bid document phase 1: test for responsivenss

1
Annexure C1
BID DOCUMENT
PHASE 1: TEST FOR RESPONSIVENSS
BIDNO: PR 10615196
ESTABLISHMENT AND SUCCESSFUL OPERATION OF AN
ENTERPRISE DEVELOPMENT CENTRE IN THE CITY OF MATLOSANA
LOCAL MUNICIPALITY
BIDDER’S DETAIL
NAME OF COMPANY:
CONTACT PERSON:
TELEPHONE NUMBER:
FAX NUMBER:
ADDRESS:
2
Date of Issuance:
11 May 2015
Issuing Office:
ANGLOGOLD ASHANTI
76 Jeppe Street
Newtown
2001
South Africa
Closing Date:
02 June 2015
12:00 pm
Contact Person
Ms. Annetjie Barnard
Office: +27 18 478 6630
Email: [email protected]
3
This document consists of the following sections:
A.
B.
C.
D.
Invitation to Bid
Scope of Work – Key Specifications only
Conditions of Bid
Returnable Documents
For a Bidder to be responsive:
The following documents must be attached to the bid document and returned:
a. General information;
b. Certified copies of Company registration certificate;
c. BEE Certificate – latest/current BEE certificate issued by the South African National
Accreditation System (SANAS);
NB Companies without a BEE Certificate will not be disqualified, they will however lose the
preference points
d. Certificate of authority;
e. A valid TAX CLEARANCE CERTIFICATE issued by the SOUTH AFRICAN REVENUE
SERVICES. In the a case of a company not registered and not operating with the Republic of
South Africa an exemption letter signed by all Directors/Shareholders is required;
f. Proof of payment of MUNICIPAL ACCOUNT or an exemption letter signed by all
Directors/Shareholders in a case of a company not registered and not operating with the
Republic of South Africa;
g. Declaration of interest – BD 4;
h. Declaration for Procurement above R10 Million (all applicable taxes included) – BD 5;
i. Declaration of bidders’ past Supply Chain Management practices – BD 8;
j. Certificate of Independent Bid Determination – BD 9;
k. Company profile, and
l. All returnable schedules and forms (Point D) are compulsory and must be duly completed by
the bidder
Non-responsive bidders will not be considered for attendance at the detailed project briefing
4
A.
INVITATION TO BID
Bids are hereby invited from an appropriately skilled and capacitated Implementing Agent for the
establishment and operation of an Enterprise Development Centre (EDC) in the City of Matlosana
Local Municipality in collaboration with relevant stakeholders.
A company profile and regulatory documentation indicating the ability to successfully implement and
deliver the desired outputs of the EDC project in Matlosana is requested.
Sealed bids duly endorsed ‘BID NO: ESTABLISHMENT AND SUCCESSFUL OPERATION OF AN
ENTERPRISE DEVELOPMENT CENTRE IN THE CITY OF MATLOSANA LOCAL MUNICIPALITY’
together with the name and address of the bidder must be deposited (couriered or hand delivered
only) in the tender box in the foyer of ANGLOGOLD ASHANTI – VAAL RIVER SUPPLY CHAIN
COMPLEX in Vaal River (GPS points S26°57’33” & E26°44’05”).
Bids to be received on or before noon on 02 June 2015.
Proposals will be evaluated using a two (2) phased assessment process; the first assessment shall
be TEST FOR RESPONSIVENESS and Phase 2 (responsive bids only) will consider
FUNCTIONALITY (specific criteria assessed on a points basis with a minimum threshold of 60 points)
and PRICING & PREFERENCE (90/10 point system, where 90 points will be awarded for price and
10 points awarded for BEE participation as per points given (specifically in terms of ownership) on the
certificate issued by a SANAS accredited company).Companies without a BEE Certificate will not be
disqualified, they will however lose the preference points.
No bid will be accepted after the closing time and date. ANGLOGOLD ASHANTI reserves the right
not to accept any bid and to re-advertise if so wishes.
Enquiries regarding the project should be directed to Ms. Annetjie Barnard at telephone number +27
(0)18 478 6630.
