Request for Quotation

Similar documents
ENQUIRY NO. LE 0445 TENDERS ARE DUE ON: 27 DECEMBER 2013, AT 14:00 IMPORTANT NOTICE

University Estates: Facilities Planning & Facilities Management

REQUEST FOR PROPOSAL (RFP) PACK

Sedna Standard Terms and Conditions

RULES APPLICABLE TO PROSPECTIVE CONTRACTORS

DOUKPSC04 Rev Feb 2013

REQUEST FOR QUOTATION

INSTRUCTIONS TO BIDDERS

South African Airways. RFQ GSM 110/2018 Request for Quotation for HYDRAULIC WIPER SEALS FOR B738 SIMULATOR.

KDS DIRECT (PTY) LTD

Cummins South Africa (Pty) Limited

Service Level Agreement

CS ENERGY LIMITED SERVICE CONDITIONS

WRITTEN AGREEMENT FOR OCCUPATIONAL HEALTH AND SAFETY

Please complete the form in full as all the information requested is critical to processing your application promptly.

Credit Account Application Form

APPLICATION TO BECOME AN APPROVED SUPPLIER TO COLUMBUS STAINLESS (PTY) LTD (SOUTH AFRICAN ENTITY)

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Standard Purchase Terms & Conditions for The Supply and Delivery of Goods

QIOPTIQ LIMITED (UK) CONDITIONS OF SALE

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

THIS TENDER IS FOR BA-PHALABORWA COMPANIES ONLY THAT 100% BLACK OWNED

APPLICATION FOR REGISTRATION AS SUPPLIER / SERVICE PROVIDER

General Terms and Conditions of Purchase (edition )

REQUEST FOR QUOTATION (RFQ)

South African Airways

South African Airways RFQ GSM032/2018. South African Airways. RFQ GSM 032/2018 Request for Quotation for Wine/Bottle Openers

AGREEMENT FOR COMPU-CLEARING S INTEGRATED SYSTEM S SOFTWARE SERVICES (hereinafter referred to as CCIS )

Code of conduct & complaints procedures

"PREVIEW COPY ONLY" TRANSNET SOC LTD. REQUEST FOR QUOTATION [RFQ] No RME JHB 213/2014. TRANSNET FREIGHT RAIL RME, a division of

Application to be registered in the University of Venda Supplier Database

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION [RFQ]

Fax: Unit 1& 2 C/O Daniel Kamho and Smith Street website:

INSTITUTIONAL CONTRACT (CONTRACT AMOUNT LESS THAN $30,000) Contract No.:

1.1 A total of 20 preference points shall be awarded for B-BBEE Status Level of Contribution.

RFP GENERAL TERMS AND CONDITIONS

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and

REQUEST FOR QUOTATION

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

GENERAL TERMS AND CONDITIONS OF SALES

TERMS AND CONDITIONS OF THE SECURITIES INVESTMENT PLAN

General Conditions of Purchase of BASF Holdings South Africa (Pty) Ltd and its Affiliated Companies Located in South Africa

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

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

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

SAA TRAINING GENERAL TERMS AND CONDITIONS. between SOUTH AFRICAN AIRWAYS SOC LIMITED. and THE STUDENT

STANDARD TERMS & CONDITIONS for Construction, Engineering & Electrical Works

TERMS OF REFERENCE FOR THE PROVISION OF SECURITY SERVICES AT ENTERPRISE ILEMBE PROJECT SITES

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

THE SOUTH AFRICAN NATIONAL ROADS AGENCY LIMITED SOC (SANRAL)

SECTION 2 : JURONG HEALTH SERVICES PTE LTD STANDARD CONDITIONS OF CONTRACT FOR CONSTRUCTION AND IMPROVEMENT WORKS

(e-procurement System)


TRADING TERMS AND CONDITIONS OF SALE. CEMTEQ BUILDING SOLUTIONS (PROPRIETARY) LIMITED (Registration No. 2017/437927/07)

