[go: up one dir, main page]

0% found this document useful (0 votes)
39 views16 pages

Supply Aircons and Freezer

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 16

SBD1

PART A
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (SOUTH AFRICAN NATIONAL BIODIVERSITY INSTITUTE)
RFQ NUMBER: SANBI:Q8871/2022 CLOSING DATE: 14 December 2022 CLOSING TIME: 11H00 am
Appointment a service provider to Supply Air-conditioners, Extractor fans and Walk-in freezer
at the Pretoria National Botanical Garden for period of 36 months
BID RESPONSE DOCUMENTS MAY BE E-MAILED TO BELOW ADDRESSES:
Submission of proposals: Proposals must be emailed to Ms. Anathi Mbadla @ a.mbadla@sanbi.org.za and copy S.SCM-
Quotations@sanbi.org.za
Please state the Bid number as the reference number on the subject line when responding to the RFQ
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON Anathi Mbadla CONTACT PERSON Isaac Lekgoro
TELEPHONE
NUMBER 012 843 5085 TELEPHONE NUMBER
FACSIMILE NUMBER FACSIMILE NUMBER
E-MAIL ADDRESS A.Mbadla@sanbi.org.za E-MAIL ADDRESS I.Lekgoro@sanbi.org.za
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE
NUMBER CODE NUMBER
CELLPHONE
NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION
NUMBER
SUPPLIER TAX CENTRAL
COMPLIANCE COMPLIANCE OR SUPPLIER
STATUS SYSTEM PIN: DATABASE No: MAAA
B-BBEE STATUS TICK APPLICABLE BOX] B-BBEE STATUS LEVEL [TICK APPLICABLE BOX]
LEVEL VERIFICATION SWORN AFFIDAVIT
CERTIFICATE
Yes No Yes No

[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO
QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
ARE YOU THE
ACCREDITED ARE YOU A FOREIGN
REPRESENTATIVE IN BASED SUPPLIER FOR Yes No
SOUTH AFRICA FOR Yes No THE GOODS /SERVICES
THE GOODS /WORKS OFFERED? [IF YES, ANSWER THE
/SERVICES /WORKS [IF YES ENCLOSE PROOF] QUESTIONNAIRE BELOW]
OFFERED?
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

1
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE
STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.

PART B
TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT
BE ACCEPTED FOR CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR 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, 2017, 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).

2. TAX COMPLIANCE REQUIREMENTS


2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED
BY SARS TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS
WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST
SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER
DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH
DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH
MEMBERS PERSONS IN THE SERVICE OF THE STATE.”

NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID
INVALID.

SIGNATURE OF BIDDER: ………………………………………

CAPACITY UNDER WHICH THIS BID IS SIGNED: ………………………………………


(Proof of authority must be submitted e.g. company resolution)

DATE: ……………………………………

2
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.

3
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

2.3.1 If so, furnish particulars:


…………………………………………………………………………….
…………………………………………………………………………….

3 DECLARATION

I, the undersigned, (name)……………………………………………………………………. in


submitting the accompanying bid, do hereby make the following statements that I certify to be
true and complete in every respect:

3.1 I have read and I understand the contents of this disclosure;


3.2 I understand that the accompanying bid will be disqualified if this disclosure is found not to be
true and complete in every respect;
3.3 The bidder has arrived at the accompanying bid independently from, and without consultation,
communication, agreement or arrangement with any competitor. However, communication
between partners in a joint venture or consortium2 will not be construed as collusive bidding.
3.4 In addition, there have been no consultations, communications, agreements or arrangements
with any competitor regarding the quality, quantity, specifications, prices, including methods,
factors or formulas used to calculate prices, market allocation, the intention or decision to submit
or not to submit the bid, bidding with the intention not to win the bid and conditions or delivery
particulars of the products or services to which this bid invitation relates.
3.4 The terms of the accompanying bid have not been, and will not be, disclosed by the bidder,
directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of
the awarding of the contract.

3.5 There have been no consultations, communications, agreements or arrangements made by the
bidder with any official of the procuring institution in relation to this procurement process prior to
and during the bidding process except to provide clarification on the bid submitted where so
required by the institution; and the bidder was not involved in the drafting of the specifications or
terms of reference for this bid.

3.6 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.

