The Department of Public Works and Infrastructure (DPWI) hereby issues the following request calling
Bidder(s) for the purpose of leasing space for the installation of vending machines in the state-owned facilities
within the Eastern Cape province.
The Department of Public Works and Infrastructure (DPWI), as a Custodian of immovable assets of the
Eastern Provincial Government, is responsible for ensuring the effective and efficient management of these
assets, in order to meet the required levels of service delivery. This must be done in the most cost-effective
way and in line with the provisions of the Government Immovable Asset Management Act, (GIAMA, Act ).
The Department of Public Works & Infrastructure invites Bidder(s) from qualified and experienced young
entrepreneurs for the leasing of space within state-owned facilities across the Eastern Cape Province for the
purpose of installing and operating vending machines offering snacks, non-alcoholic beverages, and/or other
approved items.
The objective of this bidder is to:
1. Provide convenient access to food and beverages to staff and visitors.
2. Enhance service delivery in government facilities.
3. Generate revenue through leasing arrangements.
4. Promote local entrepreneurship and economic development.
5. Promote youth and disability empowerment by encouraging participation of youth-owned and
disability-inclusive enterprises in vending opportunities.
Applicants are requested to state the type of products to be sold in the vending machine.
EQUIPMENT REQUIREMENTS
It will be the responsibility of the Service Provider to make the necessary site visits to confirm the availability
of space for installation and related requirements. The successful Service Provider shall provide new or like
new equipment which is approved in terms of Departmental requirements, Occupational Health and Safety
standards, and in terms of quality specifications of the South African Bureau of Standards (SABS).
PURPOSE OF THE BIDDER
The Department presents to the bidder(s) opportunities for availing space for the installation of vending
machines in the state-owned facilities within the Eastern Cape Province.
The DPWI issues this bidder(s) in accordance with the provisions of its approved Revenue Management
Strategy.
This strategy broadly guides the DPWI to continuously identify, review its immovable property portfolio on a
regular basis, and to identify properties that can be utilized to enhance revenue through property portfolio.
The DPWI requests that the Expression includes amongst other things:
• Confirmation of the inspection of the facility
• Type of products to be sold, or made available for purchase
• The extent of the space required
• Number of vending machines to be installed per building
of 40
Please note that the DPWI will decide, after concluding the bidder(s) Process, to proceed with the
procurement process, and that such process will only formally commence with the requests specified by the
Supply Chain Management Section of the Department in compliance with its processes of handling Bidder(s)
and other proposals.
DELIVERY AND INSTALLATION
Equipment shall be delivered, installed and operational at all awarded locations within a period of sixty (60)
calendar days from the signature date of the lease agreement. Equipment shall be installed so as to present
an attractive, professional and uniform configuration which is in line with national approved advertising
standards. Equipment shall be secured to provide for safe, secure operation and to prevent tipping/shifting or
falling. All delivery and installation costs shall be the responsibility of the Service Provider.
MAINTENANCE, REPAIRS AND SCHEDULING
The Department shall expect prompt service from the Service Provider in response to vending machine
equipment that is not operational and problems related to damaged equipment failure or product complaints.
Service calls shall be responded to within twenty-four (24) hours from Department notification to Service
Provider. If equipment repairs cannot be made on site, and downtime is determined by the Department to be
excessive, the Service Provider may be requested to replace the equipment with a loaner/ replacement unit
until such time as repairs can be completed or the Service Provider provides a permanent replacement. Lost,
stolen or damaged equipment shall be replaced or repaired (as applicable) at no cost to the Department
MONTHLY PAYMENTS
Upon award of contract, the successful Service Provider shall adhere to the remittance/ payment procedure
below. Reports and revenue checks should be received no more than twenty-five (25) days after the end of
a monthly cycle.
The monthly statement shall include the following:
A. Vending machine number and description
B. Erf number and physical address where available
C. Amount due to the Department
Losses of revenue as a result of vandalism, and natural factors etc., shall not be deducted from proceeds to
be paid to the Department.
No tobacco or alcohol products shall be advertised/sold by the Service Provider on Department property.
