REQUEST FOR QUOTATION (RFQ)
YOU ARE HEREBY INVITED TO SUBMIT QUOTATION FOR UNBLOCKING OF SEWER MANHOLES IN
MALUTI-A-PHOFUNG LOCAL MUNICIPALITY FREE STATE PROVINCE.
RFQ number RFQ/975/2024/25
Compulsory briefing session, N/A
venue & time(if applicable)
Closing date & time 19 March 2025 at 11 AM
Conditions of Contract Conditions of the RFQ, National Treasury’s general conditions of
contract (GCC) and if applicable, any other special conditions of
contract (SCC)
RFQ responses must be emailed Names: Khuliso Lieba
to:
Telephone: 012 848 5300
Description of goods/services YOU ARE HEREBY INVITED TO SUBMIT QUOTATION FOR THE
UNBLOCKING OF SEWER MANHOLES AND ASSOCIATED COSTS
AT IN MALUTI-A-PHOFUNG LOCAL MUNICIPALITY IN THE FREE
STATE PROVINCE
Place where goods will be FREE STATE :
inspected and delivered.
Maluti-a-Phofung Local Municipality:
Address: • Physical: Cnr Moremoholo & Motloung Streets, Setsing Co
mplex, Phuthaditjhaba, Tel: 058 718 6594: Office of the
Municipal Manager : Adv. MM Mofokeng, Cell: 069 346 5369.
• Unblocking of 480 Sewer Manholes (Inspection and
verification site)
Please confirm with the Maluti-a-Phofung Local
Municipality official before inspection.
RFQ/975/2024/25 1
CONDITIONS OF THIS RFQ
✓ Quotations must be submitted on the company letterhead.
✓ Compliance Tax status with SARS, Verification to be done with SARS/CSD
✓ Active registration with Company Intellectual Property Commission (to be verified through CSD
and CIPC)
✓ All prices quoted must be firm and be inclusive of Value Added Tax (VAT).
✓ The offer shall remain binding and open for acceptance by the MISA during the validity period.
✓ All copyright and intellectual property herein vests with MISA.
✓ 80/20 price & specific goals as per PPR of 2022, will be used. SBD 6.1 should be scrutinized,
completed, and submitted together with other SBD forms i.e. SBD1, SBD 4 and Quotation.
✓ MISA intends to select a preferred Service Provider with the view of concluding a service level
agreement (SLA) where applicable with such successful Service Provider.
✓ The Bid shall be evaluated in terms of the PPPFA (80/20) evaluation criteria.
✓ All Service Providers must submit B-BBEE verification certificates from verification agencies
accredited by SANAS or EME/QSE sworn affidavit attested by Commissioner of Oaths.
✓ MISA reserves the right to verify the quality of the goods as per the specification prior to delivery
acceptance.
✓ MISA reserves the right to; cancel or reject any quote and not to award the RFQ to the lowest
Service Provider or award parts of the RFQ to different Service Providers, or not to award the
RFQ at all.
✓ MISA reserves the right in its sole discretion to withdraw, suspend or cancel this RFQ or the
RFQ process at any time and without providing reasons.
✓ MISA reserves the right to change any of its requirements as set out in this RFQ at any time
prior to the Closing Date by notice to all prospective Service Providers.
RFQ/975/2024/25 2
1. Scope of works/ goods/ services required.
1.1. MISA Requires Services from a service provider for the Unblocking of 480 Sewer Manholes
and opening of adjoining sewer lines at Maluti-a-Phofung Local Municipality listed in the
delivery section. The sewer manholes are on average 80m apart, the approximate total
distance of sewer lines to be opened is 38 320m. The location of the sewer manholes are
located in the following areas: QwaQwa, Harrismith, Intabazwe, Kestell, Tshiame B.
1.2. The unblocking of sewer manholes equipment consists of the following items:
• High pressure Jet-Vac truck mounted machine and all the necessary equipment to carry
out the works. The Jet-Vac Truck must be a specialized truck that has built-in a heavy-duty
vacuum and high-pressure water jetting system. It must utilize high-pressure water jets and
a powerful vacuum system to efficiently clean out sewers and drains.
