R 1.2 Prof of tax compliance status and a valid SARS Tax PIN •
Letter of Good Standing from the Department of Labour or
R 1.3 •
an Accredited Institution
Resolution Letter for the Main Contractor (a letter authorising
R 1.4 the person completing the bid to sign on behalf of the •
company)
Resolution Letter for the Subcontractor/s (a letter authorising
• R 1.5 the person completing the bid to sign on behalf of the
company)
R 1.6 Subcontracting Agreement •
Certified copy of B-BBEE Certificate or
Certified copy of Sworn Affidavit for EMEs or QSEs.
R 1.7 The DTIC B-BBEE Certificate •
No acceptance of IRBA (Independent Regulatory Board
for Auditors) BBBEE Certificate.
Main Contractor’s internal Safety and Health Policy and
R 1.8 Project Specific SHE Plan ( compliance with the project •
specific SHE specification)
Comprehensive SHERQ Plan (compliance with SHERQ
Specification, including written agreement on Safety, Health
R 1.9 •
and Environmental matters and all documents required for
SHERQ compliance
R1.10 Contractors tools and Equipment Inventory •
R 1.11 Staff list •
R1.12 Site Clearance Certificate •
R1.13 Job Creation Report/Statistics (To be submitted Monthly) •
ISO 9001 Certification /proof of In-house Quality
Management System (must include proof of a Document
R1.14 Control System and proof of a Non-conformity Management •
System) including Sample/template of Quality Control Plan
and appointment of Quality Representative
Detailed Project Programme in the following:
1) Gantt Chart Format
2) Level 2 schedule activities
R1.15 3) Credible and Aligned to Rand Water’s •
Programme
4) Resource loaded schedule
Monthly cash flows, project to completion.
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2. RETURNABLE SCHEDULES
T2.2.1. COMPULSORY ENTERPRISE QUESTIONNAIRE
The following particulars must be furnished. In the case of a joint venture, separate enterprise
questionnaires in respect of each partner must be completed and submitted.
Section 1: Name of enterprise:
Section 2: VAT registration number, if any:
Section 3: CIDB registration number, if any:
Section 4: CSD Number:
Section 5: Particulars of sole proprietors and partners in partnerships:
Name * Identity Number * Personal income tax number *
* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
Section 6: Particulars of companies and close corporations
Company registration Number:
Close Corporation number:
Tax reference number:
Section 7: SBD 4 issued by National Treasury must be completed for this bid.
I the undersigned, who warrants that he/she is duly authorized to do so on behalf of the enterprise:
• authorizes the employer to verify the Bidders tax clearance status from the South African Revenue Services
that it is in order;
• confirms that the neither the name of the enterprise or the name of any partner, manager, director or other
person, who wholly or partly exercises or may exercise, control over the enterprise appears on the Register
of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;
• confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise,
control over the enterprise appears, has within the last five years been convicted of fraud or corruption;
• confirms that I / we are not associated, linked or involved with any other bidding entities submitting bid offers
and have no other relationship with any of the Bidders or those responsible for compiling the scope of work
that could cause or be interpreted as a conflict of interest; and
• confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my
belief both true and correct.
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
SBD 4
BIDDER’S DISCLOSURE
• PURPOSE OF THE FORM
Any person (natural or juristic) may make an offer or offers in terms of this invitation to bid.
In line with the principles of transparency, accountability, impartiality, and ethics as
enshrined in the Constitution of the Republic of South Africa and further expressed in
various pieces of legislation, it is required for the bidder to make this declaration in respect
of the details required hereunder.
Where a person/s are listed in the Register for Tender Defaulters and / or the List of
Restricted Suppliers, that person will automatically be disqualified from the bid process.
• Bidder’s declaration
2.1 Is the bidder, or any of its directors / trustees / shareholders / members / partners or any
person having a controlling interest1 in the enterprise,
employed by the state? YES/NO
2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if applicable, state
employee numbers of sole proprietor/ directors / trustees / shareholders / members/
partners or any person having a controlling interest in the enterprise, in table below.
Full Name Identity Number Name of State
institution
2.2 Do you, or any person connected with the bidder, have a relationship with any person who
is employed by the procuring institution? YES/NO
2.2.1 If so, furnish particulars:
................................................................................................
