bid specification template 1643... · web viewan rfq business case was written and rfq...

46
BID SPECIFICATION RFB Ref. No: RFB 1643/2017 Description Appointment of a service provider to supply Industrial Microwaves and two (2) years maintenance contract in SITA Pretoria Buildings Vendor Briefing Session N/A Closing Date for questions / queries 09 November 2017 RFB Closing Details Date: 16 November 2017 Time: 11:00 (South African Time) Place: Tender Office, Pongola in Apollo, 459 Tsitsa Street, Erasmuskloof, Pretoria (Head Office) Public Opening of RFB Responses Date: 16 November 2017 Time: 12:00 (South African Time) Place: Tender Office, Pongola in Apollo, 459 Tsitsa Street, Erasmuskloof, Pretoria (Head Office) RFB Validity Period 120 Days from the Closing Date 1 of 46 CONFIDENTIAL

Upload: danghuong

Post on 24-Jun-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

BID SPECIFICATION

RFB Ref. No: RFB 1643/2017

DescriptionAppointment of a service provider to supply Industrial Microwaves and two (2) years maintenance contract in SITA Pretoria Buildings

Vendor Briefing Session N/A

Closing Date for questions / queries 09 November 2017

RFB Closing Details

Date: 16 November 2017

Time: 11:00 (South African Time)

Place: Tender Office, Pongola in Apollo, 459 Tsitsa Street,

Erasmuskloof, Pretoria (Head Office)

Public Opening of RFB Responses

Date: 16 November 2017

Time: 12:00 (South African Time)

Place: Tender Office, Pongola in Apollo, 459 Tsitsa Street,

Erasmuskloof, Pretoria (Head Office)

RFB Validity Period 120 Days from the Closing Date

1 of 35CONFIDENTIAL

ContentsANNEX A: INTRODUCTION................................................................................................................................. 4

1. PURPOSE AND BACKGROUND......................................................................................................................... 4

1.1. PURPOSE........................................................................................................................................................41.2. BACKGROUND................................................................................................................................................41.3. HIGH LEVEL SCOPE OF WORK.........................................................................................................................41.4. DELIVERY ADDRESS.........................................................................................................................................5

2. BID EVALUATION STAGES................................................................................................................................ 5

ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION...............................................................................................6

3. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS..................................................................................6

3.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION...................................................................................63.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS................................................................................6

ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS.......................7

4. TECHNICAL MANDATORY................................................................................................................................ 7

4.1. INSTRUCTION AND EVALUATION CRITERIA....................................................................................................74.2. TECHNICAL MANDATORY REQUIREMENTS.....................................................................................................74.3. DECLARATION OF COMPLIANCE...................................................................................................................10

5. TECHNICAL FUNCTIONALITY.......................................................................................................................... 11

6. PROOF OF CONCEPT...................................................................................................................................... 14

ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC).......................................................................................15

7. SPECIAL CONDITIONS OF CONTRACT.............................................................................................................. 15

7.1. INSTRUCTION...............................................................................................................................................157.2. SPECIAL CONDITIONS OF CONTRACT............................................................................................................157.3. DECLARATION OF ACCEPTANCE...................................................................................................................27

ANNEX A.4: COSTING AND PRICING..................................................................................................................... 28

8. COSTING AND PRICING.................................................................................................................................. 29

8.1. COSTING AND PRICING EVALUATION...........................................................................................................298.2. COSTING AND PRICING CONDITIONS............................................................................................................298.3. DECLARATION OF ACCEPTANCE...................................................................................................................308.4. BID PRICING SCHEDULE................................................................................................................................31

ANNEX A.5: TERMS AND DEFINITIONS................................................................................................................. 39

1. ABBREVIATIONS............................................................................................................................................ 39

ANNEX A.6: BIDDER SUBSTANTIATING EVIDENCE................................................................................................40

2 of 35CONFIDENTIAL

ANNEX A: INTRODUCTION

1. PURPOSE AND BACKGROUND

1.1. PURPOSE

The purpose of this RFB is to invite a service provider to supply Industrial Microwaves with two years maintenance contract to all SITA Pretoria buildings.

1.2. BACKGROUNDSeveral microwaves in the various SITA Pretoria buildings are not functional, as a result SITAzens are suffering when they bring their own food from home to warm up, and also catering staff struggle to warm up milk to serve meeting venues, for the purposes of making tea and coffee. This is affecting the catering staff and SITAzens generally. The microwaves that are not working must be removed and replaced by new ones. This must also include the new building that SITA is sourcing in Pretoria.

A number of calls have been logged by SITAzens and the assessment was done by Facilities Management and Logistics relevant department. The findings were that the current microwaves needed to be replaced urgently. An RFQ business case was written and RFQ 1202-MZ-AH-2016 was published, but the quotations received were not according to the specification and therefore cancelled.

This RFB seeks to resuscitate the process of sourcing new microwaves and also include a two years’ maintenance contract, with an option to extend the maintenance for an additional year, for business continuity. The service provider is expected to supply the new Industrial Microwaves and maintain them for a period of two years with a 24 hours response time, when a call is logged.

1.3. HIGH LEVEL SCOPE OF WORK

(a) The high level scope of work for sites allocated to the contractor under this contract comprises, (but is not limited to):i) Supply, install and commission 70 microwaves at all SITA Pretoria sites as per the specification in the table belowii) Support the installed industrial microwaves and conduct all repairs on all faulty Industrial microwaves at all the SITA Pretoria sites.

(b) The services described under this scope will be required for the duration of the contract. (c) No fixed monthly retainer fee is applicable to this contract.

NB: The bidder will be allowed to execute site inspections during the tender process to quantify the requirement

Description Quantity

FEATURES: • 1800 Watts of power for fast heating • 28L Capacity • Stainless steel 70

3 of 35CONFIDENTIAL

Description Quantity

interior and exterior for easy cleaning • 3 Cooking stages and 5 power levels for cooking flexibility • Static heat resistant glass • Air filter with clean indicatorControl System: TouchPower Consumption: 3000WOutput Power: 1800WPower Source: 230v, 50Hz 13A Single PhaseNet Weight: 32KgExterior Dimensions: 465 x 587 x 370mm (H)Cavity Dimensions: 371 x 372 x 199mm (H)The above mentioned Industrial Microwaves to be delivered at SITA Centurion Mainstores and be distributed to other buildings by Facilities Management and Logistics.