• Water jetting and vacuum combination utilizing separate water and vacuum tanks and
mounted to a truck (1 required). The water flow capacity of the Jet-Vac truck must be 230
litres per minute The pressure of the Jet-Vac Truck must be 10 352kPa.
• All tools, equipment and necessary PPE used during the process of unblocking manholes.
1.3. The Contractor is required to submit detailed fortnightly reports:
• Reporting is mandatory and will be required as part of the fulfilment of the Contractor’s
performance. Reports submitted must include: the number of manholes unblocked, metres
of adjoining sewers between manholes cleared and debris removed and disposed and the
distance to and site of disposal. The Contractor must also state the tools used and
personnel used as well as submit timesheets and EPWP fulfilments where required.
NB: MISA reserves the right to verify/inspect the quality of the goods as per the
specification prior acceptance of delivery.
2. Pricing schedule
2.1. The Service Provider must take the following into consideration when pricing:
• Detailed deliverables as per specifications under point 1.2 above.
• Price must be based on a fixed price basis. Rates are to include for labour, material,
overheads, profit, etc.
RFQ/975/2024/25 3
• To ensure that all rates include for all costs deemed necessary as no additional costs
will be admitted later.
• All rates and extended prices must include Value Added Tax (VAT) where applicable.
• We may require breakdown of rates on any of the items priced and the Service
Provider is to provide same without any additional cost.
MALUTI-A-PHOFUNG LOCAL MUNICIPALITY
ITEM ITEM DESCRIPTION ITEM UNIT TOTAL COST
NUMBER QUANTITY PRICE
1. Preliminary and General
2. Unblocking of sewer manholes 480
and opening of adjoining sewer
lines with a Jet Vac Truck. The
unit rate must include labour
and all overhead costs.
3. Discarding of foreign objects Prov Sum
recovered from blocked sewer
manholes and safely disposing
them at a designated disposal
site
4. Accommodating traffic and Prov Sum
maintaining temporary
deviations
5. Day Works Prov Sum
TOTAL
TRANSPORTATION COST TO THE DELIVERY ADDRESS
TOTAL (VAT EXCL)
VAT (IF VAT REGISTERED)
GRAND TOTAL
3. Queries
3.1. For a Service Provider to obtain clarity on any matter arising from or referred to in this
document, please refer queries, in writing, to the contact details provided above. Under
no circumstances may any other employee within MISA be approached for any
information. Any such action might result in a disqualification of a response submitted
in competition to this RFQ.
3.2. All enquiries regarding this RFQ must be forwarded only to the person above as per the
contact details provided above.
3.3. Under no circumstances will MISA allow enquiries from Service Providers one (1) day
prior the closing date of this RFQ and during the subsequent evaluation processes.
RFQ/975/2024/25 4
SBD 1
PART A
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF DEPARTMENT/ PUBLIC
ENTITY)
BID NUMBER: RFQ/975/2024/25 CLOSING DATE: 19 March 2025 CLOSING TIME: 11:00
YOU ARE HEREBY INVITED TO SUBMIT QUOTATION FOR UNBLOCKING OF SEWER
DESCRIPTION MANHOLES IN MALUTI-A-PHOFUNG LOCAL MUNICIPALITY FREE STATE PROVINCE.
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)
BIDDING PROCEDURE ENQUIRIES MAY BE
DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON SCM CONTACT PERSON
TELEPHONE
NUMBER 012 848 5300 TELEPHONE NUMBER
FACSIMILE NUMBER FACSIMILE NUMBER
E-MAIL ADDRESS E-MAIL ADDRESS
SUPPLIER INFORMATION
NAME OF SERVICE
PROVIDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE
NUMBER CODE NUMBER
CELLPHONE
NUMBER
FACSIMILE
NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION
NUMBER
SUPPLIER TAX CENTRAL
COMPLIANCE COMPLIANCE SUPPLIER
OR
STATUS SYSTEM PIN: DATABASE
No: MAAA
B-BBEE STATUS TICK APPLICABLE BOX] B-BBEE STATUS LEVEL [TICK APPLICABLE
LEVEL SWORN AFFIDAVIT BOX]
RFQ/975/2024/25 5
VERIFICATION Yes No Yes
CERTIFICATE No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs)
MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
Yes No
ARE YOU THE
ACCREDITED Yes No ARE YOU A FOREIGN
[IF YES, ANSWER
REPRESENTATIVE BASED SUPPLIER FOR
THE
IN SOUTH AFRICA THE GOODS /SERVICES
QUESTIONNAIRE
FOR THE GOODS /WORKS OFFERED?
