KCDM 30 2023
KCDM 30 2023
KCDM 30 2023
TENDER DOCUMENT
REFERENCE: KCDM/30/2023
TENDER FOR THE ESTABLISHMENT OF A PANEL OF SERVICE
PROVIDERS FOR THE PROVISION OF LEGAL SERVICES TO KING
CETSHWAYO DISTRICT MUNICIPALITY FOR THE PERIOD ENDING 30
JUNE 2027
E-mail Address:
Telephone
( )Code
Number:
Physical
Address:
Postal Address:
KING CETSHWAYO DISTRICT MUNICIPALITY
TENDER DOCUMENT
REFERENCE: KCDM/30/2023
King Cetshwayo District Municipality (KCDM) invites tenderers from service providers registered with
Central Suppliers Database for Panel of service providers for legal services to KCDM for the period
ending 30 June 2027
Interested parties must download & print the bid document from www.etenders.gov.za or
www.kingcetshwayo.gov.za. If the tenderers are unable to download the tender document from
etenders website, a fee per page will be charged and payable at the Cashiers Office on collection.
Prospective service providers are required to ensure full completion and correctness of
information when responding to MBD 4 and all other required declarations in the document.
The municipality reserves the right to validate the correctness of the declarations through
various databases inclusive of the Central Supplier Database (CSD). Failure to fully complete
and/or provision of incorrect information in the declaration declare will be regarded by the
employer as a non-responsive tender.
Any tender submitted by a person(s) who is in the service of the state or if that person(s) is not a
natural person, of which any director, manager, principal shareholder or stakeholder is a person in the
service of the state or who is an advisor or consultant contracted with the Municipality shall not be
considered in terms of regulation 44 of the Municipal Supply Chain Regulations.
A Compulsory tender meeting will be held on Friday, 02 February 2024 @10h00 at Finance
boardroom of King Cetshwayo Municipality, Prince Mangosuthu Buthelezi House, Corner of
Krugerrand & Barbados Bay Road, CBD, Richards Bay. Prospective tenderer’s that do not attend the
meeting will be disqualified.
Completed tenders in sealed envelopes bearing the tender number must be deposited in the
Municipality’s tender box in the foyer of Prince Mangosuthu Buthelezi House, Corner of
Krugerrand & Barbados Bay Road, CBD, Richards Bay on or before 12h00 on Tuesday, 20
February 2024, when tenders will be opened in public. Tenders received after the due date and
time will not be considered.
"King Cetshwayo District Municipality will strive to achieve the specific goals in line with the
PPPFA regulations 2022 and the RDP. "
<R50
Million
NO. Categories 80|20
1 an EME or QSE which is at least 100% owned by 10
black people
2 BBBEE Level 1 10
20
This tender will be evaluated on a 80/20 preferential points system. Should you wish to claim any
preference points please ensure that you submit an original or certified copy of your companies’ B-
BBEE Status level verification certificates with the tender document.
It will be the tenderer’s responsibility to check the document on receipt for completeness and to notify
the employer of any discrepancies or omissions. It is the tenderer’s responsibility to provide all the
data and information requested in the form required, failure to do so may be regarded by the employer
as a non-responsive tender. Submissions may only be done on documentation supplied by the
Municipality.
All communication between the employer and the tenderer shall be in a form that can be read, copied
and recorded. All writing shall be in the English Language. The employer shall not take any
responsibility for non-receipt of communications from a tenderer.
Please note that this tender will be evaluated on functionality and compliance. The following criteria
in “Functional Evaluation Criteria”, will be applicable for the functionality and compliance and
maximum weight of each criterion is indicated in brackets and any tenderer who scores less than 70
percent, in respect of “functionality” will be regarded as submitting a non-responsive tender and will
be disqualified.
All Tender enquiries which are non-Technical must be directed to the SCM Unit to Mr Z
Mkhwanazi at Tel. 035 799 2790, Technical Enquiries must be directed to Mr. G. Dlamini at Tel.
035 799 2525.
