Mnquma.gov.za

Transcription

MNQUMA LOCAL MUNICIPALITYTENDER NUMBER: MNQ/SCM/03/22-23TENDER DOCUMENTCONSTRUCTION OF PHOLA PARK ACCESS ROAD(GCC 2015)VOLUME 1A Tender for Category 5CE or Higher CIDB Registered ContractorsISSUED & PREPARED BY:Mnquma Local MunicipalityCorner King & Mthatha StreetButterworth4960For SCM Contact DetailsFor Technical Contact DetailsContact Person:Ms N MniniContact Person:Ms Z. MbusiTelephone:047 050 1150Telephone:047 050 1254Registered Name of Tenderer:TRADING NAME OF TENDERER:Registration No. of Entity:B-BBEE Status Level of ContributorB-BBEE certificates submitted with the bid document MUST be VALID ORIGINAL BBBEE CERTIFICATES orVALID ORIGINAL CERTIFIED COPIES OF THE B-BBEE CERTIFICATESContact Person:E-mail Address:Telephone No.:Mobile No.:TenderPart T2: Returnable documentsCIDB CRSNumber(s) :1T2.2Returnable documents

THE TENDERTenderPart T2: Returnable documents2T2.2Returnable documents

Part T1: Tendering proceduresT1.1: TENDER NOTICE AND INVITATION TO TENDERTenderPart T2: Returnable documents3T2.2Returnable documents

MBD 1PART AINVITATION TO BIDYOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF MUNICIPALITY/ MUNICIPAL ENTITY)BID NUMBER:MNQ/SCM/03/22-23CLOSING DATE:DESCRIPTIONConstruction of Phola Park Access road14/07/2022CLOSING TIME:12H00THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7).BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOXSITUATED AT (STREET ADDRESSMnquma Local municipalityCorner King & Mthatha StreetButterworth4960SUPPLIER INFORMATIONNAME OF BIDDERPOSTAL ADDRESSSTREET ADDRESSTELEPHONE NUMBERCODENUMBERCODENUMBERCELLPHONE NUMBERFACSIMILE NUMBERE-MAIL ADDRESSVAT REGISTRATION NUMBERTAX COMPLIANCE STATUSB-BBEE STATUS LEVEL VERIFICATIONCERTIFICATETCS PIN:ORCSD No:B-BBEE STATUSLEVEL SWORNAFFIDAVITYes[TICK APPLICABLE BOX]NoYesNo[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTEDIN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]TenderPart T2: Returnable documents4T2.2Returnable documents

ARE YOU THE ACCREDITEDREPRESENTATIVE IN SOUTH AFRICAFOR THE GOODS /SERVICES /WORKSOFFERED?YesNo[IF YES ENCLOSE PROOF]TOTAL NUMBER OF ITEMS OFFEREDSIGNATURE OF BIDDERARE YOU A FOREIGNBASED SUPPLIER FORTHE GOODS/SERVICES /WORKSOFFERED?TOTAL BID PRICE Yes[IF YES, ANSWER PART B:3 ]RDATECAPACITY UNDER WHICH THIS BID ISSIGNEDBIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO:DEPARTMENTSupplyManagementCONTACT PERSONTECHNICAL INFORMATION MAY BE DIRECTED TO:ChainCONTACT PERSONZ. MbusiN. MniniTELEPHONE NUMBER047 050 1254TELEPHONE NUMBER047 050 1150FACSIMILE NUMBERN/AFACSIMILE NUMBERN/AE-MAIL ADDRESSzmbusi@mnquma.gov.zaE-MAIL ADDRESSnmnini@mnquma.gov.zaTenderPart T2: Returnable documents5NoT2.2Returnable documents

PART BTERMS AND CONDITIONS FOR BIDDING1. BID SUBMISSION:1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BEACCEPTED FOR CONSIDERATION.1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR ONLINE1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THEPREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IFAPPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.2. TAX COMPLIANCE REQUIREMENTS2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.2.2BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARSTO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.2.3APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE MADE VIA E-FILING.IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGHTHE WEBSITE WWW.SARS.GOV.ZA.2.4FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3.2.5BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.2.6IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUSTSUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.2.7WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD),A CSD NUMBER MUST BE PROVIDED.3.QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)?YESNO3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA?YESNO3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA?YESNO3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA?YESNO3.5. IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION?YESNOIF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAXCOMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOTREGISTER AS PER 2.3 ABOVE.NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.SIGNATURE OF BIDDER: CAPACITY UNDER WHICH THIS BID IS SIGNED: DATE: TenderPart T2: Returnable documents6T2.2Returnable documents