[IF YES ENCLOSE PROOF] BELOW ]
/SERVICES /WORKS
OFFERED?
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)?
YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA?
YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA?
YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA?
YES NO
IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION?
YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR
A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE
(SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.
SBD 1
RFQ/975/2024/25 6
PART B
TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS
WILL NOT BE ACCEPTED FOR CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED)
OR IN THE MANNER PRESCRIBED IN THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000
AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2022, THE GENERAL CONDITIONS OF
CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL SERVICE PROVIDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN
CONTRACT FORM (SBD7).
2. TAX COMPLIANCE REQUIREMENTS
2.1 SERVICE PROVIDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 SERVICE PROVIDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION
NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S
PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH
THE SARS WEBSITE WWW.SARS.GOV.ZA.
2.4 SERVICE PROVIDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE
BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH
PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE SERVICE PROVIDER IS REGISTERED ON THE
CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES
WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE
CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE.”
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS
MAY RENDER THE BID INVALID.
SIGNATURE OF SERVICE PROVIDER:…………………………………………
CAPACITY UNDER WHICH THIS BID IS SIGNED:…………………………………………
(Proof of authority must be submitted e.g. company resolution)
DATE: …………………………………………...
RFQ/975/2024/25 7
SBD 4
SERVICE PROVIDER’S DISCLOSURE
1. PURPOSE OF THE FORM
Any person (natural or juristic) may make an offer or offers in terms of this invitation to
bid. In line with the principles of transparency, accountability, impartiality, and ethics as
enshrined in the Constitution of the Republic of South Africa and further expressed in
various pieces of legislation, it is required for the Service Provider to make this declaration
in respect of the details required hereunder.
Where a person/s are listed in the Register for Tender Defaulters and / or the List of
Restricted Suppliers, that person will automatically be disqualified from the bid process.
2. Service Provider’s declaration.
2.1 Is the Service Provider, or any of its directors / trustees / shareholders / members /
partners or any person having a controlling interest1 in the enterprise,
employed by the state? YES/NO
2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if applicable, state
employee numbers of sole proprietor/ directors / trustees / shareholders / members/
partners or any person having a controlling interest in the enterprise, in table below.
Full Name Identity Number Name of State institution
2.2 Do you, or any person connected with the Service Provider, have a relationship with any
person who is employed by the procuring institution? YES/NO
2.2.1 If so, furnish particulars:
1 the power, by one person or a group of persons holding the majority of the
equity of an enterprise, alternatively, the person/s having the deciding vote
or power to influence or to direct the course and decisions of the
enterprise.
RFQ/975/2024/25 8
……………………………………………………………………………………
……………………………………………………………………………………
2.3 Does the Service Provider or any of its directors / trustees / shareholders / members /
partners or any person having a controlling interest in the enterprise have any interest in
any other related enterprise whether or not they are bidding for this contract?YES/NO
2.3.1 If so, furnish particulars:
…………………………………………………………………………….
…………………………………………………………………………….
3 DECLARATION
I, the undersigned, (name)……………………………………………………………………. in
submitting the accompanying bid, do hereby make the following statements that I certify
to be true and complete in every respect:
3.1 I have read and I understand the contents of this disclosure;
3.2 I understand that the accompanying bid will be disqualified if this disclosure is found not
to be true and complete in every respect;
3.3 The Service Provider 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 consortium2 will not be
construed as collusive bidding.
3.4 In addition, there have been no consultations, communications, agreements or
arrangements with any competitor regarding the quality, quantity, specifications, prices,
including methods, factors or formulas used to calculate prices, market allocation, the
intention or decision to submit or not to submit the bid, bidding with the intention not to
win the bid and conditions or delivery particulars of the products or services to which this
bid invitation relates.