Tenderers who do not hear from King Cetshwayo Municipality within 90 days of the closing
date of the tender should consider their tender unsuccessful.
Mr P.P Sibiya
Municipal Manager
King Cetshwayo District Municipality
Private Bag X1025
RICHARDS BAY
3900
ENCLOSURES
1. FORM OF TENDER & SPECIFICATIONS SECTION A
FORM OF SPECIFICATION
FORM OF TENDER
FORM OF OFFER
NB:
All forms must be completed, failure to do this may invalidate your bid.
If any of the forms, or portion of any form, is not relevant, please indicate it
on the form by marking it N/A.
All certified documents must not be certified by bidder’s own employee/
director as this may invalidate your bid.
SECTION A
01 Page of 06
(a) Litigation
(b) Labour law matters
(c) Legal opinions
(d) Collection matters
(e) Conveyancing
(f) Miscellaneous legal matters
Due to the high volume of the work undertaken, it may become necessary for the
municipality to appoint external service providers to its Panel of Attorneys to assist the
municipality’s Legal Services Section in the execution of its work. Suitably qualified and
experienced firms of attorneys are hereby invited to submit their bids for consideration
by the municipality. It is important that the firm of attorneys ensure continuous quality
and consistency of services. Appointment to the panel will be done according to the firm’s
area of expertise. Appointment to the panel does not guarantee work. King Cetshwayo
District Municipality reserves the right to appoint outside of the panel.
The profile of the law firm must address the following areas /headings in the following
order with an index numbered in accordance with the numbering below:
(a) History
Provide a brief history of the firm and outline the firm’s geographic structure
(excluding alliances or affiliation with other firms)
(b) Client Base
Provide a list of clients for whom legal services were rendered on a regular basis in
the past 3 years and specify the nature of work done.
(c) Field of Expertise
Each bid must include the specialist fields of the law firm with specific reference to
the fields as set out in 1 above. If a firm of attorneys has expertise in more than one
field of law, all relevant fields must be indicated in the bid together with demonstrated
experience in the specified areas of law. Clearly indicate for which of the specialist
fields your firm tenders to provide legal services to the municipality in the table in 6
below.
(d) The Firm’s team
CV’s of Partners, Directors, Sole Proprietor and core service team that will be
attending to the municipality’s work with specific reference to their educational
/professional background and their relevant experience including at least the
following:
Personal Information, certified copies of qualifications, certificate of admission and
work experience.
SECTION A
Page 2 of 6
3. FEES
Set tariffs such as the Magistrates Court and High Court tariff are the maximum fees
that the municipality will pay an attorney for his/her services as agreed between the
attorney and own client. It is specifically agreed upon that Attorneys will not demand
rates exceeding the prescribed fees. The bid must expressly confirm the acceptance of
this condition.
4. Indicate the Corporate Social Investment (CSI) services that your firm is prepared to
offer.
5. Nature of Legal Services to be provided.
(
Yes No
Litigation
Labour Law Matters
Legal Opinions
Collection Matters
Conveyancing
Miscellaneous Legal Matters
6. GENERAL REQUIREMENTS
(a) Only firms attorneys established in terms of the provisions of the Legal Practice Act
No 24 of 2014 (as amended) and duly registered to practice with the Legal Practice
Council will be considered for this tender.
(b) A service level agreement will be entered into with each firm of attorneys appointed
to render services to the municipality.
(c) The cost of each assignment will be based on the applicable tariff (Magistrate’s
Court or High Court Tariff)
(d) The municipality does not guarantee that any work or assignment will be given to
any firm of attorneys on the panel
(e) The municipality may in its sole discretion award any assignment or part thereof to
more than one firm of attorneys.
(f) The services of an appointed firm of attorneys will be utilized by the municipality as
and when the need arises.
(g) The municipality reserves the right to categorise the tenderers into the different fields
of expertise.
(h) A firm of attorneys assigned any work may not cede or subcontract any part thereof
to any person unless with the written consent of the municipality as may be required
by the applicable laws, e.g. in instances where a correspondent attorney may be
necessary.