The bidder to commission the microwaves in various SITA buildings

Response time :24 hour response time after a call is logged.

(a) New Proposed Building:(OPTIONAL) and quantities will be confirmed when SITA acquires the building and will form part of the contract

1.4. DELIVERY ADDRESS

(1) The services must be provided at the following physical addresses

No Site Name Physical Address1 Centurion Data Centre John Vorster Drive, Centurion,

Pretoria2 Numerus Data Centre 35 Hamilton Street, Pretoria3 Beta Data Centre 222 Johannes Ramokhoase, Pretoria4 Erasmuskloof Head Office 459 Tsitsa Street, Pretoria5 New Proposed Building (OPTIONAL) TBC

2. BID EVALUATION STAGES(1) The bid evaluation process consists of several stages that are applicable according to the

nature of the bid as defined in the table below.

Stage Description Applicable for this bidStage 1 Administrative pre-qualification verification YESStage 2A Technical Mandatory requirement evaluation YESStage 2B Technical Functionality requirement evaluation YESStage 2C Conduct Inspection of Business Premises of all Bidders

who complied with Mandatory Requirements to assess capability, certification and resource plans

NO

Stage 3 Special Conditions of Contract verification YESStage 4 Price / B-BBEE evaluation YES

4 of 35CONFIDENTIAL

(2) The bidder must qualify for each stage to be eligible to proceed to the next stage of the evaluation.

5 of 35CONFIDENTIAL

ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION

3. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

3.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION

(1) The bidder must comply with ALL of the bid pre-qualification requirements in order for the bid to be accepted for evaluation.

(2) If the Bidder failed to comply with any of the administrative pre-qualification requirements, or if SITA is unable to verify whether the pre-qualification requirements are met, then SITA reserves the right to –

(a) Reject the bid and not evaluate it, or

(b) Accept the bid for evaluation, on condition that the Bidder must submit within 7 (seven) days any supplementary information to achieve full compliance, provided that the supplementary information is administrative and not substantive in nature.

3.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

(1) Submission of bid response: The bidder has submitted a bid response documentation pack –

(a) that was delivered at the correct physical or postal address and within the stipulated date and time as specified in the “Invitation to Bid” cover page, and;

(b) in the correct format as one original document, two copies and one CD.

(2) Attendance at compulsory briefing session: If a compulsory briefing session was called, then the bidder has signed the briefing session attendance register using the same information (bidder company name, bidder representative person name and contact details) as submitted in the bidders response document.

(3) Registered Supplier. The bidder is, in terms of National Treasury Instruction Note 3 of 2016/17, registered as a Supplier on National Treasury Central Supplier Database (CSD).

6 of 35CONFIDENTIAL

ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS

4. TECHNICAL MANDATORY

4.1. INSTRUCTION AND EVALUATION CRITERIA

(1) The bidder must comply with ALL the requirements by providing substantiating evidence in the form of documentation or information, failing which it will be regarded as “NOT COMPLY”.

(2) The bidder must provide a unique reference number (e.g. binder/folio, chapter, section, page) to locate substantiating evidence in the bid response. During evaluation, SITA reserves the right to treat substantiation evidence that cannot be located in the bid response as “NOT COMPLY”.

(3) The bidder must complete the declaration of compliance as per section Error: Reference source not found below by marking with an “X” either “COMPLY”, or “NOT COMPLY” with ALL of the technical mandatory requirements, failing which it will be regarded as “NOT COMPLY”.

(4) The bidder must comply with ALL the TECHNICAL MANDATORY REQUIREMENTS in order for the bid to proceed to the next stage of the evaluation.

4.2. TECHNICAL MANDATORY REQUIREMENTS

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

(1) REGISTRATION AS AN ELECTRICAL CONTRACTOR

The Bidder (or his specialist subcontractor) must be registered as an electrical contractor with the Department of Labour and be certified to work on three phase power.

SITA reserves the right to validate the certificate of registration prior to the award of the bid.

The bidder must attach a copy of the valid certificate of registration as an electrical contractor certified to work on three phase power, as issued by the Department of Labour.

The certificate to represent the following:

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

Department of Labour electrical contractor registration number, in the evidence reference

7 of 35CONFIDENTIAL

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

block ………………………………………..Is the registration certificate valid for three phase power installations? Yes No

Period of registration as electrical contractor, as indicated on the registration certificate:

From:

To:

Confirm that the registration certificate is attached to the technical response. Registration

Certificate attached.

Registration Certificate

not attached.

(2) CIDB RATING

The Bidder must have a valid Construction Industry Development Board (CIDB) certificate with a minimum rating of EB4.

The bidder must provide CIDB rating certificate with a minimum rating of EB4.

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.7>

CIDB rating as indicated on the certificate: ………………………………………..(3) PREVIOUS EXPERIENCE AND CAPABILITIES

The Bidder (or his specialist subcontractor) must during the past three years (between 2014 and 2017) have executed (or currently executing) similar maintenance contracts.

Of which the contract term of maintenance support is/was minimum one year in duration.

The bidder has executed similar maintenance contract for at least twelve (12) months.

The bidder must provide details of at least one contract executed (or being executed) within the past three years (between 2014 and 2017) covering ALL required information listed below. As substantiation populate the information below:Scope of the contract:

………………………………………..

8 of 35CONFIDENTIAL

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

. Duration of maintenance support contract:

………………………………………..Reference contact details.(Name, Telephone number, email address).

………………………………………..(4) RESPONSE TIME TO SITE

The ability to be on site within 90 minutes in case of emergency (non-peak traffic time) and 24 hours under normal circumstances from a call out and start repair works on the affected equipment.

The distance via road from the bidder’s permanent office or depot to the SITA Centurion site, should therefore be within the radius of 80km.

SITA reserves the right to validate the indicated distance via road from the bidder’s office or depot to the SITA Centurion site prior to the award of the bid.

The bidder must provide a proof of address (i.e Municipal Bills, Lease Agreements).

As substantiation populate the information below.

<provide unique reference to locate substantiating evidence in the bid response – see Annex A>.

The distance via road (in km) of the office or depot [as noted above], from the SITA Centurion site.

………………………………………..

