Amatola Website and from Supply Chain Office. Tel:

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

Request Details. Closing details. Return Instructions

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

INVITATION TO SUBMIT QUOTATIONS

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

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

TERMS OF REFERENCE FOR PURIFIED WATER DISPENSER AND COOLER

ADVERTISEMENT DATE 17 December 2014 Conservation Management Department RFQ NUMBER

Offer to Purchase Bontebok Best Price Principle.

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

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

RFQ No:1123 REPAIR AND REPLACE FENCE AT BINFIELD WTW

NOTICE : EXPRESSION OF INTEREST

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

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

APPLICATION FOR REGISTRATION ON THE SUPPLIER DATABASE OF SANRAL SOUTHERN REGION

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

REQUEST FOR QUOTATION: SERVICES. Request Details. Closing details

REQUEST FOR QUOTATIONS (RFQ)

SUPPLY & DELIVERY OF DAIRY PRODUCTS

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

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

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

REQUEST FOR QUOTATION. Request Details

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

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

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

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

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

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

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

REQUEST FOR QUOTATION: GOODS. Request Details. Closing details

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

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

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

CONCRETE CUTTER. Amatola Website and from Supply Chain Office PLEASE NOTE, NOT SUBMITTING THE COMPULSORY DOCUMENTS MAY LEAD TO DISQUALIFICATION

TERMS OF REFERENCE FOR THE APPOINTMENT OF A

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

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

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

JCPZ/RFQ/IS09/2014 DATE)

RFQ CLOSING DATE: 21 February 2017 RFQ CLOSING TIME: 12h00 CONTACT PERSON: Ms D Phatlane / Ms Lerato Molokwane

INVITATION TO REGISTER ON THE PROSPECTIVE PROVIDERS DATABASE

ADVERTISEMENT DATE 17 June 2015 Corporate Research and Knowledge Management DATE)

SAP and On Key Integration with Microsoft CRM Dynamics

63 Juta Street Cnr Bertha Street Braamfontein

DESCRIPTION CONTACT PERSON CLOSING DATE & TIME. MR. JAMES ABRAHAMS

TENDER DOCUMENT FOR ACCOMODATION OF 240 PEOPLE SHARING

RFQ NUMBER: SARAO RFQ SOPS DESCRIPTION:

METROBUS REQUEST FOR QUOTATION (RFQ)

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

REQUEST FOR QUOTATION. Request Details

REQUEST FOR QUOTATION NOTICE (FOR GOODS AND SERVICES FOR AMATOLA WATER)

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

DESCRIPTION CONTACT PERSON CLOSING DATE & TIME. Mr James Abrahams

Supply and Delivery of PPE to Ward 28 - Mthatha

Nyala, Lechwe, Waterbuck. Burchell s Zebra. and. Offer to Purchase. Best Price Principle

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

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

PROSPECTIVE PROVIDER LIST APPLICATION This page to be completed for each submission APPLICATION DETAILS

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

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

TENDER DOCUMENT FOR CATERING

ADVERTISEMENT DATE 26 February 2014 CRM & Customer Interface Management DATE)

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

City of Johannesburg Johannesburg Roads Agency. 66 Pixley Ka Isaka Seme Street Cnr. Rahima Moosa Street Johannesburg 2001

RFQ NUMBER: SARAO RFQ SCSA DESCRIPTION:

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

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

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSAL

City of Johannesburg Supply Chain Management Unit

City of Johannesburg Johannesburg Roads Agency. 66 Pixley Ka Isaka Seme Street Cnr. Rahima Moosa Street Johannesburg 2001

INVITATION FOR QUOTATIONS

REQUEST FOR QUOTATIONS RFQ NO: PESTMAIN/11/18. Issued: 06/11/2018 DESCRIPTION CONTACT PERSON CLOSING DATE & TIME

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

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

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

Technical Lead resource for the SARAO Data Cube Project

Repair, dry out, install and Commission; 300Kw Actom motor for Transfer Pump station at Homevale Disposal Works

63 Juta Street Cnr Bertha Street Braamfontein

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

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

Request of service provider to procure for familiarization tours.