NANTES COETZEE
CATEGORY MANAGER – SERVICES & CAPITAL
SAR SUPPLY CHAIN
ANGLOGOLD ASHANTI LTD
5
B.
SCOPE OF WORK – KEY SPECIFICATIONS
 Development of Business Institutional Framework
 Opportunity identification development processes
 Entrepreneurial Resources Development
 Demand Side Development
 Database Development
 Development of Local Economic Development Capacity
 Enterprise Development Park Complex (Virtual vs Physical)
 Rendering and Development of Support Services
 Strategic Alignment with AGA/Matlosana Supply Chain
 Scope Additions
The above key focus areas (but not limited to) serves as the framework of the Scope of Supply to
establish and operate the Enterprise Development Centre in Matlosana.
C.
GENERAL
1.1
ACTIONS
AngloGold Ashanti (authorized representative of the Project Steering Committee) and each
person/organisation submitting a bid shall comply with these conditions. In their dealings with
each other, they shall discharge their duties and obligations as set out in paragraph 2 and 3
below, timeously and with integrity and transparency.
1.2
BID DOCUMENTS
The bid documents issued:
A.
B.
C.
D.
1.3
Bid Notice and test for responsiveness
Scope of Work – Key Specifications only
Conditions of bid
Returnable Documents
INTERPRETATION
The additional information and requirements as contained in returnable documents and
schedules are deemed to be part of these conditions. A bid not duly completed with all the
required documents attached will be considered as a non-responsive and incomplete bid
and will be rejected on these grounds.
6
1.4
CLARIFICATION OF ENQUIRY DOCUMENTS
Should there be any doubt as to the intent or meaning of the ‘Bid Document’, or any
inconsistency between the various parts, the Bidder shall seek clarification before 18 May
2015 @ 12:00 noon. All additional information supplied to any Bidder shall be provided to all
other Bidders having registered as a responsive bidder and indicated interest in the enquiry.
1.5
COMMUNICATION
Each communication shall be to or from the contact person only, and in a format that can be
read, copied and recorded. AngloGold Ashanti and the Project Steering Committee (herein
after further referred to as ‘AngloGold Ashanti’) shall not take any responsibility for nonreceipt of communications from or by a bidder.
The contact person is:
Name:
Telephone Number:
Fax to Mail:
1.6
Ms. Annetjie Barnard
+27 (0)18 478 6630
086 656 0766
ANGLOGOLD ASHANTI’S RIGHT TO ACCEPT OR REJECT ANY BID OR ANY PART OF A
BID.
1.6.1 AngloGold Ashanti may accept or reject
-
Any part/section of the bid
The bid in total
Any variation or deviation from the original bid specifications
Alternative bid offer, and
May cancel the bid process and reject all bid offers at any time before the
implementation of any contract
AngloGold Ashanti shall not accept or incur any liability to a person/organization for such
cancellation and rejection.
7
2.
BIDDER’S OBLIGATIONS
2.1
ELIGIBILITY
The bidder shall submit a bid only if the bidder or any of his principals, is not under any
restriction to do business with AngloGold Ashanti and/or City of Matlosana Local Municipality.
2.2
COST OF BIDDING
AngloGold Ashanti will not compensate the bidder for any costs incurred in the preparation and
submission of a bidder’s offer, including the costs of any research necessary to demonstrate
that aspects of the offer satisfy requirements.
2.3
CHECK DOCUMENTS
Check the bid documents on receipt for completeness and notify AngloGold Ashanti of any
discrepancy or omission.
2.4
CONFIDENTIALITY AND COPYRIGHT OF DOCUMENTS
Treat as confidential all matters arising in connection with the bid. Use and copy the
documents issued by AngloGold Ashanti only for the purpose of preparing and submitting a bid
offer in response to the invitation.
2.5
REFERENCE DOCUMENTS
Obtain, as necessary for submitting a bid, copies of the latest versions of standards,
specifications, conditions of contract and other publications, which are not attached but which
are incorporated into the bid documents by reference.