(5) MICROWAVE REQUIREMENT

The Microwave must comply with the following requirements:(a) Power Consumption: 3000W

(b) Output Power: 1800W

Attach to the bidder’s technical response the manufacturer’s FULL specification of the proposed Microwave on offer, highlighting compliance with all of the specification requirements.

Where compliance is not easily visible or

<provide unique reference to locate substantiating evidence in the bid response – see Annex A.>

9 of 35CONFIDENTIAL

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

(c) Power Source: 230v, 50Hz 13A Single Phase

(d) Net Weight: 30kg - 35Kg

(e) Exterior Dimensions: 465 -500 x 587-600 x 370mm-400mm (H)

(f) Cavity Dimensions: 371-400 x 372-400 x 199mm-250mm (H)

recognisable, it is recommended that the bidder provides an additional letter (over and above the technical specification), attached to the technical response, to indicate compliance and further explanatory comments or information.

Indicate the Microwave Original Equipment Manufacturer brand.

………………………………………..

Indicate the Microwave Model. ………………………………………..

10 of 35CONFIDENTIAL

4.3. DECLARATION OF COMPLIANCE

Comply Not ComplyThe bidder declares by indicating with an “X” in either the “COMPLY” or “NOT COMPLY” column that –

(a) The bid complies with each and every TECHNICAL MANDATORY REQUIREMENT as specified in SECTION 4.2 above; AND

(b) Each and every requirement specification is substantiated by evidence as proof of compliance.

5. TECHNICAL FUNCTIONALITY

1 Criteria description: Registration with Workman Compensation and Certification of Good Standing

Level of substantiation required or information required ScoreNo copy of the Workman Compensation Registration Certificated Procedure submitted

0

Copy of the Workman Compensation Registration Certificate submitted but entity not certified to be in Good Standing.

3

Copy of the Workman Compensation Registration Certificate submitted and their entity certified to be in Good Standing.

5

2 Criteria description: Public Liability Insurance Cover.Level of substantiation required or information required Score No Public Liability Cover Submitted 0 Proof of Public Liability Cover submitted but value below risks exposure 3Proof of Liability Cover submitted and equal or exceeding risks exposure 5

11 of 35CONFIDENTIAL

3 Criteria description: Provision of Employees Protective WearLevel of substantiation required or information required Score No catalogue or pictures of current employees’ protective wear submitted 0Copy of their current employees Protective Wear catalogue or pictures submitted but not fully compliant with technical requirements ((overalls with company logo, Electrical gloves, safety shoes, safety goggles, protective helmet.

3

Copy of their current employees Protective Wear catalogue or pictures submitted and fully compliant with technical requirements (overalls with company logo, Electrical gloves, safety shoes, safety goggles, protective helmet).

5

4 Criteria description: Procurement Transformation AgendaLevel of substantiation required or information required ScoreB-BBEE Certificate not submitted 01% to 9% Black Ownership and no shareholders agreement submitted 0.51% to 9% Black Ownership and shareholders agreement submitted 110% to 29% Black ownership no shareholders agreement submitted 1.510% to 29% Black ownership and shareholders agreement submitted 230% to 50% Black ownership and no shareholders agreement submitted 2.530% to 50% Black ownership and shareholders agreement submitted 351% to 99 and s no shareholders agreement submitted 3.551% to 99 and shareholders agreement submitted 4100% Black ownership 5

(1) Weighting of requirements: The full scope of requirements will be determined by the following weights:

No. Technical Functionality requirements Weighting1. Registration with Workman Compensation and Certification

of Good Standing25

2. Public Liability Insurance Cover. 253. Provision of Employees Protective Wear 20

12 of 35CONFIDENTIAL

4. Procurement Transformation Agenda 30TOTAL 100 %

(2) Minimum threshold. To be eligible to proceed to the next stage of the evaluation the bid must achieve a minimum threshold score of 80%

6.1 TECHNICAL FUNCTIONALITY REQUIREMENTS

TECHNICAL NON MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

CAPABILITIES-RELATED REQUIREMENTS:Registration with Workman Compensation and Certification of Good Standing

The Bidder must submit a copy of their Workman Compensation Registration that further Certifies that the company is in Good Standing

INSURANCE-RELATED REQUIREMENTS.

Public Liability Insurance Cover.

The Bidder must submit a copy of their Liability Insurance Cover confirming their current risks cover value of R2m.

PROTECTIVE GEAR-RELATED REQUIREMENTS.

Provision of Employees Protective Wear

The bidder must submit a catalogue indicating/showing the protective wear: overalls with company logo, Electrical gloves, safety shoes, safety goggles, protective helmet.

PROCUREMENT TRANSFORMATION AGENDA

Bidder must submit a valid B-BBEE certificate and shareholders agreement in case the company is not 100% Black owned.

The bidder must attach the required documents that are valid BBBEE certificate and/or shareholders agreement if the company is not 100% Black owned.

13 of 35CONFIDENTIAL

6. PROOF OF CONCEPTNot Applicable.

14 of 35CONFIDENTIAL

ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC)

7. SPECIAL CONDITIONS OF CONTRACT

7.1. INSTRUCTION

(1) The successful supplier will be bound by Government Procurement: General Conditions of Contract (GCC) as well as this Special Conditions of Contract (SCC), which will form part of the signed contract with the successful Supplier. However, SITA reserves the right to include or waive the condition in the signed contract.

(2) SITA reserves the right to –

(a) Negotiate the conditions, or

(b) Automatically disqualify a bidder for not accepting these conditions.

(3) In the event that the bidder qualifies the proposal with own conditions, and does not specifically withdraw such own conditions when called upon to do so, SITA will invoke the rights reserved in accordance with subsection 7.1(2) above.

(4) The bidder must complete the declaration of acceptance as per section 7.3 below by marking with an “X” either “ACCEPT ALL” or “DO NOT ACCEPT ALL”, failing which the declaration will be regarded as “DO NOT ACCEPT ALL” and the bid will be disqualified.

7.2. SPECIAL CONDITIONS OF CONTRACT

(5) CONTRACTING CONDITIONS

(a) Formal Contract. The Supplier must enter into a formal written Contract (Agreement) with SITA.

(b) Right of Award. SITA reserves the right to award the contract for required goods or services to multiple Suppliers.

(c) Right to Audit. SITA reserves the right, before entering into a contract, to conduct or commission an external service provider to conduct a financial audit or probity to ascertain whether a qualifying bidder has the financial wherewithal or technical capability to provide the goods and services as required by this tender.

