APPOINTMENT OF A CONSULTANT FOR COMPILATION, DESIGN, LAYOUT & PRINTING OF STRATEGY DOCUMENTS REFERENCE NO: RFP /18

Similar documents
PART A INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE

INVITATION TO SUBMIT QUOTATIONS

E: DECLARATION OF INTEREST MBD No bid will be accepted from persons in the service of the state¹.

REQUEST FOR QUOTATION (RFQ) YOU ARE HEREBY INVITED TO SUBMIT OFFER TO THE DENEL CORPORATE OFFICE

REQUEST FOR QUOTATIONS (RFQ)

REQUEST FOR QUOTATION. Request Details

REQUEST FOR QUOTATION. Request Details

BID NUMBER: F 246/2016 CLOSING DATE: 7 October 2016 CLOSING TIME: 11:00 am

ITEM DESCRIPTION QTY UNIT PRICE TOTAL PRICE Request for publication of adverts

INVITATION TO BID REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL FOR EMPLOYEE WELLNESS PROGRAMME FOR A PERIOD OF TWO YEARS CHE/CS/06/02/2018

DATE) (Johannesburg) and Zoo Farm (Parys in Free State) using a helicopter DOCUMENTS ARE OBTAINABLE AT NO COST The JCP s website

TENDER DOCUMENT FOR FUEL AND OIL FOR A CONTRACT OF ONE YEAR BID NOTICE NO: BTO/FOO1/MLM2017

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE RENTAL OF XEROX DOCUMENT MANAGEMENT SCANNERS FOR THE NATIONAL LOTTERIES

REQUEST FOR QUOTATION: SERVICES. Request Details. Closing details. Return Instructions

REQUEST FOR QUOTATION. Request Details. Closing details. Return Instructions

It is against this background that CETA invites reputable service providers to publish CETA annual report for 2013/2014 financial year.

RFQ NUMBER: SARAO RFQ SCSA DESCRIPTION: MARKETING CONSULTING SERVICES FOR KONVI PROJECT OF SARAO

REQUEST FOR PROPOSALS TO PROVIDE COMPANY SECRETARIAL SERVICES TO ECRDA REFERENCE NO. RFP /18

NOTICE : EXPRESSION OF INTEREST

REQUEST FOR QUOTATION: SERVICES. Request Details. Closing details

SUPPLIER REGISTRATION & ACCREDITATION FORM. Registered name: Trading as name of business: Products &/ services offered:

APPOINTMENT OF A PANEL OF AUDITORS FOR RENDERING INTERNAL AUDIT SERVICES ON A CO-SOURCING BASIS AT ECRDA REFERENCE NO: RFP /18

REQUEST FOR PROPOSALS (RFP) DESIGN, LAYOUT & PRINTING OF ANNUAL PERFORMANCE PLAN & OPERATIONAL PLAN FOR 218/19 REFERENCE NO: RFP /18

RFQ NUMBER: SARAO RFQ SCSA DESCRIPTION:

REQUEST FOR PROPOSALS APPOINTMENT OF A CONSULTANT TO CONDUCT A WORK STUDY ON THE NUMBER OF GENERAL ASSISTANTS NEEDED IN THE ECRDA

CENTRAL SUPPLIER. DATABASE No: B-BBEE STATUS LEVEL SWORN AFFIDAVIT

City of Johannesburg Supply Chain Management Unit

Offer to Purchase Bontebok Best Price Principle.

1.3.2 All prices shall be quoted in South African currency inclusive of VAT and will hold good for 90 days (validity period of bids).

TERMS OF REFERENCE FOR THE APPOINTMENT OF A

ADVERTISEMENT DATE 17 December 2014 Conservation Management Department RFQ NUMBER

Technical Lead resource for the SARAO Data Cube Project

REQUEST FOR PROPOSALS PROVISION OF INDEPENDENT OPINION REGARDING ADMINISTRATION OF PROVIDENT FUND AND THE 13 TH CHEQUE REFERENCE NO: RFP /19

TENDER NUMBER: TIA002/2017 TECHNOLOGY INNOVATION AGENCY WORKSTUDY 83 LOIS AVENUE, MENLYN, PRETORIA

REQUEST FOR PROPOSALS APPOINTMENT OF A CONSULTANT TO PROVIDE AUDIT SERVICES FOR THE ECRDA REFERENCE NO: RFP /19

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

DOCUMENTS ARE OBTAINABLE AT NO COST FROM: SPECIAL CONDITION/S: Preference will be given to registered cooperatives

REQUEST FOR PROPOSALS FROM SERVICE PROVIDERS FOR LEGAL SERVICES TO BE PROVIDED TO TRADE AND INVESTMENT KWAZULU-NATAL

TENDER DOCUMENT FOR ACCOMODATION OF 240 PEOPLE SHARING

APPLICATION FOR REGISTRATION ON THE SUPPLIER DATABASE OF SANRAL SOUTHERN REGION

PROVISION OF EXTERNAL AUDIT SERVICE FOR JOBS FUND PROJECTS REFERENCE NO: RFP /18

REQUEST FOR QUOTATION: GOODS. Request Details. Closing details

Request Details. Closing details. Return Instructions

RFQ NUMBER: SARAO RFQ SCSA DESCRIPTION: MARKETING CONSULTING SERVICES FOR ENLIGHTEN PROJECT OF THE SKA SA

REQUEST FOR QUOTATIONS (RFQ): SUPPLY AND DELIVERY OF SIX-CAN MINI FRIDGES

APPOINTMENT OF SERVICE PROVIDER FOR THE MAINTENANCE OF GAS AND FIRE SUPRESSION EQUIPMENT FOR A PERIOD OF 24 MONTHS

SUPPLY & DELIVERY OF DAIRY PRODUCTS

MBD 6.1 (EFFECTIVE FROM APRIL 2017) PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