2.6
ACKNOWLEDGE ADDENDA
Acknowledge receipt of addenda to the bid documents, which AngloGold Ashanti may issue,
and if necessary apply for an extension to the closing time stated in the bid data in order to
take the addenda into account.
2.7
ALTERATIONS TO DOCUMENTS
Not make any alterations or additions to the bid documents, except to comply with instructions
issued by AngloGold Ashanti, or necessary to correct errors made by the bidder. All
signatories to the bid shall initial all such alterations. Erasures, the use of masking fluid and
correction tape are prohibited.
8
2.8
SUBMITTING A BID
2.8.1 Complete all the returnable schedules and attach the required documentation to this
document.
2.8.2 Sign the original and all copies of the bid where required. AngloGold Ashanti will hold all
authorized signatories liable on behalf of the bidder. Signatories for bidders proposing to
contract as joint ventures shall state who of the signatories is a lead partner whom AngloGold
Ashanti shall hold liable for the purpose of the offer.
2.8.3 Sealed bids, duly endorsed “BID NO: PR 10615196 ESTABLISHMENT AND SUCCESSFUL
OPERATION OF AN ENTERPRISE DEVELOPMENT CENTRE IN THE CITY OF
MATLOSANA LOCAL MUNICIPALITY”, and the name and address of the bidder must be
deposited in the tender box (couriered or hand delivered only) in the foyer of AngloGold
Ashanti Vaal River SUPPLY CHAIN Complex in Vaal River (GPS points S26°57’33”
& E26°44’05”). The BIDDER to ensure that the bid was received by AGA SUPPLY CHAIN,
on or before 02 June 2015 at noon. No bids will be accepted after the closing time and date.
2.8.4 Accept that AngloGold Ashanti will not assume any responsibility for the misplacement or
premature opening of the bid offer if the outer package is not sealed and marked as stated.
2.9
INFORMATION AND DATA TO BE COMPLETED IN ALL RESPECTS
Bid offers, which do not provide all the data or information requested completely and in the
form required, will be regarded by AngloGold Ashanti as non-responsive and incomplete and
will be rejected by AngloGold Ashanti.
2.10
BID OFFER VALIDITY
The bidders’ offer(s) will be valid for acceptance by AngloGold Ashanti for a period of three (3)
calendar months after the closing date.
3.
ANGLOGOLD ASHANTI’S UNDERTAKINGS
3.1
RETURN LATE BID OFFERS
Return bid offers received after the closing time stated in the Bid Data, unopened, (unless it is
necessary to open a bid submission to obtain a forwarding address), to the bidder concerned,
AngloGold Ashanti shall however not accept any responsibility or liability for returned
documentation not reaching the bidder
9
3.2
OPENING OF BID SUBMISSIONS
3.2.1 Bids received in time will be opened in accordance with the relevant ‘Opening of Tenders’
procedure. Bidder submissions for which acceptable reasons for withdrawal have been
submitted in writing will not be opened.
3.3
NON-DISCLOSURE
Not disclose to bidders, or to any other person not officially concerned with such processes,
information relating to the evaluation and comparison of bid offers.
3.4
GROUNDS FOR REJECTION AND DISQUALIFICATION
Determine whether there has been any effort by a bidder to influence the processing of bidder
offers and instantly disqualifies a bidder (and his bid offer) should it be established that he
engaged in corrupt or fraudulent practices.
3.5.
TESTS FOR RESPONSIVENESS
3.5.1 AngloGold Ashanti will determine, after opening and before detailed evaluation, whether each
bidder’s offer is properly received:
a) Complies with the requirements of these Conditions of Bid,
b) Has been properly and fully completed and signed, and
c) Is responsive to the other requirements of the bid documents.
3.5.2 A responsive bidder is one that conforms to all the terms, conditions and specifications of the
bid documents without material deviation or qualification.
3.5.3 AngloGold Ashanti will reject a non-responsive bidder’s offer, and not allow it to be
subsequently made responsive by correction or withdrawal of the non-conforming deviation or
reservation.
10
3.6
GENERAL DEFINITIONS
3.6.1 “Responsive bid” means any bid which, in all respects, complies with the specifications and
conditions of bid as set out in the bid document.