63 Juta Street Cnr Bertha Street Braamfontein

INVITATION FOR QUOTATION

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

City of Johannesburg Supply Chain Management Unit

City of Johannesburg Supply Chain Management Unit

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

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

PROSPECTIVE SUPPLIER LIST APPLICATION

City of Johannesburg Supply Chain Management Unit

TENDER DOCUMENT FOR THE PROPOSAL OF REVENUE ENHANCEMENT STRATEGY

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

City of Johannesburg Johannesburg Roads Agency. 66 Pixley Ka Isaka Seme Street Cnr. Rahima Moosa Street Johannesburg 2001

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

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

ADVERTISEMENT DATE 11 February 2015 Conservation Management RFQ NUMBER

City of Johannesburg Supply Chain Management Unit

Transcription:

IMS-SCM-020F AWCON2017/18/02 SERVICING AND MAINTENANCE OF FIRE EQUIPMENT Procurement Less than R 500 000 (Including Vat) (For publication on Amatola Water Board Notice Board/s and Website) The Amatola Water Board requests your quotations to be submitted as per below. Please furnish all information and forms as requested and return your quotation on or before the stipulated closing date. Late and incomplete submissions will invalidate the quotation submitted. ADVERTISEMENT DATE 23 FEBRUARY 2018 DEPARTMENT Health and Safety RFQ NUMBER AWCON2017/18/02 DESCRIPTION OF GOODS/SERVICES Servicing and Maintenance of Fire Equipment RFQ SPECIFICATION FORMS/ DOCUMENTS ARE OBTAINABLE FROM Amatola Website and from Supply Chain Office COMPULSORY REQUIREMENTS SUBMISSION OF QUOTES As detailed on the Returnable Schedules HAND DELIVERED ONLY TO: RFQ/Quotation Box at 6 Lancaster Road Reception Area, Vincent, East London, SITE MEETING/BRIEFING NOT APPLICABLE DELIVERY OF GOODS/ SERVICES NAHOON DAM COMPLEX, NAHOON DAM, EAST LONDON SAMPLES REQUIRED NOT APPLICABLE CLOSING DATE AND TIME 07 MARCH 2018 @ 11:00AM ENQUIRIES M. JAYIYA Tel: 043 709 3790 PLEASE NOTE: Quotations above R30 000 will be evaluated on the basis of the 80:20 point system as stipulated in the Preferential Procurement Policy Framework Act (Act number 5 of 2000) & Amatola Water Board Supply Chain Management Policies and Procedures. SUBMISSION OF QUOTES: All quotes must be submitted to the dedicated quotes email address or submitted to the box. No quotes to individual inboxes will be accepted. AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 1 of 50

Confidential Request for Quotation Description Attention Servicing and Maintenance of Fire Equipment Date Company Name Ref. AWCON2017/18/02 Fax No. From M Jayiya Email Address RFQ Closing Date and Time : WEDNESDAY 07 MARCH 2018 AT 11:00 NB: No late or incomplete quotations will be considered No of pages, including this one: 49 SCM ENQUIRIES M. Jayiya Tel: (043) 707 3700 / 043-707 3790 E-mail: mjayiya@amatolawater.co.za TECHNICAL ENQUIRIES O. Fritz Tel: 043-709 3700/ 043 709 3708 E-mail: ofritz@amatolawater.co.za Amatola Water seeks a suitably experienced service provider for the Servicing and Maintenance of Fire Equipment in line with the Scope of Work as detailed in Annexure 1. Your quotation must be submitted in accordance with our CONDITIONS OF PURCHASE. 1. QUOTATION DOCUMENTS Your quotation must be submitted in accordance with the following documentation enclosed herewith: 1.1. Scope of Work : (Annexure 1) 1.2. Functionality Scoring : (Annexure 2) 1.3. Price Schedule: (Annexure 3).A detailed quotation may be submitted together with the Price Schedule. 1.4. Compulsory Returnable Schedules: (Annexure 4) (a) Proof of CSD Registration (b) Declaration of Interest (c) Preference Points Claim Form (d) B-BBEE Verification Certificate / Affidavit (e) Declaration of bidder s past supply chain management practices (f) Certificate of independent bid determination (g) Reference Schedule (h) Local Content Declaration (if applicable) 1.5 Conditions of Purchase: (Annexure 5) AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 2 of 50