3.4 The terms of the accompanying bid have not been, and will not be, disclosed by the
Service Provider, directly or indirectly, to any competitor, prior to the date and time of the
official bid opening or of the awarding of the contract.
3.5 There have been no consultations, communications, agreements or arrangements made
by the Service Provider with any official of the procuring institution in relation to this
procurement process prior to and during the bidding process except to provide
clarification on the bid submitted where so required by the institution; and the Service
Provider was not involved in the drafting of the specifications or terms of reference for
this bid.
3.6 I am aware that, in addition and without prejudice to any other remedy provided to combat
2 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.
RFQ/975/2024/25 9
3.7 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.
I CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 1, 2 and 3
ABOVE IS CORRECT.
I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN
TERMS OF PARAGRAPH 6 OF PFMA SCM INSTRUCTION 03 OF 2021/22 ON
PREVENTING AND COMBATING ABUSE IN THE SUPPLY CHAIN MANAGEMENT
SYSTEM SHOULD THIS DECLARATION PROVE TO BE FALSE.
……………………………… ..……………………………………………
Signature Date
……………………………… ………………………………………………
Position Name of Service Provider
RFQ/975/2024/25 10
SBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL
PROCUREMENT REGULATIONS 2022
This preference form must form part of all tenders invited. It contains general information and
serves as a claim form for preference points for specific goals.
NB: BEFORE COMPLETING THIS FORM, TENDERERS MUST STUDY THE GENERAL
CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF
THE TENDER AND PREFERENTIAL PROCUREMENT REGULATIONS, 2022
1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to invitations to tender:
- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all
applicable taxes included); and
1.2 To be completed by the organ of state
a) The applicable preference point system for this tender is the 80/20 preference point
system.
1.3 Points for this tender (even in the case of a tender for income-generating contracts)
shall be awarded for:
(a) Price; and
(b) Specific Goals.
1.4 To be completed by the organ of state:
The maximum points for this tender are allocated as follows:
POINTS
PRICE 80
SPECIFIC GOALS 20
Total Points for Price and SPECIFIC GOALS 100
1.5 Failure on the part of a tenderer to submit proof or documentation required in terms of
this tender to claim points for specific goals with the tender, will be interpreted to mean
that preference points for specific goals are not claimed.
1.6 The organ of state reserves the right to require of a tenderer, either before a tender is
adjudicated or at any time subsequently, to substantiate any claim in regard to
preferences, in any manner required by the organ of state.
2. DEFINITIONS
(a) “tender” means a written offer in the form determined by an organ of state in response
RFQ/975/2024/25 11
(b) to an invitation to provide goods or services through price quotations, competitive
tendering process or any other method envisaged in legislation;
(c) “price” means an amount of money tendered for goods or services, and includes
all applicable taxes less all unconditional discounts;
(d) “rand value” means the total estimated value of a contract in Rand, calculated at the
time of bid invitation, and includes all applicable taxes;
(e) “tender for income-generating contracts” means a written offer in the form determined
by an organ of state in response to an invitation for the origination of income-generating
contracts through any method envisaged in legislation that will result in a legal agreement
between the organ of state and a third party that produces revenue for the organ of state,
and includes, but is not limited to, leasing and disposal of assets and concession
contracts, excluding direct sales and disposal of assets through public auctions; and
(f) “the Act” means the Preferential Procurement Policy Framework Act, 2000 (Act No. 5
of 2000).
