Q 10 Edtea 23-24
Q 10 Edtea 23-24
Q 10 Edtea 23-24
INVITATION TO QUOTE
Description: APPOINTMENT OF A SERVICE PROVIDER TO DESIGN, SUPPLY, DELIVER, INSTALL, MAINTAIN AND COMMISSION 34.7kWp
GRID TIED SOLAR PHOTOVOLTAIC PANELS AT NATALIA BUILDING ROOFTOP IN PIETERMARITZBURG.
Queries relating to the issue of these documents may be addressed to Sthabile Khuzwayo Tel. No. (033) 264 2579: e-mail
[email protected]
Page | 1 INITIAL_____
Q 10 EDTEA 23-24
Contents
SECTION A (PART A: INVITATION TO QUOTE) ....................................................................................... 3
PART B: TERMS AND CONDITIONS FOR BIDDING ................................................................................. 4
SECTION B: LIST OF ALL RETURNABLE & COMPULSORY DOCUMENTS ........................................ 5
SECTION C: SPECIAL INSTRUCTIONS AND NOTICES TO BIDDERS REGARDING THE
COMPLETION OF BIDDING FORMS ........................................................................................................... 6
SECTION D: REGISTRATION ON THE CENTRAL SUPPLIERS DATABASE ......................................... 7
SECTION E: DECLARATION THAT INFORMATION ON CENTRAL SUPPLIER DATABASE IS
CORRECT AND UP TO DATE ....................................................................................................................... 8
SECTION F: PRICING SCHEDULE – FIRM PRICES ................................................................................... 9
(PURCHASES) .................................................................................................................................................. 9
SECTION G: PRICING SCHEDULE – NON-FIRM PRICES ....................................................................... 10
(PURCHASES) ................................................................................................................................................ 10
SECTION H: PRICING SCHEDULE ............................................................................................................. 13
SECTION I: QUOTATION OFFER ............................................................................................................... 16
SECTION J: BIDDER’S DISCLOSURE ........................................................................................................ 17
SECTION K: PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL
PROCUREMENT REGULATIONS 2022 ...................................................................................................... 20
SECTION L: QUESTIONNAIRE REPLIES .................................................................................................. 24
SECTION M: SPECIAL CONDITIONS OF CONTRACT ............................................................................ 25
SECTION N: GENERAL CONDITIONS OF CONTRACT .......................................................................... 27
SECTION O: AUTHORITY TO SIGN QUOTATION .................................................................................. 36
SECTION P: SCHEDULE VARIATIONS FROM GOODS OR SERVICES INFORMATION ................... 37
8. REPORTING REQUIREMENTS .............................................................................................................. 45
9. BID REQUIREMENTS .............................................................................................................................. 46
ANNEXURE B - Evaluation Grid ................................................................................................................... 49
ANNEXURE C: CV FORMAT ....................................................................................................................... 51
ANNEXURE D: STATEMENT OF EXCLUSIVITY AND AVAILABILITY ............................................. 52
Page | 2 INITIAL_____
Q 10 EDTEA 23-24
SBD1
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON Sthabile Khuzwayo CONTACT PERSON Simphiwe Fikizolo
TELEPHONE
NUMBER 033 264 2579/ 083 823 9781 TELEPHONE NUMBER 076 943 5877
FACSIMILE NUMBER FACSIMILE NUMBER
Page | 3 INITIAL_____
Q 10 EDTEA 23-24
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR
CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED (NOT TO BE RE-TYPED) OR IN THE MANNER
PRESCRIBED IN THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL
PROCUREMENT REGULATIONS, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER
SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.
DATE: ……………………………
Page | 4 INITIAL_____
Q 10 EDTEA 23-24
SECTION B: LIST OF ALL RETURNABLE & COMPULSORY DOCUMENTS
The bidder shall complete and submit the following returnable schedules and documents:
Prospective Service Providers MUST complete the following as per the QUOTATION document:
Part A Invitation to BID (SBD 1) Yes Yes
Part B Terms and Conditions for
Read Only
bidding (SBD 1)
Special Instructions regarding
Section C Read only
completion of bid
Registration on Central Suppliers Read Only
Section D
Database
Declaration that information on
Section E Central Suppliers database is Yes Yes
correct and up to date
Section F – Pricing Schedule (SBD 3) Yes
Yes
H
Section I Quotation Offer Yes Yes
Section J Bidder’s disclosure form (SBD4) Yes Yes
Preference Points Claim Form In Yes
Section K terms of the Preferential If Applicable
Procurement Regulations 2022.
Questionnaire Replies - To be Yes
Section L only included when BIDs for goods If applicable
are involved.
Special Conditions of Contract Read only
Section M
Page | 5 INITIAL_____
Q 10 EDTEA 23-24
SECTION C: SPECIAL INSTRUCTIONS AND NOTICES TO BIDDERS REGARDING THE COMPLETION OF BIDDING FORMS
PLEASE NOTE THAT THIS BID IS SUBJECT TO TREASURY REGULATIONS 16A ISSUED IN TERMS OF THE PUBLIC FINANCE
MANAGEMENT ACT, 1999, THE KWAZULU-NATAL SUPPLY CHAIN MANAGEMENT POLICY FRAMEWORK.
1. Unless inconsistent with or expressly indicated otherwise by the context, the singular shall include the plural and visa versa and with
words importing the masculine gender shall include the feminine and the neuter.
2. Under no circumstances whatsoever may the bid forms be retyped or redrafted. Photocopies of the original bid documentation may be
used, but an original signature must appear on such photocopies.
3. The bidder is advised to check the number of pages and to satisfy himself that none are missing or duplicated.
4. Bids submitted must be complete in all respects.
5. Bids shall be lodged at the address indicated not later than the closing time specified for their receipt, and in accordance with the
directives in the bid documents.
6. Each bid shall be addressed in accordance with the directives in the bid documents and shall be lodged in a separate sealed envelope,
with the name and address of the bidder, the bid number and closing date indicated on the envelope. The envelope shall not contain
documents relating to any bid other than that shown on the envelope. If this provision is not complied with, such bids may be rejected
as being invalid.
7. All bids received in sealed envelopes with the relevant bid numbers on the envelopes are kept unopened in safe custody until the closing
time of the bids. Where, however, a bid is received open, it shall be sealed. If it is received without a bid number on the envelope, it shall
be opened, the bid number ascertained, the envelope sealed and the bid number written on the envelope.
8. A specific box is provided for the receipt of bids, and no bid found in any other box or elsewhere subsequent to the closing date and time
of bid will be considered.
9. No bid sent through the post will be considered if it is received after the closing date and time stipulated in the bid documentation, and
proof of posting will not be accepted as proof of delivery.