2
Joint venture or Consortium means an association of persons for the purpose of combining their expertise,
property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

4
I CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 1, 2 and 3 ABOVE IS
CORRECT.
I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF
PARAGRAPH 6 OF PFMA SCM INSTRUCTION 03 OF 2021/22 ON PREVENTING AND
COMBATING ABUSE IN THE SUPPLY CHAIN MANAGEMENT SYSTEM SHOULD THIS
DECLARATION PROVE TO BE FALSE.

……………………………… ..……………………………………………
Signature Date

……………………………… ………………………………………………
Position Name of bidder

5
SBD 6.1

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT


REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a
claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status
Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,
DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN
THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to all bids:
- 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
a) The value of this bid is estimated to not exceed R50 000 000(all applicable taxes included)
and therefore the 80/20 preference point system shall be applicable: or
b) The 80/20 preference point system will be applicable to this tender.

1.3 Points for this bid shall be awarded for:


(a) Price; and
(b) B-BBEE Status Level of Contributor.
1.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE 80
B-BBEE STATUS LEVEL OF CONTRIBUTOR 20
Total points for Price and B-BBEE must not exceed 100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with
the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution
are not claimed.
1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at
any time subsequently, to substantiate any claim in regard to preferences, in any manner
required by the purchaser.

6
2. DEFINITIONS
(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the
Broad-Based Black Economic Empowerment Act;
(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a
code of good practice on black economic empowerment, issued in terms of section 9(1) of
the Broad-Based Black Economic Empowerment Act;
(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by
an organ of state for the provision of goods or services, through price quotations, advertised
competitive bidding processes or proposals;
(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black
Economic Empowerment Act, 2003 (Act No. 53 of 2003);
(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black
economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic
Empowerment Act;
(f) “functionality” means the ability of a tenderer to provide goods or services in accordance
with specifications as set out in the tender documents.
(g) “prices” includes all applicable taxes less all unconditional discounts;
(h) “proof of B-BBEE status level of contributor” means:
1) B-BBEE Status level certificate issued by an authorized body or person;
2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;
3) Any other requirement prescribed in terms of the B-BBEE Act;
(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice
on black economic empowerment issued in terms of section 9 (1) of the Broad-Based
Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time
of bid invitation, and includes all applicable taxes;
3. POINTS AWARDED FOR PRICE
3.1 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 − P min   Pt − P min 
Ps = 801 −  or Ps = 901 − 
 P min   P min 
Where
Ps = Points scored for price of bid under consideration
Pt = Price of bid under consideration
Pmin = Price of lowest acceptable bid

7
4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR
4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference
points must be awarded to a bidder for attaining the B-BBEE status level of contribution in
accordance with the table below:

B-BBEE Status Level of Number of points Number of points


Contributor (90/10 system) (80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor 0 0

5. BID DECLARATION
5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the
following:
6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4
AND 4.1
6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in
paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of
contributor.
7. SUB-CONTRACTING
7.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)

YES NO

7.1.1 If yes, indicate:


i) What percentage of the contract will be subcontracted............…………….…………%
ii) The name of the sub-contractor…………………………………………………………..
iii) The B-BBEE status level of the sub-contractor......................................……………..
iv) Whether the sub-contractor is an EME or QSE

8
(Tick applicable box)
YES NO
v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of
Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned by: EME QSE
√ √
Black people
Black people who are youth
Black people who are women
Black people with disabilities
Black people living in rural or underdeveloped areas or townships
Cooperative owned by black people
Black people who are military veterans
OR
Any EME
Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM


8.1 Name of company/firm:…………………………………………………………………………….
8.2 VAT registration number:……………………………………….…………………………………

8.3 Company registration number:…………….……………………….…………………………….


8.4 TYPE OF COMPANY/ FIRM

 Partnership/Joint Venture / Consortium


 One person business/sole propriety
 Close corporation
 Company
 (Pty) Limited
[TICK APPLICABLE BOX]
8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
…………………………………………………………………………………..
8.6 COMPANY CLASSIFICATION

 Manufacturer
 Supplier
 Professional service provider

9
 Other service providers, e.g. transporter, etc.
[TICK APPLICABLE BOX]

8.7 Total number of years the company/firm has been in business………………………


8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm,
certify that the points claimed, based on the B-BBE status level of contributor indicated in
paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the company/ firm for the
preference(s) shown and I / we 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 6.1, the contractor may be required to furnish documentary proof to
the satisfaction of the purchaser that the claims are correct;
iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent
basis or any of the conditions of contract have not been fulfilled, the purchaser may, in
addition to any other remedy it may have –

(a) disqualify the person from the bidding 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 bidder or contractor, its shareholders and directors,
or only the shareholders and directors who acted on a fraudulent basis,
be restricted by the National Treasury 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.