2. COMPANY PROFILE A brief company profile detailing your company s experience and expertise in the area of work quoted for must be provided. 3. CRITERIA TO BE USED FOR EVALUATION OF QUOTATIONS In line with Amatola Water s Supply Chain Management Policy, quotations will be evaluated on the 80/20 preference point system for acquisitions with a rand value below R50 Million. The 80/20 preference point system allocates 80 points for price and 20 points for the B-BBEE status level of contributor. 3.1 Evaluation of Preference/B-BBEE The Preferential Procurement Policy Framework Act (PPPFA) principles will apply, whereby submissions will be evaluated according to the provision of the Act. The measurement of the B-BBEE status of the suppliers/service providers will be scored in line with the Broad-Based Black Economic Empowerment Codes of Good Practice (Government Gazette No. 29617, Notice 112 of 2007). B-BBEE status will be scored in accordance with the DTI Codes of Good Practice and bidders must submit their original and valid B-BBEE status level verification certificate or a certificate issued by a registered auditor, accounting officer (as contemplated in section 60 (4) of the Closed Corporations Act, 1984) or an accredited verification agency in order to be eligible for B-BBEE points. A maximum of 20 points may be awarded to a bidder for attaining their B-BBEE status level contemplated in the B-BBEE Codes of Good Practice. The points scored by a bidder in respect of the level of B-BBEE contribution contemplated in sub-regulation (3) must be added to the points scored for price. As per the Supply Chain Management policy, Amatola Water strives to perform preferential procurement with organizations that have a procurement recognition level of 4 (100%). Suppliers who currently do not meet this recognition are strongly encouraged to further empower their organization to reach this level. B-BBEE Status Level of Contributor Number of Points 1 20 2 18 3 14 4. 12 5 8 6 6 7 4 8 2 Non-compliant contributor 0 4. Central Supplier Database Registration If not already registered as a vendor on National Treasury Database, bidders must be registered. Tenderers who wish to register as service providers on the Central Supplier Database can register onto www.csd.gov.za. For further enquiries contact the Supply Chain Management Department on Tel: 043 707 3770 AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 3 of 50

5. METHOD OF SUBMISSION OF QUOTATION: Your quotation may be submitted by only the following method by: Wednesday 7 March 2018 at 11:00am: Only Hand delivered submissions will be accepted to Amatola Water Head Office, No. 6 Lancaster Road Reception, Vincent, East London (Please put your RFQ submission in RFQ Box located at Reception after signing the register). AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 4 of 50

Annexure 1 Scope of Work AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 5 of 50

Annexure 1 Amatola Water invites quotations from suitably experienced qualified and professional service providers to quote on SERVICING AND MAINTENANCE OF FIRE EQUIPMENT as set out below: To service Fire equipment (Fire Extinguishers, Fire Hydrants and Fire Hose Reels) on all Amatola Water Board sites. Scope of Work: SERVICING OF CO² EXTINGUISHERS AS FOLLOWS TECHNICAL SPECIFICATION Check date last pressure tested Check extinguisher for rust, dents or other visible damage. Remove discharge hose and horn assembly, check for blockages. Check operation of head assembly. Weigh extinguisher (If underweight Refill). Refit discharge hose and horn assembly. Seal extinguisher and make ready for use. Wipe extinguisher and affix signed and dated service label and lead seal. SERVICING OF STORED-PRESSURE DRY CHEMICAL POWDER (EXTINGUISHER) Depressurized extinguisher. Open the extinguisher and pour the powder into a clean receptacle. Remove the discharge hose (if fitted) from the discharge hose adapter. Using Dry compressed air (or dry gas); remove all traces of powder from the inside and the outside of the container, discharge hose, nozzle, control valve assembly, filler cap and actuating mechanism. Sift the powder through a siff of nominal aperture size 2.0mm and examine the powder. Unless it is free from lumps, caking and foreign matter, discard the powder and replace it with a new charge in accordance with the manufacturer s recommendations. Refit the discharged hose. Before fitting the filler cap, examine and if necessary, replace the sealing washer or O ring, as relevant. Pressurize the extinguisher to the correct working pressure, using either dry nitrogen or dry co², as recommended by the manufacturer. Note whether the pressure gauge reading corresponds to the working pressure and if it does not, replace the gauge and re-pressurize the extinguisher. Check the operation and calibration of the pressure gauge. Carry out a leakage test. Seal unit. Clean extinguisher and put a service label on with name and date. AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 6 of 50