10. No bid submitted by telefax, telegraphic or other electronic means will be considered.
11. Bidding documents must not be included in packages containing samples. Such bids may be rejected as being invalid.
12. Any alteration made by the bidder must be initialed.
13. Use of correcting fluid is prohibited.
14. Use of erasable pen is prohibited.
15. Bids will be opened in public as soon as practicable after the closing time of bid.
16. Where practical, prices are made public at the time of opening bids.
17. If it is desired to make more than one offer against any individual item, such offers should be given on a photocopy of the page in
question. Clear indication thereof must be stated on the schedules attached.
18. Bidder must initial each and every page of the bid document.
Page | 6 INITIAL_____
Q 10 EDTEA 23-24
1. In terms of the National Treasury Instruction Note, all suppliers of goods and services to the State are required to register on the Central
Suppliers Database.
3. If a business is registered on the Database and it is found subsequently that false or incorrect information has been supplied, then the
Department may, without prejudice to any other legal rights or remedies it may have;
3.1 Cancel a bid or a contract awarded to such supplier, and the supplier would become liable for any damages if a less favorable bid is
accepted or less favorable arrangements are made.
4. The same principles as set out in paragraph 3 above are applicable should the supplier fail to request updating of its information
on the Central Suppliers Database, relating to changed particulars or circumstances.
5. IF THE SUPPLIER IS NOT REGISTERED AT THE CLOSING TIME OF BID, THE SUPPLIER WILL BE DISQUALIFIED AT THE BID
EVALUATION PROCESS.
Page | 7 INITIAL_____
Q 10 EDTEA 23-24
SECTION E: DECLARATION THAT INFORMATION ON CENTRAL SUPPLIER DATABASE IS CORRECT AND UP TO DATE
Number.................................................
AM AWARE OF THE CONTENTS OF THE CENTRAL SUPPLIER DATABASE WITH RESPECT TO THE BIDDER’S DETAILS AND
REGISTRATION INFORMATION, AND THAT THE SAID INFORMATION IS CORRECT AND UP TO DATE AS ON THE DATE OF SUBMITTING
THIS BID.
AND I AM AWARE THAT INCORRECT OR OUTDATED INFORMATION MAY BE A CAUSE FOR DISQUALIFICATION OF THIS BID FROM THE
BIDDING PROCESS, AND/OR POSSIBLE CANCELLATION OF THE CONTRACT THAT MAY BE AWARDED ON THE BASIS OF THIS BID.
............................................................................................................
SIGNATURE OF BIDDER OR AUTHORISED REPRESENTATIVE
DATE: ....................................................
Page | 8 INITIAL_____
SBD 3.1
Q 10 EDTEA 23-24
SECTION F: PRICING SCHEDULE – FIRM PRICES
(PURCHASES)
NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF
EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED
IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE
MUST BE SUBMITTED FOR EACH DELIVERY POINT
Name of bidder……………………………………
Bid number: Q 10 EDTEA 23/24
Closing Time 15:00
Closing date: 26 June 2023
VAT AT 15%
- At: ………………………………….
…………………………………
Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.
** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills
development levies.
Page | 9 INITIAL_____
Q 10 EDTEA 23-24
SBD 3.2
(PURCHASES)
NOTE: PRICE ADJUSTMENTS WILL BE ALLOWED AT THE PERIODS AND TIMES SPECIFIED IN THE BIDDING DOCUMENTS.
IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED
FOR EACH DELIVERY POINT
Name of bidder……………………………………
Bid number: Q 10 EDTEA 23/24
Closing Time 15:00
Closing date: 26 June 2023
VAT AT 15%
- At: …….…..……………………………….
** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills
development levies.
SBD 3.2
PRICE ADJUSTMENTS
18.1.1 IN CASES OF PERIOD CONTRACTS, NON FIRM PRICES WILL BE ADJUSTED (LOADED) WITH THE ASSESSED CONTRACT
PRICE ADJUSTMENTS IMPLICIT IN NON FIRM PRICES WHEN CALCULATING THE COMPARATIVE PRICES
2. IN THIS CATEGORY PRICE ESCALATIONS WILL ONLY BE CONSIDERED IN TERMS OF THE FOLLOWING FORMULA:
R 4t
Pa = (1 − V )Pt D1
R1t R 2t R3t
+ D2 + D3 + D4 + VPt
R1o R 2o R3o R 4o
Where:
18.1.2 The following index/indices must be used to calculate your bid price:
18.1.3 FURNISH A BREAKDOWN OF YOUR PRICE IN TERMS OF ABOVE-MENTIONED FORMULA. THE TOTAL OF THE VARIOUS
FACTORS MUST ADD UP TO 100%.
FACTOR
P PERCENTAGE OF BID PRICE
(D1, D2 etc. eg. Labour, transport etc.)
Page | 11 INITIAL_____
Q 10 EDTEA 23-24
SBD 3.2
18.1.4 Please furnish full particulars of your financial institution, state the currencies used in the conversion of the prices of the items to South
African currency, which portion of the price is subject to rate of exchange variations and the amounts remitted abroad.
AMOUNT IN
PORTION OF
FOREIGN
PARTICULARS OF FINANCIAL PRICE
ITEM NO PRICE CURRENCY RATE CURRENCY
INSTITUTION SUBJECT TO
REMITTED
ROE
ABROAD
ZAR=
ZAR=
ZAR=
ZAR=
ZAR=
ZAR=
18.1.5 Adjustments for rate of exchange variations during the contract period will be calculated by using the average monthly exchange rates
as issued by your commercial bank for the periods indicated hereunder: (Proof from bank required)
Page | 12 INITIAL_____
Q 10 EDTEA 23-24
SECTION H: PRICING SCHEDULE
(Professional Services) SBD 3.3
Name of bidder……………………………………
Bid number: Q 10 EDTEA 23/24
Closing Time 15:00
Closing date: 26 June 2023
OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID.
TOTAL: R………………………………………………….
** ”all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills
development levies.
Page | 13 INITIAL_____
Q 10 EDTEA 23-24
PRICING SCHEDULE
(Professional Services)
3.
PERSONS WHO WILL BE INVOLVED IN THE PROJECT AND
RATES APPLICABLE (CERTIFIED INVOICES MUST BE
RENDERED IN TERMS HEREOF)
4. PERSON AND POSITION HOURLY RATE DAILY RATE
…………………………………………………….………………………… R………………………… …………………………
…………………………………………………….………………………… R………………………… …………………………
…………………………………………………….………………………… R………………………… …………………………
…………………………………………………….………………………… R………………………… …………………………
…………………………………………………….………………………… R………………………… …………………………
TOTAL: R………………………………………………….
** ”all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills
development levies.
Page | 14 INITIAL_____
Q 10 EDTEA 23-24
Travel expenses (specify, for example rate/km and total km, class of
airtravel, etc). Only actual costs are recoverable. Proof of the expenses
incurred must accompany certified invoices.