8. EVALUATION
(a) Functionality evaluation will be as per the following criteria explained below. A
tenderer who scores less than 70 percent, in respect of functionality will be regarded
as submitting a non – responsive tender and will be disqualified.
(b) The following criteria will be applicable and the maximum weight of each criterion is
indicated in the table below.
(c) The municipality will evaluate all tenders in order to award the contract. The
evaluation of bids will be done in terms of King Cetshwayo District Municipality’s
Supply Chain Management Policy.
SECTION A
Page 4 of 6
EVALUATION CRITERIA 2
Criteria Applicable values/points Weight Verification Method
Track Record 8 or more (10 points) 10 Reference Letter from previous clients
Bidders must have specific experience (e.g. Legal Services) and submit references 5 to 7 References (8 points)
(in a form of written proof/(s) on organization’s letterhead including relevant contact 3 to 4 References (6 points)
person and contact details. 1 to 2 Reference (4 points)
0 references (0 points)
Clients must further include on such written references their rating of the Bidder 8 or more good references (10 points) 10 Reference letters
according to any of the following criteria:
Turn-around times;
NOTE: THE FORM OF OFFER MUST BE COMPLETED CORRECTLY, SIGNED AND WITNESSED. FAILURE
TO COMPLY MAY MEAN THAT NO OFFER HAS BEEN MADE AND THE TENDER MAY NOT BE FURTHER
EVALUATED.
ACCEPTANCE
By signing this part of this form of offer and acceptance, the Municipality identified below accepts the tenderers
offer. In consideration thereof, the Municipality shall pay the contractor the amount due. Acceptance of the
tenderers offer shall form an agreement between the Municipality and the tenderer upon the terms and
conditions contained in this contract that is the subject of this agreement.
The terms of the contract, are contained in section “D” of this document (NT Conditions of contract) as well as
any special conditions (if any)
The tenderer shall within two weeks after receiving a completed copy of this agreement, including the schedule
of deviations (if any), contact the Municipality to arrange the delivery of any bonds, guarantees, proof of
insurance and any other documentation to be provided in terms of this document. Failure to fulfill any of these
obligations in accordance with those terms shall constitute a repudiation of this agreement.
Notwithstanding anything contained herein, this agreement comes into effect on the date when the tenderer
receives one fully completed original copy of this document, including the schedule of deviations (if any).
Unless the tenderer (now contractor) within five working days of the date of such receipt notifies the
Municipality in writing of any reason why he cannot accept the contents of this agreement, this agreement
shall constitute a binding contract between the parties.
Signed at …………………………………………….
And
For the Contractor/ Service provider
This preference form must form part of all tenders invited. It contains general information and serves as a
claim form for preference points for specific goals.
NB: BEFORE COMPLETING THIS FORM, TENDERERS MUST STUDY THE GENERAL
CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF THE TENDER
AND PREFERENTIAL PROCUREMENT REGULATIONS, 2022
1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to invitations to tender:
- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes
included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes
included).
1.3 Points for this tender (even in the case of a tender for income-generating contracts)
shall be awarded for:
(a) Price; and
(b) Specific Goals.
1.5 Failure on the part of a tenderer to submit proof or documentation required in terms of this tender to
claim points for specific goals with the tender, will be interpreted to mean that preference points for
specific goals are not claimed.
1.6 The organ of state reserves the right to require of a tenderer, either before a tender is adjudicated or
at any time subsequently, to substantiate any claim in regard to preferences, in any manner required
by the organ of state.
2. DEFINITIONS
(a) “tender” means a written offer in the form determined by an organ of state in response to an invitation
to provide goods or services through price quotations, competitive tendering process or any other
method envisaged in legislation;
(b) “price” means an amount of money tendered for goods or services, and
includes all applicable taxes less all unconditional discounts;
(c) “rand value” means the total estimated value of a contract in Rand, calculated at
the time of bid invitation, and includes all applicable taxes;
(d) “tender for income-generating contracts” means a written offer in the form
determined by an organ of state in response to an invitation for the origination of
income-generating contracts through any method envisaged in legislation that will
result in a legal agreement between the organ of state and a third party that produces
revenue for the organ of state, and includes, but is not limited to, leasing and disposal
of assets and concession contracts, excluding direct sales and disposal of assets
through public auctions; and
(e) “the Act” means the Preferential Procurement Policy Framework Act, 2000 (Act No.