SERVICING OF HOSE REELS Check the hose reel mounting bolts for corrosion and physical damage, check whether the frame is mounted in a secure manner and whether the reel operates freely. Unwind reel completely and check condition of hose and physical damage. Check waterway and the waterway components for corrosion. Check operation of hose nozzle. Check condition of hose reel frame. Close hose nozzle and switch on water supply at stopcock and check whether the hose is in an acceptable condition and is fitted in an acceptable manner and whether it can with stand the pressure in the supply main. While hose is under pressure, check for leaks especially at gland. Ensure that waterway of the hose reel and the hose reel hose can with stand a test pressure of 2 000kpa for 3 minutes. Close stopcock, empty hose and rewind onto reel and ensure all operating parts operate with ease. Check operation of draw-off shackle and general condition of pipe work. Wipe hose reel and affix signed and dated service label. Affix anti tamper seal next to waterway with date on. SERVICING OF HYDRANT Open hydrant and allow water pressure to be release Check main washer sealing at normal hand tension. Check gland for leaks. Check that the hose clip is in correct working order. Check condition of lip washer. Affix signed service label. NEW EQUIPMENT All new equipment supplied to Amatola Water shall comply with SANS manufacturing standards with all relevant supporting documentation. All new fire equipment supplied must first be approved by Amatola Water Board, Safety Department. LABELING OF EQUIPMENT AND SITE REGISTER The contractor shall mark all equipment by numbering on the unit and on the wall. Each unit shall be indicated on the site registers that shall be handed over to the department on the day of completion. REPAIRS AND RECHARGING OF EXTINGUISHERS AFTER USAGE Spares and material used to repair / recharge extinguishers after usage will be paid at as spares to the contractor. Recharging of fire equipment must first be approved by Amatola Water Board, Safety Department. REPLACEMENT OF EQUIPMENT Replacement of equipment must first be approved by Amatola Water Board, Safety Department. AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 7 of 50

SIGNS IN BUILDINGS Before any additional signs in and around buildings can be installed, the contractor must submit a motivation stipulating the necessity of the additional signs. Only after approval by Amatola Water shall it be allowed that additional signs be installed. SERVICE LABELS When all the relevant inspection and service procedures have been completed, record, indelibly and on an acceptable, waterproof, adhesive label that is firmly fixed to the fire hose reel, the following information: the name, physical address and contact number of the reconditioning organization the date of service; and The next service due date. pressure at time of service The handle shall be sealed in a manner that prevents use without breaking using an acceptable safety seal. NB: All work must be done in accordance with the Occupational Health and Safety Act (Act 85 of 1993) and all relevant SANS Codes. With submission of tender the service provider must submit all registration certificates of the business with the SAQCC as well as the registration certificates of the technicians that will be conducting the services. Service Provider must submit a full report on the state of current equipment after every service. For more information please contact OTTO FRITZ ON 043-709 3708 AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 8 of 50

Annexure 2 Functionality Scoring AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 9 of 50

Annexure 2 FUNCTIONALITY SCORING RFQs will be evaluated using Eligibility as per Compulsory Returnable Schedules, Functionality Scoring as Stage 1 and Stage 2 for Price and preference. Stage 1: Functionality Criteria: RFQs will be evaluated based on the functionality as detailed on below table: Attached all required documents Scoring Functionality - The allocation of the scoring criteria will be applied as follows EVALUATION CRITERIA WEIGHTING POINTS SCORED Company Registration with SAQCC 20 Certificate from supplier for portable fire extinguisher 10 SAQCC Fire registered technicians minimum of 2 (submit accreditation ) 4 references 3 references 2 references 1 reference 20 15 10 5 20 Confirmation letters of appointment with ID for employees (2 ) technicians 4 references 3 references 2 references 1 reference References of similar nature above 5 3 4 references 1-2 references 0 references Locality of the Office East London 15 Within the Eastern Cape 10 Outside Eastern Cape 5 0 Maximum possible score for quality 100 Minimum number of total evaluation points required 70 for functionality 15 10 5 10 5 0 20 15 15 AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 10 of 50

Annexure 3 Price Schedule AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 11 of 50