DESCRIPTION OF EXPENSE TO BE INCURRED RATE QUANTITY AMOUNT
…………………………………………………….………………………… …………………….. …………………….. R ………………
…………………………………………………….………………………… …………………….. …………………….. R ………………
…………………………………………………….………………………… …………………….. …………………….. R ………………
…………………………………………………….………………………… …………………….. …………………….. R ………………
…………………………………………………….………………………… …………………….. …………………….. R ………………
TOTAL: R………………………………………………….
6. Period required for commencement with project after acceptance
of bid …………………………………………………….…………………………
7. Estimated man-days for completion of project
…………………………………………………….…………………………
8. Are the rates quoted firm for the full period of contract? *YES/NO
9. If not firm for the full period, provide details of the basis on which
adjustments will be applied for, for example consumer price index. …………………………………………………….…………………………
…………………………………………………….…………………………
…………………………………………………….…………………………
…………………………………………………….…………………………
Tel:
Tel:
Page | 15 INITIAL_____
Q 10 EDTEA 23-24
SECTION I: QUOTATION OFFER
................................................................................................................................................................
IMPORTANT
3. IF APPLICABLE: DID THE BIDDER ATTEND THE OFFICIAL BRIEFING SESSION/ COMPULSORY SITE
INSPECTION? YES NO
Page | 16 INITIAL_____
Q 10 EDTEA 23-24
SBD 4
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
2.3. 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
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.
Page | 17 INITIAL_____
Q 10 EDTEA 23-24
3 DECLARATION
3.5 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.
3.6 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.
3.7 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 89 of 1998 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 12 of 2004 or any other applicable legislation.
……………………………… ..……………………………………………
Signature Date
……………………………… ………………………………………………
Position Name of bid der
✓ Kindly provide the percentage ownership for each owner according to the following demographic categories; African Male, African Female, Coloured Male, Coloured Female, Indian Male, Indian Female,
White Male, White Female, Youth, Disabled, Co-operative and Other.
TOTAL
Page | 19 INITIAL_____
F012
SBD 6.1
SECTION K: 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
a) The applicable preference point system for this tender is the 80/20 preference point system.
b) 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.
19.3 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.
19.5 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.
19.6 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.
20. 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
Page 20 of 53
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. 5 of 2000).
80/20 or 90/10
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:
80/20 or 90/10
Where
Ps = Points scored for price of tender under consideration
Pt = Price of tender under consideration
Pmax = Price of highest acceptable tender
(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.
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.)
……………………………………….
SIGNATURE(S) OF TENDERER(S)
5. Are you the accredited agents in the RSA for the manufacture/supply of the goods offered by you?
....................................................................................................................................
6. What is the address in the RSA (preferably in the Province of KwaZulu-Natal) where machine/goods as offered by you can be inspected
under working conditions? .………………………………………………………………………...
7. What is the approximate value of spares carried in stock in the RSA for this particular make and model of machine?
………………………………………………………………………………………………...
11. What are the names and addresses of the factories where the goods will be manufactured and, if required, inspected?
………………………………………………………………………………………………...
……………………………………. …………………………………
SIGNATURE OF BIDDER DATE
(PRINT NAME)
N.B.: THIS FORM IS ONLY TO BE INCLUDED AND COMPLETED WHEN APPLICABLE TO THE QUOTATION
SECTION M: SPECIAL CONDITIONS OF CONTRACT
This quotation is subject to the Preferential Procurement Policy Framework Act and the Preferential Procurement Regulations, 2022; the
General Conditions of Contract (GCC) and the following applicable other Special Conditions of Contract.
The offers must remain valid for a period of 90 days from the closing date of the submission of quotations.
1. CONTRACT PERIOD
1.1 2 months
2. EVALUATION CRITERIA
There are Four (4) main stages in the selection process, namely, ensuring that quotations comply with administrative Compliance,
functionality, and price and preference points (Specific goals); and price negotiation.
1.1 “Closing time” means the date and hour specified in the bidding documents for the receipt of bids.
1.2 “Contract” means the written agreement entered into between the purchaser and the supplier, as recorded in the contract
form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference
therein.
1.3 “Contract price” means the price payable to the supplier under the contract for the full and proper performance of his
contractual obligations.
1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public
official in the procurement process or in contract execution.
1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged
to market its products internationally.
1.6 “Country of origin” means the place where the goods were mined, grown or produced or from which the services are supplied.
Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a
commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from
its components.
1.8 “Delivery” means delivery in compliance of the conditions of the contract or order.
1.9 “Delivery ex stock” means immediate delivery directly from stock actually on hand.
1.10 “Delivery into consignees store or to his site” means delivered and unloaded in the specified store or depot or on the specified
site in compliance with the conditions of the contract or order, the supplier bearing all risks and charges involved until the
supplies are so delivered and a valid receipt is obtained.
1.11 "Dumping" occurs when a private enterprise abroad market its goods on own initiative in the RSA at lower prices than that
of the country of origin and which have the potential to harm the local industries in the RSA.
1.12 ”Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and
not foreseeable. Such events may include, but is not restricted to, acts of the purchaser in its sovereign capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
1.13 “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a
contract to the detriment of any bidder, and includes collusive practice among bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the bidder of the benefits of free and open
competition.
1.15 “Goods” means all of the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser
under the contract.
1.16 “Imported content” means that portion of the bidding price represented by the cost of components, parts or materials which
have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the
costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or
other similar tax or duty at the South African place of entry as well as transportation and handling charges to the factory in
the Republic where the supplies covered by the bid will be manufactured.
1.17 “Local content” means that portion of the bidding price which is not included in the imported content provided that local
manufacture does take place.
1.18 “Manufacture” means the production of products in a factory using labour, materials, components and machinery and
includes other related value-adding activities.
1.19 “Order” means an official written order issued for the supply of goods or works or the rendering of a service.
1.20 “Project site,” where applicable, means the place indicated in bidding documents.
1.24 “Services” means those functional services ancillary to the supply of the goods, such as transportation and any other
incidental services, such as installation, commissioning, provision of technical assistance, training, catering, gardening,
security, maintenance and other such obligations of the supplier covered under the contract.
1.25 “Written” or “in writing” means handwritten in ink or any form of electronic or mechanical writing.
2. Application
3. These general conditions are applicable to all bids, contracts and orders including bids for functional and professional
services, sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise
indicated in the bidding documents.
4. Where applicable, special conditions of contract are also laid down to cover specific supplies, services or works.
5. Where such special conditions of contract are in conflict with these general conditions, the special conditions shall apply.
3. General
1.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any expense incurred in the
preparation and submission of a bid. Where applicable a non-refundable fee for documents may be charged.