3.6.2 “Bid” means a written offer in a prescribed or stipulated form in response to an invitation by an
institution for the provision of goods, works or services.
3.6.3 “Comparative price” means the price after the factors of a non-firm price and all unconditional
discounts that can be utilized have been taken into consideration.
3.6.4 “Consortium or joint venture” means an association of persons for the purpose of combining
their expertise, property, capital, efforts, skills and knowledge in an activity for the execution of
a contract.
3.6.5 “Contract” means the agreement that results from the acceptance of a bid by an institution.
3.6.6 “Specific contract participation goals” means the goals as stipulated in the Preferential
Procurement Regulations 2001.
3.6.6.1
In addition to above-mentioned goals, the Regulations [12.(1)] also make
provision for institutions to give particular consideration to procuring locally
manufactured products.
3.6.7 “Control” means the possession and exercise of legal authority and power to manage the
assets, Good will and daily operations of a business and the active and continuous exercise of
appropriate managerial authority and power in determining the policies and directing the
operations of the business.
3.6.8 “Disability” means, in respect of a person, a permanent impairment of a physical, intellectual,
or sensory function, which results in restricted, or lack of, ability to perform an activity in the
manner, or within the range, considered normal for a human being.
3.6.9 “Equity Ownership” means the percentage ownership and control, exercised by individuals
within an enterprise.
11
3.6.10 “Historically Disadvantaged Individual (HDI)” means a South African citizen
who, due to the apartheid policy that had been in place, had no franchise in national elections
prior to the introduction of the Constitution of the Republic of South Africa, 1983 (Act No 110 of
1983) or the Constitution of the Republic of South Africa, 1993, (Act No 200 of 1993) “the
interim Constitution); and/or who is female; and/or who has a disability: provided that a person
who obtained South African citizenship on or after the coming to effect of the Interim
Constitution, is deemed not to be a HDI.
3.6.11 “Management” means an activity inclusive of control and performed on a daily basis, by any
person who is a principal executive officer of the company, by whatever name that person may
be designated, and whether or not that person is a Director.
3.6.12 “Owned” means having all the customary elements of ownership, including the right of
decision-making and sharing all the risks and profits commensurate with the degree of
ownership interests as demonstrated by an examination of the substance, rather than the form
of ownership arrangements.
3.6.13 “Person” includes reference to a juristic person.
3.6.14 “Rand value” means the total estimated value of a contract in Rand denomination that is
calculated at the time of bid invitations and includes all applicable taxes and excise duties.
3.6.15 “Small, Medium and Micro Enterprises (SMMEs)” bears the same meaning assigned to this
expression in the National Small Business Act, 1996 (No 102 of 1996).
3.6.16 “Sub-contracting” means the primary contractor’s assigning or leasing or making out work to,
or employing another person to support such primary contractor in the execution of part of a
project in terms of the contract.
3.6.17 “Trust” means the arrangement through which the property of one person is made over or
bequeathed to a trustee to administer such property for the benefit of another person.
3.6.18 “Trustee” means any person, including the founder of a trust, to whom property is bequeathed
in order for such property to be administered for the benefit of another person.
12
D.
RETURNABLE DOCUMENTS, SCHEDULES & FORMS
1. General information
2. Certified copies of Company registration certificate
3. BEE Certificate
4. Certificate of authority - Mandate
5. Tax clearance requirements
6. Municipal account
7. Declaration of interest – BD 4
8. Declaration for Procurement above R10 Million (all applicable taxes included) – BD 5
9. Declaration of bidders’ past Supply Chain Management practices – BD 8
10. Certificate of Independent Bid Determination – BD 9
11. Certification
13
D.1
GENERAL INFORMATION
1.
Name of bidding entity:
_____________________________________________________________
2.
Contact details
Address :
______________________________________________________
______________________________________________________
3.
Tel no
:
______________________________________________________
Fax no
:
______________________________________________________
Legal entity: Mark with an X.
