The project deliverables include the following:
The project must be completed within 6 months after appointment. The project deliverables
are the following:
a) An Environmental authorisation.
b) Water Use Licence.
6. STAGES OF EVALUATION
The tender will be evaluated in four stages:
• Stage 1: Administrative compliance
• Stage 2: Mandatory Requirements
• Stage 3: Functionality Criteria
• Stage 4: Preference Points System
6.1 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 not in arrears for more than 90
than ninety (90) days; or a signed lease days?
agreement of owners / members / directors /
major shareholders or In case of bidders
located in informal settlement, rural areas or
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
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 All documents fully completed
(MBD 1, 4, 5, 8 and 9) The person signing (i.e. no blank spaces), All
the bid documentation must be authorized to documents fully signed by (any
sign on behalf of the bidder. Where the director / member / trustee as
signatory is not a Director / Member / Owner / indicated on the CIPC
Shareholder of the company, an official letter document, alternatively a
of authorization or delegation of authority delegation of authority would
should be submitted 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 must be provided for all
signed 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 A compulsory briefing register
session where applicable must be signed by the bidder.
Bidders will be disqualified
should they fail to attend
compulsory briefing session
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
i) Pricing schedule (All items must be quoted Incomplete pricing schedule
for 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.
Bidder will be disqualified
should they use tippex/
correction ink, on the price
schedule.
7.2 STAGE 2: Mandatory Requirements
The City reserves the right to verify submitted documentation, failure to submit the
mandatory requirements will result in an immediate disqualification.
Bidders will be evaluated based on:
a) The bidder must attach a certified copy of registration with Environmental
Assessment Practitioners Association of South Africa (EAPASA), in terms of
Section 24H on the National Environmental Management Act, 1998, (Act No. ).
b) Submission of a detailed project implementation plan indicating the start date,
various stages of the project with clear milestones and dates as well as completion
date.
c) Submission of a comprehensive company profile. The proposal should be
submitted with all required information containing technical as well as budget
information.
7.3 STAGE 3: Functionality Criteria
The minimum points the bidder should attain is 60, bidders who receive lower
than the threshold will not be eligible to move to the next stage.
ITEM DESCRIPTION SCALE WEIGHT SUB-
NO: POINTS
1. CAPABILITY, RELIABILITY AND SCHEDULE OF BIDDER’S EXPERIENCE:
(Knowledge, experience and resources as well as references and record of
success on conducting EIA studies and Water Use Licences) Bidders are required
to submit testimonial for completed projects that will serve as proof for rendering
satisfactory service on similar projects on: Attach: Testimonial or Letter for each
project from the Client indicating the Client, project description and date completed.
The letter or testimonial should be signed, dated and written in the client’s
letterhead.
1-2 projects 2 6 12
3-4 projects 4 6 24
5-6 and above projects 5 6 30
2. QUALIFICATIONS OF PERSONNEL
Qualifications of team leader or members that will conduct the project.
Criteria: Proof of qualifications in any of the following: Environmental
Management/Sciences ( Certified copies of qualifications)
4 5 20
a) Degree or Post graduate Diploma (NQF
level 8)
b) Higher diplomas or master’s degree: (NQF 5 5 25
level 9)
3. KEY PERSONNEL / MANAGEMENT EXPERIENCE: (Bidders are required to
submit documents indicating years of experience in: Undertaking Environmental
Impact Assessment Studies and Water Use Licences.)
Attach: Curriculum Vitae of the Project Leader/ Manager/ indicating the years of
experience.
1 year experience 1 9 9
2 years’ experience 2 9 18
3 years’ experience 3 9 27
4 years’ experience 4 9 36
5 years’ experience and above 5 9 45
7.4 STAGE 4: Preferential Point System
The preferential points to be 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
• 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. Bidders are to submit supporting
documents as outlined below to be eligible for points.
Specific goals 80/20 preference Proof of specific goals to be
point system. submitted
BB-BEE score of Valid Certified copy of BBBEE
companies • 8 Points certificate. Sworn Affidavit for
• Level 1 • 7 Points B-BBEE qualifying small
• Level 2 • 6 Points enterprise or Exempt Micro
• Level 3 • 5 Points Enterprises or CIPC BBBEE
• Level 4 • 4 Points certificate.