1.2 With certain exceptions, invitations to bid are only published in the Government Tender Bulletin. The Government Tender
Bulletin may be obtained directly from the Government Printer, Private Bag X85, Pretoria 0001, or accessed electronically
from www.treasury.gov.za
4. Standards
1.1. The goods supplied shall conform to the standards mentioned in the bidding documents and specifications.
4.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the purchaser in connection
therewith, to any person other than a person employed by the supplier in the performance of the contract. Disclosure to any
such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such
performance.
4.2 The supplier shall not, without the purchaser’s prior written consent, make use of any document or information mentioned in
GCC clause 5.1 except for purposes of performing the contract.
4.3 Any document, other than the contract itself mentioned in GCC clause 5.1 shall remain the property of the purchaser and
shall be returned (all copies) to the purchaser on completion of the supplier’s performance under the contract if so required
by the purchaser.
4.4 The supplier shall permit the purchaser to inspect the supplier’s records relating to the performance of the supplier and to
have them audited by auditors appointed by the purchaser, if so required by the purchaser.
6. Patent rights
1.1. The supplier shall indemnify the purchaser against all third-party claims of infringement of patent, trademark, or industrial
design rights arising from use of the goods or any part thereof by the purchaser.
2. Performance security
1.1 Within thirty (30) days of receipt of the notification of contract award, the successful bidder shall furnish to the purchaser the
performance security of the amount specified in SCC.
1.2 The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the
supplier’s failure to complete his obligations under the contract.
1.3 The performance security shall be denominated in the currency of the contract or in a freely convertible currency acceptable
to the purchaser and shall be in one of the following forms:
3. a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in the purchaser’s country or abroad, acceptable
to the purchaser, in the form provided in the bidding documents or another form acceptable to the purchaser; or
1.4 The performance security will be discharged by the purchaser and returned to the supplier not later than thirty (30) days
following the date of completion of the supplier’s performance obligations under the contract, including any warranty
obligations, unless otherwise specified in SCC.
2.1 All pre-bidding testing will be for the account of the bidder.
2.2 If it is a bid condition that supplies to be produced or services to be rendered should at any stage during production or
execution or on completion be subject to inspection, the premises of the bidder or contractor shall be open, at all reasonable
hours, for inspection by a representative of the Department or an organization acting on behalf of the Department.
2.3 If there are no inspection requirements indicated in the bidding documents and no mention is made in the contract, but during
the contract period it is decided that inspections shall be carried out, the purchaser shall itself make the necessary
arrangements, including payment arrangements with the testing authority concerned.
2.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the supplies to be in accordance with the
contract requirements, the cost of the inspections, tests and analyses shall be defrayed by the purchaser.
2.5 Where the supplies or services referred to in clauses 8.2 and 8.3 do not comply with the contract requirements, irrespective
of whether such supplies or services are accepted or not, the cost in connection with these inspections, tests or analyses
shall be defrayed by the supplier.
2.6 Supplies and services which are referred to in clauses 8.2 and 8.3 and which do not comply with the contract requirements
may be rejected.
2.7 Any contract supplies may on or after delivery be inspected, tested or analyzed and may be rejected if found not to comply
with the requirements of the contract. Such rejected supplies shall be held at the cost and risk of the supplier who shall, when
called upon, remove them immediately at his own cost and forthwith substitute them with supplies which do comply with the
requirements of the contract. Failing such removal the rejected supplies shall be returned at the suppliers cost and risk.
Should the supplier fail to provide the substitute supplies forthwith, the purchaser may, without giving the supplier further
opportunity to substitute the rejected supplies, purchase such supplies as may be necessary at the expense of the supplier.
2.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to cancel the contract on account of a
breach of the conditions thereof, or to act in terms of Clause 23 of GCC.
9. Packing
1.1 The supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to
their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough
handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage.
Packing, case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final
destination and the absence of heavy handling facilities at all points in transit.
1.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special
requirements as shall be expressly provided for in the contract, including additional requirements, if any, specified in SCC,
and in any subsequent instructions ordered by the purchaser.
2.1 Delivery of the goods shall be made by the supplier in accordance with the terms specified in the contract. The details of
shipping and/or other documents to be furnished by the supplier are specified in SCC.
3. Insurance
3.1 The goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental
to manufacture or acquisition, transportation, storage and delivery in the manner specified in the SCC.
4. Transportation
4.1 Should a price other than an all-inclusive delivered price be required, this shall be specified in the SCC.
5. Incidental Services
5.1 The supplier may be required to provide any or all of the following services, including additional services, if any, specified in
SCC:
(a) performance or supervision of on-site assembly and/or commissioning of the supplied goods;
(b) furnishing of tools required for assembly and/or maintenance of the supplied goods;
(c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods;
(d) performance or supervision or maintenance and/or repair of the supplied goods, for a period of time agreed by the
parties, provided that this service shall not relieve the supplier of any warranty obligations under this contract; and
(e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation,
maintenance, and/or repair of the supplied goods.
5.2 Prices charged by the supplier for incidental services, if not included in the contract price for the goods, shall be agreed upon
in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.
6. Spare parts
6.1 As specified in SCC, the supplier may be required to provide any or all of the following materials, notifications, and information
pertaining to spare parts manufactured or distributed by the supplier:
(a) such spare parts as the purchaser may elect to purchase from the supplier, provided that this election shall not relieve
the supplier of any warranty obligations under the contract; and
(b) in the event of termination of production of the spare parts:
(i) Advance notification to the purchaser of the pending termination, in sufficient time to permit the purchaser to
procure needed requirements; and
(ii) following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and specifications
of the spare parts, if requested.
7. Warranty
7.1 The supplier warrants that the goods supplied under the contract are new, unused, of the most recent or current models, and
that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier
further warrants that all goods supplied under this contract shall have no defect, arising from design, materials, or
workmanship (except when the design and/or material is required by the purchaser’s specifications) or from any act or
omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country
of final destination.
7.2 This warranty shall remain valid for twelve (12) months after the goods, or any portion thereof as the case may be, have
been delivered to and accepted at the final destination indicated in the contract, or for eighteen (18) months after the date of
shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified
otherwise in SCC.
7.3 The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty.
7.4 Upon receipt of such notice, the supplier shall, within the period specified in SCC and with all reasonable speed, repair or
replace the defective goods or parts thereof, without costs to the purchaser.
7.5 If the supplier, having been notified, fails to remedy the defect(s) within the period specified in SCC, the purchaser may
proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any
other rights which the purchaser may have against the supplier under the contract.
8. Payment
8.1 The method and conditions of payment to be made to the supplier under this contract shall be specified in SCC.
8.2 The supplier shall furnish the purchaser with an invoice accompanied by a copy of the delivery note and upon fulfillment of
other obligations stipulated in the contract.
8.3 Payments shall be made promptly by the purchaser, but in no case later than thirty (30) days after submission of an invoice
or claim by the supplier.