(6) DELIVERY ADDRESS. The services must be provided at the following physical addresses

(a) Centurion Data Centre: John Vorster Drive, Centurion, Pretoria.(b) Numerus Data Centre: 35 Hamilton Street, Pretoria(c) Beta Data Centre: 222 Johannes Ramokhoase Street, Pretoria(d) Erasmuskloof Head Office: 459 Tsitsa Street, Pretoria

(e) New Proposed Building

15 of 35CONFIDENTIAL

(7) CERTIFICATION, EXPERTISE AND QUALIFICATION

(a) The Supplier represents that,

(i) it has the necessary expertise, skill, qualifications and ability to undertake the work required in terms of the Statement of Work or Service Definition and;

(ii) it is committed to provide the Products or Services; and

(iii) perform all obligations detailed herein without any interruption to the Customer.

(b) The Supplier must provide the service in a good and workmanlike manner and in accordance with the practices and high professional standards used in well-managed operations performing services similar to the Services;

(c) The Supplier must perform the Services in the most cost-effective manner consistent with the level of quality and performance as defined in Statement of Work or Service Definition;

(d) Electrical Work. The Supplier must ensure that Electrical Work is performed as prescribed by the Occupation Health and Safety Act (Act 85 of 1993 as amended), Electrical Regulations 2009, including,

(i) The Supplier is registered at the Department of Labour as an Electrical Contractor;

(ii) The standard of work conforms to SABS SANS 10142-1: The code of practice for wiring of premises; and

(iii) Any Electrical installation or alteration is certified after completion of work by means of a Certificate of Compliance.

(8) LOGISTICAL CONDITIONS

(a) In the event that SITA grants the Supplier permission to access SITA's Environment including hardware, software, internet facilities, data, telecommunication facilities and/or network facilities remotely, the Supplier must adhere to SITA's relevant policies and procedures (which policy and procedures are available to the Supplier on request) or in the absence of such policy and procedures, in terms of, best industry practice.

(9) REGULATORY, QUALITY AND STANDARDS

(i) The contractor must adhere to the provisions within the following minimum Standards and Acts during the full period of this contract. It is taken that the contractor is familiar and conversant with these Standards and Acts.

(ii) Occupational Health and Safety Act, inclusive of the Regulations contained within this Act, with specific reference to the Lead Regulations, Environmental Regulations, Driven Machinery Regulations, Electrical Machinery Regulations,

16 of 35CONFIDENTIAL

Electrical Installation Regulations and SANS 10142, and Pressure Equipment Regulations.

(iii) IEC 61439-1: Low-voltage switchgear and control gear assemblies.

(iv) Points Act 1980 as National Key amended.

(v) Environmental Conservation Act 1989 as amended.

(vi) SITA’s Health and Safety Policy.

(vii) SITA’s site access and security policy.

(viii) SITA’s Change Control Policy.

(10) PERSONNEL SECURITY CLEARANCE

(a) The contractor is to note, as per SITA’s access policy, that itself, its staff that will work on this project, and its company will be subject to a security screening and security clearance audit. The contractor or its employees failing the security clearance audit cannot work on this project and contract. Where the impact is such that the required services cannot be rendered to SITA as required in this document, the contract will not be awarded or be terminated (as the case may be).

(b) The contractor is to note, as per SITA’s access policy, that it and its employees that will work on this project will not be able to enter any of the listed sites without a valid South African Identification Document. Where the impact is such that the required services cannot be rendered to SITA as required in this document, the contract will be terminated.

(c) The contractor must note that these sites are high security environments. Time to be granted access into the site can thus take up to one hour. The associated cost for standing time to access the relevant sites is deemed included in the quoted cost.

(11) CONFIDENTIALITY AND NON-DISCLOSURE CONDITIONS

(a) The Supplier, including its management and staff, must before commencement of the Contract, sign a non-disclosure agreement regarding Confidential Information.

(b) Confidential Information means any information or data, irrespective of the form or medium in which it may be stored, which is not in the public domain and which becomes available or accessible to a Party as a consequence of this Contract, including information or data which is prohibited from disclosure by virtue of:

(i) the Promotion of Access to Information Act, 2000 (Act no. 2 of 2000);

(ii) being clearly marked "Confidential" and which is provided by one Party to another Party in terms of this Contract;

(iii) being information or data, which one Party provides to another Party or to which a Party has access because of Services provided in terms of this Contract and in which a Party would have a reasonable expectation of confidentiality;

17 of 35CONFIDENTIAL

(iv) being information provided by one Party to another Party in the course of contractual or other negotiations, which could reasonably be expected to prejudice the right of the non-disclosing Party;

(v) being information, the disclosure of which could reasonably be expected to endanger a life or physical security of a person;

(vi) being technical, scientific, commercial, financial and market-related information, know-how and trade secrets of a Party;

(vii) being financial, commercial, scientific or technical information, other than trade secrets, of a Party, the disclosure of which would be likely to cause harm to the commercial or financial interests of a non-disclosing Party; and

(viii) being information supplied by a Party in confidence, the disclosure of which could reasonably be expected either to put the Party at a disadvantage in contractual or other negotiations or to prejudice the Party in commercial competition; or

(ix) information the disclosure of which would be likely to prejudice or impair the safety and security of a building, structure or system, including, but not limited to, a computer or communication system; a means of transport; or any other property; or a person; methods, systems, plans or procedures for the protection of an individual in accordance with a witness protection scheme; the safety of the public or any part of the public; or the security of property; information the disclosure of which could reasonably be expected to cause prejudice to the defence of the Republic; security of the Republic; or international relations of the Republic; or plans, designs, drawings, functional and technical requirements and specifications of a Party, but must not include information which has been made automatically available, in terms of the Promotion of Access to Information Act, 2000; and information which a Party has a statutory or common law duty to disclose or in respect of which there is no reasonable expectation of privacy or confidentiality;

(c) Notwithstanding the provisions of this Contract, no Party is entitled to disclose Confidential Information, except where required to do so in terms of a law, without the prior written consent of any other Party having an interest in the disclosure;

(d) Where a Party discloses Confidential Information which materially damages or could materially damage another Party, the disclosing Party must submit all facts related to the disclosure in writing to the other Party, who must submit information related to such actual or potential material damage to be resolved as a dispute;

(e) Parties may not, except to the extent that a Party is legally required to make a public statement, make any public statement or issue a press release which could affect another Party, without first submitting a written copy of the proposed public statement or press release to the other Party and obtaining the other Party's prior written approval for such public statement or press release, which consent must not unreasonably be withheld.