Sole proprietor
Partnership
Close corporation
Company (Pty) Ltd
Joint venture
In the case of a Joint venture, provide details on joint venture members:
Joint venture member
Type of entity (as defined
above)
14
D.2.
COPIES OF COMPANY REGISTRATION CERTIFICATE
Kindly attach a valid company registration certificate for the business that is bidding for the bid.
In case of joint ventures, all businesses are required to attach their company certificates.
D.3
BEE CERTIFICATE
The latest/current BEE certificate issued by the South African National Accreditation System
(SANAS) confirming the bidders BEE status is required.
D.4 CERTIFICATE OF AUTHORITY (MANDATE)
(Insert letter of authority here)
A letter to authorize a specific person to sign all documents in connection with the bid (Number
PR 10615196) and contract for Contract Number XXXXX.
In the case of a:
i.
ii.
iii.
iv.
v.
Company, the letter must be signed by the chairperson of the Board of Directors;
Close corporation by all of the key members upon whom rests the direction of affairs of
the close corporation as a whole;
Partnership, by all of the key members upon whom rests the direction of affairs of the
partnership as a whole;
Joint venture by the legally authorized signatories of all the partners in the joint venture;
or
sole proprietor, by the sole owner.
If the authority to sign is not attached to the tender document at submission, the bidder will be
considered as non-responsive and will be rejected by AngloGold Ashanti.
D.5 TAX CLEARANCE CERTFICATE REQUIREMENT
It is a condition of bid that the taxes of the successful bidder must be in order, or that
satisfactory arrangements have been made with South African Revenue Service
(SARS) to meet the bidder’s tax obligations.
1. In order to meet this requirement bidders are required to complete in full the form
TCC 001 “Application for a Tax Clearance Certificate” and submit it to any SARS
branch office nationally. The Tax Clearance Certificate Requirements are also
applicable to foreign bidders / individuals who wish to submit bids.
2. SARS will then furnish the bidder with a Tax Clearance Certificate that will be
valid for a period of 1 (one) year from the date of approval.
3. The original Tax Clearance Certificate must be submitted together with the bid.
Failure to submit the original and valid Tax Clearance Certificate will result in the
invalidation of the bid. Certified copies of the Tax clearance Certificate will not be
acceptable.
4. In bids where Consortia/Joint Ventures/Sub-contractors are involved, each party
must submit a separate Tax Clearance Certificate.
5. Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are
available from any SARS branch office nationally or on the website
www.sars.gov.za.
6. Applications for the Tax Clearance Certificates may also be made via e-Filing. In
order to use this provision, taxpayers will need to register with SARS as e-Filers
through the website www.sars.gov.za.
7. In the a case of a company not registered and not operating within the Republic
of South Africa an exemption letter signed by all Directors/Shareholders is
required
15 | P a g e
D.6
MUNICIPAL ACCOUNT
(Inserted here proof of payment of municipal account)
Notes:
1. Section 28(1) of the Local Government: Municipal Finance Act, 2003, Municipal
Supply Chain Management Regulation requires that a recommended bidder’s
municipal rates and taxes and municipal services charges are not in arrears.
2. Insert here a copy of proof of payment of last municipal account for local enterprise
3. Submit here an exemption letter signed by all Directors/Shareholders in the case of
a company not registered and not operating with the Republic of South Africa.
16 | P a g e
D.7
BD 4 - DECLARATION OF INTEREST
Declaration of Interest: no bid will be accepted from persons in the service of the state. In view of
possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons
connected with or related to persons in the service of the state, it is required that the bidder or their
authorised representative declare their position in relation to the evaluating/adjudicating authority and/or
take an oath declaring his/her interest.
Full name
Identity number
Company Registration number
Tax reference number
Are you presently in the service of the State
YES
NO
YES
NO
YES
NO
If so, furnish particulars:
Have you been in the service of the state for the past twelve months?
If so, furnish particulars:
Do you, have any relationship (family, friend, other) with persons in the service of the state
and who may be involved with the evaluation and or adjudication of a bid?
If so, furnish particulars:
17 | P a g e
Are you, aware of any relationship (family, friend, other) between a bidder and any
persons in the service of the state who may be involved with the evaluation and or
adjudication of a bid.