BID NOTICEPROJECT DESCRIPTIONMnquma Local Municipality hereby invites experienced contractors for the construction services of the following projects:Bid NumberProjectNameCompulsory BriefingSessionsClosing Date 03/22-23Constructionof Phola ParkAccess RoadDate:21/06/2022Time: 10H00Venue: Foyer Butterworth, 4960Date:14/07/2022Time: mum of 30% toan EME or QSEENQUIRIES:All enquiries must be directed to the following email addressesTechnical Enquiries: Ms. Zanele Mbusi (Manager: Civil Services) at 047 050 1251, email:zmbusi@mnquma.gov.zaSCM Enquiries: Ms. Nontathu Mnini (Manager: SCM) at (047) 050 1150, email: nmnini@mnquma.gov.zaEvaluation Criteria: The evaluation will be conducted in three stages namely:Stage 1: “Administrative compliance”Bidders that do not meet the Administrative compliance (Compliance with mandatory and other bid requirements)will not be eligible for further evaluation and will be deemed as non-responsive.TenderPart T2: Returnable documents7T2.2Returnable documents

Stage 2: “functionality” SCORE401. EXPERIENCE: (10 points per completed projectBidder has successfully completed 1 road construction project (10points)25Bidder has successfully completed 2 road construction project (20points)45Bidder has successfully completed 3 road construction project (30points)65Bidder has successfully completed 4 or road construction project(40 points)85Bidder has submitted no information or inadequate information todetermine the scoring level (score 0)00Proof of professional experience: Signed reference letters orcompletion certificates with appointment letters in relation tothe required services must be attached. No practicalcompletion certificates will be considered.2. KEY STAFF COMPETENCE:(must be working for theBidding company)2.1 Site Agent/Project Manager Academic Qualification: Btech/ND: Civil Eng./ConstructionManagement with experience in roads maintenance,roads upgrade, roads rehabilitation and or construction ofroads projects (2 points for experience per year (max. 10years)404525252.2 General foreman Academic Qualification: Grade 12 or equivalentqualification with experience in roads maintenance, roadsupgrade, roads rehabilitation and or construction of roadsprojects (1 point for experience per year (max. 10 years)2.3 Occupational Health and Safety Officer Grade 12 or equivalent qualification and OccupationalSafety and Health certificate with experience in relevantprojects (1 point for experience per year (max. 10 years)Bidders must submit detailed CVs with original certified (notolder than 06 months) copies of the required professionalqualifications. If the required certified copies of professionalqualifications are not attached to the CVs no points will beallocated. (Copy of a certified copy will not be considered).203. CONSTRUCTION EQUIPMENT 0.8Excavator 4 pointsTenderPart T2: Returnable documents85T2.2Returnable documents

Grader 4 points0.85 Water Tanker/Carter 2 points0.45 Roller 2 points0.45 TLB 2 points0.45 Concrete Mixer 2 points0.450.85 Tipper Truck (2 points per tipper truck to maximum of 2) 4 pointsNB: Proof of ownership (copies of registration certificates orsigned letter of intent to lease with copies of registrationcertificate of the owner) are required in order to score points.Total100NB: Bidders must score 70 out of 100 to proceed to the next stage (Financial Evaluation)Stage 3: Evaluation in terms of the 80/20 preference point systems prescribed in Preferential Procurement RegulationsPrice 80 points, B-BBEE 20 points. Bidders are required to submit an original or certified copy of B-BBEE certificate to claimpreferential points.TenderPart T2: Returnable documents9T2.2Returnable documents