WITNESSES

……………………………………….

1. …………………………………….. SIGNATURE(S) OF BIDDERS(S)

2. …………………………………….

DATE: …………………………………..
ADDRESS …………………………………..
10
…………………………………..

…………………………………..
Terms of Reference (ToR)

Appointment a service provider to Supply Air-conditioners, Extractor fans and


Walk-in freezer at the Pretoria National Botanical Garden for period of 36 months.

SANBI:Q8871/2022

11
1. PURPOSE

To invite eligible bidders for the appointment of a Heating, Ventilation and Air Conditioning (HVAC) service provider for the
supply the aircon units for a period of thirty-six (36) months to ensure that all HVAC Installations at Pretoria NBG perform at
their optimum level to ensure business continuity. Given the specialist nature of this service a single preferred service provider
will be appointed.

2. SERVICES REQUIRED

The South African National Biodiversity Institute (SANBI) requires the services of a suitably qualified and experienced service
provider at the Pretoria National Botanical Garden for a period of three (3) years. The Service provider will be required to
render the following services but not necessarily limited to services depicted below:

1) Supply new Air Conditioners, Industrial Kitchen Extraction unit, Toilet Extractor fan, and Kitchen Walk – In freezer
that are no longer functional and need to be replaced, in all listed offices
2) SANBI requires supply of new equipment to replace old and mal-functioning air-conditioning equipment
3) All new equipment must carry at least a one (1) year warranty.

3. Replacement and New Requirements

Covers all planned replacements by providing the new HVAC units a quotation basis.

The bidder will be responsible for supplying the various sizes of the air conditioners indicated as , walk-in freezers,
extraction fans and fresh air supply as specified below:

SANBI’S REGISTER THAT INDICATE THE SIZES OF THE UNITS THAT WILL BE RQUIRED: AIRCONDITIONERS
REGISTER, EXTRACTOR FAN & WALK-IN FREEZER.

ITEM NO. SIZE


1. 12 000 BTU
2 36 000 BTU
3 60 000 BTU
4 9 000 BTU
5 18 000 BTU
6 24 000 BTU
7 48 000 BTU
8 30 000 BTU

Extractor System
African Pride Building
1 Industrial Kitchen Extraction unit 1
Aloe Lodge (ISP Building)
1 Toilet Extractor fan 2

Walk-In Freezer – African Pride Building


1 Kitchen Walk – In freezer 1

12
The bidder shall be responsible for the provision of all consumables and chemicals required to render an efficient service.
SANBI reserves the right to approve or not approve these consumables and chemicals. The bidder must submit the
specifications and Material Safety Data sheets of all consumables and chemicals upon appointment. Manufacturer instructions
regarding the use of all chemicals must be strictly followed.

The Bidder must supply a list of SABS approved products, which they intend using, supported by specimen labels.
The bidder’s procedures for the procurement, storage, handling, transporting, application and general use of chemicals shall
comply with all applicable legislation, Codes of good practice and Provincial Authorities, including but not limited to the SABS
national standards with relevance to the Air Conditioning, Refrigeration and Ventilation industry; The Hazardous Substances
Act (Act No. 15 of 1973); and the Occupation Health and Safety Act (Act No. 85 of 1993).
Original OEM warranty certificate must be provided with each part / component replacement on equipment. If the same part
component of the same equipment has to be replaced within the warranty period, the cost of the replacement will be for the
bidder’s account.

4. OPERATING HOURS

Regular operating hours with is Monday to Friday from 8:00 to 16:00 with the exception of:

• Essential functions and emergencies must be provided on a 24 hour/7 days per week basis including state holidays,
or as maybe required
• Instances of service provision where the contractors may deem it practical to provide the services outside of the
working hours
• The response time to an emergency call out shall be a maximum of 2 hours.