................................................................................................
1 the power, by one person or a group of persons holding the majority of the equity of an
enterprise, alternatively, the person/s having the deciding vote or power to influence or to
direct the course and decisions of the enterprise.
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
2.3 Does the bidder or any of its directors / trustees / shareholders / members / partners or any
person having a controlling interest in the enterprise have any interest in any other related
enterprise whether or not they are bidding for this contract?
YES/NO
▪ If so, furnish particulars:
........................................................................................
........................................................................................
• DECLARATION
I, the undersigned, (name)............................................................................... in
submitting the accompanying bid, do hereby make the following statements that I certify to
be true and complete in every respect:
3.1 I have read and I understand the contents of this disclosure;
3.2 I understand that the accompanying bid will be disqualified if this disclosure is found not to
be true and complete in every respect;
3.3 The bidder has arrived at the accompanying bid independently from, and without
consultation, communication, agreement or arrangement with any competitor. However,
communication between partners in a joint venture or consortium2 will not be construed as
collusive bidding.
3.4 In addition, there have been no consultations, communications, agreements or
arrangements with any competitor regarding the quality, quantity, specifications, prices,
including methods, factors or formulas used to calculate prices, market allocation, the
intention or decision to submit or not to submit the bid, bidding with the intention not to win
the bid and conditions or delivery particulars of the products or services to which this bid
invitation relates.
3.4 The terms of the accompanying bid have not been, and will not be, disclosed by the bidder,
directly or indirectly, to any competitor, prior to the date and time of the official bid opening
or of the awarding of the contract.
3.5 There have been no consultations, communications, agreements or arrangements made
by the bidder with any official of the procuring institution in relation to this procurement
process prior to and during the bidding process except to provide clarification on the bid
submitted where so required by the institution; and the bidder was not involved in the
drafting of the specifications or terms of reference for this bid.
o I am aware that, in addition and without prejudice to any other remedy provided to combat
any restrictive practices related to bids and contracts, bids that are suspicious will be
reported to the Competition Commission for investigation and possible imposition of
administrative penalties in terms of section 59 of the Competition Act No and
or may be reported to the National Prosecuting Authority (NPA) for criminal investigation
and or may be restricted from conducting business with the public sector for a period not
exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities
Act No or any other applicable legislation.
I CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 1, 2 and 3 ABOVE
IS CORRECT.
2 Joint venture or Consortium means an association of persons for the purpose of combining
their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of
a contract.
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF
PARAGRAPH 6 OF PFMA SCM INSTRUCTION /22 ON PREVENTING AND
COMBATING ABUSE IN THE SUPPLY CHAIN MANAGEMENT SYSTEM SHOULD THIS
DECLARATION PROVE TO BE FALSE.
.................................... .....................................................
Signature Date
.................................... ......................................................
Position Name of bidder
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.2. RECORD OF ADDENDA TO BID DOCUMENT
We acknowledge receipt of communications from the Employer amending the bid document before
the submission of this bid offer. We confirm that these amendments have been taken into account
in this bid offer.
Notice
Date Title or Details
Number
A.
B.
C.
D.
E.
F.
G.
H.
I.
J.
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.3. PROPOSED SUBCONTRACTORS
We notify the Employer that it is our intention to employ the following Subcontractors for work in this
contract.
If we are awarded a contract, we agree that this notification does not change the requirement for us
to submit the names of proposed Subcontractors in accordance with requirements in the contract for
such appointments. If there are no such requirements in the contract, then on official award of
Contract by the Employer to us, this list duly signed below shall be binding between us.
The appointment of the proposed Subcontractors shall be subject to the approval of the
Employer.
Please note it is compulsory to declare the percentage of work to be completed by the Subcontractor.
Name and Address of Previous Experience CIDB
Nature and Extent of Work
Proposed Subcontractor with Subcontractor Grading
1)
2)
3)
4)
5)
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.4. ALTERNATIVE BID
T2.2.4.1. Alternative bids will be accepted on the conditions described in T1.2 Bid Data (CIDB
Clause C.2.12)
T2.2.4.2. Should the Bidder wish to submit an alternative bid he shall set out his proposals clearly
hereunder or alternatively state them in a covering letter attached to his bid and
referred to hereunder, failing which the bid will be deemed to be unqualified.