REQUIRED DOCUMENTS:CONDITIONS OF ACCEPTANCE: Potential bidders are urged to submit the followingattachments when submitting their proposals, failure to do sowill lead to disqualification.1. Valid CIDB Grading2. Full CSD Report (Not older than one Month)3. Tenders must declare to subcontract a minimum of30% to an EME or QSE (MBD6.1)4. Fully Completed and signed Tender Forms i.e.Form of Offer, all returnable MBDs (MBD 1-9 (Partof the document). Return all returnable documentsto the employer after completing them entirely bywriting legibly in non-erasable ink.5. Only the original tender document, printed one (01)sided will be accepted.6. In the case of partnerships/ consortiums/ jointventure agreement, signed agreement must besubmitted with the tender document. OBTAINING OF TENDER DOCUMENTS: Tender documents for this project are downloadable at themunicipal website: www.mnquma.gov.za and on eTenderportal: http://etenders.treasury.gov.za/ TENDER SUBMISSION AND OPENINGNB: Preferred bidders will be required to furnish themunicipality with:Tenders/Proposals must be submitted by hand at Bid Box,Corner King and Mthatha Street, Butterworth. 4960. Tenders should be sealed, endorsed:Front of the envelope with: BID NUMBER: MNQ/SCM/03/22-23 PROJECT NAME: CONSTRUCTION OF PHOLAPARK ACCESS ROADBack of the envelope with: The Municipality is under no obligation to accept anyproposal/tender and reserves the right to accept thewhole or any part of the proposal/tender. Noproposal/tenders will be considered from persons inthe service of the state.The bidder or any of its directors/shareholders is notlisted on the Register of Tender Defaulters in terms ofthe Prevention and Combating of Corrupt Activities Actof 2004 as a person prohibited from doing businesswith the public sector;The bidder has not abused the Employer’s SupplyChain Management System; or failed to perform onany previous contract and has been given a writtennotice to this effect.No late, incomplete, unsigned faxed, couriered, andemailed tenders will be acceptedThe tender offer submitted shall remain valid,irrevocable and open for written acceptance by theMnquma Local Municipality for a period of 90 daysfrom the closing date.The award of the tender may be subjected to pricenegotiation with the preferred tenderers.The municipality reserves the right to extend the tenderperiod by notice in the press and on the municipality’sofficial website www.mnquma.gov.zaCompany Name, Address and Contact personand Contact detailsCK/ Company registration, Certified ID Copies notlater than six (06) monthTax Compliance Status PINCertificate issued by the municipality or any othermunicipality to which he may be indebted to the effectthat he and, in the event of the bidder being acompany, also any of its directors, is not indebted tothe municipality or any other municipality or municipalentity for rates, taxes and/or municipal servicecharges which are in arrear for a period more thanthree months and that no dispute exists betweensuch bidder and municipality or municipal entityconcerned in respect of any such arrear amounts.Bidders who reside within the Mnquma LocalMunicipality (MLM) jurisdiction will be verified withMLM Revenue Section. .S. MAHLASELAMUNICIPAL MANAGERTenderPart T2: Returnable documents10T2.2Returnable documents

T1.2 Tender DataThe conditions of tender are those contained in the latest edition of SANS 10845-3, Construction Procurement– Part 3: Standard conditions of tender.SANS 10845-3 makes several references to the Tender Data for details that apply specifically to this tender.The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it andthe provisions of SANS 10845-3.Each item of data given below is cross-referenced to the clause in SANS 10845-3 to which it mainly applies.ClausenumberTender Data3.1The Employer is Mnquma Local Municipality3.2The tender documents issued by the employer comprise the following documents:THE TENDERPart T1: Tendering proceduresT1.1 - Tender notice and invitation to tenderT1.2 - Tender dataPart T2 : Returnable documentsT2.1 - List of returnable documentsT2.2 - Returnable schedulesTHE CONTRACTPart C1: Agreements and Contract dataC1.1 - Form of offer and acceptanceC1.2 - Contract dataC1.3 - Performance BondPart C2: Pricing dataC2.1 - Pricing assumptionsC2.2 - Bill of QuantitiesPart C3: Scope of workC3 - Scope of workPart C4: Site informationC4 - Site informationTenderPart T2: Returnable documents11T2.2Returnable documents