• Level 5 • 3 Points
• Level 6 • 2 Points
• Level 7 • 1 Point
• Level 8 • 0 Points
• Non-compliant
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
owned companies Document/s 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
companies by People with doctor’s details (Practice
disability Number, Physical Address,
and contact numbers) and
Specific goals 80/20 preference Proof of specific goals to be
point system. submitted
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
companies by Youth Document/s 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 Municipal Account
Participation 4 Points statement/Lease agreement.
• City of Tshwane 2 Points
• Gauteng 1 Point
• National
7. SUBCONTRACTING
Allowed but remains the responsibility of the appointed bidder. City will not be part
of the payments and subcontractors’ appointment.
8. TYPE OF AGREEMENT REQUIRED
The client and successful bidder will sign a service level agreement upon the
appointment of the successful bidder.
9. VALIDITY PERIOD
The validity period for the tender after closure is 90 days. The city 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.
10. PRICING SCHEDULE
Material Item Description Amount
no no: (VAT excl.)
1. ENVIRONMENTAL AUTHORISATION (EA)
3036670 a. Draft and final Basic Assessment Report R
3036671 b. Specialist studies R
TOTAL AMOUNT (Incl. VAT)
2. WATER USE LICENCE (WULA)/GENERAL
AUTHORISATION (GA) IF REQUIRED
3036674 a. Water Use Licence or General Authorisation R
(WULA/GA) application including all the accompanying
documents
3036675 3. MISCELLANEOUS EXPENSES:
i. Advertising costs (one newspaper advert and R
site notices printed on sizes specified in the
EIA Regulations)
i. Printing costs (Only one two documents to be
printed in colour)
TOTAL AMOUNT (Excl VAT)
VAT 15%
TOTAL AMOUNT (Incl. VAT) R
AWARD: PLEASE INDICATE AWARD
Tender will be awarded as whole to one bidder
The works are procured on a fixed price basis. The price should be firm inclusive of all
items in the project scope, disbursements, specialist work or any work which may be
outsourced that is deemed necessary for the successful completion of the project. No
bidder will be refunded any additional costs or disbursements incurred in respect of
this appointment if not included on the pricing schedule rates. The payment schedule
shall be agreed in writing between the department and the bidder and shall consider
the delivery of the works and services as well as the handover of the project.
11. MARKET ANALYSIS
The City of Tshwane reserves the right to conduct a market analysis. Should the City
exercise this option, where a service provider offers a price that is deemed not to be
viable to supply goods or services as required, written confirmation will be made with
the service provider to determine if it will be able to deliver on the price. If a service
provider confirms that it cannot, the service provider will be disqualified based on being
non-responsive. If the service provider confirms that it 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 supplier to deliver will be handled in terms of the
contract, including performance warnings and listing on the database of restricted
suppliers. The City of Tshwane further reserves the right to negotiate a market-related
price with the service provider that scored the most points. If the service provider does
not agree to a market-related price, the City reserves the right to negotiate a market-
related price with the service provider that scored the second-most points. If the
service provider that scored the second-most points does not agree to a market-
related price, the City will negotiate a market-related price with the service provider
that scored the third-most points. If a market-related price is not agreed, the City
reserves the right to cancel the tender.
12. DRAFT SERVICE LEVEL AGREEMENTS
A service level agreement will be signed upon appointment of the successful
bidder.
MBD 1
PART A
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CITY OF TSHWANE
MUNICIPALITY
ROC 08 – CLOSING 23 February CLOSING
BID NUMBER: 10:00
2025/26 DATE: 2026 TIME:
TENDER FOR THE APPOINTMENT OF AN ENVIRONMENTAL ASSESSMENT
PRACTITIONER TO CONDUCT AN ENVIRONMENTAL IMPACT STUDY AND
DESCRIPTION WATER USE LICENSE FOR THE DREDGING AND EXCAVATION OF SILT AT THE
CENTURION LAKE, HENNOPS RIVER AND LOWER KAALSPRUIT SYSTEM.
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT
FORM (MBD7).