DEFAULT IN PAYMENT
The monthly report of gross receipts and the monthly payments due to the Department must be submitted no
later than twenty-five (25) calendar days after the last day of preceding month.
OTHER SERVICE PROVIDER RESPONSIBILITIES
a) This bidder (which includes all other information, written or oral, made available during the bidding
Process) is made available by the DPWI to prospective respondents on condition that it is used solely
for the purpose of responding to this bidder.
b) This bidder is provided solely for the purpose set out in the bidder. Each Prospective Respondent to
whom this bidder is made available must make their own independent assessment of the opportunity
after making such investigation and taking such professional advice as they deem necessary.
c) Neither the receipt of this bidder or any related document by any person, nor any information
contained in the documents or distributed with them or previously or subsequently communicated to
of 40
any Prospective Respondent or its advisors, is to be taken as constituting the giving of any advice
(investment, legal or otherwise) by the DPWI.
d) While the DPWI has taken reasonable care to present correct information in this bidder, errors and
omissions may occur. The DPWI and any of its officials will not accept any liability or responsibility for
the adequacy, accuracy or completeness of any of the information or opinions stated in this bidder or
any other document issued by the DPWI, regardless of use and regardless of any losses that the
intended or unintended recipients of this bidder may incur.
e) No guarantees, representations or warranties, whether express or implied, are made by DPWI or any
of their employees with respect to the information or opinions contained in any document. The
Prospective Respondent expressly waives any claim(s) it has or may have in respect of such
guarantees, representations or warranties, howsoever arising.
f) The DPWI reserves the right to suspend, modify or withdraw this bidder at any time without prior notice
and without liability to compensate or reimburse any person.
g) The DPWI is not obliged to perform any action or take any further steps upon conclusion of the bidding
Process.
h) All responses to this bidder are compiled and submitted at the Prospective Respondent’s sole risk
and cost and the DPWI is not liable to compensate any person for any costs or losses incurred in
connection therewith
i) By its participation in the bidder Process, the Prospective Respondent is deemed to acknowledge and
consent to the terms and conditions of this bidder, including the contents of this Important Notice.
j) The list of facilities is attached as Annexure C.1, which is batched according to the district offices in
the Province where these properties are situated.
THE DEPARTMENT WILL PROVIDE:
A. Space for installation of vending machine.
CONDITIONS OF BID
The successful bidder will be required to enter into a written agreement with the Department of Public Works
and Infrastructure (DPWI) subject to the general and specific conditions listed below and any other conditions
that may be required, but mutually agreeable to either party.
Should the DPWI consider that at any time the Bidder is not fulfilling his/her obligations in terms of the
contract, and if after due notice to do so the Bidder is still in default, the DPWI may terminate the Bidder
whereupon the service provider must remove the vending machine and make good all state property to the
satisfaction of the Accounting Officer of the Department. Failure to do this, the Department may itself remove
the vending machine and recover the expense of doing so from the Bidder.
OWNERSHIP OF THE VENDING MACHINE
The vending machine shall remain the property of the Bidder on termination of the contract and shall be
removed within sixty (60) days from termination of the contract. Should the Bidder fail to remove the vending
machine within the stipulated time period, the Department shall have it removed at the cost of the Bidder.