18 of 35CONFIDENTIAL

(12) GUARANTEE AND WARRANTIES. The Supplier warrants that:

(a) The warranty of goods supplied under this contract remains valid for twelve (12) months after the goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the contract;

(b) as at Commencement Date, it has the rights, title and interest in and to the Product or Services to deliver such Product or Services in terms of the Contract and that such rights are free from any encumbrances whatsoever;

(c) the Product is in good working order, free from Defects in material and workmanship, and substantially conforms to the Specifications, for the duration of the Warranty period;

(d) during the Warranty period any defective item or part component of the Product be repaired or replaced within 3 (three) hours after receiving a written notice from SITA;

(e) the Products is maintained during its Warranty Period at no expense to SITA;

(f) the Product or solution possesses all material functions and features required for SITA’s Operational Requirements;

(g) the Service is continued during the term of the Contract;

(h) all third-party warranties that the Supplier receives in connection with the Products including the corresponding software and the benefits of all such warranties are ceded to SITA without reducing or limiting the Supplier’s obligations under the Contract;

(i) no actions, suits, or proceedings, pending or threatened against it or any of its third party suppliers or sub-contractors that have a material adverse effect on the Supplier’s ability to fulfil its obligations under the Contract exist;

(j) SITA is notified immediately if it becomes aware of any action, suit, or proceeding, pending or threatened to have a material adverse effect on the Supplier’s ability to fulfil the obligations under the Contract;

(k) any Product sold to SITA after the Commencement Date of the Contract remains free from any lien, pledge, encumbrance or security interest;

(l) SITA’s use of the Product and Manuals supplied in connection with the Contract does not infringe any Intellectual Property Rights of any third party;

(m) the information disclosed to SITA does not contain any trade secrets of any third party, unless disclosure is permitted by such third party;

(n) it is financially capable of fulfilling all requirements of the Contract and that the Supplier is a validly organized entity that has the authority to enter into the Contract;

(o) it is not prohibited by any loan, contract, financing arrangement, trade covenant, or similar restriction from entering into the Contract;

(p) the prices, charges and fees to SITA as contained in the Contract are at least as favourable as those offered by the Supplier to any of its other customers that are of the same or similar standing and situation as SITA; and

19 of 35CONFIDENTIAL

(q) any misrepresentation by the Supplier amounts to a breach of Contract.

(13) INTELLECTUAL PROPERTY RIGHTS

(a) SITA retains all Intellectual Property Rights in and to SITA's Intellectual Property. As of the Effective Date, the Supplier is granted a non-exclusive license, for the continued duration of this Contract, to perform any lawful act including the right to use, copy, maintain, modify, enhance and create derivative works of SITA's Intellectual Property for the sole purpose of providing the Products or Services to SITA pursuant to this Contract; provided that the Supplier must not be permitted to use SITA's Intellectual Property for the benefit of any entities other than SITA without the written consent of SITA, which consent may be withheld in SITA's sole and absolute discretion. Except as otherwise requested or approved by SITA, which approval is in SITA's sole and absolute discretion, the Supplier must cease all use of SITA's Intellectual Property, at of the earliest of:

(i) termination or expiration date of this Contract;

(ii) the date of completion of the Services; and

(iii) the date of rendering of the last of the Deliverables.

(b) If so required by SITA, the Supplier must certify in writing to SITA that it has either returned all SITA Intellectual Property to SITA or destroyed or deleted all other SITA Intellectual Property in its possession or under its control.

(c) SITA, at all times, owns all Intellectual Property Rights in and to all Bespoke Intellectual Property.

(d) Save for the license granted in terms of this Contract, the Supplier retains all Intellectual Property Rights in and to the Supplier’s pre-existing Intellectual Property that is used or supplied in connection with the Products or Services.

(14) HIGH LEVEL SCOPE OF WORK

(a) The high level scope of work for sites allocated to the contractor under this contract comprises, (but is not limited to):i) Supply, install and commission ii) Support and critical repairs on all faulty Industrial microwaves at the SITA Pretoria sites.iii) Adherence to SLA & penalties for breach.

(b) The services described under this scope will be required for a period of 24 months.. (c) No fixed monthly retainer fee is applicable to this contract. The bidder will be allowed to execute site inspections (upon inspection appointment) during the tender process to quantify the requirement

Description Quantity

FEATURES: • 1800 Watts of power for fast heating • 28L Capacity • Stainless steel interior and exterior for easy cleaning • 3 Cooking stages and 5 power levels for

70

20 of 35CONFIDENTIAL

cooking flexibility • Static heat resistant glass • Air filter with clean indicatorControl System: TouchPower Consumption: 3000WOutput Power: 1800WPower Source: 230v, 50Hz 13A Single PhaseNet Weight: 32KgExterior Dimensions: 465-500 x 587-600x 370mm-400mm (H)Cavity Dimensions: 371-400 x 372-400 x 199mm-250mm (H)

The above mentioned Industrial Microwaves to be delivered at SITA Centurion Main stores and be distributed to other building by Facilities Management and Logistics

The bidder to commission in various SITA buildings

2 years maintenance contract with a 24 hour response time after a call is logged.

New Proposed Building :( OPTIONAL) and quantities will be confirmed when SITA acquires the building and will form part of the contract

(15) SKILLS TRANSFER AND TRAINING RELATED REQUIREMENTS

(a) The contractor must ensure that the SITA technical staff receives the required training to ensure the safe operation of the new equipment.

(b) The training provided must explain the root cause and possible solutions to all the alarm events that can be encountered on the new equipment.

(c) Training must be provided until the SITA technical staff is conversant with the safe operation of the equipment and conversant in the interpretation of all alarm conditions.

(d) The contractor must provide the required training material to the SITA technical staff.

(16) EMERGENCY MAINTENANCE / CALL OUTS

(a) Emergency Maintenance & Call Outs: The activity involved with restoring, repairing or replacing on a non-scheduled maintenance basis. This maintenance activity would be a result of a service affecting or possible service affecting defect resulting in the loss of operation or potential loss of operation of any part or component of the electrical installation at the listed sites.