REQUEST FOR QUOTATION: SERVICES. Request Details. Closing details. Return Instructions

INVITATION TO REGISTER ON THE PROSPECTIVE PROVIDERS DATABASE

TENDER NUMBER: TIA005/2018 APPOINTMENT OF EXTERNAL AUDITORS FOR TECHNOLOGY INNOVATION AGENCY 83 LOIS AVENUE, MENLYN, PRETORIA

SOURCING SERVICE PROVIDER TO OFFER TECHNOLOGY INNOVATION AGENCY ACCESS TO TECHNOLOGY AND MARKET INTELLIGENCE AND RESEARCH INFORMATION

City of Johannesburg Supply Chain Management Unit

REQUEST FOR QUOTATIONS (RFQ): TAX CALCULATIONS FOR THE FINANCIAL YEAR 2017/2018

TENDER DOCUMENT FOR CATERING

City of Johannesburg Supply Chain Management Unit

REQUEST FOR PROPOSALS APPOINTMENT OF A CONSULTANT FOR PROVISION OF ASSISTANCE TO EMPLOYEES REGARDING WITHDRWALS FROM PROVIDENT FUND

REQUEST FOR QUOTATION (RFQ)

City of Johannesburg Supply Chain Management Unit

REQUEST FOR QUOTATIONS (RFQ): PROPERTY VALUATION AND STRUCTURAL ASSESSMENT

METROBUS REQUEST FOR QUOTATION (RFQ)

TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE RENTAL OF XEROX DOCUMENT MANAGEMENT SCANNERS FOR THE NATIONAL LOTTERIES

Training: Cooperative Management Training Programme DOCUMENTS ARE OBTAINABLE AT NO COST FROM:

REQUEST FOR QUOTATION (RFQ) SUPPLY, DELIVERY AND INSTALLATION OF BILLBOARDS FOR TSHABO RED HUB REFERENCE NO: RFQ /19

(PTY) LTD REG: 2003/030011/07 PROVISION OF MANAGEMENT AND MARKETING SERVICES FOR THE KANGELA CITRUS FARMS PTY LTD REFERENCE NO: RFP /17

DATE) DOCUMENTS ARE OBTAINABLE AT NO COST FROM: The JCP s website Or City Parks House 40 De Korte Street Braamfontein JHB 2000

INVITATION TO BID YOU ARE HEREBY INVITED TO QUOTE FOR REQUIREMENTS OF THE SOUTH AFRICAN NATIONAL BIODIVERSITY INSTITUTE

City of Johannesburg Supply Chain Management Unit

REQUEST FOR BIDS APPOINTMENT OF A SERVICE PROVIDER TO RENDER CO-SOURCED LEVY AUDIT SERVICES FOR A PERIOD OF THIRTY SIX (36) MONTHS

City of Johannesburg Supply Chain Management Unit

REQUEST FOR QUOTATION. Request Details. Closing details. Return Instructions

SOUTH AFRICAN NATIONAL PARK REQUEST FOR QUOTATION

REQUEST FOR QUOTATION: Audi Visual. Request Details. Closing details

CLOSING DATE: 4 April 2018 CLOSING TIME: 11h00 (South African Standard Time)

RFQ NUMBER: SARAO RFQ SOPS DESCRIPTION:

TERMS OF REFERENCE FOR PURIFIED WATER DISPENSER AND COOLER

SUPPLY, DELIVERY & INSTALLATION OF SOLAR SYSTEM FOR NCORA RED HUB REFERENCE NO: SCMU /17

CONSTRUCTION EDUCATION AND TRAINING AUTHORITY. BID No: /2018

REQUEST FOR INFORMATION

Stop Fraud, Theft and Corruption without Fear or Favour - Call our Hotline Anytime

REQUEST FOR QUOTATION. Request Details. Closing details. Return Instructions

City of Johannesburg Supply Chain Management Unit

DATE) QUOTATIONS MUST BE SUBMITTED IN SEALED ENVELOPES CLEARLY MARKED RFQ FOR...

Pikitup Tender Office Ground Floor, Jorrisen Place, 66 Jorrisen Street Braamfontein, Johannesburg QUOTATIONS SENT BY WILL NOT BE ACCEPTED

FULL MAINTENANCE LEASE OF MUNICIPAL VEHICLES

SUPPLY AND DELIVERY OF LPG GAS TO JOBURG, SOWETO & ROODEPOORT THEATRE & THE JOBURG ZOO

City of Johannesburg Supply Chain Management Unit

REQUEST FOR QUOTATION

INVITATION FOR QUOTATIONS

REQUEST FOR QUOTATION. Request Details. Closing details. Return Instructions

INVITATION TO BID APPOINTMENT OF A SERVICE PROVIDER FOR THE RENEWAL OF THE MICROSOFT OVS LICENSES FOR 36 MONTHS

REQUEST FOR QUOTATION (RFQ) SUPPLY, DELIVERY AND ERECTION OF BILLBOARDS FOR MALANDA PROJECT IN MBIZANA FOR OTP YOUTH PROJECT