Annexure 3 Pricing Schedule No Descriptions of Items to be Serviced Units Rate per unit 1 9.0kg DCP Fire Extinguishers 2 4.5kg DCP Fire Extinguishers 3 2.5kg DCP Fire Extinguishers 4 2.5kg CO² Fire Extinguishers 5 5.0kg CO² Fire Extinguishers No Recharges, Parts and Materials Units Rate per unit 1 Discharge nozzle 2 Instruction label 3 Service label 4 Pressure test label 5 DCPSP head valve 6 Gauge 7 Discharge house nozzle 8 O ring 9 Plunger 10 Plunger o ring 11 Relieve valve 12 Lead / Plastic seal 13 Nitrogen No CO2 (Carbon dioxide) Extinguisher Units Rate per unit 1 Spares Instruction label 2 Pressure test label 3 Hose & Horn 5kg 4 Fixed Horn 2kg 5 Co2 valve 6 Plastic / lead seal 7 Service label No Fire Hose Reel Units Rate per unit 1 30m PVC plastic house 2 House reel frame 3 CP valve 4 Plastic / Aluminium nozzle 5 Waste way 6 Running out guide No Descriptions of Items to be Replaced with New Include Supply and Installation 1 Fire Hose-reel 2 Fire Exit Signage 3 Arrow Sign 4 Fire Extinguishers Sign 5 Fire Hose-reel Sign 6 Fire Extinguishers Cabinet 7 Fire Extinguishers Bracket Units Rate per unit AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 12 of 50

AREAS OF SERVICE No Area Distance 1 Amatola Water Head Office, Vincent East London 2 Amatola Water Regional Office Nahoon Dam Complex 25km 3 Laing Dam & Pipeline & Pump stations & Houses and vehicles 75km 4 Peddie WTW & Surrounding Plants & Pump stations & Houses and 175km vehicles 5 Sandile WTW & Masincedane WTW & Houses and vehicles 150km 6 Debe WTW, Pump stations & Houses and vehicles 95km 7 Binfield WTW, Pump stations & Houses and vehicles 170km 8 Albany Coast & Pump stations and vehicles 170km NB: DISTANCES IS APPROXIMATELY AND SINGLE TRIP FROM EAST LONDON REQUIREMENTS REGARDING STAFF The Contractor shall continuously ensure that all staff is suitable, able and competent for the duties required of them. Staff must have experience in the maintenance of fire extinguishers, fire hose reels and fire hydrants. The Contractor shall continuously ensure that all staff is knowledgeable on all equipment relating to the Fire Extinguishers, Fire Hose Reels and Fire Hydrants. TECHNICIAN Registered SAQCC Technician Must be in permanent employ of the company The ability to prepare comprehensive reports, sign off all maintenance records and verify that the equipment are safe and fit for use. Experience in the maintenance of fire extinguishers, fire hose reels and fire hydrants. ASSISTANT TECHNICIAN Must be in permanent employ of the company. Properly trained in category of work that he is required to perform. Properly trained and have working experience in the maintenance of fire extinguishers, fire hose reels and fire hydrants. COMPLIANCE WITH THE OCCUPATIONAL HEALTH & SAFETY ACT 85 OF 1993 The Mandatary undertakes to ensure that they and their respective employees will always comply with the following conditions: All work performed by the Mandatary on the Client s premises must be performed under the close supervision of the Mandatary s employees who are to be trained to understand the hazards associated with any work that the Mandatary performs on the Client s premises. The Mandatary shall be assigned the responsibility in terms of Section 16(1) of the OHS Act 85 of 1993, if the Mandatary assigns any duty in terms of Section 16(2), a copy of such written assignment shall immediately be forwarded to the Client. The Mandatary shall ensure that he/she familiarise himself/herself with the requirements of the OHS Act 85 of 1993 and that s/he and his/her employees comply with the requirements. The Mandatary shall ensure that a baseline risk assessment is performed by a competent person before commencement of any work in the Client s premises. A baseline risk assessment document will include identification of hazards and risk, analysis and evaluation of the risks and hazards identified, a documented plan and safe work procedures to mitigate, reduce or control the risks identified, and a monitoring and review plan of the risks and hazards. AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 13 of 50