CLIENT-PROFESSIONAL PROJECT AGREEMENT FOR ARCHITECTURAL SERVICES BETWEEN CLIENT AND

Request for Tender. Humidifier Replacement February 19, 2013

AH: STANDARD CONDITIONS OF CONTRACT FOR CONSTRUCTION AND IMPROVEMENT WOPKS SCC.1

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL

1 Client Initials INVESTMENT MANAGEMENT AGREEMENT

Telephone : Fax :

(Web Advertisement) TENDER NOTICE

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SUBCONTRACT FOR LABOUR ONLY ENGINEERING AND CONSTRUCTION WORKS (September 2005) (Second Edition of CIDB document 1016)

Tender Specification Document

LONE TREE SCHOOL FLOORING REPLACEMENT

RESERVE BANK OF INDIA CENTRAL ESTABLISHMENT SECTION BHUBANESWAR REQUEST FOR EMPANELMENT (RFE)

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

REQUEST FOR QUOTATION. Request Details

UNIVERSITY OF PERADENIYA

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

City of New Rochelle New York

CONTRACT 10: AGREEMENT WITH A SELF-EMPLOYED CONSULTANCY WHO HAS OPTED OUT OF THE CONDUCT REGULATIONS (OUTSIDE IR35) (1) (registered company no.

2 CONTRACT 3 SPECIFIC ITEMS INCLUDED AND EXCLUDED FROM QUOTE. Balclutha. Cromwell

INVITATION TO TENDER FOR

496, Udyog Vihar, Phase-III, Gurgaon Phone:

INTERMEDIARIES AGREEMENT. between

for Developing and Implementing Quality Management System (ISO)

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Request for Quotation (RFQ) for Services Transportation Service in Colombia

Regional Manager(E&OS) Date:

CONSTRUCTION INDUSTRY DEVELOPMENT REGULATIONS. GN 692 in GG of 9 June as amended by

NOTICE INVITING TENDER QUOTATION FOR SUPPLY OF PAITHANI /SEMI PAITHANI BEAUTIFUL SAREE FOR COMPETITION PRIZE TENDER NO.

DESIGN AND CONSTRUCT AND INSTALL AN EXHIBITION, AND PRINT A CATALOGUE

General conditions of contract for the supply of plant and machinery

1 In these Domestic Sub-Contract Conditions the following expressions and terms shall have the meanings given below:

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

ANNEXURE "A" CONDITIONS OF CARRIAGE OF GOODS BY ROAD

UNIVERSITY OF PRETORIA DEPARTMENT OF FACILITIES MANAGEMENT REQUEST FOR PROPOSAL (TENDER NO. 2017/088)

Trust and Fiduciary Terms and Conditions

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

Application for CREDIT FACILITIES & SURETYSHIP

Transcription:

Request for Quotation Onsite Laundry Service RFQ Number: 28FEB001-M Date Issued: 28 February 2018 Closing Date: 12 March 2018 Closing Time: 12:00 PM Deliver Sealed Tenders to: Tender Box at the Security Office Mbali Colliery Mpumalanga South Africa Tender also available on Website www.hcicoal.com

Confidential All responses to this document will be treated as strictly confidential and will be used for the evaluation of this RFQ only. TABLE OF CONTENTS ITEM PAGE INSTRUCTIONS TO TENDERERS - PART A 3 SCOPE OF WORK - PART B 9 COMMERCIAL TERMS - PART C 10 CONTRACT CONDITIONS PART D 11 ANNEXURE A DEVIATIONS FROM REQUEST FOR QUOTATION 12 ANNEXURE B RATE SCHEDULE 13 ANNEXURE C COVERING LETTER 14 CONTRACT CONDITIONS Attachment CONTRACTORS ENGAGEMENT PROCEDURE MB-BS-SOP-SHE-001 Attachment 2/14