5. MINIMUM REQUIREMENTS COMPLIANCE RESPONSIVENESS CRITERIA (Compliance to legislative and treasury


requirements

In this phase all responses received will be verified for compliance and completeness of the submitted proposal
per the below set of mandatory requirements

• Submission of fully completed SBD1 (Invitation to Bid),


• Submission of an official quotation on the company letter head
• Submission of fully completed SBD 4 (Declaration of Interest),
• Submission of fully completed SBD 6.1 (Preference Claim Certificate), accompanied by the original or certified B-
BBEE Status Level Verification Certificate or original B-BBEE Sworn Affidavit,
• Proof of registration with National Treasury Central Supplier Database (CSD).

TECHNICAL EVALUATION COMPLIANCE RESPONSIVENESS CRITERIA

MANDATORY REQUIREMENTS

A vendor will be disqualified if they do not fully comply with all mandatory requirements. If a response to a question has
been indicated as comply but not elaborated upon or substantiated it shall be regarded as mandatory non-compliance and
the bidder shall be disqualified,

• Brief overview of the company with an indication of its expertise to the scope of work.
• Three reference letters of similar service
• Registration - Service Provider compliance with professional body (Provide proof of valid registration (South African
Refrigeration and Air Conditioning Contractors Association (SARACCA).
• Submit the company profile
• Provide names and contact details of the traceable references for previous clients. (This should reflect name of
client/project and rand value of the project).

13
6. LABOUR

The service provider will be liable for its staff on site. The service provider is to supervise and give instructions to staff on site.
The service provider will be responsible for all his/her staff’s physical safety. Technicians must be customer-service focused,
courteous, value and treat all employees of the client and the client’s patrons with due respect. Technicians must maintain the
spirit of confidentiality of SANBI information at all times.

6.1 SUPERVISION OF WORK

The service provider shall supervise and exercise proper control over all personnel employed by him/her and shall not hold
SANBI responsible for any injury caused to the said personnel.

7. SAFETY REQUIREMENTS

In as much as the service provider will at all material times carry out the contract works for his/her/their own account as an
independent service provider, the service provider shall ensure compliance, by him/her/their employees and any invitees to
the site, with the relevant provisions of the Occupational Health and Safety Act No. 85 of 1993 (“the OHS Act), and Disaster
Management Act 57 of 2002 ensuring the compliance to the regulations related to COVID-19 are observed at all times.

8. CONTRACT PERIOD

The contract period is for three (3) years which will be reviewed every (12) twelve months from the date of commencement.
This agreement may be terminated by either party by giving a written notice of termination at least (3) three months prior to
the expiry of the initial 3-year period or any further extended 12 months.

9. GENERAL INFORMATION

The Service Provider must ensure that its staff members comply with the rules, regulations and by-laws of the site, which will
be covered during the induction.
The SANBI reserves the right:

• To verify any information supplied in quotation documents.


• Not to appoint any service provider.
• To cancel or withdraw this RFQ at any time without attracting any penalties or liabilities.
• To have the final say in the appointment and this will be binding.
• To disqualify a quotation or cancel any subsequent contracts should it be found that information disclosed was
factually inaccurate and/or that a misrepresentation of facts may have occurred?
• To disqualify potential service providers who may attempt to bribe or influence any person employed by SANBI
during this quotation process.

All documents submitted in response to this Request for Quote (RFQ) must be written in English.

14
10. SUBMISSION

Closing date for submission of responses: _14 December 2022_____ @ 11:00am

Submission of proposals must be emailed to S.SCM-Quotations@sanbi.org.za with a copy to


_A.Mbadla@sanbi.org.za

Emailed applications must not be more than 6MB in size.

For more information about the Terms of Reference, please contact Mr Isaac Lekgoro at I.Lekgoro@sanbi.org.za or
M Dladla @ M.Dladla@sanbi.org.za

15
ANNEXURE A

COSTING

The quotation will be requested as and when required.

New A/C supply costs per unit over the period of three years:

ITEM SIZE Year 1 Year 2 Year 3


NO. (Cost excluding the (Cost excluding the VAT) (Cost excluding the VAT)
VAT)
1 12 000 BTU
2 36 000 BTU
3 60 000 BTU
4 9 000 BTU
5 18 000 BTU
6 24 000 BTU
7 48 000 BTU
8 30 000 BTU
9 Industrial Kitchen
Extraction unit
10 Toilet Extractor fan
11 Kitchen Walk – In
freezer
TOTAL PER YEAR exl VAT
VAT (15%)
TOTAL INC VAT
Great Grand total for three
years

16

You might also like