of 40
ANNEXURE C.1
LIST OF FACILITIES IDENTIFIED FOR VENDING MACHINES
DISTRICT FACILITY SIZE
NO. FACILITY TYPE PROPERTY NAME OFFICE TYPE m2
1 Erf 206 Maluti Maluti Office Complex Alfred Nzo Office 4m2
2 Erf 816 Maluti DSD Offices Alfred Nzo Office 4m2
3 Erf 3649 Mt Frere DOE Offices Alfred Nzo Office 4m2
4 Erf 2478 Mt Frere Mt Frere Complex Alfred Nzo Office 4m2
5 Erf 179 – 184 Matatiele Social Development Alfred Nzo Office 4m2
6 Erf 6 Matatiele Tylor Bouquet Hospital Alfred Nzo Office 4m2
7 Erf 9361 Butterworth Old Butterworth Collage Amathole Cluster Office 2.5m2
8 Erf 79 Elliotdale Elliotdale Cluster Office Amathole Cluster Office 2.5m2
9 Erf 2314 Fort Beautfort Cape Collage Amathole Office 2.5m2
Farm 1924, King DPWI (Maintenance Unit) 2.5m2
10 William’s Town RD Hanker BCMM Office
Erf 68614, East Amathole& BCMM District 2.5m2
11 London office BCMM Office
12 Erf 304 Dimbaza Social Development BCMM Office 2.5m2
ERF 27306 East 2.5m2
13 London Stirling Teachers Centre BCMM Office
14 ERF 4047 Zwelitsha Steve Tshwethe Building BCMM Office 2.5m2
House of Traditional 2.5m2
15 Erf 5760 Bhisho Leaders BCMM Office
16 Erf 657 Bhisho Office of the Premier BCMM Office 2.5m2
17 Erf 19009 East London Government Garage BCMM Office 2.5m2
DPWI (Old Covenant 2.5m2
18 Erf 5556 Cala Building) Chris Hani Office
19 Erf 124 Lady Frere Department Of Education Chris Hani Office 2.5m2
Farm 328, Herschel 2.5m2
20 RD Bensonvale College Joe Gqabi Office
21 Erf 3102 Aliwal North Themba Kojana Building Joe Gqabi Office 2.5m2
22 Erf 1608 Aliwal North DPWI Office Joe Gqabi Cluster Office 2.5m2
Erf 2968 Albany Road, 2.5m2
23 P. E Old Ford House NMBM Office
Walton Building 2.5m2
(Department of Health
24 Erf 1651 Mount Road District office) NMBM Office
Dept of Education District 2.5m2
25 Erf 213 Korsten Office NMBM Office
Erf 3966 Port Elizabeth 2.5m2
26 Central Old Ford House NMBM Office
27 Erf 1635, Port St Johns PSJ Deport OR Tambo Office 2.5m2
28 Erf 308 Umtata KSD Building OR Tambo Office 2.5m2
29 Erf 2178 Umtata Botha Sigcau Building OR Tambo Cluster Office 2.5m2
Erven 2023-2025 Sarah 2.5m2
30 Grahamstown Old SABC Building Bartman Office
Sarah 2.5m2
31 Erf 6272 Grahamstown Regional Library Bartman Office
of 40
BID EVALUATION
This bid will be evaluated in three (03) phases as follows
(a) Phase One: Compliance, responsiveness to the bid rules and conditions
(b) Phase Two: Bidders passing stage 1 above will thereafter be evaluated on functionality
(c) Phase Three: Bidders passing all stages above will thereafter be evaluated on Price
PHASE ONE: COMPLIANCE, RESPONSIVENESS TO THE BID RULES AND CONDITIONS
Bids which are late, incomplete, unsigned or submitted by facsimile or electronically, will not be accepted.
Bidders’ proposals must meet the following minimum requirements and supporting documents must be
submitted with the completed bid document in a sealed envelope in the bid box at the closing date and
time. Failure to comply will automatically eliminate the bid for further consideration:
1. Bids must be submitted on the original documents and bids which are late, incomplete, unsigned or
submitted by facsimile or electronically, will not be accepted.
2. The following Declarations must be duly completed and signed: (SBD4). Does the bidder or
any of its Directors / Trustees / Shareholder / Members / Partners or any person having a
controlling interest in the enterprise have any other related enterprise whether or not they
are bidding for this contract such interest must be disclosed on question 2.3.1 of SBD 4.
3. The Form SBD1 “Part A” should be completed and “Part B” must be fully completed (date, signature,
amount)
4. SBD 3.1 – Pricing Schedule – Firm Prices – must be completed
5. Annexure A - Resolution to sign must be completed and signed (if applicable):
6. Bidders must be a legal entity. In the event of a subservice provider or joint ventures or consortiums
a signed agreement by all parties must be submitted with the bid. Also see notes to the “Authority
to Sign”. Failure to submit a compliant agreement with the bid will automatically eliminate the bid for
further consideration.