YES
NO
YES
NO
YES
NO
If so, furnish particulars:
Are any of the company’s directors, managers, principle shareholders or stakeholders in
service of the state?
If so, furnish particulars:
Is any spouse, child or parent of the company’s directors, managers, principle
shareholders in service of the state?
If so, furnish particulars:
MSCM Regulations: “in the service of the state” means to be-
a) A member of1. Any municipal council;
2. Any provincial legislature; or
3. The national Assembly or the national Council or provinces;
b) A member of the board of directors of any municipal entity;
c) An official of any municipality or municipal entity
d) An employee of any national or provincial department, national or provincial public entity or
constitutional institution with the meaning of the Public Finance Management Act, 1999 (Act No. 1 of
1999);
18 | P a g e
e) A member of the accounting authority of any national or provincial public entity;
f) An employee of Parliament or a provincial legislature.
I, THE UNDERSIGNED (NAME)………………………………………………………………..
CERTIFY THAT THE INFORMATION FURNISHED ABOVE IS CORRECT. I ACCEPT
THAT THE PRINCIPAL MAY ACT AGAINST ME IN TERMS OF THE GENERAL
CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE.
…………………………………..
Signature
……………………………………..
Date
……………………………………
Position
……………………………………..
Name of bidder
19 | P a g e
D. 8 BD 5 - DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE
TAXES INCLUDED)
For all procurement expected to exceed R10 million (all applicable taxes included),
bidders must complete the following questionnaire:
1
Are you by law required to prepare annual financial statements for auditing?
*YES / NO
1.1
If yes, submit audited annual financial statements for the past three years or
since the date of establishment if established during the past three years.
………………………………………………………………
………………………………………………………………
2
Do you have any outstanding undisputed commitments for municipal services
towards any municipality for more than three months or any other service provider in
respect of which payment is overdue for more than 30 days?
*YES / NO
2.1
If no, this serves to certify that the bidder has no undisputed commitments for
municipal services towards any municipality for more than three months or other service
provider in respect of which payment is overdue for more than 30 days.
2.2
If yes, provide particulars.
………………………………………………………………
……………………………………………………………….
……………………………………………………………..
* Delete if not applicable
20 | P a g e
3
Has any contract been awarded to you by an organ of state during the past five
years, including particulars of any material non-compliance or dispute concerning the
execution of such contract?
*YES / NO
3.1
If yes, furnish particulars
……………………………………………………………….
…………………………………………………………………
4.
Will any portion of goods or services be sourced from outside the Republic, and,
if so, what portion and whether any portion of payment from the municipality / municipal
entity is expected to be transferred out of the Republic?
*YES / NO
4.1
If yes, furnish particulars
…………………………………………………..
……………………………………………………..
CERTIFICATION
I, THE UNDERSIGNED (NAME)
………………………………………………………………………
CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM
IS CORRECT.
21 | P a g e
I ACCEPT THAT THE AGLOGOLD ASHANTI OR THE STATE MAY ACT AGAINST
ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
…………………………………..
Signature
……………………….................
Position
22 | P a g e
……………………………………..
Date
…………………………………….
Name of Bidder
D. 9 BD 8 - DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT
PRACTICES
This Standard Bidding Document must form part of all bids invited.
It serves as a declaration to be used by institutions in ensuring that when goods and
services are being procured, all reasonable steps are taken to combat the abuse of the
supply chain management system.
The bid of any bidder may be disregarded if that bidder or any of its directors havea. abused the institution’s supply chain management system;
b. committed fraud or any other improper conduct in relation to such system; or
c. failed to perform on any previous contract/s.
23 | P a g e
IN ORDER TO GIVE EFFECT TO THE ABOVE, THE FOLLOWING
QUESTIONNAIRE (BD 8) MUST BE COMPLETED AND SUBMITTED WITH
THE BID.