9. Prices
9.1 Prices charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices
quoted by the supplier in his bid, with the exception of any price adjustments authorized in SCC or in the purchaser’s request
for bid validity extension, as the case may be.
10.1 No variation in or modification of the terms of the contract shall be made except by written amendment signed by the parties
concerned.
11. Assignment
11.1 The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser’s
prior written consent.
12. Subcontracts
12.1 The supplier shall notify the purchaser in writing of all subcontracts awarded under this contracts if not already specified in
the bid. Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the
contract.
13.1 Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule
prescribed by the purchaser in the contract.
13.2 If at any time during performance of the contract, the supplier or its subcontractor(s) should encounter conditions impeding
timely delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the
fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the purchaser
shall evaluate the situation and may at his discretion extend the supplier’s time for performance, with or without the imposition
of penalties, in which case the extension shall be ratified by the parties by amendment of contract.
13.3 No provision in a contract shall be deemed to prohibit the obtaining of supplies or services from a national department,
provincial department, or a local authority.
13.4 The right is reserved to procure outside of the contract small quantities or to have minor essential services executed if an
emergency arises, the supplier’s point of supply is not situated at or near the place where the supplies are required, or the
supplier’s services are not readily available.
13.5 Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery obligations shall render
the supplier liable to the imposition of penalties, pursuant to GCC Clause 22, unless an extension of time is agreed upon
pursuant to GCC Clause 21.2 without the application of penalties.
13.6 Upon any delay beyond the delivery period in the case of a supplies contract, the purchaser shall, without cancelling the
contract, be entitled to purchase supplies of a similar quality and up to the same quantity in substitution of the goods not
supplied in conformity with the contract and to return any goods delivered later at the supplier’s expense and risk, or to cancel
the contract and buy such goods as may be required to complete the contract and without prejudice to his other rights, be
entitled to claim damages from the supplier.
14. Penalties
14.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to perform the services within the period(s)
specified in the contract, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the
contract price, as a penalty, a sum calculated on the delivered price of the delayed goods or unperformed services using the
current prime interest rate calculated for each day of the delay until actual delivery or performance. The purchaser may also
consider termination of the contract pursuant to GCC Clause 23.
15.1 The purchaser, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier,
may terminate this contract in whole or in part:
(a) if the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or within any
extension thereof granted by the purchaser pursuant to GCC Clause 21.2;
(b) if the Supplier fails to perform any other obligation(s) under the contract; or
(c) if the supplier, in the judgment of the purchaser, has engaged in corrupt or fraudulent practices in competing
for or in executing the contract.
15.2 In the event the purchaser terminates the contract in whole or in part, the purchaser may procure, upon such terms and in
such manner as it deems appropriate, goods, works or services similar to those undelivered, and the supplier shall be liable
to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue
performance of the contract to the extent not terminated.
15.3 Where the purchaser terminates the contract in whole or in part, the purchaser may decide to impose a restriction penalty
on the supplier by prohibiting such supplier from doing business with the public sector for a period not exceeding 10 years.
15.4 If a purchaser intends imposing a restriction on a supplier or any person associated with the supplier, the supplier will be
allowed a time period of not more than fourteen (14) days to provide reasons why the envisaged restriction should not be
imposed. Should the supplier fail to respond within the stipulated fourteen (14) days the purchaser may regard the intended
penalty as not objected against and may impose it on the supplier.
15.5 Any restriction imposed on any person by the Accounting Officer / Authority will, at the discretion of the Accounting Officer /
Authority, also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly
exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and with which enterprise
or person the first-mentioned person, is or was in the opinion of the Accounting Officer / Authority actively associated.
15.6 If a restriction is imposed, the purchaser must, within five (5) working days of such imposition, furnish the National Treasury,
with the following information:
(i) the name and address of the supplier and / or person restricted by the purchaser;
(ii) the date of commencement of the restriction
(iii) the period of restriction; and
(iv) the reasons for the restriction.
15.6.1 These details will be loaded in the National Treasury’s central database of suppliers or persons prohibited from doing
business with the public sector.
15.7 If a court of law convicts a person of an offence as contemplated in sections 12 or 13 of the Prevention and Combating of
Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for
Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing
business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is
empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32
of the Act the Register must be open to the public. The Register can be perused on the National Treasury website.
16.1 When, after the date of bid, provisional payments are required, or antidumping or countervailing duties are imposed, or the
amount of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized
import, the State is not liable for any amount so required or imposed, or for the amount of any such increase. When, after
the said date, such a provisional payment is no longer required or any such anti-dumping or countervailing right is abolished,
or where the amount of such provisional payment or any such right is reduced, any such favourable difference shall on
demand be paid forthwith by the contractor to the State or the State may deduct such amounts from moneys (if any) which
may otherwise be due to the contractor in regard to supplies or services which he delivered or rendered, or is to deliver or
render in terms of the contract or any other contract or any other amount which may be due to him.
17.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture of its performance
security, damages, or termination for default if and to the extent that his delay in performance or other failure to perform his
obligations under the contract is the result of an event of force majeure.
17.2 If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing of such condition and the cause
thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the
contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by
the force majeure event.
18.1 The purchaser may at any time terminate the contract by giving written notice to the supplier if the supplier becomes bankrupt
or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination
will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.
19.1 If any dispute or difference of any kind whatsoever arises between the purchaser and the supplier in connection with or
arising out of the contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual
consultation.
19.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either
the purchaser or the supplier may give notice to the other party of his intention to commence with mediation. No mediation
in respect of this matter may be commenced unless such notice is given to the other party.
19.3 Should it not be possible to settle a dispute by means of mediation, it may be settled in a South African court of law.
19.4 Mediation proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.
(a) the parties shall continue to perform their respective obligations under the contract unless they otherwise agree; and
(b) the purchaser shall pay the supplier any monies due the supplier.
20. Limitation of liability
20.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to Clause 6;
(a) the supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this
exclusion shall not apply to any obligation of the supplier to pay penalties and/or damages to the purchaser; and
(b) the aggregate liability of the supplier to the purchaser, whether under the contract, in tort or otherwise, shall not
exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing
defective equipment.
21.1 The contract shall be written in English. All correspondence and other documents pertaining to the contract that is exchanged
by the parties shall also be written in English.
22.1 The contract shall be interpreted in accordance with South African laws, unless otherwise specified in SCC.
23. Notices
23.1 Every written acceptance of a bid shall be posted to the supplier concerned by registered or certified mail and any other
notice to him shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him in
writing and such posting shall be deemed to be proper service of such notice
23.2 The time mentioned in the contract documents for performing any act after such aforesaid notice has been given, shall be
reckoned from the date of posting of such notice.
24.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside
the purchaser’s country.
24.2 A local supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted
goods to the purchaser.