3.4The employer’s agent is:Name: Project Management UnitAddress: Mnquma LM, Corner King & Mthatha street, Butterworth, 4960Tel: 047 050 12513.4The language for communications is English3.6The competitive negotiation procedure shall be applied.3.6Option of the proposal procedure using the two stage-system is not to be used.4.1Only those tenderers who are registered with the CIDB, or are capable of being so prior to the evaluation ofsubmissions, in a contractor grading designation equal to or higher than a contractor grading designationdetermined in accordance with the sum tendered, or a value determined in accordance with Regulation 17 asamended of the Construction Industry Development Regulations, for a CONSTRUCTION OF PHOLA PARKACCESS ROAD class of construction work, are eligible to have their tenders evaluated.Joint ventures are eligible to submit tenders provided that:1.every member of the joint venture is registered with the CIDB;2.the lead partner has a contractor grading designation in the required or higher class of construction work;and3. the combined contractor grading designation calculated in accordance with the Construction IndustryDevelopment Regulations is equal to or higher than a contractor grading designation determined inaccordance with the sum tendered for a CONSTRUCTION OF PHOLA PARK ACCESS ROAD class ofconstruction work or a value determined in accordance with Regulation 25 (1B) or 25(7A) of theConstruction Industry Development Regulations.4.7The arrangements for a compulsory clarification meeting are as stated in the Tender Notice and Invitation toTender.Tenderers must sign the attendance list in the name of the tendering entity. Addenda will be issued to andtenders will be received only from those tendering entities appearing on the attendance list.4.10Tenderers are required to state the rates in Rand4.12No alternative tender offers will be considered4.13.1Each tender offer communicated on paper shall be submitted as an original.TenderPart T2: Returnable documents12T2.2Returnable documents

4.13.54.15The employer’s details and address for delivery of tender offers and identification details that are to be shownon each tender offer package are:Each tender shall be enclosed in a sealed envelope, bearing the correct identification details and shall beplaced in the tender box located at the foyer of;Mnquma Local MunicipalityCorner king & Mthatha Street, Butterworth, 4960Identification details: Tender reference number, Title of Tender and the closing date and time of the tender4.13.4The tenderer is required to submit with his tender the following certificates:1. A tax compliant pin or an original Tax Clearance Certificate issued by the South African Revenue Services;2.Full CSD report not older than 3 months3. Fully completed and signed form of Offer and MBDs4. Signed JV agreement or signed consortium agreement4.13.5A two-envelope procedure is not required.4.13.5Only the “ORIGINAL tender document is to be submitted as a tender package.4.13.6Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.4.15The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to Tender.4.16The tender offer validity period is 90 days.4.20The tenderer is required to submit with his tender a letter of intent from an approved insurer undertaking toprovide the Performance Bond to the format included in Part C1.3 of this procurement document5.1The Employer will respond to requests for clarification received up to seven (7) working days before thetender closing time.5.2The employer shall issue addenda until five (5) days working days before tender closing time.5.3Tenders will be opened immediately after the closing time for tenders at the foyer next to the Tender box, at12H00.5.4The procedure for the evaluation of responsive tenders is Method 2 (Financial offer and quality).The financial offer is scored using Formula 2 in Table 1 where W 1 isThe value of W 2 is equal to 100 minus W 1TenderPart T2: Returnable documents13T2.2Returnable documents

5.5The procedure for the evaluation of responsive tenders is Method 3 (Financial offer and preference)The financial offer will be scored using the following formula:A (1 - (P - Pm))PmThe 80/20 Preference Point System for bids with a Rand value of more than R30,000-00 but not exceedingR50,000,000-00 (all applicable taxes included); andThe 90/10 Preference Point System for bids with a Rand value above R50,000,000-00 (all applicable taxesincluded).5.6The procedure for the evaluation of responsive tenders is Method 4 (Financial offer, quality and preference)The total number of tender evaluation points (TEV) shall be determined in accordance with the followingformula.TEV f1 (NFO NP) f 2NQwhere f1 and f2 are fractions, f1 equals 1 minus f2 and f2 equalsNFO is the number of tender evaluation points awarded for the financial offer made in accordance with5.11.7 where the score for financial offer is calculated using the following formulaA (1 - (P - Pm))Pmand W 1 equals:1)90 where the financial value inclusive of VAT of all responsive tenders received have a value inexcess of R50 000 000 or2) 80 where the financial value inclusive of VAT of one or more responsive tender offers have a valuethat equals or is less than R 50 000 000NP is the number of tender evaluation points awarded for preferences claimed in accordance with thePreferencing ScheduleNQ is the number of tender evaluation points awarded for quality offered in accordance with 5.11.9where W 2 100.Up to 100 minus W 1 tender evaluation points will be awarded to tenderers who complete the referencingschedule and who are found to be eligible for the preference claimed.5.6The functionality criteria and maximum score in respect of each of the criteria are as follows:QUALITY CRITERIAMAXIMUM NUMBER OFPOINTSCompany Experience40Key Personnel or capability40Construction Equipment20Maximum possible score for Functionality100TenderPart T2: Returnable documents14T2.2Returnable documents