PART A INSTRUCTIONS TO TENDERERS If you are prepared to comply with the conditions herein, you are invited to submit a tender for the following: Onsite Laundry Service 1 BACKGROUND 1.1 HCI Coal (Pty) Ltd ((hereinafter referred to as HCI Coal ) is a subsidiary company of Hosken Consolidated Investments Limited, a listed company on the Johannesburg Securities Exchange. 1.2 Mbali (Pty) Ltd (hereinafter referred to as Mbali ) is a wholly owned subsidiary company of HCI Coal. 1.3 Mbali requires, in the normal course of its business, the services of a third party or parties to provide a service to Mbali in accordance with the requirements set out in the Scope of Work attached hereto and marked as Part B. 1.4 Interested Tenderers should carefully examine this Request for Quotation, the Scope of Work, and other requirements as defined and which may arise, before submission of a tender. 2 COMMUNICATION Enquiries may be directed in writing (e-mail) to: Contact Procurement Email Address procurement@hcicoal.co.za 3 ACCEPTANCE OF TENDER 3.1 Mbali may at its sole discretion, accept or reject any Tender without furnishing reasons. 3.2 Mbali does not bind itself to accept any Tender and reserves the right to accept a tender wholly or in part. 3.3 Mbali may request any additional information from any Tenderer. 3.4 Tenders submitted will remain open for acceptance until 05 March 2018, during which time the Tenderer agrees not to withdraw same or impair or derogate from its effects. 3.5 Tenders will not be opened publicly. 3.6 To assist in the examination, evaluation, and comparison of Tenders, Mbali may, at the Mbali s discretion, request any Tenderer for clarification of the Tenderer s Tender. 3.7 Mbali or its representatives may carry out site inspections at the Tenderer s premises to verify the capacity of the Tenderer to execute the Service according to the Scope of Work. Furthermore, equipment of short listed companies may be inspected as part of the adjudication process. 3/14

4 DISCREPANCIES 4.1 The Tenderer shall check the page numbers of the enquiry before submission of his/her Tender to ensure its completeness. Should any page be found to be missing or figures or writing be indistinct or any obscurity or doubt arise as to the meaning of any description or particulars of any item or if the enquiry contains any discrepancies or obvious errors, then the Tenderer shall immediately inform the contact person, as indicated in clause 2 of this Part A above, in writing and have the problem rectified or explained as the case may be. No claims whatsoever shall be considered for faults in the Tender or its commercial terms resulting from the above-mentioned discrepancies. 4.2 All information is furnished in good faith for the guidance of the Tenderer, but in no way, shall such information relieve the Tenderer of the responsibility of ascertaining to his/her/their own satisfaction, the scope and conditions of any resulting Agreement/Order/Contract. The Tenderer shall make the necessary investigations to inform him/her/them thoroughly as to the character and magnitude of the work. No plea of ignorance of conditions, which exist or may hereafter exist, or of conditions or difficulties which may be encountered will be accepted as a reason for failure to complete the Agreement/Order/Contract or as a basis for claims for additional compensation. 5 DURATION OF CONTRACT Contract period: Commencement date: 12 Months Expected 01 May 2018 or sooner If during the currency of the Contract, the operation cease, curtailed or Eskom Holdings has cancelled or amended its supply agreement with Mbali, Mbali shall be entitled to terminate or amend the Contract by giving thirty (30) days written notice (or such other period as may be mutually agreed) to such effect to the Contractor without payment to the Contractor of any damages whatsoever including, without limitation, consequential damages, loss of business and/or profits resulting from such termination. 6 COMMERCIAL TERMS The prices payable by Mbali to the successful Tenderer for punctual and satisfactory performance of the Service in accordance with the Scope of Work as set out in Part B must be set out in the manner described in the Commercial Terms in Part C. 7 VALUE ADDED TAX Fees for the rendering of the Services must be exclusive of Value Added Tax (VAT). However, the total monetary value of the VAT (if applicable) must be shown separately. Original tax invoices submitted to Mbali for payment in respect of the Service rendered shall indicate the VAT separately (if applicable) and include the successful Tenderer s VAT registration number. Mbali shall make applicable VAT payments (if applicable) to the successful Tenderer simultaneously with the payment for the Services. 8 METHOD AND TIMING OF PAYMENT Payment shall only be affected by means of electronic fund transfer and no payments by cheque or cash shall be made. Banking details must be shown on all tax invoices which must comply with the provisions of the Value-Added Tax Act, 1991. The Contractor shall invoice Mbali on a monthly basis, in arrears, within 3 days of a calendar month end in order to qualify for payment at the end of the following month (e.g. November work month, all documentation together with the invoice received by 3 December to be paid by the end of December). 4/14