24.3 No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award of a bid the Department
must be in possession of a tax clearance certificate, submitted by the bidder. This certificate must be an original issued by
the South African Revenue Services.
25.1 The NIP Programme administered by the Department of Trade and Industry shall be applicable to all contracts that are
subject to the NIP obligation.
26.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted
practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and
if a bidder (s) is / are or a contractor(s) was / were involved in collusive bidding (or bid rigging).
26.2 If a bidder(s) or contractor(s), based on reasonable grounds or evidence obtained by the purchaser, has / have engaged in
the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation
and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of 1998.
The bidder must indicate the enterprise status by signing the appropriate box hereunder.
(I) (II) (III) (IV) (V) (VI)
I/We, the undersigned, being the Member(s) of Cooperative/ Sole Owner (Sole Proprietor)/ Close Corporation/ Partners (Partnership)/
Company (Representative) or Lead Partner (Joint Venture / Consortium), in the enterprise trading as:
................................................................................................................................................................................................
hereby authorise Mr/Mrs/Ms ..................................................................................................................................................
acting in the capacity of .........................................................................................................................................................
whose signature is .................................................................................................................................................................
to sign all documents in connection with this bid and any contract resulting therefrom on behalf of the enterprise.
(if the space provided is not enough please list all the director in the resolution letter)
Note:
The following document must be attached to this form according to the status of the enterprise, in the form of a resolution authorising the
signatory to sign all documents in connection with this bid and any contract resulting therefrom on behalf of the enterprise, and such
resolution shall include a specimen signature of the signatory.
Note: Director/s may appoint themselves if they will be the one signing all documents in connection with this bid and any contract
resulting therefrom on behalf of the enterprise.
Failure to complete, sign and date this form or failure to provide the certificate(s) in the form of a resolution as described above
shall result in the tender being considered non-responsive and rejected.
Should the Bidder wish to make any departure from or modification in the Special Conditions of Contract, Specifications, Schedule list of
Prices/ Quantities/ Drawings or to qualify the bid in any way, he/she shall indicate the proposals clearly hereunder or alternatively
make photocopies of the original bid documentation.
PROJECT NAME: APPOINTMENT OF A SERVICE PROVIDER TO DESIGN, SUPPLY, DELIVER, INSTALL, MAINTAIN AND
COMMISSION 34.7kWp GRID TIED SOLAR PHOTOVOLTAIC PANELS AT NATALIA BUILDING ROOFTOP IN PIETERMARITZBURG.
Q 10 EDTEA 23-24
1 BACKGROUND INFORMATION
1.1 ACRONYMS
2. SUB-PROGRAMME OVERVIEW
The Strategic Intervention sub- programme was established to implement strategic initiatives to advance industrial development. The strategic
focus of this sub-programme is to increase manufacturing capabilities of the province and to support our industries to remain globally competitive
and sustainable. Its purpose is to provide and facilitate the development of strategic industrial interventions and catalytic infrastructure with
particular focus on the following:
• Industrial Economic Hubs and
• Special Economic Zones.
Including the following industrial sectors – Green & Renewable Energy; Automotive, Tooling and Foundry; Chemicals and Mineral Beneficiation,
Clothing & Textile, Footwear and Leather, ICT and digitization.
In 2010 the KwaZulu-Natal Department of Economic Development, Tourism and Environmental Affairs (EDTEA) identified the need to transform
the province’s economy to a green economy, in line with national policy. EDTEA therefore initiated a project in the second half of 2010 to better
understand and promote the green economy in KwaZulu-Natal (KZN). The first phase of the Green Economy Project (Unlocking the KwaZulu-
Natal Green Economy) was completed in February 2011 with the production of a literature review to define the green economy, and a sector
analysis of green economy activities in KZN Province, which identified priority areas and interventions for greening the provincial economy.
Sector and multi-stakeholder workshops were conducted to augment the sector analysis, and to initiate a collaborative process with key
stakeholders to stimulate and unlock the green economy. By harnessing interest around the green economy, this interactive process resulted in
the beginning of a green economy ‘community of innovation’, or green economy hub. Most of the stakeholders interviewed and those involved in
the workshops indicated that they would like to develop partnerships with government to drive the green economy initiative forward.
EDTEA (Department of Economic Development, Tourism and Environmental Affairs) further initiated the KZN Green Economy rooftop PV study,
the aims of which were to promote the use of, and improve the uptake of renewable energy in KZN. Buildings used in the study were government
owned buildings, with an emphasis on fostering public awareness of renewable energy. As part of this study, CRSES (Centre for Renewable
and Sustainable Energy Studies), Stellenbosch University, in partnership with the EDTEA, approached various organisations within KZN to discuss
potential sites for installing rooftop PV (Photovoltaic) systems. CRSES subsequently conducted prefeasibility studies on six (6) selected client
sites, detailing recommended PV-System specifications and financial payback scenarios.
The identified buildings identified were:
1. KZN Ezemvelo Wildlife Rooftop - Msunduzi Municipality, Pietermaritzburg
2. Office of the Premier – Natalia - Msunduzi Municipality, Pietermaritzburg
3. Office of the Premier - M Mabhida - Msunduzi Municipality, Pietermaritzburg
4 . Grey’s Hospital Rooftop - Msunduzi Municipality, Pietermaritzburg
5. Vryheid Hospital Rooftop - Abaqulusi Municipality, Vryheid.
6. Department of COGTA - eThekwini Municipality, Durban
The study to be implemented consists of the following:
a) Installation of PV systems suggested by the CRSES pre-feasibility studies, at the above three preselected client locations.
40
Q 10 EDTEA 23-24
b) Monitoring and ongoing performance evaluation of these six installations for a period of three (3) years.
c) Applying the findings and experience gained from stage one to identify further pilot sites for PV-rooftop installations
b) Auditing, design, procurement, installation, monitoring and evaluation of these further pilot PV installations, as per refined
system criteria agreed upon with clients.
Sites 4, 5 & 6 were successfully completed and based upon the results of these pilot projects, the Premier of KwaZulu-Natal has given an instruction
that the project be continued for sites 1,2 & 3.
The purpose of this document is to solicit the services of a Solar Panel installation providers who could assist KZN EDTEA and beneficiaries in
implementing the project. The TOR specifies the requirements of KZN EDTEA to be responded to by potential bidders. Potential bidders can
include a firm or consortium of firms or a consortium of individual experts.
The Department is looking for service providers who can effectively demonstrate how they will deliver these objectives, whilst providing value for
money. It is therefore important that prospective bidders, clearly and concisely describe their plans for each of the specific outcomes, timeframes,
resource allocations, deliverables, and risk management strategies.
The Service Providers will have to provide the following services for the project:
• Design, supply, deliver, install, maintain and commission the required 34.7 KWp grid tied solar photovoltaic panels at Natalia building
Rooftop.