BID RESPONSE DOCUMENTS MAY BE DEPOSITED
IN THE BID BOX SITUATED AT (STREET
ADDRESS)
Tshwane House
Supply Chain Management
320 Madiba Street
Pretoria CBD
0002
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE
CODE NUMBER
NUMBER
CELLPHONE
NUMBER
FACSIMILE
CODE NUMBER
NUMBER
E-MAIL ADDRESS
VAT
REGISTRATION
NUMBER
TAX COMPLIANCE
TCS PIN: OR CSD No:
STATUS
B-BBEE STATUS
LEVEL B-BBEE Yes
VERIFICATION Yes STATUS LEVEL
CERTIFICATE SWORN
[TICK APPLICABLE No AFFIDAVIT No
BOX]
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES &
QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
ARE YOU THE Yes No ARE YOU A
ACCREDITED FOREIGN Yes No
REPRESENTATIV BASED
[IF YES ENCLOSE PROOF]E IN SOUTH SUPPLIER
AFRICA FOR THE FOR THE [IF YES, ANSWER PART B:3
GOODS GOODS ]
/SERVICES /SERVICES
/WORKS /WORKS
OFFERED? OFFERED?
TOTAL NUMBER
TOTAL BID
OF ITEMS R
PRICE
OFFERED
SIGNATURE OF
.................................... DATE
BIDDER
CAPACITY
UNDER WHICH
THIS BID IS
SIGNED
BIDDING PROCEDURE ENQUIRIES MAY BE TECHNICAL INFORMATION MAY BE DIRECTED
DIRECTED TO: TO:
Supply Chain Regional Operation and
DEPARTMENT DEPARTMENT
Management Coordination
CONTACT CONTACT
Relebogile Malatswane Rudzani Kubayi (Mukheli)
PERSON PERSON
TELEPHONE TELEPHONE
012 358 2735 012 358 8731
NUMBER NUMBER
RelebogileM@Tshwane.g
EMAIL ADDRESS EMAIL ADDRESS rudzanim@tshwane.gov.za
ov.za
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 ONLINE
1.3 THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND
THE PREFERENTIAL PROCUREMENT REGULATIONS, 2022, THE GENERAL CONDITIONS OF
CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
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 STATE TO VIEW THE TAXPAYER’S
PROFILE AND TAX STATUS.
2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE
MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO
REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.
2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3.
2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH
PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER
DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
3.1 IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES ☐ NO ☐
3.2 DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES ☐ NO ☐
3.3 DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES ☐ NO ☐
3.4 DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES ☐ NO ☐
3.5 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 ABOVE.
NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER
THE BID INVALID. NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE
SERVICE OF THE STATE.
SIGNATURE OF BIDDER: .......................................
CAPACITY UNDER WHICH THIS BID IS SIGNED: .......................................
DATE: ........................
MBD 4
DECLARATION OF INTEREST
1. No bid will be accepted from persons in the service of the state1.
2. Any person, having a kinship with persons in the service of the state, including
a blood relationship, may make an offer or offers in terms of this invitation to
bid. In view of possible allegations of favouritism, should the resulting bid, or
part thereof, be awarded to persons connected with or related to persons in
service of the state, it is required that the bidder or their authorised
representative declare their position in relation to the evaluating/adjudicating
authority.
3. In order to give effect to the above, the following questionnaire must be
completed and submitted with the bid.
3.1 Full Name of bidder or his or her representative: .......................................
3.2 Identity Number: .................................................................................
3.3 Position occupied in the Company (director, trustee, hareholder2) ...............
3.4 Company Registration Number: .............................................................
3.5 Tax Reference Number: .......................................................................
3.6 VAT Registration Number: ....................................................................
3.7 The names of all directors / trustees / shareholders members, their individual
identity numbers and state employee numbers must be indicated in paragraph
4 below.
3.8 Are you presently in the service of the state? YES / NO
3.8.1 If yes, furnish particulars. .....................................................................
........................................................................................................
1 MSCM Regulations: “in the service of the state” means to be –
(a) a member of –
(i) any municipal council;
(ii) any provincial legislature; or
(iii) the national Assembly or the national Council of provinces;
(b) a member of the board of directors of any municipal entity;
(c) an official of any municipality or municipal entity;
(d) an employee of any national or provincial department, national or provincial public entity or
constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No.);
(e) a member of the accounting authority of any national or provincial public entity; or
(f) an employee of Parliament or a provincial legislature.
2 Shareholder” means a person who owns shares in the company and is actively involved in the
management of the company or business and exercises control over the company.
