agreement signed must be provided for all
by the relevant parties. partners of the JV.
NB: It is a condition of this bid that the
successful bidder will continue with the same
Joint Venture (JV) for the duration of the
contract unless prior approval is obtained from
the City.
h) Bidder attended a compulsory briefing session A compulsory briefing register
where applicable must be signed by the bidder.
Bidders will be disqualified
should they fail to attend
compulsory briefing session
i) Pricing schedule (All items must be quoted for Incomplete pricing schedule
in pricing schedule and if not, all items are results in totals being
quoted the bidder will be disqualified). Unless incomparable. Bidder must be
the tender is awarded per item or per section disqualified.
where the bidder only quoted the items or
sections, they are interested in. Bidder will be disqualified
should they make
corrections on the price
schedule without attaching a
signature or initialising
thereto.
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
Bidder will be disqualified
should they use tippex/
correction ink, on the price
schedule.
Stage 2: Mandatory requirements
Bidders provide one (1) reference letter not older than 2 years for similar work done for other
clients indicating the description of the goods or services provided on the letterhead containing
contact details of the client.
Stage 3: Preference point system
The preferential point system used will be the 80/20 points system in terms of the
Preferential Procurement Policy Framework Act, 2000 (Act ) Regulations
2022.
• 80 points for price
• 20 points for Specific goals
SPECIFIC GOALS
• Bidders are required to submit supporting documents for their bids to
claim the specific goal points.
• Non-compliance with specific goals will not lead to disqualification but
bidders will not be allocated specific goal points. Bidders will score points
out of 80 for price only and zero (0) points out of 20 for specific goals.
• Cot shall act against any bidder or person when it detects that the
specific goals were claimed or obtained on a fraudulent basis.
The specific goal for this bid is outlined below.
Specific goals 80/20 preference Proof of specific goals to be submitted
point system
BB-BEE score of companies Valid Certified copy of BBBEE
• Level 1 • 8 Points certificate. Sworn Affidavit for B-BBEE
• Level 2 • 7 Points qualifying small enterprise or Exempt
• Level 3 • 6 Points Micro Enterprises or CIPC BBBEE
• Level 4 • 5 Points certificate.
• Level 5 • 4 Points
• Level 6 • 3 Points
• Level 7 • 2 Points
• Level 8 • 1 Point
• Non-compliant • 0 Points
EME and/ or QSE 2 Points Valid Sworn affidavit for B-BBEE
qualifying small enterprise or Exempt
Micro Enterprises or CIPC
BBBEE certificate
At least 51% of Women- 2 Points Certified copy of Identity Document/s
owned companies and proof of ownership (Sworn
affidavit for B-BBEE qualifying
small enterprise or Exempt Micro
Enterprises, CIPC registration or any
other proof of ownership)
At least 51% owned 2 Points Medical Certificate with doctor’s
companies by People with details (Practice Number, Physical
disability Address, and contact numbers) and
proof of ownership (Sworn affidavit
for B- BBEE qualifying small
enterprise or Exempt Micro
Enterprises, CIPC registration or any
other proof
of ownership
At least 51% owned 2 Point Certified copy of Identity Document/s
companies by Youth and proof of ownership (Sworn
affidavit for B-BBEE qualifying small
enterprise or Exempt Micro
Enterprises,
CIPC registration or any other proof of
ownership
Local Economic Participation Municipal Account statement/Lease
• City of Tshwane 4 Points agreement.
• Gauteng 2 Points
• National 1 Point
5. PRICING SCHEDULE
General
The descriptions in this Price Schedule shall be read in conjunction with the
specification.
The unit price for each item in the Price Schedules shall include supply and delivery
for all materials, labour, profit, transport, etc.
All material covered by this Specification shall, wherever possible, be of South African
manufacture.
The bid is to be awarded on an as and when required basis for a period not exceeding
twelve (12) months. The tender will be awarded to the highest scoring bidder.
The delivery deadline shall be eight weeks from date of order.
Pricing Schedule
UNIT PRICE DESCRIPTION UNIT R c
ITEM
Item 1 Double-looped corded lanyard 1
Item 2 Corporate uniform ranks 1
Item 3 Wallets containing identity shield 1
Item 4 Plaque 1
Item 5 Medals 1
TOTAL EXCL. VAT
VAT @ 15%
TOTAL INCL. VAT
*NOTE: THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE QUANTITIES OF THE PRODUCT OR
SERVICES SUBJECT TO BUDGET AVAILABILITY
The tender will be awarded to one bidder. Bidders shall price on all items or will be automatically disqualified.
Delivery requirements: Divisional Chief responsible for Logistical Support
Emergency Services Department, c/o Government and
Beckett Street
Arcadia
Pretoria
Tel: 012 358 2237
Email: robinc@tshwane.gov.za
6. VALIDITY PERIOD
The validity period for the tender after closure is 90 days. CoT shall have right and
power to extent any tender validity period beyond any initial validity period set and
subsequent extensions. SCM shall ensure that an extension of validity is requested in
writing from all bidders before the validity expiry date. Extension of validity shall be
finalised while the quotations/bids are still valid.
7. MARKET ANALYSIS
The City of Tshwane reserves the right to conduct a market analysis. Should the City
exercise this option, where a bidder offers a price that is deemed not to be viable to
supply goods or services as required, written confirmation will be made with the bidder
to seek confirmation of whether the bidder will be disqualified based on being non-
responsive. If they confirm that they can deliver, a tight contract to mitigate the risk of
non-performance will be entered into with the service provider. Further action on
failures by the service provider to deliver will be handled in terms of the contract
including performance warnings and listing on the database of restricted suppliers.
The City further reserves the right to negotiate a market related price with a bidder
scoring the highest points. If the bidder does not agree to a market-related price, the
City reserves the right to negotiate a market-related price with the bidder scoring the
second highest points, if the bidder the second highest points does not agree to a
market-related price, the City will negotiate a market-related price with the tenderer
scoring the third highest points. If a market-related price is not agreed, the City
reserves the right to cancel the quotation.
MBD1