Mbali shall submit payment to the successful Tenderer on or before the last working day of the month following the month the invoice/statement was furnished. 9 SUBMISSION OF TENDERS Tenders completed in duplicate, shall be submitted in sealed envelopes addressed, marked and delivered as follows: HCI Coal (Pty) Ltd Onsite Laundry Service RFQ No. 18FEB001-M Tenderer s Name. Tenders must be deposited in the sealed Mbali Mine tender box by no later than 12:00 PM on 05 March 2018. Tenders, which have been delivered to the incorrect address, will be rejected. NOTE: 1. Late Tenders will be rejected. 2. Tenders addressed and sent contrary to the above will not be considered. 3. No Fax, Oral or E Mail tenders will be accepted. The onus will be on the Tenderer to ensure that his Tender is correctly marked, addressed and delivered by hand or post so as to reach the above address prior to the closing date and time. An authorised representative of the Tenderer shall sign the Tender and a certified copy of the relevant authorising resolution shall be attached to the Tender. 10 GENERAL Tenderers shall prepare and submit Tenders at their own expense, including the making of any presentation (if applicable). The Tenderer shall declare any business or other interest it has with a Mbali or mine employee. Tenderers should not assume that Mbali has any prior knowledge of the Tenderer. In evaluating submissions Mbali will only consider information provided in response to the Tender. The conditions of the Tender are binding to all Tenderers who submit a tender for the provision of the services. 11 TENDERING TIME LINE Activity Time Line Invitation to Tender 28 February 2018 Tender Closing Date 12 March 2018 5/14

12 PREFERENTIAL PROCUREMENT PRINCIPLES AND EVALUATION CRITERIA Mbali recognizes the need to participate meaningfully in the socio-economic transformation of South Africa. Whilst Mbali aims to support the country s socio-economic changes, it remains focused on achieving its business goals and hence the commercial terms of the Tender will be used to select qualifying Tenderers. With the issuing of this Request for Quotation, Mbali has committed itself to create a transparent business environment that focuses on making supply opportunities available to black economic empowerment companies (BEE) with proven capacity, embraces the principles of compliance to the terms of this enquiry and preference for BEE when selecting the successful Tenderer/s. Only BEE owned (50%+1) will be considered and will be evaluated in terms of: Locally owned and registered enterprises within 30 kilometre radius from Mbali Black Ownership (51%) Designated groups Black Woman Ownership (>30%) Employee within Sending Area (Local) RSA Citizenship Employees Annual turnover (Qualifying Small Enterprise and Exempted Micro Enterprise) Financial Viability Technical Ability (References and Experience) Scorecard Rating Points Locally owned and registered enterprises within 30 kilometre radius from Mbali 10 Black ownership 10 Black Woman Ownership (>30%) 20 Local employees within 30 kilometre radius from Mbali 10 Annual turnover (Qualifying Small Enterprise and Exempted Micro Enterprise) 10 References 20 Number of years of experience 10 Price 10 13 SOCIAL RESPONSIBILITY Mbali wishes to work with Tenderers who embrace the principle of Social Responsibility and demonstrate Corporate Social Responsibility by taking account of economic, social and environmental factors. 14 INSURANCE AND INDEMNITY For the duration of the Agreement/Order/Contract, the Agreement/Order/Contract shall indemnify Mbali and keep the Tenderer indemnified against the following risks to be covered by insurance taken out and maintained for the duration of the Agreement/Order/Contract by Tenderer at his own cost: all necessary insurance in respect of its employees in terms of the prevailing legislation, including, without limitation, workman s compensation insurance, as required in terms of the provisions of COIDA; appropriate and adequate public liability insurance (minimum of R5,000,000.00), which insurance shall include cover for occurrences on the Property arising out of the Agreement/Order/Contract and its employees, sub-contractor or other representatives acts or omissions and the provision of the services; and 6/14