INVITATION TO BID. BID NO: NMISA (17-18) T0001 ( Re-Advertised) BID DESCRIPTION:

90 days (commencing from the RFB Closing Date)

INVITATION TO BID APPOINTMENT OF A SERVICE PROVIDER FOR THE RENEWAL OF THE MICROSOFT OVS LICENSES FOR 36 MONTHS

INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (DEPARTMENT OF ARTS AND CULTURE)

63 Juta Street Cnr Bertha Street Braamfontein

ADVERTISEMENT DATE 6 May 2015 Administration, Corporate Services RFQ NUMBER DATE)

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF LIMPOPO ECONOMIC DEVELOPMENT AGENCY DESCRIPTION

Transcription:

APPOINTMENT OF A CONSULTANT FOR COMPILATION, DESIGN, LAYOUT & PRINTING OF STRATEGY DOCUMENTS REFERENCE NO: RFP 08-2017/18 Issued by: ECRDA Unit D12 Beacon Bay Crossing Corner N2 & Bonza Bay Road Beacon Bay EAST LONDON Name of Tenderer: Closing Date: 09 June 2017 Closing Time: 11h00 1

TABLE OF CONTENTS ITEM DESCRIPTION PAGE NO Section A 1. Bid Notice 3-4 SECTION B 2. Terms of Reference 5-9 SECTION C 3. Evaluation criteria 10-12 SECTION D 4. Checklist 13 SECTION E Annexure I Invitation to Bid-SBD 1 14-15 Annexure II Detailed quotation & Methodology 16 Annexure III Authority to sign 17 Annexure IV Tax Clearance Certificate requirements SBD 2 18-19 Annexure V Pricing Schedule 20-21 Annexure VI Demonstrable experience 22 Annexure VII CV s and qualifications 23 Annexure VIII Declaration of interest-sbd 4 24-27 Annexure IX Preference points claim form-sbd 6.1 28-32 Annexure X Declaration of bidder s past SCM practices SBD 8 33-35 Annexure XI Certificate of independent bid determination SBD 9 36-38 SECTION F General Conditions of Contract 39-48 2

SECTION A BID NOTICE The Eastern Cape Rural Development Agency (ECRDA) hereby invites experienced and competent service providers to submit bids as outlined below. Description RFP 08 2017/18: Appointment of a service provider for the compilation, design, layout & printing of strategy documents Evaluation Criteria 80/20 Preference Point System Compulsory briefing session None Closing Date and Time 09 June 2017 @ 11h00 Bid documents outlining the detailed requirements and terms of reference will be obtainable from ECRDA website (www.ecrda.co.za) or via email upon request. Administrative Enquiries should be directed to Mrs M Esben -Telephone: 043 703 6300 or email: esbenm@ecrda.co.za. Technical Enquiries should be directed to Ms S Nienaber - Telephone: 043 703 6300 or email: nienabers@ecrda.co.za. NB: Telephonic, emailed, telex, facsimile and late bids will not be accepted. ECRDA reserves the right not to appoint. Important Conditions All prospective bidders must be registered on the Central Supplier Database (CSD) before the closing date. All prices shall be quoted in South African currency inclusive of VAT. Bidders must submit a valid and original Valid SARS Tax Clearance Certificate from SARS. Certified copies of company registration documents must be submitted with the bid proposal. All quotations will hold good for 90 days after the closing date. Bidders must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS. Failure by the bidder to submit a B-BBEE certificate as mentioned above will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed. Prospective Suppliers must submit certified ID copies of all company directors. All the Standard Bidding Documents (SBD) must be completed in full and signed where relevant. All documents and information relevant to the technical aspect of the bid must be submitted as required in a complete manner. Failure to supply all supplementary information may result in the bid being deemed incomplete and may not be considered for award. Submission of Bid Documents 3

Proposals must be placed in a sealed envelope clearly endorsed with REFERENCE NO: and description and deposited in the tender box located in the reception area of the ECRDA offices at: Unit 12 D, Beacon Bay Crossing, Corner N2 & Bonza Bay Road, Beacon Bay, East London, 5201. SECTION B 4