PHASE TWO: EVALUATION OF FUNCTIONALITY
The functionality criteria and maximum score in respect of each of the criteria are as follows:
FUNCTIONALITY CRITERIA MAXIMUM MAXIMUM
POINTS SCORE POINTS SCORE
A. Project Development Proposal 80 90
B. Local Economic Development 20 10
TOTAL SCORE 100 100
Bidder should score a minimum of 50 points for further evaluation.
of 40
Table 1: FUNCTIONALITY EVALUATION CRITERIA: MINIMUM POINTS TO BE SCORED ON THE
FUNCTIONALITY IS 50 POINTS FOR FURTHER EVALUATION.
Table 1: Functionality and Evaluation Criteria
Point Max
s
Point Score
s d
Project Implementation Proposal:
60 - Availability of Vending
Machine
(Ownership/Rental) or 30
Intent of (ownership/rental) 25
Project - Maintenance (availability
Implementation of resources/ response
10 Project Proposal 1 Approach & time for faulty machine)
Understanding of and technical support plan
the brief
- Product Management (e.g.
Asset Management plan) &
20 quality assurance plan
No Submission 0
Age from 35 years and below 20
100% black youth 20
51% to 99% black youth ownership 10
1 Youth
30% to 50% black youth ownership 5
Below 30% black youth ownership 0
Local Economic Development No Submission 0
Person living with disability 20
100% living with disability 20
2 Disability 51% to 99% with disability 10
30% to 50% with disability 5
No Submission 0
Total Points 100
of 40
PHASE THREE EVALUATION ON NEW PPPFA and SPECIFIC GOALS
THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT WILL BE APPLIED AND THE
80/20 OR 90/10 PREFERENCE POINTS SYSTEM WILL BE APPLICABLE.
FUNCTIONALITY CRITERIA MAXIMUM MAXIMUM
POINTS POINTS
SCORE SCORE
POINTS FOR PRICE 80 90
SPECIFIC GOALS 20 10
TOTAL POINTS 100 100
Please note:
1. Bidders need to complete and sign SBD 6.1 to claim points for specific goals. Failure will
lead in non-awarding of points for specific goals
2. The Department intends to award this to the highest point scorer as per item (erf), unless
circumstances justifies otherwise
3. All information will be verified through CSD (if applicable)
4. SBD 6.1 is attached
5. A medical certificate from a medical practitioner with a practise number must be attached to
claim points for disability
6. A Cipro certificate (CK) and certified ID copy/s must be attached as proof of ownership to
claim points for specific goals.
Despite any delays, the service provider will be granted 60 days, and the rental will commence at expiry of
60 months, unless the department agrees otherwise with the party.
NB: All Information provided will be subject to risk assessment.
of 40
PRICING SCHEDULE – FIRM PRICES SBD 3.1
NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED
Name of bidder.......................................... Bid number: SCMU5-25/26-0068
Closing Time 11:00 Closing date: 10 February 2026
OFFER TO BE VALID FOR PERIOD UP UNTIL AWARD FROM THE CLOSING DATE OF BID.
BID FOR APPOINTMENT OF SERVICE PROVIDER TO INSTALL VENDING MACHINES IN STATE- OWNED FACILITIES
THROUGH LEASING OF SPACE WITHIN THE EASTERN CAPE PROVINCE.