(b) Emergency Maintenance action shall be required at any time day or night including weekends and holidays. The Support Contractor shall have a sufficient number of available staff to react on a 24x7 basis for the contract term. The Emergency maintenance response times shall meet or exceed the Service Level Agreements timelines set within this document.

(c) During Emergency Maintenance action the Support contractor’s objective shall always be to prevent a site failure or service failure by any means possible.

21 of 35CONFIDENTIAL

(17) SUB CONTRACTING

(a) The Support Contractor shall provide by itself the full scope of work, inclusive of all overheads required to perform an end-to-end service, including but not limited to: Appropriate transportation, including vehicles, Communication, HR, finance and procurement support, office facilities, all relevant and required tools, including office IT infrastructure, suitable warehousing and logistics to support first line maintenance. The cost for this is deemed included in the quoted labour rates.

(b) Where work is sub contracted to a specialist third party contractor, the Contractor must supervise the work continuously to ensure acceptable quality and to ensure that no risk exist to SITA and ensure no service interruptions to SITA or its clients. The Support Contractor remain fully responsible for the sub contractor’s actions or omission of actions. Penalties or claims for damages caused by the sub-contractor shall be applied to the Support Contractor in full. The contractor must obtain SITA’s permission for any sub-contracting of work.

(18) HUMAN RESOURCES

(a) The Contractor must be responsible for its staff and they must be equipped with adequate individual safety equipment and personal protective equipment when executing the task.

(b) The Contractor must ensure the skill sets of its staff. Personnel must be well trained with adequate knowledge, highly skilled, be in possession of the relevant trade certificate, and equipped with all necessary tools and testing facilities to ensure correct and professional operation on all equipment and works to comply with this Scope of Work. The staff must have minimum ten years of experience on complex, large electrical distribution systems within Data Centres (or similar high availability environments).

(c) Contractor staff that does not meet the above requirements will not be allowed to perform work on this contract and will not be allowed on site. Where the impact is such that the required services cannot be rendered to SITA as required in this document, the contract will be terminated by SITA.

(19) ORIGINAL EQUIPMENT MANUFACTURER SUPPORT

(a) It is a requirement that the successful contractor has signed support agreements with the Original Equipment Manufacturers (OEM.

(b) The scope of the support agreement will be such that the OEM or Specialist Contractor will attend to a callout and adhere to the specified SITA Service Level Agreements, where the contractor is unable to resolve the root cause himself or to restore the faulty plant to an operational state within the specified SITA Service Level timelines. The services rendered by these parties will be based on the quoted unit rates.

(a) The contractor will submit these signed support contracts to SITA within two weeks of contract signature (unless SITA agrees to an alternative timeframe).

22 of 35CONFIDENTIAL

(20) SITA CHANGE CONTROL

(a) The contractor must not undertake any work inside a distribution board or any of the major electrical plant components or switch off any power on a distribution board any of the major electrical plant components without an approved SITA change request.

(b) The dates for the Change Control requests will depend on SITA suitability. A number of factors influence the Change Control request dates, and could be amongst other reasons other high impact SITA Change request work having a higher priority, SITA client approval, anticipated Grid power interruptions, and freeze periods.

(c) Change Control requests will not be considered where testing or high risk work is to be executed during the same time window at the three scoped sites (Numerus, Beta, and Erasmuskloof). High risk work or testing should thus be staggered over the three sites.

(d) Change control windows for Battery maintenance will be allocated for normal time (during the week).

(e) Change control windows for Battery Performance test will only be allocated for Sunday hours.

(f) Change control windows for UPS unit services will only be allocated for Sunday hours.

(g) Change control windows for distribution board services will only be allocated for Sunday hours.

(21) LOSSES

(a) The contractor shall be held responsible for any losses caused to SITA due to the contractor’s or his sub contractor’s actions or absence of actions. Damages shall be recovered from outstanding money’s owed to the contractor. Where outstanding moneys are not sufficient to cover the full loss experienced by SITA, the contractor shall be invoiced for the outstanding moneys.

(b) Losses to SITA shall be determined and be assigned to the maintenance contractor where the balance of probability is more than 50% that the failure or incident was caused by the maintenance contractor’s actions or absence of action.

(c) Examples of losses caused to SITA that shall be recovered from the Contract, could include:

(i) Fire suppression system triggered by the actions of the contractor and subsequent a fruitless discharge of gas is resulted.

(ii) Work is being performed by the contractor inside the SITA Data Centre environment and intentionally or unintentionally Network cabling are damaged which causes Network Traffic loss.

(iii) Damage to SITA’s property during the execution of work.

(d) The contractor must have the required insurance cover in place within two weeks from contract commencement and of sufficient value to cover these types of incidences.

23 of 35CONFIDENTIAL

SITA shall not interact with the maintenance contractor’s underwriter and shall deduct moneys directly as indicated above.

(22) SERVICE LEVEL REQUIREMENTS, WARRANTIES, AND PENALTIES

(a) All Service Level time lines indicated below are relevant any time of day, any time of year, during the contract period.

(b) The following SLA time windows are applicable to this contract:

(i) The Change Control windows will be planned by both parties (SITA and the contractor) and practical timeslots (which must not exceed the specified maximum number of timeslots or the specified maximum duration of each timeslot) and dates be agreed to. The scope of work to be executed and completed for each of the Change Control windows will be agreed to by both SITA and the contractor. A penalty to the value of R10000 (Excl VAT) will be applied per incident to the contractor should the contractor not implement the scoped work during the planned and approved Change window dates and timeslots, or should the contractor not be able to fully commission the electrical installation at the end of the planned and approved Change window dates and timeslots, or should the contractor not attend an arranged and notified (24 hours in advance) Change window.

(ii) All repair works for which the repair time will be in excess of one week, the Support Contractor shall provide a project plan indicating the timelines on the various activities and projected completion date. This project plan shall be issued to SITA within 48hours after the call out. Should the Support Contractor be late on the completion of a project (as measured against the provided project plan) a penalty of 2.5% of the purchase order value for that specific project will be applied.