2. TERMS OF REFERENCE COMPILATION OF THE ANNUAL REPORT, DESIGN, LAYOUT AND PRINTING OF ANNUAL REPORT, APP AND OPS PLAN FOR A 3 YEAR PERIOD. REQUIREMENTS AND CONDITIONS OF BID/CONTRACT APPOINTMENT OF A PROFESSIONAL, EXPERIENCED AND SUITABLY QUALIFIED SERVICE PROVIDER FOR COMPILATION (CONTENT MANAGEMENT), DESIGN, EDITING AND PRINTING OF ECRDAs ANNUAL REPORT AND RELATED PLANNING AND REPORTING DOCUMENTS FOR THREE (03) FINANCIAL YEARS, 2017/18 2019/20. 1. BACKGROUND The Eastern Cape Rural Development Agency wishes to engage services of a suitably qualified and experienced media management, strategic content development and design specialist to develop ECRDA strategic suite of documents and reports for a period of three years. Therefore ECRDA would like to invite suitably qualified service providers to submit proposals for the following o Compilation (content management), design, editing and printing of the annual report for 2016/17, 2017/18 and 2018/19. o Layout, design and printing of the 5-year Strategic Plan for 2019/20 o Layout, design and printing of the Annual Performance Plan for 2018/19 and 2019/20. o Layout, design and printing of the Annual Operational Plan for 2018/19 and 2019/20. o Design of the quarterly report covers for 2017/18, 2018/19 and 2019/20. 2. PURPOSE ECRDA seeks to appoint a reputable service provider with experience to be proved through solid track record, to compile (content management), design, edit, produce and print the annual reports for the financial years, 2016/2017, 2017/2018 and 2018/19. The layout, design and printing of the Annual Performance Plan and the Annual Operational Plan for 2018/19 and 2019/20 financial years. The successful service provider will have to produce printed and professionally bound annual report publication in accordance with specification by 20 August each year, commencing 20 August 2017. The design, layout and pictorial illustrations must be aligned with the corporate identity manual of ECRDA across the documents. 3. SCOPE OF WORK The service provider will be required to deliver on the following: 3.1 Annual Report Compilation (Content management): undertake Interview with Board Chairperson, executive and senior management for the purpose of developing responsive and crisp content for the annual report which interprets ECRDA performance against stated objectives. Design: Design concept development, design and layout of the annual report, taking into account the specified theme and ECRDA corporate identity guidelines. Bidders must factor in five (5) drafts and one (1) final document. 5

Editing and proof-reading: Editing and proof-reading of the content to ensure consistency of language style and appropriate use of language, grammar and spelling checks. Production: Packaging, printing and production including use of the specified paper; managing the printing process, the formatting and packing of the report for electronic and hard copy delivery as per specific timeframes that would be communicated with the appointed service provider. PowerPoint Presentation: PowerPoint presentation designing a PowerPoint presentation/review of operations to be presented to the stakeholders to highlight the key features of the annual report (+/-50 slides using illustrations and pictures as included in the annual report). The design and content development and packaging of the presentation must be in line with ECRDAs norms and standards of design and content excellence. Content The content will be developed and extracted through interviews relevant executives and business unit reports. The annual financial statements will be supplied in Excel format and other reports will be supplied in Word format. The successful bidder will be expected to thoroughly edit all the content provided. ECRDA will be responsible for the final sign-off of the documents. A hard copy and soft copy will be provided to ECRDA for final approval. Design and Type setting Design and typesetting will be done on edited and approved text, with at least three (3) alternative designs to be forwarded to ECRDA. The following must be noted: The service provider is expected to design geographical footprint, graphical displays and info graphics (based on information provided by ECRDA) and any other illustrations that may be used Hard copies (per year) Printed bound quantity: 250 hard copies printed in one batch, Printed unbound quantity: 20 high quality reports to be printed on normal paper and unbound for review by Board of Directors prior to final sign off. Electronic Copies Electronic copies of the Final Report to be supplied as follows: 15 branded CD s 3.2 Annual Performance Plan and Annual Operational plan Design: ECRDA will provide content and the supplier will be required to: Undertake design, layout and printing of the Annual Performance Plan. Undertake design, layout and printing of the Annual Operational Plan, These will be done taking into account the specified theme and ECRDA corporate identity guidelines. Bidders must factor in two (2) drafts and two (2) final draft documents. Staggered printing must be allowed for the Annual Performance Plan and the Annual Operational Plan. 200 printed and bound copies of each of these documents Delivery of Printed Strategic Suite of Documents 6

The printed and bound documents to be delivered to the Strategic Management Unit of ECRDA, Beacon Bay Crossing, Beacon Bay, East London on or before, 28 February each year at 16:00. PROJECT TIMELINES The bidder will be expected to work closely with the Strategic Management Unit of ECRDA, on the Annual Report, Annual Performance Plan and Annual Operational Plan, to ensure delivery of the documents in accordance with the brief and agreed timelines. The project is expected to start from the month January of each consecutive year and be completed by end of August each year. Subject to the annual review of service provider s performance, ECRDA reserves the right to extend the term of appointment for a further two (02) financial years but not beyond this. EVALUATION CRITERIA (Technical) Stage 1: Evaluation on functionality: The functional proposals will be evaluated during the first phase. Please note only proposals that scored 70% and above during the first phase will be considered during the second phase. During the second phase all proposals that scored 70% and above for functionality will be scored on price and B-BBEE Status Level of Contribution and promotion of local enterprises. NO FUNCTIONALITY Weight 1. The bidder must have an office in East London. Office in East London 10 Office in the Eastern Cape 5 No office in the Eastern Cape 0 10 2. The bidder must demonstrate relevant Experience in : 20 3. - compilation of the annual reports and related documents, - design and layout of annual reports and related documents, -annual report editing, proof-reading and printing. The bidder must provide five relevant contactable references for work done in the past 3 (three) years. Provide a portfolio of evidence (samples of work reflecting in-house writing and design of annual reports and related presentations/corporate presentations). Experience in the economic/rural development/agricultural sectors will be advantageous. The bidder must demonstrate relevant experience in design, interpretation and creativity by submitting the following (more than one concept annual report may be submitted): 20 Annual report and presentation design concept illustrating the service provider s interpretation of ECRDAs performance in line with the Corporate Identity Manual. The 8 page, concept should contain the following: 7