The Mandatary shall appoint competent persons who shall be trained on any Occupational Health & Safety aspect pertaining to them or to the work that is to be performed. The Mandatary shall ensure that discipline regarding Occupational Health & Safety shall be strictly enforced. Any personal protective equipment required shall be issued by the Mandatary to his/her employees and shall be worn at all times. Written safe working practices/procedures and precautionary measures shall be made available and enforced and all employees shall be made conversant with the contents of these practices. No unsafe equipment/machinery and/or articles shall be used by the Mandatary or contractor on the Client s premises. All incidents/accidents referred to in OHS Act shall be reported by the Mandatary to the Provincial Director: Department of Labour as well as to the Client. No user shall be made by the Mandatary and/or their employees of the Client s machinery/article/substance/plant/personal protective equipment. The Mandatary shall ensure that work for which the issuing of permit is required shall not be performed prior to the obtaining of a duty completed approved permit. The Mandatary shall ensure that no alcohol or any other intoxicating substance shall be allowed on the Client s premises. Anyone suspected to be under the influence of alcohol or any other intoxicating substance shall not be allowed on the premises. Anyone found on the premises suspected to be under the influence of alcohol or any other intoxicating substance shall be escorted off the said premises immediately. Full participation by the Mandatary shall be given to the employees of the Client if and when they inquire into Occupational Health & Safety. NB: Please specify lead time. days after order award. Kindly complete the following information: Vendor Name: Vendor Registration No.: Vat Reg. No.: Tel. Number: Fax. Number: Name (Block Letters): Vendor Office Address. Quotation Date: Signature: Vendor E-mail address: Vendor CSD Registration No: AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 14 of 50

Annexure 4 Compulsory Returnable Schedules AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 15 of 50

COMPULSORY RETURNABLE SCHEDULES CHECKLIST AS PER ANNEXURE 4 REQUIREMENTS BELOW Compulsory Returnable Schedules Required for Evaluation Purposes Tick if completed / submitted 1 Proof of CSD Registration 2 Declaration of Interest 3 Preference Points Claim Form 4 B-BBEE Verification Certificate / Affidavit 5 Declaration of bidder s past supply chain management practices 6 Certificate of independent bid determination 7 Reference Schedule 8 Local Content Declaration (if applicable) AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 16 of 50

Annexure 4 Returnable Schedules Required for Eligibility and Evaluation Purposes Attach Relevant Document 1. DECLARATION OF INTEREST (SBD4) 1. Declaration of Interest 1.1 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 a price quotation, advertised competitive bid, limited bid or proposal). 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): 2.4 Company Registration Number: 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 three below. ¹ State means AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 17 of 50

(a) 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); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (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 attached 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: AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 18 of 50

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: 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? 2.9.1 If 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: AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 19 of 50

3 Full details of Directors / Trustees / Members / Shareholders Full Name Identity Number Personal Tax Reference Number State Employee Number / Personal 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 in terms of paragraph 23 of the general conditions of contract should this declaration prove to be false. Signature Position Date Name of Bidder May 2011 2. PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2011 (SBD 6.1) 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, 2011. 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). AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 20 of 50

2. The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and therefore the system shall be applicable. 3. Preference points for this bid shall be awarded for: Price; and B-BBEE Status Level of Contribution. 3.1 The maximum points for this bid are allocated as follows: Points 3.1.1 Price 80 3.1.2 B-BBEE Status Level of Contribution 20 Total points for Price and B-BBEE must not exceed 100 4. Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed. 5. 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. 3. DEFINITIONS 2.1 all applicable taxes includes value-added tax, pay as you earn, income tax, unemployment Insurance fund contributions and skills development levies; 2.2 B-BBEE means broad-based black economic empowerment as defined in section 1 of the Broad -Based Black Economic Empowerment Act; 2.3 B-BBEE status level of contributor means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act; 2.4 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; 2.5 Broad-Based Black Economic Empowerment Act means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 comparative price means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 21 of 50

2.7 consortium or joint venture 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; 2.7 contract means the agreement that results from the acceptance of a bid by an organ of state; 2.9 EME means any enterprise with an annual total revenue of R5 million or less. 2.10 Enterprise Development constitutes the support of other businesses with the intention of achieving specific impact as defined in the B-BBEE Codes. All enterprise development activities must achieve growth and sustainability and ultimate financial and operational independence of beneficiaries 2.11 Firm price means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract; 2.12 functionality means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder; 2.13 non-firm prices means all prices other than firm prices; 2.14 person includes a juristic person; 2.15 rand value means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties; 2.16 sub-contract means the primary contractor s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract; 2.17 total revenue bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007; 2.18 trust means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and 2.19 trustee means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person. AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 22 of 50