(iii) SITA will notify the contractor telephonically that a problem is experienced at a specific (in scope) site(s), and that he needs to attend to site immediately. The contractor shall provide the number of his call centre, or representative that needs to be contacted for this purpose. The contractor shall have a qualified technician on site within 90minutes from the first telephonic call/call attempt (unless SITA agrees to an alternative response time with the contractor during the call). Plant / Infrastructure repairs shall start within 90minutes from the first telephonic call/call attempt (unless SITA agrees to an alternative response time with the contractor during the call or on-site inspection). The 90minute requirement will be heavily dependent on the severity of the incident. If the incident is less severe, SITA will settle for slightly longer response times. SITA will be the judge of the incident severity. Should the Support Contractor’s response time to site exceed the specified 90minutes (or alternative duration as agreed to by SITA) a penalty equivalent to R5000 (Excl VAT) will be applied, per incident.

(c) Penalties shall be applied at SITA’s discretion, following the breach of a Service Level Agreement. The contractor shall have the opportunity to provide a report, within seven calendar days following the incident or SITA’s notice of penalty, indicating why the contractor deem the penalty not to be applied. SITA shall take this into consideration,

24 of 35CONFIDENTIAL

but SITA’s decision shall be final and shall deduct penalty values from the monthly invoices for the relevant site(s).

(23) AS BUILT RECORDS

(a) SITA has no As Built records available of the existing electrical installations or major electrical plant components.

(24) FINANCIALS

(a) Should SITA not be satisfied with the quality of the work performed by the contractor, SITA has the right to reject the work. The Contractor must then redo the work to SITA’s satisfaction at his own cost. No invoices for work under this contract must be submitted to SITA without a QA acceptance, and Certificate of Compliance (where applicable) for the work done. No invoices shall be processed by SITA without a QA acceptance.

(b) All works executed against this contract shall be invoiced within thirty days of completion. Late invoices shall not be accepted or paid by SITA.

(25) OCCUPATIONAL HEALTH AND SAFETY

(a) The contractor must provide within one month of contract commencement all his technical staff used on the SITA contract’s Occupational Health and Safety Training Certificates.

(b) The contractor must provide within one week of contract commencement the details of his occupational health and safety representative for this contract.

(c) The contractor must submit a Health and Safety plan to SITA covering the full scope of work under this document for approval within three weeks after signature of the contract. Any changes and or improvements as requested by SITA must be resubmitted within two weeks.

(d) A document and agreement as described under Section 37.2 of the Occupational Health and Safety Act must be signed with SITA within two weeks after signature of the contract.

(e) The safety of SITA personnel and visitors to SITA premises must be placed first, at all times and great care must be taken not to damage any infrastructure or equipment.

(26) RATE OF EXCHANGE CONDITIONS

(a) SITA reserves the right to use the prevailing exchange rate as at the time of the procurement of the goods. The parties agree that, at the time of the order, the Service Provider will procure an agreed forward exchange contract for the foreign content of the applicable order. Suppliers are expected to take forward cover to cover the foreign exchange risk upon receipt of the order by SITA.

25 of 35CONFIDENTIAL

(b) The Parties agree that the Standard Bank e-Market trader spot rate of the day will be applicable at the time of issuing the order.

(c) Price exchanges due to the fluctuation in the foreign exchange rates will only be applicable to items that are imported from a foreign country. The specific items need to be stipulated/itemized by the supplier.

(d) There will be no margins charged relating to the change in price due to the change in foreign exchange.

(e) Inflationary adjustments will not be applicable to items linked to foreign exchange movements.

(f) Items linked to foreign exchange movements will be linked to the country to which the foreign exchange currency applies.

(27) CONTRACTOR TECHNICAL CONTRACT MANAGER

(a) The contractor’s technical contract manager / technical contract coordinator / project manager must be familiar with project management principles, work within high availability environments, and fully conversant with the technical nature of the scope of work under this project/contract.

(b) The contractor will submit the details of the contractor’s proposed competent technical contract manager / technical contract coordinator / project manager, within 48 hours after the acceptance of the letter of award, for SITA’s approval.

(c) SITA has the right to request an alternative technical contract manager / technical contract coordinator / project manager. The contractor will then resubmit the details of an alternative competent technical contract manager / technical contract coordinator / project manager, within 48 hours after SITA’s request to do so, for SITA’s approval.

(d) Should SITA request the contractor to replace the contract manager / technical contract coordinator / project manager during the course of the project / contract with an alternative competent contract manager / technical contract coordinator / project manager for whatever reason, the contractor will do so within 48 hours of SITA’s request.

(e) The assignment of an alternative technical contract manager / technical contract coordinator / project manager, or the replacement of a technical contract manager / technical contract coordinator / project manager will have no cost implication to SITA.

(28) BID QUALIFICATIONS

(a) Any product, service, or pricing qualifications that the bidder may have made during his tender submission will not be considered under this service level agreement, unless such qualifications are specifically included and specified under this clause.

(29) CONTRACT TERMINATION

26 of 35CONFIDENTIAL

(a) This contract will automatically terminate upon either the lapse of the contract duration or exhaustion of the contract/budget amount.

7.3. DECLARATION OF ACCEPTANCE

ACCEPT ALL DO NOT ACCEPT ALL

(1) The bidder declares to ACCEPT ALL the Special Condition of Contract as specified in section 7.2 above by indicating with an “X” in the “ACCEPT ALL” column, OR

(2) The bidder declares to NOT ACCEPT ALL the Special Conditions of Contract as specified in section 7.2 above by -

(a) Indicating with an “X” in the “DO NOT ACCEPT ALL” column, and;

(b) Provide reason and proposal for each of the conditions that is not accepted.

Comments by bidder:Provide reason and proposal for each of the conditions not accepted as per the format:Condition Reference:Reason:Proposal:

27 of 35CONFIDENTIAL

ANNEX A.4: COSTING AND PRICING

QUALIFICATION NOTICE

To safeguard the integrity of the bidding process, the technical and financial proposals should be submitted in separate sealed envelopes, as per “National

Treasury: Supply Chain Management a guide for Accounting Officers / Authorities, 2004”, section 5.9.4; therefore

All bid Pricing Schedules, as indicated in section 8 COSTING AND PRICING, must be

submitted in a SEPARATE SEALED ENVELOPE, failing which the bid WILL BE DISQUALIFIED.

28 of 35CONFIDENTIAL

8. COSTING AND PRICING

8.1. COSTING AND PRICING EVALUATION

(1) ALL PRICING SCHEDULES MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE, failing which the BID will be DISQUALIFIED.