Page 1: Illustration of the front outside cover Page 2: Illustration of what the Board of Directors profile will look like, photographic and layout styles to be used. Page 3: Illustration of what the chief executive officer s report will look like Page 4: Illustration of what the chief financial officer s review will look like Page 5: Illustration of what the business unit reports will look like (one unit report is sufficient) Page 6: Illustration of what the financial statements will look like Page 7: Illustration of what the Human resources section will look like Page 8: Illustration of the outside back cover 4. BIDDER S PROPOSED METHODOLOGY AND WORK PLAN 20 The bidder must demonstrate thorough understanding of the objectives and deliverables of this project. The bidder must provide a detailed proposal / methodology clearly stating how the bidder plans to coordinate the project from design to printing. The bidder must also provide an indicative work / project plan with clear deliverables and timeframes. (10) PROJECT MANAGEMENT TEAM The bidder s proposed project management and coordination team must demonstrate a track record/experience in coordinating to successful and on time completion of annual reports under pressure and tight deadlines where required (10) 5. DESIGN AND LAYOUT TEAM 15 The bidder s proposed design and layout team must demonstrate a track record / experience in designing annual reports and corporate publications. The bidders must submit, as part of its proposal, the following: The structure and composition of the proposed design and layout team, clearly outlining the main disciplines/ specialties of this design and layout team. (5) CVs of the proposed design and layout team; and the CVs must clearly highlight qualifications, areas of experience/ competence relevant to the design and layout of an annual report in line with ECRDAs objectives stated above. (10) 6. WRITING, EDITING AND PROOFREADING TEAM The bidder s proposed writing, editing and proofreading team must have relevant qualifications, skills and experience in writing and editing annual reports for State-Owned Companies (SOCs) will be an added advantage. 15 The bidders must submit, as part of its proposal, the following: The structure and composition of the proposed writing, editing and proofreading team, clearly outlining the main disciplines/ specialties of this editing and proofreading team. (5) 8

CVs of the key personnel; and the CVs must clearly highlight qualifications, areas of experience/ competence relevant to the editing and proofreading of an annual report in line with the ECRDAs objectives stated above. (10) Total 100 PRICING Service providers are requested to provide hourly rates on the assignment in accordance to stages stated in 3.1 and 3.2 above. o o o o Compilation of the annual report Design and layout annual report,app and OPS plan Printing of documents, Annual report, APP and Ops Plan Design of quarterly report cover pages ECRDA is not obliged to accept the lowest rates. SECTION C 3. EVALUATION CRITERIA 9

Stage one Functionality NO FUNCTIONALITY Weight 1. The bidder must have an office in East London. Office in East London 10 Office in the Eastern Cape 5 No office in the Eastern Cape 0 10 2. The bidder must demonstrate relevant Experience in : 20 - compilation of the annual reports and related documents, - design and layout of annual reports and related documents, -annual report editing, proof-reading and printing. The bidder must provide five relevant contactable references for work done in the past 3 (three) years. Provide a portfolio of evidence (samples of work reflecting in-house writing and design of annual reports and related presentations/corporate presentations). Experience in the economic/rural development/agricultural sectors will be advantageous. 3. d The bidder must demonstrate relevant experience in design, interpretation and creativity by submitting the following (more than one concept annual report may be submitted): 20 Annual report and presentation design concept illustrating the service provider s interpretation of ECRDAs performance in line with the Corporate Identity Manual. The 8 page, concept should contain the following: Page 1: Illustration of the front outside cover Page 2: Illustration of what the Board of Directors profile will look like, photographic and layout styles to be used. Page 3: Illustration of what the chief executive officer s report will look like Page 4: Illustration of what the chief financial officer s review will look like Page 5: Illustration of what the business unit reports will look like (one unit report is sufficient) 10

Page 6: Illustration of what the financial statements will look like Page 7: Illustration of what the Human resources section will look like Page 8: Illustration of the outside back cover 4. BIDDER S PROPOSED METHODOLOGY AND WORK PLAN 20 The bidder must demonstrate thorough understanding of the objectives and deliverables of this project. The bidder must provide a detailed proposal / methodology clearly stating how the bidder plans to coordinate the project from design to printing. The bidder must also provide an indicative work / project plan with clear deliverables and timeframes. (10) PROJECT MANAGEMENT TEAM The bidder s proposed project management and coordination team must demonstrate a track record/experience in coordinating to successful and on time completion of annual reports under pressure and tight deadlines where required (10) 5. DESIGN AND LAYOUT TEAM 15 The bidder s proposed design and layout team must demonstrate a track record / experience in designing annual reports and corporate publications. The bidders must submit, as part of its proposal, the following: The structure and composition of the proposed design and layout team, clearly outlining the main disciplines/ specialties of this design and layout team. (5) CVs of the proposed design and layout team; and the CVs must clearly highlight qualifications, areas of experience/ competence relevant to the design and layout of an annual report in line with ECRDAs objectives stated above. (10) 6. WRITING, EDITING AND PROOFREADING TEAM The bidder s proposed writing, editing and proofreading team must have relevant qualifications, skills and experience in writing and editing annual reports for State-Owned Companies (SOCs) will be an added advantage. 15 The bidders must submit, as part of its proposal, the following: The structure and composition of the proposed writing, editing and proofreading team, clearly outlining the main disciplines/ specialties of this editing and proofreading team. (5) CVs of the key personnel; and the CVs must clearly highlight qualifications, areas of experience/ competence relevant to the editing and proofreading of an annual report in line with the ECRDAs objectives stated above. (10) Total 100 11