T2.2.4.3. If no departures or modifications are described, the schedule shall be marked NIL and
signed by the Bidder.
Price saving (if any) to
Page Item Proposed alternative the Employer if
proposal is accepted
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.5. QUALIFICATIONS TO BID
Should the Bidder wish to qualify any aspect of the bid (e.g. limitations, assumptions, limited
liability, etc.), he shall set out his terms clearly hereunder or alternatively state them in a
covering letter attached to his bid and referred to hereunder, failing which the bid will be
deemed to be unqualified.
If no qualifications are made, the schedule shall be marked NIL and signed by the Bidder.
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
_________________________________________________________________________________
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.6. REQUIREMENTS WITH REGARD TO FLUCTUATIONS IN THE COST OF LABOUR
AND MATERIALS
T2.2.6.1. The Bidder shall delete whichever of the following statements are not
applicable to the bid. Where the Bidder has not indicated the applicability of
fluctuations, Rand Water shall regard the fluctuations as not applicable.
FLUCTUATIONS IN - Wages and allowances: *TO APPLY/NOT TO APPLY
Price of materials: *TO APPLY/NOT TO APPLY
* Delete whichever is not applicable.
FORMULAE OR BASIS FOR THE ADJUSTMENT OF THE BID PRICE
If firm prices are not quoted the Bidder shall supply the following information:
T2.2.6.2. Formula by which the bid price is to be multiplied in order to arrive at the adjusted
price:
............................................................................................................................................................
............................................................................................................................................................
T2.2.6.3. Definition of all symbols used in the above formula:
............................................................................................................................................................
............................................................................................................................................................
............................................................................................................................................................
............................................................................................................................................................
T2.2.6.4. Any special materials or equipment to be excluded from the application of the
formula stating the method and basis of price variation to be applied to such
materials or equipment:
............................................................................................................................................................
............................................................................................................................................................
............................................................................................................................................................
RECORDING OF WEATHER AND ABNORMAL RAINFALL
If during the time for completion of the works or any extension thereof abnormal rainfall or wet
conditions shall occur then an extension of time in accordance hereof shall be granted by the
Employer calculated in accordance with the formula given below for each calendar month or part
thereof.
V = (Nw - Nn)+ ((Rw - Rn)/X)
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
V Extension of time in calendar days in respect of the calendar month under consideration.
Nw Actual number of days during the calendar month on which a rainfall of Y mm or more has been
recorded.
Nn Average number of days, as derived from existing rainfall records, on which a rainfall of Y mm or
more has been recorded for the calendar month.
Rw Actual rainfall in mm recorded for the calendar month under consideration.
Rn Average rainfall in mm for the calendar month as derived from existing rainfall records.
For purposes of the contract Nn, Rn, X and Y shall have those values assigned to them in the Contract
Data and/or the Specification. The total extension of time shall be the algebraic sum of all monthly totals
for the period under consideration, but if the total is negative the time for completion shall not be reduced
due to subnormal rainfall. Extensions of time for part of a month to be calculated using pro rata values
of Nn and Rn. This formula does not take account of flood damage that could cause further or concurrent
delays and will be treated separately as far as extension of time is concerned.
The factor (Nw-Nn) shall be considered to represent a fair allowance for variations from the average
number of days during which rainfall exceeds Y mm. The factor (Rw-Rn)/X shall be considered to
represent a fair allowance for variations from the average in the number of days during which the rainfall
did not exceed Y mm but wet conditions prevented or disrupted work.
The Contractor shall be permitted to take his own rainfall measurements on site subject to the
Engineer's approval, but access to the measuring gauge(s) shall be under the Engineer's control.
The Contractor is to provide and install all the necessary equipment for accurately measuring the
rainfall as well as to provide, erect and maintain a security fence plus gate, padlock and keys at
each measuring station, all at his own cost.
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.7. F O B PRICES OF IMPORTED EQUIPMENT/MATERIALS FOR WHICH FOREIGN
EXCHANGE WOULD BE REQUIRED AND IMPORTING CHARGES
T2.2.7.1. The Bidder shall complete each schedule listing the F O B value of all items of
equipment/materials for which foreign exchange would be required.