NO. OF AMOUNT PAYABLE TO AMOUNT PAYABLE TO THE
VENDING THE DEPARTMENT FOR DEPARTMENT FOR VEDING
MACHINE ALL VENDING MACHINE MACHINES FOR 12
DISTRICT TO BE PER MONTH (EXCL.VAT) MONTHS (EXCL.VAT)
NO. FACILITY TYPE PROPERTY NAME OFFICE INSTALLED
1 Erf 206 Maluti Maluti Office Complex Alfred Nzo
2 Erf 111 Maluti DPWI Depot Alfred Nzo
3 Erf 3017 Mount Ayliff DPWI Office Alfred Nzo
4 Erf 212 Mount Frere DPWI Office Alfred Nzo
5 Erf 349 Mount Frere DPWI Office Alfred Nzo
6 Erf 179 – 184 Matatiele Social Development Alfred Nzo
7 Erf 6 Matatiele Tylor Bouquet Hospital Alfred Nzo
8 Erf 87 Bizana Education Alfred Nzo
9 Erf 9361 Butterworth Old Butterworth Collage Amathole
10 Erf 79 Elliotdale Elliotdale Cluster Office Amathole
11 Erf 2314 Fort Beautfort Cape Collage Amathole
Farm 1924, King William’s DPWI (Maintenance Unit)
12 Town RD Hanker BCMM
Amathole& BCMM District
13 Erf 68614, East London office BCMM
14 Erf 304 Dimbaza Social Development BCMM
15 ERF 27306 East London Stirling Teachers Centre BCMM
of 40
NO. OF AMOUNT PAYABLE TO AMOUNT PAYABLE TO THE
VENDING THE DEPARTMENT FOR DEPARTMENT FOR VEDING
MACHINE ALL VENDING MACHINE MACHINES FOR 12
DISTRICT TO BE PER MONTH (EXCL.VAT) MONTHS (EXCL.VAT)
NO. FACILITY TYPE PROPERTY NAME OFFICE INSTALLED
16 ERF 4047 Zwelitsha Steve Tshwethe Building BCMM
17 Erf 5760 Bhisho House of Traditional Leaders BCMM
18 Erf 657 Bhisho Office of the Premier BCMM
19 Erf 19009 East London Government Garage BCMM
DPWI (Old Covenant
20 Erf 5556 Cala Building) Chris Hani
21 Erf 124 Lady Frere Department Of Education Chris Hani
22 Farm 328, Herschel RD Bensonvale College Joe Gqabi
23 Erf 3102 Aliwal North Themba Kojana Building Joe Gqabi
24 Erf 1608 Aliwal North DPWI Office Joe Gqabi
25 Erf 2968 Albany Road, P. E Old Ford House NMBM
Dept of Education District
27 Erf 213 Korsten Office NMBM
28 Erf 3966 Port Elizabeth Central Old Ford House NMBM
29 Erf 1635, Port St Johns PSJ Deport OR Tambo
30 Erf 308 Umtata KSD Building OR Tambo
31 Erf 2178 Umtata Botha Sigcau Building OR Tambo
32 Erven 2023-2025 Grahamstown Old SABC Building Sarah Bartman
33 Erf 6272 Grahamstown Regional Library Sarah Bartman
A SUB TOTAL - YEAR 1
B SUB TOTAL - YEAR 2 (YEAR 1 PLUS 8% ESCALATION B = A + 1,05)
C SUB TOTAL - YEAR 3 (YEAR 2 PLUS 8% ESCALATION C = B + 1,05)
D SUB TOTAL FOR THREE YEARS (D = A + B + C)
E ADD VAT @ 15% (IF APPLICABLE) E = D x 0,15
F GRAND TOTAL FOR THREE YEARS (F = D + E) This amount must be carried over to
The total amount for the 3-year lease should include a minimum escalation of 5% per annum.
of 40
SBD 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
(delete whichever is not applicable for this tender).
a) The applicable preference point system for this tender is the 90/10 preference point system.
b) The applicable preference point system for this tender is the 80/20 preference point system.
c) Either the 90/10 or 80/20 preference point system will be applicable in this tender. The lowest/
highest acceptable tender will be used to determine the accurate system once tenders are
received.