A bidder who scores less than 75 out of 100 for functionality, will not qualify for further evaluation. 3.2 Evaluation of price and B-BBEE points The evaluation on price and B-BBBEE status will be based on 90/10 preference point system as per Preferential Procurement Policy Framework Act and its amended Regulations where 90 points will be allocated for price and 10 for B-BBEE status. SECTION D 12

4. CHECKLIST FOR IMPORTANT BID REQUIREMENTS PLEASE TICK YES OR NO IN EACH BOX BELOW No. Description of Document Check (Yes/ No) 1. Detailed Quotation YES NO 2. Original & Valid Tax Clearance Certificate from SARS YES NO 3. Certified ID Copies of Directors YES NO 4. Certified Business Registration Certificate YES NO 5. Authority to Sign YES NO 6. Completed & Signed SBD 4 YES NO 7. Preference points claim form YES NO 8. Completed & Signed SBD 8 YES NO 9. Completed & Signed SBD 9 YES NO 10. Signed General Conditions of Contract YES NO 11. Original and valid B-BBEE Certificate / Certified Copy. NB, bidders who fail to submit a B-BBEE Certificate will not be able to claim preference points for B-BBEE status. YES NO SECTION E STANDARD BIDDING DOCUMENTS 13

ANNEXURE I Invitation to Bid SBD 1 YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF ECRDA REF. NUMBER: RFP 08-2017/18 CLOSING DATE: 19 May 2017 CLOSING TIME: 11:00 DESCRIPTION: APPOINTMENT OF A CONSULTANT FOR COMPILATION, DESIGN, LAYOUT & PRINTING OF STRATEGY DOCUMENTS. The successful bidder will be required to fill in and sign a written Contract Form (SBD 7). DEPOSITED IN THE BID BOX SITUATED AT: Unit 12 D, Beacon Bay Crossing, Corner N2 & Bonza Bay Road, Beacon Bay, East London. Bidders should ensure that quotations are delivered timeously to the correct address. If the quotation is late, it will not be accepted for consideration. The bid box is generally open 9 hours a day, 5 days a week. ALL QUOTATIONS MUST BE SUBMITTED ON THE OFFICIAL FORMS (NOT TO BE RE- TYPED) THIS RFQ IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT THE FOLLOWING PARTICULARS MUST BE FURNISHED O (FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED) NAME OF BIDDER... POSTAL ADDRESS. STREETADDRESS TELEPHONE NUMBER: CODE NUMBER.. CELLPHONE NUMBER... FACSIMILE NUMBER: CODE.NUMBER E-MAIL ADDRESS: VAT REGISTRATION NUMBER HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN SUBMITTED? (SBD 2) 14

YES or NO HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (SBD 6.1) YES or NO IF YES, WHO WAS THE CERTIFICATE ISSUED BY? AN ACCOUNTING OFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)..... A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); OR. A REGISTERED AUDITOR..... [TICK APPLICABLE BOX] (A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE) ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS / SERVICES / WORKS OFFERED? YES or NO [IF YES ENCLOSE PROOF] SIGNATURE OF BIDDER DATE CAPACITY UNDER WHICH THIS BID IS SIGNED TOTAL BID PRICE TOTAL NUMBER OF ITEMS OFFERED... ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO: Contact Person: Ms. M. Esben Tel: 043 703 6300 or E-mail address: esbenm@ecrda.co.za ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO: Contact Person: Ms S Nienaber Tel: 043 703 6300 or E-mail address: nienabers@ecrda.co.za 15

ANNEXURE II DETAILED QUOTATION & METHODOLOGY BIDDERS MUST ATTACH A DETAILED QUOTATION & METHODOLOGY ON THIS PAGE. This information shall be deemed to be material to the award of the Contract. SIGNED ON BEHALF OF THE BIDDER: 16

ANNEXURE III AUTHORITY TO SIGN Signatory for companies shall confirm their authority thereto by attaching a duly signed and dated copy of the relevant resolution of the board of directors to this form. An example is given below: By resolution of the board of directors passed at a meeting held on..... Mr./Ms..., whose signature appears below, has been duly authorized to sign all documents in connection with the bid for Contract NO and any Contract that may arise there from on behalf of (name of Bidder in block capitals) SIGNED ON BEHALF OF THE COMPANY:... IN HIS/HER CAPACITY AS: DATE:... SIGNATURE OF SIGNATORY:.... WITNESSES: 1..... 2.... 17

ANNEXURE IV TAX CLEARANCE CERTIFICATE REQUIREMENTS SBD 2 It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder s tax obligations. 1 In order to meet this requirement bidders are required to complete in full the attached form TCC 001 Application for a Tax Clearance Certificate and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit Bids. 2 SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year from the date of approval. 3 The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable. 4 In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate. 5 Copies of the TCC 001 Application for a Tax Clearance Certificate form are available from any SARS branch office nationally or on the website www.sars.gov.za. 6 Applications for the Tax Clearance Certificates may also be made via efiling. In order to use this provision, taxpayers will need to register with SARS as efilers through the website www.sars.gov.za. Jeyrel:\Mdk416-SBD2 tax clearance 18