5 of 2000).
80/20 or 90/10
80/20 or 90/10
4.1. In terms of Regulation 4(2); 5(2); 6(2) and 7(2) of the Preferential Procurement Regulations,
preference points must be awarded for specific goals stated in the tender. For the purposes of this
tender the tenderer will be allocated points based on the goals stated in table 1 below as may be
supported by proof/ documentation stated in the conditions of this tender:
4.2. In cases where organs of state intend to use Regulation 3(2) of the Regulations, which states that, if
it is unclear whether the 80/20 or 90/10 preference point system applies, an organ of state must, in
the tender documents, stipulate in the case of—
(a) an invitation for tender for income-generating contracts, that either the 80/20
or 90/10 preference point system will apply and that the highest acceptable
tender will be used to determine the applicable preference point system; or
(b) any other invitation for tender, that either the 80/20 or 90/10 preference point
system will apply and that the lowest acceptable tender will be used to
determine the applicable preference point system,
then the organ of state must indicate the points allocated for specific goals for both the 90/10 and
80/20 preference point system.
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.)
4.6. I, the undersigned, who is duly authorised to do so on behalf of the company/firm, certify that the
points claimed, based on the specific goals as advised in the tender, qualifies the company/ firm for
the preference(s) shown and I acknowledge that:
……………………………………….
SIGNATURE(S) OF TENDERER(S)
100% 20 10
Ownership Categories :
1. an EME or QSE which is at least 100% 100% 10 5 Sworn Affidavit - QSE/EME General
owned by black people;
2. an EME or QSE which is at least 51% 60% 6 3 Sworn Affidavit - QSE/EME General
owned by black people;
3. an EME or QSE which is at 25% - 50% 20% 2 1 Sworn Affidavit - QSE/EME General
owned by black people;
3 Ownership %
ownership - > 51% : Black ( Youth , Women , 80% 8 4 ID Copies : Directors |Co.
Disabled People Registration | CSD | Shareholders
Certificate
ownership - 25% - 50% : Black ( Youth , 40% 4 2 ID Copies : Directors |Co.
Women , Disabled People Registration | CSD | Shareholders
Certificate
Men ownership - 100% : Black ( Youth , Men , 80% 8 4 ID Copies : Directors |Co.
Disabled People Registration | CSD | Shareholders
Certificate
Men ownership - > 51% : Black ( Youth , Men 40% 4 2 ID Copies : Directors |Co.
, Disabled People Registration | CSD | Shareholders
Certificate
Men ownership - 25% - 50% : Black ( Youth , 20% 2 1 ID Copies : Directors |Co.
Men , Disabled People Registration | CSD | Shareholders
Certificate
Sub-Contracting :
1. an EME or QSE which is at least 100% 100% 4 2 Sworn Affidavit - QSE/EME General
owned by black people;
2. an EME or QSE which is at least 51% 50% 2 1 Sworn Affidavit - QSE/EME General
owned by black people;
3. an EME or QSE which is at 25% - 50% 25% 1 0,5 Sworn Affidavit - QSE/EME General
owned by black people;
2. Enterprise Located within the 25% 1 0,5 Utilities : Directors or Co.| Affidavit |
Province Existing Lease Agreement
3. an EME or QSE which is at 25% - 25% 1 0,5 Sworn Affidavit - QSE/EME General
50% owned by black people;
3. Job Creation and Community
upliftment
Other Categories :
A. GENERAL
1. The lowest or any tender will not necessarily be accepted and King Cetshwayo
District Municipality reserves the rights to accept the whole or any part of a tender.
2. The quantities called for in this tender are an estimated quantity and King
Cetshwayo District Municipality reserves the right to take more or less than the
quantity specified.