4. PROJECT OBJECTIVES
4.1 WHY THE PROJECT IS IMPORTANT
A Rising Challenge
Electricity prices in South Africa are continuing to hike increasingly leading to the commodity becoming unaffordable to most South Africans.
Moreover, Eskom, the country’s giant electricity producer and electricity supplier is entangled in debts of more than R420 billion and this only
confirms the tough journey ahead as the company resorts to increasing prices to manage its debt.
Recent developments in South Africa’s energy sector has seen the National Energy Regulator of South Africa (Nersa) approve an additional
electricity bill price increase of up-to 18% to both municipalities and Eskom subscribers – the largest electricity producer in South Africa that
accounts for up to 95% of the country’s total power generated. As power users express their concerns on the rising power tariffs, these costs could
be already breaking the bank among many consumers.
Eskom, The Country’s Giant Energy Company Seeking To Increase Electricity Prices
Eskom has already written to Nersa requesting for room to increase its electricity prices to overshadow the issues of load shedding. If this goes
through, then, the consumer should prepare for a 18% price increases and a 50% tariff upsurge in the next couple of years.
Ted Blom, an energy expert, has warned on the prospective 45% increase on current electricity energy tariff with high chances of electricity bills
doubling in two years’ time.
This far, the hard nut to crack is finding the best alternative energy solutions and initiating appropriate measures to lower energy consumption.
As South Africans turn to solar energy especially Solar Photovoltaic as an alternative energy source for relief from the hefty electricity costs, it
could also be the best time for you to consider the green energy.
South African President, Cyril Ramaphosa is also supporting the idea of households and companies generating their own energy and this could
solidify the narrative of going for solar energy.
Going for green energy proves to be one of the most efficient means to combat the life-threatening climate change crisis. It is one of the strategies
that South Africans are affecting to address climate change.
The World Economic Forum (WEF) classifies setting up solar systems as cost-effective compared to cost of installing standard electricity and most
other alternative energy sources like fossil fuels and natural gas.
Solar power banks with portable solar chargers have become a reliable power solution for people in areas lacking regular power grids. Innovations
are bringing on board solar powered generators friendly to the environment without carbon dioxide emissions. The benefits of solar are endless,
the cost of solar installation affordable, and you have a pool of solar installers to have the job done.
As solar panels come out of service, recycling plants can extract useful minerals like polymers, copper, silicon and parts like glass and aluminum
that could be used for another purpose or even in the manufacture of refurbished or new solar panels.
No matter their abundance, pollutant fossil fuels are exhaustible – once extracted and used, that means no more power. Solar energy is the saviour
of the limited exhaustible energy sources. Nuclear engineers estimate that harnessing solar energy from 1% of the Sahara Desert could power
the entire world.
Unlike the fossil fuels that emit carbon dioxide in generating regular electricity ending up polluting the environment, solar energy does not produce
42
Q 10 EDTEA 23-24
environment contaminants. They are a clean and sustainable energy source producing electricity at molecular levels without carbon combustion.
4.2 OVERALL OBJECTIVE
The overall objective of the project is to assist government to turn the energy source for its buildings to solar energy especially Solar Photovoltaic
as an alternative energy source for relief from the hefty electricity costs, and also assist in the implementation of green energy to curb greenhouse
gas emissions.
4.3 SPECIFIC OBJECTIVE
The specific objective of the project is to source a service provider for the provision design, installation, monitoring and commissioning of grid
tied 34.7 KWp Solar PV Panels at the Natalia Building Rooftop in Pietermaritzburg
The specifications for the roof type and PV system size that are required are indicated in the table below:
Office of the Premier – Natalia Prefeasibility Dataset
System client Office of the premier, Natalia Building
Site address 330 Langalibalele Street
Site coordinates longitude 30.383˚, latitude -29.600˚
Suggested mounting category Rooftop installation
System type Grid-tied System
Roof orientation 0 Deg 330 Deg
Roof inclination 0 Deg 0 Deg
Roof type Flat roof Flat roof
Rafter Distance n.a n.a
Potential shading constraints Adjacent Structure Adjacent Structure
Current client tariff structure Time of Use Large customer T1 tariff
Energy charges Peak (High Season) (Low Season)
Current annual electricity consumption (Kwh) 1 955 971 Kwh
Pre-feasibility suggested PV system size 34,7 kWp
Pre-feasibility suggested sub-array size 11.52 kWp 23.04 kWp
Pre-feasibility specific yield calculated 1 544 kWh/kWp 1 445 kWh/kWp
Annual assumed PV generation 17 784 kWh 33 304 kWh
5. SCOPE OF WORK
5.1 SPECIFIC DELIVERABLES
• To design, supply, deliver, install, maintain, commission 34.7 KWp Photovoltaic panels at the Natalia Building Rooftop
• To conduct real time monitoring of system performance parameters, as well as data analysis of system efficiencies after installation
• To train staff on how to operate, clean and maintain the solar panels.
• To conduct analysis after the solar systems has been installed
43
Q 10 EDTEA 23-24
5.2 OUTPUTS AND DELIVERABLES
The following outputs and deliverables will be expected for the duration of the project:
4. A handover certificate
5. Solar PV Design report for the 34.7KWp facility with the approach and methodology
6. Handover report with complete information and savings estimation
5.3 DURATION AND PHASING
The work on the project should be undertaken in 2 phases consisting of the installation phase (which is 98% of total costs) and monitoring phase
(which is 2% of total costs).
Phase One of the project entails the Service Provider designing, supplying, delivering, installing and commissioning of 34.7KWp Grid-tied
Photovoltaic panels at the Natalia Building Rooftop.
5.3.2 Phase Two
• Phase Two of the project entails the Service Provider monitoring of 34.7KWp Grid-tied installed Photovoltaic Panels at the Natalia
Building Rooftop. This monitoring will take place over 2 six months period.
• A monitoring report will be generated in each period and will consist of six months data and description of savings in terms in terms
energy and money saved.
5.3.3. Location
The design, supply, deliver, install, maintain and commission of the 34.7KWp Grid-tied Photovoltaic Panels will take place at the Natalia Building
in Pietermaritzburg.
5.3.4 Commencement Date and Period of Execution
The duration of phase one of the project is two (2) months after the signing of the Service Level Agreement (SLA). Phase two will take one year
after installation.
6. TEAM COMPOSITION
• Experience and skills in mechanical and electrical engineering solar photovoltaic projects including a brief description of the types of
Solar Photovoltaic Systems projects previously managed and project period (in years);
• Demonstrable expertise in designing of similar projects;
• Demonstrable knowledge, understanding and expertise in the installation, training and maintenance of solar panels;
• A sound approach and methodology towards delivering on this assignment; and
• Availability, accessibility and dedication of expertise.