PLEASE ATTACH TAX CLEARANCE CERTIFICATE ON THIS PAGE 19

ANNEXURE V Pricing Schedule Firm Prices SBD 3.1-Professional Services OFFER TO BE VALID FOR DAYS FROM THE CLOSING DATE OF BID. ITEM NO DESCRIPTION BID PRICE IN RSA CURRENCY. **(ALL APPLICABLE TAXES INCLUDED) NAME OF BIDDER: BID NO.: CLOSING TIME 11:00 CLOSING DATE. 1. The accompanying information must be used for the formulation of proposals. 2. Bidders are required to indicate applicable rates for the completion of the assignment. Design of quarterly report cover pages 3. COMPILATION OF THE ANNUAL REPORT PERSON AND POSITION HOURLY RATE DAILY RATE -------------------------------------------------- R---------------------------- R-------------------- --------------------------------------------------- R-------------------------- R -------------------- ---------------------------------------------------- R--------------------------- R-------------------- ----------------------------------------------------- R----------------------------- R------------------- 4. DESIGN AND LAYOUT ANNUAL REPORT, APP AND OPS PLAN PERSON AND POSITION HOURLY RATE DAILY RATE -------------------------------------------------- R---------------------------- R-------------------- --------------------------------------------------- R-------------------------- R -------------------- ---------------------------------------------------- R--------------------------- R-------------------- ----------------------------------------------------- R----------------------------- R------------------- 20

5. PRINTING OF DOCUMENTS, ANNUAL REPORT, APP AND OPS PLAN Printing options: Staggered printing Rate per copy: Bulk printing Rate: 50 Copies: 100 Copies 150 Copies 200 Copies 250 Copies ** all applicable taxes includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies. 6. Period required for commencement with project 7. Estimated man-days for completion of project 8. Are the rates quoted firm for the full period of contract? *YES/NO 9.If not firm for the full period, provide details of the basis on which adjustments will be applied for, for example consumer price index.... *[DELETE IF NOT APPLICABLE 21

ANNEXURE VI DEMONSTRABLE RELEVANT EXPERIENCE OF THE COMPANY The bidder must insert in the spaces provided below a complete list of all relevant contracts awarded to the company regarding compilation, design & layout of Annual Reports & Corporate publications. This information shall be deemed to be material to the award of the Contract. Company (Name & Tel No) Project Manager (Name & Tel No) Nature of Contract Year Started & Completed SIGNED ON BEHALF OF THE BIDDER: 22

ANNEXURE VII CVs & QUALIFICATIONS BIDDERS MUST ATTACH CV s AND QUALIFICATIONS OF RELEVANT PERSONNEL ON THIS PAGE This information shall be deemed to be material to the award of the Contract. SIGNED ON BEHALF OF THE BIDDER: 23

ANNEXURE VIII DECLARATION OF INTEREST SBD 4 1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where- - the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid. 2. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 2.1 Full Name of bidder or his or her representative: 2.2 Identity Number:. 2.3 Position occupied in the Company (director, trustee, shareholder², member): 2.4 Registration number of company, enterprise, close corporation, partnership agreement or trust:... 2.5 Tax Reference Number:.. 2.6 VAT Registration Number: 2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / PERSAL numbers must be indicated in paragraph 3 below. ¹ State means (a) (b) (c) (d) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999); any municipality or municipal entity; provincial legislature; national Assembly or the national Council of provinces; or 24

(e) Parliament. ² Shareholder means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise. 2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars: Name of person / director / trustee / shareholder/ member: Name of state institution at which you or the person connected to the bidder is employed : Position occupied in the state institution:... Any other particulars: 2.7.2 If you are presently employed by the state, did you obtain YES / NO the appropriate authority to undertake remunerative work outside employment in the public sector? 2.7.2.1 If yes, did you attach proof of such authority to the bid YES / NO document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid. 2.7.2.2 If no, furnish reasons for non-submission of such proof:... 2.8 Did you or your spouse, or any of the company s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months? 2.8.1 If so, furnish particulars:.. 25

..... 2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? 2.9.1If so, furnish particulars....... 2.10 Are you, or any person connected with the bidder, YES/NO aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid? 2.10.1 If so, furnish particulars. 2.11 Do you or any of the directors / trustees / shareholders / members YES/NO of the company have any interest in any other related companies whether or not they are bidding for this contract? 2.11.1 If so, furnish particulars:..... 26

3 Full details of directors / trustees / members / shareholders. Full Name Identity Personal Number Income Tax Reference Number State Employee Number / Persal Number 4 DECLARATION I, THE UNDERSIGNED (NAME) CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE... Signature. Position Date Name of bidder 27

ANNEXURE IX PREFERENCE POINTS CLAIM FORM 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 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. 1.3 Preference points for this bid shall be awarded for: (a) Price; and (b) B-BBEE Status Level of Contribution. 1.4 The maximum points for this bid are allocated as follows: POINTS PRICE 80 B-BBEE STATUS LEVEL OF CONTRIBUTION 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. 2. DEFINITIONS 28

(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 of an entity based in terms of a code 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 services, works or goods, 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 as defines by Codes of Good Practice under section 9 (1) of the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); (f) functionality means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender forms; (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 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 invitations, 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 æ Pt - P min ö æ Pt - P min ö Ps = 80ç1 - or Ps = 90ç1 - è P min ø è P min ø Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 29