5.7Tender offers will only be accepted if:a)b)c)d)e)the tenderer is registered on the Central Supplier Database (CSD) for the South African government (see https://secure.csd.gov.za/ ) unless it is a foreign supplier with no local registered entitythe tenderer is in good standing with SARS according to the Central Supplier Database;the tenderer is registered with the Construction Industry Development Board in an appropriate contractorgrading designation;the tenderer or any of its directors/shareholders is not listed on the Register of Tender Defaulters in termsof the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doingbusiness with the public sector;the tenderer has not:i) abused the Employer’s Supply Chain Management System; orii) failed to perform on any previous contract and has been given a written notice to this effect;f)the tenderer has completed the Compulsory Declaration and there are no conflicts of interest which mayimpact on the tenderer’s ability to perform the contract in the best interests of the employer or potentiallycompromise the tender process;g) the tenderer is registered and in good standing with the compensation fund or with a licensedcompensation insurer;5.8h)the employer is reasonably satisfied that the tenderer has in terms of the Construction Regulations,2003, issued in terms of the Occupational Health and Safety Act, 1993, the necessary competenciesand resources to carry out the work safely.i)the tender offer is within a stipulated threshold percentage as stated under contract dataThe number of paper copies of the signed contract to be provided by the employer is one (1).The additional conditions of tender are:TenderPart T2: Returnable documents15T2.2Returnable documents

Part T2: Returnable documentsTenderPart T2: Returnable documents16T2.2Returnable documents

T.2.1 List of returnable documents1Documentation to demonstrate eligibility to have tenders evaluated CIDB certificateCertified Original copies of qualificationsSigned MBD FormsFully completed Form of OfferFully completed BOQsFull CSD report and it must not be older than 1 months from the date of bid closingNote: Failure to provide these documents will result in the tender not being evaluated2Returnable Schedules required for tender evaluation purposesThe tenderer must complete the following returnable schedules as relevant: 3Record of Addenda to Tender DocumentsProposed amendments and qualificationsCompulsory DeclarationMunicipal declaration and returnable documentsCertificate of Authority for Joint Ventures, if applicablePreferencing Schedule: Broad Based Black Economic Empowerment StatusAnnual Financial Statements DeclarationEvaluation schedule 1:Other documents required for tender evaluation purposesThe tenderer must provide the following returnable documents: Verification certificate from a verification agency accredited by SANAS and recognized as an AccreditedB-BBEE Verification Agencies (see www.sanas.co.za/directory/bbee default.php) or a registeredauditors approved by IRBA if preference points are claimed in respect of Broad-Based Black EconomicEmpowerment. Suitable annual financial statements for the preceding financial year within 12 months of the financialyear end A letter if good standing from the Compensation Fund or a licensed insurer as contemplated in theCompensation for Occupational Injuries and Diseases Act 1993 (Act No. 130 of 1993)4Returnable Schedules that will be used for tender evaluation purposes and be incorporated into thecontractThe tenderer must complete all returnable documents provided i.e MBD Forms4Other documents that will be incorporated into the contractC1.1Offer portion of Form of Offer and AcceptanceC1.2Contract Data (Part 2)C2.2Bill of QuantitiesScope of WorkTenderPart T2: Returnable documents17T2.2Returnable documents

Record of Addenda to tender documentsWe confirm that the following communications received from the Employer before the submission of this tenderoffer, amending the tender documents, have been taken into account in this tender offer:DateTitle or Details1.2.3.4.5.6.7.8.9.10.Attach additional pages if more space is required.SignedDateNamePositionTendererTenderPart T2: Returnable documents18T2.2Returnable documents

Proposed amendments and qualificationsThe Tenderer should record any deviations or qualifications he may wish to make to the tender documents in thisReturnable Schedule. Alternatively, a tenderer may state such deviations and qualifications in a covering letter to histender and reference such letter in this schedule.The Tenderer’s attention is drawn to clause 5.8 of SANS 10845-3 regarding the employer’s handling of materialdeviations and qualifications.PageClause or itemProposalSignedDateNamePositionTenderer