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 POINTS
PRICE 80 90
SPECIFIC GOALS 20 10
Total points for Price and SPECIFIC 100 100
GOALS
of 40
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. POINTS AWARDED FOR PRICE
3.1.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
Pt−Pmin Pt−Pmin
Ps= 80(1− ) or Ps= 90(1− )
Pmin Pmin
Where
Ps = Points scored for price of tender under consideration
Pt = Price of tender under consideration
Pmin = Price of lowest acceptable tender
3.2 FORMULAE FOR DISPOSAL OR LEASING OF STATE ASSETS AND INCOME
GENERATING PROCUREMENT
3.2.1. POINTS AWARDED FOR PRICE
A maximum of 80 or 90 points is allocated for price on the following basis:
of 40
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
4. POINTS AWARDED FOR SPECIFIC GOALS
4.1. In terms of Regulation 4(2); 5(2); 6(2) and 7(2) of the Preferential Procurement Regulations,
preference points must be awarded for specific goals stated in the tender. For the purposes
of this tender the tenderer will be allocated points based on the goals stated in table 1 below
as may be supported by proof/ documentation stated in the conditions of this tender:
4.2. In cases where organs of state intend to use Regulation 3(2) of the Regulations, which states
that, if it is unclear whether the 80/20 or 90/10 preference point system applies, an organ of
state must, in the tender documents, stipulate in the case of—
(a) an invitation for tender for income-generating contracts, that either the 80/20 or 90/10
preference point system will apply and that the highest acceptable tender will be used to
determine the applicable preference point system; or
(b) any other invitation for tender, that either the 80/20 or 90/10 preference point system will
apply and that the lowest acceptable tender will be used to determine the applicable
preference point system,
then the organ of state must indicate the points allocated for specific goals for both the 90/10
and 80/20 preference point system.
of 40
Table 1: Specific goals for the tender and points claimed are indicated per the table below.
(Note to organs of state: Where either the 90/10 or 80/20 preference point system is
applicable, corresponding points must also be indicated as such.
Note to tenderers: The tenderer must indicate how they claim points for each preference
point system.)
Number of Number of Number of
Number of
points points points
points
claimed allocated claimed
allocated
(80/20 (90/10 (90/10
The specific goals allocated (80/20 system)
system) system) system)
points in terms of this tender (To be
(To be (To be (To be
completed by
completed by completed completed
the organ of
the tenderer) by the organ by the
state)
of state) tenderer)
Historically Disadvantaged Individual: -
(a) 100% black ownership 10 5
(b) 51% to 99% black ownership 5 2.5
(c) Less than 51% black 0 0
ownership
Black women ownership:-
(a) 100% black women 6 3
ownership
(b) 30% to 99% black women 4 2
ownership
(c) Less than 30% black women 0 0
ownership
Locality:-
(a) Within the Eastern Cape 4 2
(b) Outside the Eastern Cape 0 0
DECLARATION WITH REGARD TO COMPANY/FIRM
4.3. Name of company/firm...............................................................................
4.4. Company registration number: .....................................................................
4.5. TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium
One-person business/sole propriety
Close corporation
Public Company
Personal Liability Company
(Pty) Limited
Non-Profit Company
State Owned Company
[TICK APPLICABLE BOX]
4.6. I, the undersigned, who is duly authorised to do so on behalf of the company/firm, certify
of 40
that the points claimed, based on the specific goals as advised in the tender, qualifies the
company/ firm for the preference(s) shown and I acknowledge that:
i) The information furnished is true and correct;
ii) The preference points claimed are in accordance with the General Conditions as
indicated in paragraph 1 of this form;
iii) In the event of a contract being awarded as a result of points claimed as shown in
paragraphs 1.4 and 4.2, the service provider may be required to furnish documentary
proof to the satisfaction of the organ of state that the claims are correct;
iv) If the specific goals have been claimed or obtained on a fraudulent basis or any of the
conditions of contract have not been fulfilled, the organ of state may, in addition to any
other remedy it may have –
(a) disqualify the person from the tendering process;
(b) recover costs, losses or damages it has incurred or suffered as a result of
that person’s conduct;
(c) cancel the contract and claim any damages which it has suffered as a
result of having to make less favourable arrangements due to such
cancellation;
(d) recommend that the tenderer or service provider, its shareholders and
directors, or only the shareholders and directors who acted on a fraudulent
basis, be restricted from obtaining business from any organ of state for a
period not exceeding 10 years, after the audi alteram partem (hear the
other side) rule has been applied; and
(e) forward the matter for criminal prosecution, if deemed necessary.
..............................................
SIGNATURE(S) OF TENDERER(S)
SURNAME AND NAME: ................................................................
DATE: ...............................................................
ADDRESS: ...............................................................
...............................................................
...............................................................
...............................................................
of 40
SBD 4
BIDDER’S DISCLOSURE
1. 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.
2. 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.
of 40
SBD 4
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
2.3.1 If so, furnish particulars:
........................................................................................
........................................................................................