3. FORMULAE FOR PROCUREMENT OF GOODS AND SERVICES
3.1. POINTS AWARDED FOR PRICE
3.1.1 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 = 𝟖𝟎 (𝟏 − ) or 𝑷𝒔 = 𝟗𝟎 (𝟏 − )
𝑷 𝒎𝒊𝒏 𝑷 𝒎𝒊𝒏
Where
Ps = Points scored for price of tender under consideration
Pt = Price of tender under consideration
Pmin = Price of lowest acceptable tender
3.2. FORMULAE FOR DISPOSAL OR LEASING OF STATE ASSETS AND INCOME
GENERATING PROCUREMENT
3.2.1. POINTS AWARDED FOR PRICE
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
𝑷𝒕−𝑷 𝒎𝒂𝒙 𝑷𝒕−𝑷 𝒎𝒂𝒙
𝑷𝒔 = 𝟖𝟎 (𝟏 + ) or 𝑷𝒔 = 𝟗𝟎 (𝟏 + )
𝑷 𝒎𝒂𝒙 𝑷𝒎𝒂𝒙
Where
Ps = Points scored for price of tender under consideration
Pt = Price of tender under consideration
Pmax = Price of highest acceptable tender
RFQ/975/2024/25 12
4. POINTS AWARDED FOR SPECIFIC GOALS
4.1. In terms of Regulation 4(2); 5(2); 6(2) and 7(2) of the Preferential Procurement
Regulations, preference points must be awarded for specific goals stated in the tender.
For the purposes of this tender the tenderer will be allocated points based on the goals
stated in table 1 below as may be supported by proof/ documentation stated in the
conditions of this tender:
4.2. In cases where organs of state intend to use Regulation 3(2) of the Regulations, which
states that, if it is unclear whether the 80/20 or 90/10 preference point system applies, an
organ of state must, in the tender documents, stipulate in the case of—
(a) an invitation for tender for income-generating contracts, that either the 80/20 or
90/10 preference point system will apply and that the highest acceptable tender
will be used to determine the applicable preference point system; or
(b) any other invitation for tender, that either the 80/20 or 90/10 preference point
system will apply and that the lowest acceptable tender will be used to
determine the applicable preference point system,
then the organ of state must indicate the points allocated for specific goals for both the
90/10 and 80/20 preference point system.
Table 1: Specific goals for the tender and points claimed are indicated per the table below.
(Note to organs of state: Where either the 90/10 or 80/20 preference point system is
applicable, corresponding points must also be indicated as such.
Note to tenderers: The tenderer must indicate how they claim points for each preference
point system.)
Number of points Number of points
allocated claimed (80/20 system)
The specific goals allocated (To be completed by
points in terms of this bid (80/20 system)
the bidder)
(To be completed by
the organ of state)
B-BBBEE status level contributors 20
from level 1 to 2 which are QSE or
EME
Total scored points 20
DECLARATION WITH REGARD TO COMPANY/FIRM
4.3. Name of company/firm…………………………………………………………………….
4.4. Company registration number: …………………………………………………………...
4.5. TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium
One-person business/sole propriety
Close corporation
Public Company
Personal Liability Company
(Pty) Limited
Non-Profit Company
RFQ/975/2024/25 13
State Owned Company
[TICK APPLICABLE BOX]
4.6. I, the undersigned, who is duly authorised to do so on behalf of the company/firm, certify
that the points claimed, based on the specific goals as advised in the tender, qualifies
the company/ firm for the preference(s) shown and I acknowledge that:
i) The information furnished is true and correct;
ii) The preference points claimed are in accordance with the General Conditions as
indicated in paragraph 1 of this form;
iii) In the event of a contract being awarded as a result of points claimed as shown in
paragraphs 1.4 and 4.2, the contractor may be required to furnish documentary
proof to the satisfaction of the organ of state that the claims are correct;
iv) If the specific goals have been claimed or obtained on a fraudulent basis or any of
the conditions of contract have not been fulfilled, the organ of state may, in addition
to any other remedy it may have –
(a) disqualify the person from the tendering process;
(b) recover costs, losses or damages it has incurred or suffered as a
result of that person’s conduct;
(c) 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;
(d) recommend that the tenderer or contractor, its shareholders and
directors, or only the shareholders and directors who acted on a
fraudulent basis, be restricted 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
(e) forward the matter for criminal prosecution, if deemed necessary.
……………………………………….
SIGNATURE(S) OF TENDERER(S)
SURNAME AND NAME: ……………………………………………………….
DATE: ………………………………………………………
ADDRESS: ………………………………………………………
………………………………………………………
………………………………………………………
RFQ/975/2024/25 14