T2.2.7.2. Bidders based on the supply of locally manufactured equipment and/or materials priced
competitively, will be given preference by the Employer provided such equipment and/or
materials, and the manufacture thereof, are of sufficiently high standard to meet the
Employer’s requirements.
T2.2.7.3. If no items are to be imported or if firm prices are submitted the relevant section of the
schedule shall be marked NIL. If the equipment contains imported equipment/materials then
the Bidder shall complete the schedule listing the F O B value of all items of
equipment/materials, which have been or are to be imported. Prices tendered for this
imported equipment/material shall be quoted in currency of origin. It will therefore be the
responsibility of the employer (Rand Water) to take out a Forward Cover for this imported
equipment/material, when and if deemed prudent. All charges for the Employer’s account
referred to in the General Conditions of Contract and any changes in the rates of exchange
will only be paid or allowed by the Employer in respect of items listed in this schedule. Bidder
shall be expected to provide full documentation (i.e. Invoice, Bill of Lading, etc.) supporting
foreign currency requirements for this imported equipment/material to support the Employer
application to the SARB for the exchange control approval.
T2.2.7.4. The Bidder shall sign each schedule.
T2.2.7.5. For evaluation purposes, the prices of imported equipment/material sourced directly from
outside South Africa quoted in currency of origin will be converted to Rand using the closing
rate exchange rate published by SARB on the date, one week (7 day calendar days) prior
to the closing date for the Bidder.
“Imported content” means that portion of the price represented by the cost of components, parts or
materials which have been, or are still to be imported (whether by the Bidder or his suppliers or
Subcontractors) and which cost includes the overseas cost plus direct importation costs, such as freight,
all landing charges, dock dues, import duties and the like at the South African port of entry, as well as
inward transportation and handling to the factory in the Republic where the equipment offered is
produced, manufactured, processed, assembled, packed or otherwise prepared.
The Bidder shall state in the appropriate column the F O B values of equipment/materials, which have
already been imported, and which still have to be imported.
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
F O B value
Description and country of Rate of
Item Already To be origin exchange
imported imported
R R
Total F O B values
Table T2.2.7.1: F O B Prices
The exchange rate to be used for conversion of the foreign content to local content shall be the
closing exchange rate published by South African Reserve Bank (SARB) on the date, one week
(7 day calendar days) prior to the closing date of the Bid.
IMPORT PERMIT: The Bidder shall state what arrangements have been or are to be made to
obtain the necessary import permit(s).
............................................................................................................................................................
............................................................................................................................................................
Item Rate Total
PORT OF LANDING ......................................................... R R
Freight on .............................................................. tons at
Insurance on R ..................................................................
Customs duty on R ............................................................
Landing charges on ............................................... tons at
Wharfage on .......................................................... tons at
Forwarding and agency on .................................... tons at
Railage on ................................................................ kg at
Sundry importing charges .................................................
...........................................................................................
TOTAL:
Table T2.2.7.2: F O B Prices
Guaranteed date of shipping ............................................................................................................
Guaranteed date of delivery to railway authority ..............................................................................
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.8. RECORD OF PREVIOUS EXPERIENCE, QUALITY OF WORKMANSHIP AND
SAFETY
The Bidder shall provide details of completed works (similar to the work set out in this bid).
Individuals listed as references must be contactable and willing to provide information relating to
the performance of the Bidder (in terms of safety and health, workmanship, documentation,
timeous completion, etc.). In order to verify the quality of workmanship, an inspection of the works
may also be undertaken should Rand Water deem it necessary.
The Bidder must take into cognisance the functionality criteria in providing the record of previous
experience. Information must be provided in the following format:
Description of Works
Project Title :
High level project description:
Client :
Contract No. :
Contract Value (excl. VAT) :
Role(Note 1) :
Award Date :
Completion Date :
Location of Works :
Project Manager :
Construction Manager :
Contact Details of Reference at Client Company
Name :
Position Held :
Tel : Cell :
Fax : email :
Note 1 – Role refers to the Contractor’s responsibility w.r.t. the claimed experience. For example Single Contractor, Main
Contractor but with electrical sub – contractor, Sub – contractor for civil construction etc.
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.8.1 RECORD OF PREVIOUS EXPERIENCE, QUALITY OF WORKMANSHIP AND
SAFETY
The Bidder shall provide details of completed works (similar to the work set out in this bid).