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION 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 Contributor Number of points (90/10 system) Number of points (80/20 system) 1 10 20 2 9 18 3 8 16 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 CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 5.1 6.1 B-BBEE Status Level of Contribution:. = (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 means of a 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. 30

(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 least 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 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 Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX] 31

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 contribution indicated in paragraph 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 paragraph 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 contribution 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) (b) (c) (d) (e) disqualify the person from the bidding process; recover costs, losses or damages it has incurred or suffered as a result of that person s conduct; 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; restrict the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, 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; an forward the matter for criminal prosecution. WITNESSES. SIGNATURE(S) OF BIDDERS(S) 1... 2.. DATE:.. ADDRESS 32

ANNEXURE X DECLARATION OF BIDDER S PAST SUPPLY CHAIN MANAGEMENT PRACTICES SBD 8 1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system. 3 The bid of any bidder may be disregarded if that bidder, or any of its directors have- a. abused the institution s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract. 4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. Item Question Yes No 4.1 Is the bidder or any of its directors listed on the National Treasury s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury s website (www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page. Yes No 4.1.1 If so, furnish particulars: 33

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page. Yes No 4.2.1 If so, furnish particulars: 4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years? Yes No 4.3.1 If so, furnish particulars: 4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract? Yes No 4.4.1 If so, furnish particulars: 34

CERTIFICATION I, THE UNDERSIGNED (FULL NAME) CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.... Signature.. Date. Position Js365bW.. Name of Bidder 35

ANNEXURE XI CERTIFICATE OF INDEPENDENT BID DETERMINATION SBD 9 1 This Standard Bidding Document (SBD) 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 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to: a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution s supply chain management system and or committed fraud or any other improper conduct in relation to such system. b. cancel a contract awarded to a supplier of goods and services if the supplier committed any corrupt or fraudulent act during the bidding process or the execution of that contract. 4 This SBD 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 bidrigging. 5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 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. 36

SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION I, the undersigned, in submitting the accompanying bid: (Bid Number and Description) in response to the invitation for the bid made by: (Name of Institution) do hereby make the following statements that I certify to be true and complete in every respect: I certify, on behalf of: that: (Name of Bidder) 1. I have read and I understand the contents of this Certificate; 2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect; 3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder; 4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign the bid, on behalf of the bidder; 5. For the purposes of this Certificate and the accompanying bid, I understand that the word competitor shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who: (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 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 37

(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. 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. Position Date Name of Bidder Js914w 2 38

SECTION F GENERAL CONDITIONS OF CONTRACT NOTES The purpose of this document is to: (i) Draw special attention to certain general conditions applicable to government bids, contracts and orders; and (ii) To ensure that clients be familiar with regard to the rights and obligations of all parties involved in doing business with government. In this document words in the singular also mean in the plural and vice versa and words in the masculine also mean in the feminine and neuter. The General Conditions of Contract will form part of all bid documents and may not be amended. Special Conditions of Contract (SCC) relevant to a specific bid, should be compiled separately for every bid (if applicable) and will supplement the General Conditions of Contract. Whenever there is a conflict, the provisions in the SCC shall prevail. TABLE OF CLAUSES 1. Definitions 2. Application 3. General 4. Standards 5. Use of contract documents and information; inspection 6. Patent rights 7. Performance security 8. Inspections, tests and analysis 9. Packing 10. Delivery and documents 11. Insurance 12. Transportation 13. Incidental services 14. Spare parts 15. Warranty 16. Payment 17. Prices 18. Contract amendments 19. Assignment 20. Subcontracts 21. Delays in the supplier s performance 22. Penalties 23. Termination for default 24. Dumping and countervailing duties 25. Force Majeure 26. Termination for insolvency 27. Settlement of disputes 28. Limitation of liability 29. Governing language 30. Applicable law 31. Notices 32. Taxes and duties 39

General Conditions of Contract 1. Definitions 1. The following terms shall be interpreted as indicated: 1.1 Closing time means the date and hour specified in the bidding documents for the receipt of bids. 1.2 Contract means the written agreement entered into between the purchaser and the supplier, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. 1.3 Contract price means the price payable to the supplier under the contract for the full and proper performance of his contractual obligations. 1.4 Corrupt practice means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. 1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its products internationally. 1.6 Country of origin means the place where the goods were mined, grown or produced or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components. 1.7 Day means calendar day. 1.8 Delivery means delivery in compliance of the conditions of the contract or order. 1.9 Delivery ex stock means immediate delivery directly from stock actually on hand. 1.10 Delivery into consignees store or to his site means delivered and unloaded in the specified store or depot or on the specified site in compliance with the conditions of the contract or order, the supplier bearing all risks and charges involved until the supplies are so delivered and a valid receipt is obtained. 1.11 "Dumping" occurs when a private enterprise abroad market its goods on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the RSA. 1.12 Force majeure means an event beyond the control of the supplier and not involving the supplier s fault or negligence and not foreseeable. Such events may include, but is not restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. 1.13 Fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of any bidder, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices artificial non-competitive levels and to deprive the bidder of the benefits of free and open competition. 1.14 GCC means the General Conditions of Contract. 1.15 Goods means all of the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser under the contract. 1.16 Imported content means that portion of the bidding price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African place of entry as well as 40