3. This contract will be governed by King Cetshwayo District Municipality
“Conditions of TENDER” only and not any conditions supplied by the tenderer.
4. Full details of items offered and or drawings / pamphlets etc.
must be supplied together with the return documents. All additional
drawings/ pamphlets returned with the tender documents must be
firmly bound and marked as “Additional” to the specific tender reference
number.
5. All items offered on this tender must be new and of the latest design.
6. Only tenders on King Cetshwayo District Municipality official tender document
will be accepted and the original document must be returned, fully completed by
hand and signed, in the form presented. Failure to do so may invalidate such
tender.
SECTION C
Page 2 of 5
7. It must be clearly understood by the tenderer, that no order/s for such commodities
or services required by the King Cetshwayo District Municipality will be recognized
by the tenderer unless an King Cetshwayo District Municipality official order is
issued and it is further understood that King Cetshwayo District Municipality will not
accept responsibility for any payment to the tenderer unless the delivery notes and
invoices for such goods or services quote the relevant order number and is sent to
King Cetshwayo District Municipality, Financial Department, Private BagX1025,
RICHARDS BAY, 3900.
8. Should it be considered necessary by the tenderer that officials of King Cetshwayo
District Municipality should proceed to other centers for inspection purposes, such
costs shall be for the account of the tenderer.
11. No telegraphic, e-mail or faxed tenders will be accepted and all posted or
tenders sent by couriers, must be clearly marked with the postal date and
time.
12. ALL PRICES QUOTED MUST INCLUDE VALUE ADDED TAX AND MUST
BE FIRM FOR A PERIOD OF (90) NINETY DAYS FROM CLOSING DATE
OF THIS TENDER.
13. Service Providers tax status will be verified on CSD.
SECTION C
Page 3 of 5
14. The use of correction fluid or correction tape on this document will invalidate
your tender submission.
15. Price(s) quoted must be valid for at least ninety (90) days from date of offer
for evaluation purposes. Thereafter, the prices will be fixed for a period of
twelve months before escalation will be allowed.
17. The successful provider will be the one scoring the highest points on Section
“B” as per the Preferential Procurement Policy Framework Act (No. 5 of
2000)
18. King Cetshwayo District Municipality reserves the right to remove (from the
list of service providers) any supplier who fails to comply with the
municipality’s specifications in terms of service delivery, such service
provider will be held responsible for any costs incurred as a result of non-
compliance.
3. Where the supplier fails to deliver within the scope of the specifications of
this tender, the Municipality reserves the right to obtain services from any
other supplier that complies with the specifications and the tenderer will be
held responsible for all costs involved.
D. PAYMENTS
1. Payment will be made within 30 days from statement invoice date subject to
satisfactory execution of the contract conditions and provided that the
statement/invoice is without error.
3. Any additional payment for extra work carried out on a contract will only be
made provided that the contractor is issued with a variation order by the
procurement section of the King Cetshwayo District Municipality.
SECTION C
Page 5 of 5
The undersigned, having examined the Specification, hereby offer to supply the Municipality with
the requirements called for on the Municipality’s Form of Tender and Specifications, “Form A”
attached, in accordance with the conditions of this tender.
I/We further undertake that this offer shall not be retracted or withdrawn from the closing date of this
tender up to the order date.
I/We further undertake, in the event of the acceptance of this tender, either wholly or in part, to enter
into a formal contract, if required, and to provide one good and sufficient surety for the due fulfillment
of the contract to the satisfaction of the Municipality.
(a) that if the tender be accepted, the acceptance may be communicated to us by letter
through the post and that in such case the Post Office shall be regarded as our agents
and delivery of such acceptance to the Post Office shall be treated as delivery to us;
(b) The Municipality chooses as its “domicilium citandi et executandi” for the purpose of
the contract, the following address:
c) the law of South Africa will govern the contract created by acceptance of our tender
and we agree to submit to the jurisdiction of the South African Courts;
d) that if our tender be accepted by the Municipality either wholly or in part, and the
acceptance be notified to us, we undertake to be bound by the term of the agreement
constituted by our said tender and the acceptance thereof by the said Municipality,
until a formal contract has been executed between us and the Municipality, and that
if we are not required by the Municipality to execute such formal contract, we
undertake to be bound by the terms of the agreement constituted by our said tender
and the acceptance thereof by the said Municipality.