appropriate and adequate insurance cover in respect of Tenderer s equipment. 15 SAFETY REQUIREMENTS The Tenderer shall be responsible for working within the requirements of the Minerals and Petroleum Resources Development Act of 2002 as amended, the Mine Health and Safety Act No. 29 of 1996, the Mine Standard Procedures, Mine Code of Practices, Safety Rules and Specifications, Basic Conditions of Employment and any other applicable legislation. All loss control, code of practices and safety standards shall be strictly adhered to. The Tenderer s equipment used by them shall be subject to the standards set by Mbali and thereby subject to inspection and acceptance by Mbali at all times during the currency of the Agreement/Order/Contract. Compliance with the above will not in any way relieve or limit the Tenderer s responsibility or liability in terms of the Agreement/Order/Contract or in law. All the Tenderer s employees shall, at his cost to undertake pre-employment medical examinations in accordance with the relevant legislation including the Mine Health and Safety Act (as amended), such employees which shall also be required to be re-examined medically following the return from annual leave taken by such an employee as well when the need for termination of employment arises, the Tenderer and his employees, must arrange for exit medical examinations to be held before, or as soon as possible after termination of employment. Final payment may be withheld if exit medicals have not been done. Any sub-contractor or employees found without medical certificates and clearance to provide the service required in a specific area shall immediately be withdrawn from the site. The Tenderer s site employees shall attend an induction/training course presented by Mbali or other Parties at regular intervals as requested by Mbali for the Agreement/Order s cost and expense. No Tenderer will be allowed to work at any mine site unless the induction programme has been completed. HIRA, First Aid Level, Supervision Training and Dover (Vienna) requirements will apply. Comply with Code of Practice Agreement/Orders/Contracts Pack Compliance HCI-SP-005 REV 02 (attached annexure) within fourteen (14) days from awarding from any Agreement/Order/Contract. Should this not be the case the Agreement/Order/Contract may be cancelled and awarded to another Tenderer. 16 GOVERNING LAW Law governing the Agreement/Order/Contract shall be the laws of the Republic of South Africa. 17 FORMS AND APPENDIXES TO BE SUBMITTED WITH TENDER The following documents must be submitted with the tender. Incomplete tenders may be rejected. Enterprise profile; Covering letter from Tenderer on an official letterhead and signed by an authorizing representative of the Tenderer (Annexure C); Deviations from the request for quotation (Annexure A); Rate schedule (Annexure B) 7/14

Resolution from Board of Directors, where applicable, duly authorizing the representative to enter into any contractual obligations on their behalf; Enterprise Registration Certificate; Enterprise Share Holders Certificates; Certified ID copies of all the directors/owners/members of the enterprise; Cancelled Cheque / Letter from Bank Confirming Account; Workmen s Compensation Certificate - Valid Letter of Good Standing; Proof of Registration with UIF; Statement as proof of payment of municipal services for enterprise premises; Proof of residence of all directors/owners/members/employees of the enterprise, obtainable from local municipality or tribal authority; Valid Tax Clearance Certificate; VAT Registration Certificate (State if not registered for Vat); A valid B-BBEE certificate; Proof of legal liability insurance (R5,000,000.00); One set of the most recent audited financial statements for companies or financial statements signed by the accounting officer for close corporations. Brief undertaking of social commitment or ideas to promote economic transformation and social responsibility. If the Tenderer does not comply with all or any of the above, kindly describe or demonstrate how the above requirements will be met. 8/14