3.9 Have you been in the service of the state for the past twelve months? YES/NO
3.9.1 If yes, furnish particulars. .....................................................................
........................................................................................................
3.10 Do you have any relationship (family, friend, other) with persons in the service
of the state and who may be involved with the evaluation and or adjudication of
this bid? YES / NO
3.10.1 If yes, furnish particulars. ......................................................................
........................................................................................................
3.11 Are you, aware of any relationship (family, friend, other) between any other
bidder and any persons in the service of the state who may be involved with the
evaluation and or adjudication of this bid? YES / NO
3.11.1 If yes, furnish particulars. .....................................................................
........................................................................................................
3.12 Are any of the company’s directors, trustees, managers, principle shareholders
or stakeholders in service of the state? YES / NO
3.12.1 If yes, furnish particulars. .....................................................................
........................................................................................................
3.13 Are any spouse, child or parent of the company’s directors trustees, managers,
principle shareholders or stakeholders in service of the state? YES / NO
3.13.1 If yes, furnish particulars. .....................................................................
........................................................................................................
3.14 Do you or any of the directors, trustees, managers, principle shareholders, or
stakeholders of this company have any interest in any other related companies
or business whether or not they are bidding for this contract. YES / NO
3.14.1 If yes, furnish particulars: .....................................................................
......................................................................................................
4. Full details of directors / trustees / members / shareholders.
State Employee
Full Name Identity Number
Number
................................................... ............................................
Signature Date
................................................... ............................................
Capacity Name of Bidder
MBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL
PROCUREMENT REGULATIONS 2022
This preference form must form part of all tenders invited. It contains general information
and serves as a claim form for preference points for specific goals.
NB: BEFORE COMPLETING THIS FORM, TENDERERS MUST STUDY THE
GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN
RESPECT OF THE TENDER AND PREFERENTIAL PROCUREMENT
REGULATIONS, 2022
1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to invitations to tender:
- the 80/20 system for requirements with a Rand value of up to R50 000
000 (all applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all
applicable taxes included).
1.2 To be completed by the organ of state
a) The applicable preference point system for this tender is the 80/20 preference
point system.
1.3 Points for this tender (even in the case of a tender for income-generating contracts)
shall be awarded for:
(a) Price; and
(b) Specific Goals.
1.4 To be completed by the organ of state:
The maximum points for this tender are allocated as follows:
POINTS
PRICE 80
SPECIFIC GOALS 20
TOTAL POINTS FOR PRICE AND SPECIFIC 100
GOALS
1.5 Failure on the part of a tenderer to submit proof or documentation required in terms
of this tender to claim points for specific goals with the tender, will be interpreted to
mean that preference points for specific goals are not claimed.
1.6 The organ of state reserves the right to require of a tenderer, either before a tender
is adjudicated or at any time subsequently, to substantiate any claim in regard to
preferences, in any manner required by the organ of state.
2. DEFINITIONS
(a) “tender” means a written offer in the form determined by an organ of state in
response to an invitation to provide goods or services through price quotations,
competitive tendering process or any other method envisaged in legislation;
(b) “price” means an amount of money tendered for goods or services, and
includes all applicable taxes less all unconditional discounts;
(c) “rand value” means the total estimated value of a contract in Rand, calculated at the
time of bid invitation, and includes all applicable taxes;
(d) “tender for income-generating contracts” means a written offer in the form
determined by an organ of state in response to an invitation for the origination of
income-generating contracts through any method envisaged in legislation that will
result in a legal agreement between the organ of state and a third party that produces
revenue for the organ of state, and includes, but is not limited to, leasing and
disposal of assets and concession contracts, excluding direct sales and disposal of
assets through public auctions; and
(e) “the Act” means the Preferential Procurement Policy Framework Act, 2000 (Act No.
).
3. FORMULAE FOR PROCUREMENT OF GOODS AND SERVICES
3.1. FORMULAE FOR DISPOSAL OR LEASING OF STATE ASSETS AND INCOME
GENERATING PROCUREMENT
3.1.1. POINTS AWARDED FOR PRICE
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
Pt−Pmax Pt−Pmax
Ps= 80(1+ ) or Ps= 90(1+ )
Pmax Pmax
Where
Ps = Points scored for price of tender under consideration
Pt = Price of tender under consideration
Pmax = Price of highest acceptable tender