SECTION E
Page 2 of 19
3) I/we are registered for Workman’s Compensation and the valid certificate number of the
workman’s compensation commissioner’s letter of good standing is provided. When
applicable the option to submit an original or certified copy of the letter from the agent
authorized by Workmen’s Compensation Commissioner will be accepted
In the case where it is not possible for a tenderer to obtain the above letter of good
standing from the workmen’s compensation commissioner, an affidavit is to be submitted
advising that the business has registered with the workmen’s compensation commissioner.
In the case where a business does not employ any employees an affidavit together
with a letter from the workmen’s compensation commissioner addressed to the business,
confirming that registration is not required, must be submitted.
4) Documentary proof regarding any tendering issue will, when required, be submitted to the
satisfaction of the relevant organ of state;
5) My municipal rates and taxes are not older than three (3) months and the following is
attached:
SECTION E
Page 3 of 19
TENDERER IS PROPERTY OWNER FOR PURPOSES OF CONDUCTING BUSINESS FROM ITS
PREMISES
Please select option by ticking below
A.1
In the case where the tenderer owns the property from which the tenderer’s business
operates from, a certified copy of the tenderer’s business municipal account not older
than three (3) months indicating the status of payment of all municipal rates and taxes i.e.
property rates, electricity, water, refuse & sewer from the Municipality in which jurisdiction
the said property is situated, must be submitted.
OR
A.2 . In the instance where the tenderer occupies Tribal land an original/certified affidavit from
commissioner of oath, confirming that the tenderer is residing in the area where no
municipal accounts are billed. If the property rates, electricity, water, refuse is charged by
the municipality, the original or certified copy of the statement not older than three (3)
months in the name of the tenderer or any of its directors must be attached
NB:
Should there be separate tax invoices from the municipality for property rates and
services (taxes), you are required to submit the most recent of each of these invoices
OR
B1. In the case where the tenderer does not own property and is a tenant for the purposes of its business
establishment, the tenderer to provide a certified copy of a certificate from its landlord certifying that all
the tenants payments in respect of all municipal rates and taxes i.e. property rates, electricity, water,
refuse & sewer are paid up to date, or
B2. In the case where the tenderer as tenant is responsible for its own municipal accounts with the
municipality then tenderer must attach the letter from the landlord certifying the above together with a
certified copies of all most recent relevant municipal invoices i.e. property rates, electricity, water
refuse & sewer.
B3. In the case where the tenderer operates in the property owned by relative and does not pay rent or
rates, an affidavit from the relative confirming such must be attached. Also the up to date original or
certified copy municipal rates statement of the relative must be attached or letter from the councilor in
case of the Tribal Authority.
B4. In case where the potential service provider is under incubation programme a certified copy of the
letter from the incubator confirming that the service provider is using their facilities (property)
SECTION E
Page 4 of 19
OR
In the case where it is not possible for an applicant to obtain the above letter of good
standing from the Workmen’s Compensation Commissioner, an affidavit is to be submitted
advising that the business has registered with the Workmen’s Compensation
Commissioner.
OR
In the case where a business does not employ any employees an affidavit Together with a
Letter from the Workmen’s Compensation Commissioner addressed to the business,
confirming that registration is not required, must be submitted.
Please attach certified letter of good standing with the legal practice council to this page.
Please attach certified copy of valid fidelity fund certificate to this page.
1 This Municipal Tendering Document must form part of all Tenders invited.
3 The Tender of any tenderer may be rejected if that tenderer, or any of its
directors have:
4 In order to give effect to the above, the following questionnaire must be completed
and submitted with the Tender.
4.2 Is the tenderer or any of its directors listed on the Register Yes No
for Tender Defaulters in terms of section 29 of the
Prevention and Combating of Corrupt Activities Act (No 12
of 2004)?