20Compulsory DeclarationThe following particulars must be furnished. In the case of a joint venture, separate declaration in respect ofeach partner must be completed and submitted.Section 1: Enterprise DetailsName of enterprise:Contact person:Email:Telephone:Cell noFax:Physical addressPostal addressSection 2:Particulars of companies and close corporationsCompany / Close Corporation registration numberSection 3:SARS InformationTax reference numberState Not Registered if not registered for VATVAT registration number:Section 4:CIDB registration numberCIDB Registration number (if applicable)Section 5: National Treasury Central Supplier DatabaseSupplier numberUnique registration reference numberSection 6: Particulars of principalsprincipal: means a natural person who is a partner in a partnership, a sole proprietor, a director of a company established interms of the Companies Act of 2008 (Act No. 71 of 2008) or a member of a close corporation registered in terms of the CloseCorporation Act, 1984, (Act No. 69 of 1984).Full name of principalIdentity numberPersonal tax reference numberAttach separate page if necessaryTenderPart T2: Returnable documents20T2.2Returnable documents

21Section 7: Record in the service of the stateIndicate by marking the relevant boxes with a cross, if any principal is currently or has been within the last 12months in the service of any of the following: a member of any municipal council a member of any provincial legislature a member of the National Assembly or theNational Council of Province a member of the board of directors of anymunicipal entity an official of any municipality or municipalentity an employee of any department, national or provincialpublic entity or constitutional institution within themeaning of the Public Finance Management Act of1999 (Act No. 1 of 1999) a member of an accounting authority of any nationalor provincial public entity an employee of Parliament or a provincial legislatureIf any of the above boxes are marked, disclose the following:Name of principalName of institution, public office, board or organof state and position heldStatus of service(tick appropriate column)CurrentWithin last12 months*insert separate page if necessarySection 8: Record of family member in the service of the statefamily member: a person’s spouse, whether in a marriage or in a customary union according to indigenous law, domesticpartner in a civil union, or child, parent, brother, sister, whether such a relationship results from birth, marriage or adoptionIndicate by marking the relevant boxes with a cross, if any family member of a principal as defined in section 5is currently or has been within the last 12 months been in the service of any of the following: a member of any municipal council a member of any provincial legislature a member of the National Assembly or theNational Council of Province a member of the board of directors of anymunicipal entity an official of any municipality or municipalentityName of family member an employee of any provincial department, national orprovincial public entity or constitutional institutionwithin the meaning of the Public Finance ManagementAct, 1999 (Act 1 of 1999) a member of an accounting authority of any nationalor provincial public entity an employee of Parliament or a provincial legislatureName of institution, public office, board ororgan of state and position heldStatus of service(tick appropriate column)CurrentWithin last 12months*insert separate page if necessaryTenderPart T2: Returnable documents21T2.2Returnable documents

22Section 9: Record of termination of previous contracts with an organ of stateWas any contract between the tendering entity including any of its joint venture partners terminated during thepast 5 years for reasons other than the employer no longer requiring such works or the employer failing to makepayment in terms of the contract. Yes No (Tick appropriate box)If yes, provide particulars (interest separate page if necessary)Section 10: DeclarationThe undersigned, who warrants that he / she is duly authorised to do so on behalf of the tendering entity confirmsthat the contents of this Declaration are within my personal knowledge, and save where stated otherwise in anattachment hereto, are to the best of my belief both true and correct, and:i) neither the name of the tendering entity or any of its principals appears on:a) the Register of Tender Defaulters established in terms of the Prevention and Combating of CorruptActivities Act of 2004 (Act No. 12 of 2004)b) National Treasury’s Database of Restricted Suppliers (see www.treasury.gov.za)ii) neither the tendering entity of any of its principals has within the last five years been convicted of fraud orcorruption by a court of law (including a court outside of the Republic of South Africa);iii) any principal who is presently employed by the state has the necessary permission to undertake remunerativework outside such employment (attach permission to this declaration);iv) the tendering entity is not associated, linked or involved with any other tendering entities submitting tenderoffersv) has not engaged in any prohibited restrictive horizontal practices including consultation, communication,agreement, or arrangement with any competing or potential tendering entity regarding prices, geographicalareas in which goods and services will be rendered, approaches to determining prices or pricing parameters,intentions to submit a tender or not, the content of the submission

Tender 1 T2.2 Part T2: Returnable documents Returnable documents MNQUMA LOCAL MUNICIPALITY TENDER NUMBER: MNQ/SCM/03/22-23 TENDER DOCUMENT CONSTRUCTION OF PHOLA PARK ACCESS ROAD (