6.1 KEY EXPERT 1: TEAM LEADER/PROJECT MANAGER
44
Q 10 EDTEA 23-24
• 3 Reference letters from clients detailing the actual work/projects completed and including the company name, contactable
references and contact numbers, duration of the contract and value of the contract;
• Demonstrable knowledge, understanding and expertise in the design and installation of solar panels and be a member of South
African Photovoltaic Industry Association (SAPVIA), holder of PVGreenCArd.
• A sound approach and methodology towards delivering on this assignment; and
• Availability, accessibility and dedication of expertise.
6.4 CV’S OF KEY PERSONNEL
CV’s of key personnel involved in the project must clearly highlight the areas of experience/competence relevant to activities and objectives
of this project as outlined above.
• Proof of these undertakings should be requested in the form of reference letters from previous clients and copies of orders
obtained; and
• Certified copies of qualifications must be submitted for verification purposes.
• Proof of professional body accreditation should be requested if applicable.
7. ENTERPRISE EXPERIENCE
8. REPORTING REQUIREMENTS
The overall management of the project within KZN EDTEA will vest with the Project Manager, Simphiwe Fikizolo. The service provider is
required to report as per project reporting timelines outlined above to:
Mr. Simphiwe Fikizolo as the Director: Industrial Economic Hubs & SEZ
Contact: Cell 076 943 5877
E-mail: [email protected]
45
Q 10 EDTEA 23-24
9. BID REQUIREMENTS
10 Evaluation Process
The Evaluation Process will be conducted in the following phases:
Compliance with Mandatory Bidders will be assessed to Bids will be evaluated Negotiation will take place
Requirements. verify the capacity/capability using the 80/20 with the recommended
to execute the contract, or preference points system. service provider, if
the quality aspects of goods necessary, then
or services required. Final award will be made.
CSD Registration number The Entity must be registered as a service provider on the Central Supplier Database
(CSD). If you are not registered proceed to complete the registration of your company
prior to submitting your proposal.
The bidder must indicate the enterprise status by completing the authority to sign section
and signing the appropriate box.
Authority to Sign a Bid: COMPANIES A resolution letter must be submitted together with this bid and such resolution shall
include a specimen signature of the signatory.
The bidder must indicate the enterprise status by completing the authority to sign section
and signing the appropriate box.
Authority to Sign a Bid: SOLE PROPRIETOR (ONE –
PERSON BUSINESS)
A resolution letter must be submitted together with this bid and such resolution shall
include a specimen signature of the signatory.
The bidder must indicate the enterprise status by completing the authority to sign section
and signing the appropriate box.
Authority to Sign a Bid: CLOSE CORPORATION
A resolution letter must be submitted together with this bid and such resolution shall
include a specimen signature of the signatory.
46
Q 10 EDTEA 23-24
The bidder must indicate the enterprise status by completing the authority to sign section
Authority to Sign a Bid: and signing the appropriate box.
.
CO-OPERATIVE A resolution letter must be submitted together with this bid and such resolution shall
include a specimen signature of the signatory.
The bidder must indicate the enterprise status by completing the authority to sign section
and signing the appropriate box.
The bidder must indicate the enterprise status by completing the authority to sign section
and signing the appropriate box.
Authority to Sign a Bid: CONSORTIUM Resolution/agreement passed/reached’ signed by the authorised representatives of the
enterprises must be submitted together with this bid and such resolution shall include
a specimen signature of the signatory.
The bidder must indicate the enterprise status by completing the authority to sign section
and signing the appropriate box.
Authority to Sign a Bid: PARTNERSHIP
A resolution letter must be submitted together with this bid and such resolution shall
include a specimen signature of the signatory.
The bidder should set out a concise and clear plan of approach
and method to be adopted for the project identifying possible
challenges and methods on overcoming same.
2 Experience of Company in The bidder’s proven competency in rendering a similar 20
execution & management of service, extensive knowledge of the project proven by the
projects of a similar nature. number of years of experience in the industry Including history,
group structure, operations, logistics and services and number
of projects completed.
Provide reference letters
At least 3 detailed references from clients detailing the actual
work completed relating to similar projects. The reference
letters must be in a company’s letterhead and must include the
47
Q 10 EDTEA 23-24
company name, Contactable references and contact
numbers, duration of the contract and value of the contract.
Bidders who obtained a minimum qualifying score of 60% will progress to the next stage of price and preferential points based on the 80/20
preference points system.
10.3.1.1 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 the table below and may be supported by proof/ documentation stated in the same table.
Specific goals for the tender and points to be claimed are indicated in the table below:
Specific goals Direct Preference Documents required to determine specific goals
Points (80/20) respectively
Financial proposals will also be assessed in terms of reasonableness of cost in relation to prevailing fee guidelines, consistency with technical bid
submitted and value for money.
The Department of Economic Development, Tourism and Environmental Affairs reserves the right to either NOT make an appointment and /or
appoint the bidder with the highest score. The Department also reserves its right to negotiate the final price of those bids deemed technically
compliant.
48
Q 10 EDTEA 23-24
49
Q 10 EDTEA 23-24
Strengths
Weaknesses
Name
Signature
Date
50
Q 10 EDTEA 23-24
ANNEXURE C: CV FORMAT
2. First names:
3. Date of birth:
4. Nationality:
5. Civil status:
6. Education:
51
Q 10 EDTEA 23-24
ANNEXURE D: STATEMENT OF EXCLUSIVITY AND AVAILABILITY
I, the undersigned, hereby declare that I agree to participate exclusively with the tenderer ______________ in the above-mentioned service tender
procedure. I further declare that I am able and willing to work for the period(s) foreseen for the position for which my CV has been included.
From To
By making this declaration, I understand that I am not allowed to present myself as a candidate to any other tenderer submitting a tender to this
tender procedure. I am fully aware that if I do so, I will be excluded from this tender procedure, the tenders may be rejected, and I may also be
subject to exclusion from other tender procedures and contracts funded by the KZN Department of Economic Development Tourism and
Environmental Affairs.
Furthermore, should this tender be successful, I am fully aware that if I am not available at the expected start date of my services for reasons other
than ill-health or force majeure, I may be subject to exclusion from other tender procedures and contracts funded by the KZN Department of
Economic Development Tourism and Environmental Affairs and that the notification of award of contract to the tenderer may be rendered null and
void.
Name
Signature
Date
Board Resolution
52
Q 10 EDTEA 23-24
CERTIFIED TRUE COPY OF THE RESOLUTION PASSED AT THE MEETING OF THE BOARD OF DIRECTORS
AT (Address)
_______________________________________
(Signature)
I/We, the undersigned, being the Member(s) of the enterprise RESOLVED FURTHER THAT, a copy of the above resolution duly certified as true by
designated director / authorised signatory of the company be furnished with responses to RFQ (Request for Quotations).
1.
2.
3.
4.
5.
6.
COMPANY STAMP
53