(To access this Register enter the National Treasury’s website,
www.treasury.gov.za, click on the icon “Register for Tender
Defaulters” or submit your written request for a hard copy of the
Register to facsimile number (012) 3265445).
4.3 Was the tenderer or any of its directors convicted by a court of Yes No
law (including a court of law outside the Republic of South Africa)
for fraud or corruption during the past five years?
4.5 Was any contract between the tenderer and the municipality / Yes No
municipal entity or any other organ of state terminated during the
past five years on account of failure to perform on or comply with
the contract?
CERTIFICATION
.. ………………………………………... …………………………..
Signature Date
.. ………………………………………. …………………………..
Position Name of Tenderer
SECTION E
Page 12 of 19
MBD 4
DECLARATION OF INTEREST
2. Any person, having a kinship with persons in the service of the state, including a blood
relationship, may make an offer or offers in terms of this invitation to bid. In view of possible
allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons
connected with or related to persons in service of the state, it is required that the bidder or
their authorised representative declare their position in relation to the evaluating/adjudicating
authority.
3 In order to give effect to the above, the following questionnaire must be completed and
submitted with the bid.
3.7 The names of all directors / trustees / shareholders members, their individual identity
numbers and state employee numbers must be indicated in paragraph 4 below.
……………………………………………………………………………………………..
² Shareholder” means a person who owns shares in the company and is actively involved in the
management of the company or business and exercises control over the company.
SECTION E
Page 13 of 19
3.9 Have you been in the service of the state for the past twelve months? ………YES / NO
…………………………………………………………………………………………….
3.10 Do you have any relationship (family, friend, other) with persons
in the service of the state and who may be involved with
the evaluation and or adjudication of this bid? ………………………………… YES / NO
………………………………….. ……………………………………..
Signature Date
…………………………………. ………………………………………
Capacity Name of Bidder
SECTION E
Page 15 of 19
MBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION
1 This Municipal Bidding Document (MBD) must form part of all bids¹ invited.
2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement
between, or concerted practice by, firms, or a decision by an association of firms, if it is between
parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding
is a pe se prohibition meaning that it cannot be justified under any grounds.
3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide
measures for the combating of abuse of the supply chain management system, and must enable the
accounting officer, among others, to:
b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain
management system of the municipality or municipal entity or has committed any improper
conduct in relation to such system; and
c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act
during the bidding process or the execution of the contract.
4 This MBD serves as a certificate of declaration that would be used by institutions to ensure that, when
bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
5 In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must be
completed and submitted with the bid:
¹ Includes price quotations, advertised competitive bids, limited bids and proposals.
² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to
raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a
bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.
SECTION E
Page 16 of 19
MBD 9
_________________________________________________________________________
_____
(Name of Municipality / Municipal Entity)
do hereby make the following statements that I certify to be true and complete in every respect :
(a) has been requested to submit a bid in response to this bid invitation;
(b) could potentially submit a bid in response to this bid invitation, based on
their qualifications, abilities or experience; and
(c) provides the same goods and services as the bidder and/or is in the
same line of business as the bidder
SECTION E
Page 17 of 19
MBD 9
6. 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 consortium³ will not be
construed as collusive bidding.
7. In particular, without limiting the generality of paragraphs 6 above, there has been no
consultation, communication, agreement or arrangement with any competitor
regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market
allocation)
(c) methods, factors or formulas used to calculate prices;
(d) the intention or decision to submit or not to submit, a bid;
(e) the submission of a bid which does not meet the specifications and
conditions of the bid; or
(f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or
arrangements with any competitor regarding the quality, quantity, specifications and
conditions or delivery particulars of the products or services to which this bid invitation
relates.
9. 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 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.
SECTION E
Page 18 of 19
MBD 9
10. 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 Bidder
SECTION E
Page 19 of 19
ACCEPTANCE
NB:
NAME OF COMPANY
_______________________________
ADDRESS
_______________________________
_______________________________
_______________________________
_____________________________
NAME OF TENDERER
_____________________________ _____________________
SIGNATURE OF TENDERER DATE