24 | P a g e
D.10 BD 9 – CERTIFICATE OF INDEPENDENT BID DETERMINATION
CERTIFICATE OF INDEPENDENT BID DETERMINATION
1. This Bidding Document (BD) must form part of all bids¹ invited.
2. Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an
agreement between, or concerted practice by, firms, or a decision by an association of
firms, if it is between parties in a horizontal relationship and if it involves collusive
bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot
be justified under any grounds.
3. Municipal Supply Regulation 38 (1) prescribes that a supply chain management
policy must provide measures for the combating of abuse of the supply chain
management system and must enable the accounting officer, among others, to:
a. take all reasonable steps to prevent such abuse;
b. reject the bid of any bidder if that bidder or any of its directors has abused the
supply chain management system of AngloGold Ashanti or has committed any improper
conduct in relation to such system; and
c. cancel a contract awarded to a person if the person committed any corrupt or
fraudulent act during the bidding process or the execution of the contract.
4. This BD serves as a certificate of declaration that would be used by institutions to
ensure that, when bids are considered, reasonable steps are taken to prevent any form
of bid-rigging.
¹ Includes price quotations, advertised competitive bids, limited bids and
proposals.
² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise
be expected to compete, secretly conspire to raise prices or lower the quality of
goods and / or services for purchasers who wish to acquire goods and / or
services through a bidding process. Bid rigging is, therefore, an agreement
between competitors not to compete.
25 | P a g e
5. In order to give effect to the above, the attached Certificate of Bid Determination (BD
9) must be completed and submitted with the bid:
I, the undersigned, in submitting the accompanying bid:
______________________________________________________________________
(Bid Number and Description)
in response to the invitation for the bid made by:
AngloGold Ashanti Limited
do hereby make the following statements that I certify to be true and complete in every
respect:
I certify, on behalf
of:_______________________________________________________that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found
not to be true and complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the
accompanying bid, on behalf of the bidder;
4. Each person whose signature appears on the accompanying bid has been
authorized by the bidder to determine the terms of, and to sign the bid, on behalf of
the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the
word “competitor” shall include any individual or organization, other than the bidder,
whether or not affiliated with the bidder, who:
(a) has been requested to submit a bid in response to this bid invitation;
(b) could potentially submit a bid in response to this bid invitation, based on
their qualifications, abilities or experience; and
(c) provides the same goods and services as the bidder and/or is in the same
line of business as the bidder
6. The bidder has arrived at the accompanying bid independently from, and without
consultation, communication, agreement or arrangement with any competitor. However
communication between partners in a joint venture or consortium³ will not be construed
as collusive bidding.
26 | P a g e
7. In particular, without limiting the generality of paragraphs 6 above, there has been no
consultation, communication, agreement or arrangement with any competitor regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market
allocation)
(c) methods, factors or formulas used to calculate prices;
(d) the intention or decision to submit or not to submit, a bid;
(e) the submission of a bid which does not meet the specifications and
conditions of the bid; or
(f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or
arrangements with any competitor regarding the quality, quantity, specifications and
conditions or delivery particulars of the products or services to which this bid invitation
relates.
9. The terms of the accompanying bid have not been, and will not be, disclosed by the
bidder, directly or indirectly, to any competitor, prior to the date and time of the official
bid opening or of the awarding of the contract.
10. I am aware that, in addition and without prejudice to any other remedy provided to
combat any restrictive practices related to bids and contracts, bids that are suspicious
may in the discretion of AngloGold Ashanti 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 AngloGold Ashanti in terms of the Prevention and Combating
of Corrupt Activities Act No. 12 of 2004 or any other applicable legislation.
………………………………………………… …………………………………
Signature Date
…………………………………………………. …………………………………
Position Name of Bidder
³ Joint venture or Consortium means an association of persons for the purpose of
combining their expertise, property, capital, efforts, skill and knowledge in
an activity for the execution of a contract.
27 | P a g e
D.11 CERTIFICATION
I, THE UNDERSIGNED (FULL NAME)
………………………………………………….....................................................................
CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION
FORM IS TRUE AND CORRECT.
I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY
BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
…….……………………………………..
Signature
…………..…………..
Date
…………………………………………..
Position
……………………………………...
Name of Bidder
28 | P a g e