(2) In terms of Preferential Procurement Policy Framework Act (PPPFA), the following preference point system is applicable to all Bids:

(a) the 80/20 system (80% Price, 20% B-BBEE) for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); or

(b) The 90/10 system (90% Price and 10% B-BBEE) for requirements with a Rand value above R50 000 000 (all applicable taxes included).

(3) This bid will be evaluated using the PPPFA preferential points scoring system of 80/20.

(4) The bidder must complete the declaration of acceptance as per section 8.3 below by marking with an “X” either “ACCEPT ALL”, or “DO NOT ACCEPT ALL”, failing which the declaration will be regarded as “DO NOT ACCEPT ALL” and the bid will be disqualified.

(5) Bidder will be bound by the following general costing and pricing conditions and SITA reserves the right to negotiate the conditions or automatically disqualify the bidder for not accepting these conditions. These conditions will form part of the Contract between SITA and the bidder. However, SITA reserves the right to include or waive the condition in the Contract.

8.2. COSTING AND PRICING CONDITIONS

(1) The bidder must submit the Pricing Schedule(s) as prescribed in section 8.4 as well as the relevant enclosed Standard Bidding Document SBD 3.1, 3.2 or 3.3.

(2) SOUTH AFRICAN PRICING. The total price must be VAT inclusive and be quoted in South African Rand (ZAR).

(3) TOTAL PRICE

(a) All quoted prices are the total price for the entire scope of required services and deliverables to be provided by the bidder.

(b) The cost of delivery, labour, S&T, overtime, etc. must be included in this bid.

(c) All additional costs must be clearly specified.

(4) BID EXCHANGE RATE CONDITIONS. The bidders must use the exchange rate provided below to enable SITA to compare the prices provided by using the same exchange rate:

Foreign currency South African Rand (ZAR) exchange rate1 US Dollar1 Euro1 Pound

29 of 35CONFIDENTIAL

8.3. DECLARATION OF ACCEPTANCE

ACCEPT ALL DO NOT ACCEPT ALL

(1) The bidder declares to ACCEPT ALL the Costing and Pricing conditions as specified in section 8.2 above by indicating with an “X” in the “ACCEPT ALL” column, or

(2) The bidder declares to NOT ACCEPT ALL the Costing and Pricing Conditions as specified in section 8.2 above by -

(a) Indicating with an “X” in the “DO NOT ACCEPT ALL” column, and;

(b) Provide reason and proposal for each of the condition not accepted.

Comments by bidder:Provide the condition reference, the reasons for not accepting the condition.

30 of 35CONFIDENTIAL

8.4. BID PRICING SCHEDULE

Note:Bidder must complete the pricing as per table below (or as per the attached spread sheet if applicable).

a) Line Prices are all VAT EXCLUDING and TOTAL PRICE is VAT INCLUSIVE as indicated.

(1) SPECIFIED SERVICES: SITA PRETORIA BUILDINGS

No Product/Service description Quantity Unit Rate(ZAR)

(VAT excl.)

Total Cost(ZAR)

(VAT excl.)1. Supply of microwaves 701.1 Service contract and maintenance for 24 months

1.2 Extend Service Contract and Maintenance for 12 months

2. Sub-total (VAT Excl.)

3. VAT4. TOTAL (Vat Incl.)

Note that the quantities indicated in the costing table below are only for evaluation purposes and to determine the contract unit rates. The final quantities will be based on works orders and call outs, as specified in the contractual terms Annex A.3 Paragraph 14.

31 of 35CONFIDENTIAL

(2) SUMMARY OF PRICING SCHEDULES

No

Product/Service description Total Cost(ZAR) Year 1

Total Cost(ZAR) Year 2

Total Cost(ZAR) Year 3

5. Cost as brought forward from Pricing Schedule 1: SPECIFIED SERVICES: SITA PTA BUILDINGS

6. SUBTOTAL (VAT Excl.)

7. VAT (14%)

8. SUBTOTAL (VAT Incl.)

9. BID TOTAL (VAT Incl.)

10. Contingency with does not exceed 15% of the TOTAL BID

32 of 35CONFIDENTIAL

SBD 3.1PRICING SCHEDULE – FIRM PRICES

(PURCHASES)

NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of bidder: ………………………………………………………… Bid number:

Closing Time: 11:00 Closing date:

OFFER TO BE VALID FOR ……… DAYS FROM THE CLOSING DATE OF BID._______________________________________________________________________________ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCYNO. ** (ALL APPLICABLE TAXES INCLUDED)

_______________________________________________________________________________

- Required by: THE STATE INFORMATION TECHNOLOGY AGENCY SOC LTD

- At: …………………………………………………

…………………………………………………

- Brand and model: …………………………………………………

- Country of origin: …………………………………………………

- Does the offer comply with the specification(s)? *YES/NO

- If not to specification, indicate deviation(s) ………………………………….

- Period required for delivery ………………………………….*Delivery: Firm/not firm

- Delivery basis ……………………………………

Note:All delivery costs must be included in the bid price, for delivery at the prescribed destination.

** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.*Delete if not applicable

33 of 35CONFIDENTIAL

ANNEX A.5: Terms and definitions

1. ABBREVIATIONSA AmpCAD Computer Aided DesignCD Compact DiscCIDB Construction Industry Development BoardExcl ExcludingHz HertzICT Information and Communication TechnologyIncl IncludingISO International Organization for Standardization kVA Kilo Volt AmperekVAr Kilo Volt Ampere reactivekW Kilo WattOEM Original Equipment ManufacturerPPPFA Preferential Procurement Policy Framework ActRpm Revolutions per MinuteSABS South African Bureau of StandardsSANS South African National StandardsSITA State Information Technology AgencySLA Service Level AgreementV VoltFML Facilities Management and Logistics

34 of 35CONFIDENTIAL

ANNEX A.6: BIDDER SUBSTANTIATING EVIDENCE

This section is reserved for the bidder to provide information related to the substantiating evidence or comments in the format as required by the bid specification (e.g. text, graphical representation, diagrams, statistical reports, lists, reference letters, copies of product of solution documentation, certificates, licences, memberships, etc.).

Note: The evidence provided in this section will be used by the bid evaluation committee to evaluate the bid. Therefore, each piece of substantiating evidence must be cross referenced to requirements specification section.

35 of 35CONFIDENTIAL