PART B SCOPE OF WORK 1. BACKGROUND Mbali requires a capable service provider for the onsite laundry services. The service provider must employ suitably qualified personnel, adhere to safety, health, environmental and any other requirements, in accordance with such rules, regulation, laws and requirements of any competent authority including Eskom Power Generation, Mbali and HCI Coal as may apply in respect of the onsite laundry services. 2. SCOPE OF WORK The appointment of a service provider to render a full range of onsite laundry services to Mbali employees, as well as those of permanent contractors, which will include: - Washing, Drying and Ironing where applicable. Service required: - Same day turnaround, not exceeding 24 hours; - Trousers, jackets, t-shirts, reflective vests and overalls to be handled as instructed on the care label to prevent damage; - To take proper care of the facility provided by Mbali. The Service Provider shall: - Provide necessary competent labour, PPE and transport for its employees to comply with the requirements of Mbali s safety requirements; - Be responsible and look after the laundry machines and infrastructure Mbali puts in place; - Operate the laundry 6 days a week (Mondays to Saturdays) from 06:00AM until 16:00PM; - Put in place controls and measures to prevent losses and/or damages to trousers, jackets, t-shirts, reflective vests and overalls; - Be liable to replace lost and/or damaged laundry following receipt from the Mbali employee within 5 working days. Should the service provider fail to comply the company reserves the right to replace and deduct the equivalent amount for replacement; - Maintain good hygiene and housekeeping standards; - Provide monthly statistics on labour hours, items handled and/or any other information required by Mbali from time to time. Note: - It is estimated that the average monthly output for Mbali is in the region of 4000 garments which will include trousers, jackets, t-shirts, reflective vests and overalls; - Contractor garments (including trousers, jackets, t-shirts, reflective vests and overalls) will be in the region of 500-1000 pieces. Mbali shall: - Provide the facility, electricity, water, washing machines and drying machines necessary for the laundry. 9/14

PART C COMMERCIAL TERMS Rates: - Rates tendered shall be as per attached Annexure B; - Rates shall be exclusive of VAT; - Rates shall not be subject to any escalation; - The Tenderer shall tender on a best time best price basis. This shall make allowances for all public holidays and non-working times as well as for normal rainfall; - The tendered rates must include supervision; - Rate quoted shall be for Mbali requirements only. 10/14

PART D CONTRACT CONDITIONS The tender shall be subject to the attached Conditions of Contract, where applicable and any other agreed conditions to any resulting contract. The Tenderer shall be deemed to have satisfied him/herself as to all the conditions and circumstances affecting this tender and the submission of a tender by the Tenderer shall constitute acceptance of Conditions of Contract by the Tenderer, which will form the basis of the contract. Should any condition(s) stated on the face of this document or on the face of any resulting Agreement/Order/Contract, contradict any provision(s) of the Conditions Contract, the conditions stipulated on the face of this document and/or any resulting Agreement/Order/Contract, shall supersede and override the appropriate provision(s) of the Conditions of Contract in part or completely as is appropriate. 11/14

ANNEXURE A DEVIATIONS FROM THE REQUEST FOR QUOTATION RFQ: 18FEB001-M Should the Tenderer desire to depart from, or modify this Request for Quotation or to qualify his/her tender in any way, the Tenderer shall clearly set out the proposals hereunder or alternatively state them in a covering letter attached to its tender and referred to hereunder, failing which the tender shall be deemed to be unqualified and to conform exactly with the requirements of this enquiry. If no departures or modifications are desired, the table hereunder is to be marked N/A and signed by the Tenderer. PAGE NUMBER CLAUSE NUMBER DEVIATION NAME OF TENDERER: AUTHORISED SIGNATORY: DESIGNATION: DATE: 12/14

ANNEXURE B RATE SCHEDULE RFQ: 28FEB001-M Item No Description Rand Excl VAT Item 1.0 Laundry Service per month approx. 4000 garments R per month (including trousers, jackets, t-shirts, reflective vests and overalls) Item 2.0 Transport Rate per month R Item 3.0 Safety Compliance (once off) R Item 4.0 HIRA R Item 5.0 Number of Onsite staff proposed for Project Item 6.0 Other Costs R NAME OF TENDERER: AUTHORISED SIGNATORY: DESIGNATION: DATE: 13/14

ANNEXURE C COVERING LETTER ON TENDERERS LETTERHEAD RFQ: 18FEB001-M The Tenderer is required to state, on this letterhead accompanying the tender, the domicilium citandi et executandi which he chooses for the purposes of any Agreement/Order/Contract awarded as a result of this enquiry. The submission of a tender shall signify complete acceptance of the conditions contained herein. We, the undersigned, declare that we are fully conversant with the terms and conditions relating to this enquiry and have tendered in accordance therewith. REQUEST FOR QUOTATION REFERENCE NUMBER: 18FEB001-M NAME OF TENDERER: AUTHORISED SIGNATORY: DESIGNATION: DATE: 14/14