3. ADJUDICATION USING A POINT SYSTEM 3.1 The bidder obtaining the highest number of total points will be awarded the contract. 3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts;. 3.3 Points scored must be rounded off to the nearest 2 decimal places. 3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE. 3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality. 3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots. 4. POINTS AWARDED FOR PRICE 4.1 The 80/20 or 90/10 Preference Point Systems A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10 Pt P min Pt P min Ps 801 or Ps 901 P min P min Where Ps = Pt = Points scored for comparative price of bid under consideration Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 23 of 50

5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 5 (2) and 6 (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 14 4 5 12 5 4 8 6 3 6 7 2 4 8 1 2 Non-compliant contributor 0 0 5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates. 5.3 Bidders other than EMEs 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. 5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate. 5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid. 5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice. AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 24 of 50

5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the subcontract. 5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract. 6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1 7.1 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 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA). 8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable) 8.1.1 If yes, indicate: (a) (b) (c) what percentage of the contract will be subcontracted? % the name of the sub-contractor? the B-BBEE status level of the sub-contractor? (d) whether the sub-contractor is an EME? YES / NO (delete which is not applicable) 9 DECLARATION WITH REGARD TO COMPANY/FIRM 9.1 Name of company/firm: 9.2 VAT registration number: 9.3 Company registration number: 9.4 Type of Company / Firm Partnership/Joint Venture / Consortium AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 25 of 50

One person business/sole propriety Close corporation Company (Pty) Limited 9.5 Describe Principal Business Activities 9.6 Company Classification Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc. 9.7 Total number of years the company/firm has been in business? 9.8 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 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that: (a) (b) (c) (d) The information furnished is true and correct; The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form. In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct; 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 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; and AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 26 of 50

forward the matter for criminal prosecution Witnesses: Witness 1 Witness 2 Witness 3 Signature of Bidder(s) Signature of Bidder(s) Date: Address: 4. B-BBEE VERIFICATION CERTIFICATE (SBD 6.1) Bidders are to attach an original and valid B-BBEE verification certificate or a certified copy. ATTACH RELEVANT DOCUMENT AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 27 of 50

5. 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 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 National Treasury after the audi alteram partem rule was applied). 4.1.1 If so, furnish particulars: Yes No 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)? Yes No 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. 4.2.1 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? 4.3.1 If so, furnish particulars: Yes No 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: AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 28 of 50

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 Position Date Name of Bidder 6. CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD9) 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) (b) 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. 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 bid-rigging. 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. AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 29 of 50

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) (b) (c) has been requested to submit a bid in response to this bid invitation; could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and 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; AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 30 of 50

(d) (e) (f) the intention or decision to submit or not to submit, a bid; the submission of a bid which does not meet the specifications and conditions of the bid; or 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 Date Position Name of Bidder AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 31 of 50

SBD 6.2 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS This Standard Bidding Document (SBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably). Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011, the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)]. 1. General Conditions 1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the promotion of local production and content. 1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered. 1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE. 1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold. 1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 2011 as follows: LC = [1 - x / y] * 100 Where x is the imported content in Rand y is the bid bid price in Rand excluding value added tax (VAT) Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as indicated in paragraph 4.1 below. The SABS approved technical specification number SATS 1286:2011 is accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost. AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 32 of 50

1.6 A bid may be disqualified if (a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not submitted as part of the bid documentation; and (b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct. 2. Definitions 2.1. bid includes written price quotations, advertised competitive bids or proposals; 2.2. bid price price offered by the bidder, excluding value added tax (VAT); 2.3. contract means the agreement that results from the acceptance of a bid by an organ of state; 2.4. designated sector means a sector, sub-sector or industry that has been designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content; 2.5. duly sign means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual). 2.6. imported content means that portion of the bid price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour or intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry; 2.7. local content means that portion of the bid price which is not included in the imported content, provided that local manufacture does take place; 2.8. stipulated minimum threshold means that portion of local production and content as determined by the Department of Trade and Industry; and 2.9. sub-contract means the primary contractor s assigning, leasing, making out work to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract. 3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS 1286:2011) for this bid is/are as follows: Description of services, works or goods Stipulated minimum threshold % % % 4. Does any portion of the services, works or goods offered AMATOLA WATER AWCON2017/18/02 Servicing and Maintenance of Fire Equipment 33 of 50