Individuals listed as references must be contactable and willing to provide information relating to
the performance of the Bidder (in terms of safety and health, workmanship, documentation,
timeous completion, etc.). In order to verify the quality of workmanship, an inspection of the works
may also be undertaken should Rand Water deem it necessary.
The Bidder must take into cognisance the functionality criteria in providing the record of previous
experience. Information must be provided in the following format:
Description of Works
Project Title :
High level project description:
Client :
Contract No. :
Contract Value (excl. VAT) :
Role(Note 1) :
Award Date :
Completion Date :
Location of Works :
Project Manager :
Construction Manager :
Contact Details of Reference at Client Company
Name :
Position Held :
Tel : Cell :
Fax : email :
Note 1 – Role refers to the Contractor’s responsibility w.r.t. the claimed experience. For example Single Contractor, Main
Contractor but with electrical sub – contractor, Sub – contractor for civil construction etc.
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.8.2 RECORD OF PREVIOUS EXPERIENCE, QUALITY OF WORKMANSHIP AND
SAFETY
The Bidder shall provide details of completed works (similar to the work set out in this bid).
Individuals listed as references must be contactable and willing to provide information relating to
the performance of the Bidder (in terms of safety and health, workmanship, documentation,
timeous completion, etc.). In order to verify the quality of workmanship, an inspection of the works
may also be undertaken should Rand Water deem it necessary.
The Bidder must take into cognisance the functionality criteria in providing the record of previous
experience. Information must be provided in the following format:
Description of Works
Project Title :
High level project description:
Client :
Contract No. :
Contract Value (excl. VAT) :
Role(Note 1) :
Award Date :
Completion Date :
Location of Works :
Project Manager :
Construction Manager :
Contact Details of Reference at Client Company
Name :
Position Held :
Tel : Cell :
Fax : email :
Note 1 – Role refers to the Contractor’s responsibility w.r.t. the claimed experience. For example Single Contractor, Main
Contractor but with electrical sub – contractor, Sub – contractor for civil construction etc.
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.9. HUMAN RESOURCE CAPACITY SCHEDULE
The aspects covered by T2.2.11.1, T2.2.12.2 and T2.2.12.3 will be viewed in conjunction with
each other to establish an overall picture of the Bidder’s capacity and ability to undertake the
work specified in this document.
T2.2.9.1. Project Team Organogram vs. Company Organogram
The Bidder shall detail in the block below their company organogram and the Resources
dedicated to this contract must be clearly indicated. In addition, sub-contractor and Joint-
Venture arrangements must be clearly indicated:
cont.
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.9.2. Proposed Team Member List (Internal & External)
% Utilisation
Name Internal or
On other On this (or quantity where Role External
Contracts Contract/ not yet identified) Resource
/ Work Work
cont...
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.9.3. List of Current Contracts (Work Load)
Contract
Contract or NOTE 1 Client Value Role Progress
Work Title
(excl. VAT)
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
NOTES
1. Role refers to the Contractor’s responsibility w.r.t. the claimed experience for example Single Contractor, Main
Contractor but with Electrical subcontractor, Sub-contractor for civil construction etc.
2. Stage refers to the current stage of the work (example design, procurement, construction, installation,
commissioning, handed over, in Defects Liability Period etc.)
3. Attach additional signed copies of this schedule if insufficient space is available.
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44
BID NUMBER. 10417335
BID DESCRIPTION: MP18 Anchor Replacement Concrete Plinth Repairs
T2.2.10. EQUIPMENT RESOURCE CAPACITY (PLANT AND EQUIPMENT)
The following are lists of major items of relevant equipment that are presently owned / leased
/ hired or planned to be purchased / leased / hired and will be available for this contract if the
bid is accepted:
Currently Own / % Utilisation
Equipment Description Currently Lease or Hire / On other On this Qty
(including capacity/size etc) Plan to Purchase / Contracts Contract/
Plan to Lease or Hire / Work Work
I, the Bidder, guarantee that all the above listed plant and equipment is readily available and/or
will be provided when required on the works and maintained on the site in good condition and
working order.
Name of Bidder:
Signed by or on Official
behalf of Bidder: Capacity:
Date:
Doc No. RW SCM 00019 F Rev. No. 05 of 44