AI helper
This is a Request for Quotation (RFQ) from Umngeni Water Services for the supply and delivery of leak detection technology equipment. The equipment is intended for the First Line Response Team (FLRT) Programme, which aims to reduce non-revenue water, improve municipal operational capacity, and create employment opportunities. Key equipment required includes leak noise correlator systems, ground microphones, manual listening sticks, flow and pressure loggers, measuring wheels, and field technician toolboxes. The delivery is a once-off supply, with an indicative delivery date of April 2026. Payment will be made within 30 days of receipt of a valid tax invoice after successful delivery, inspection, and acceptance of goods, and completion of training. Bidders must submit mandatory documents including completed RFQ forms, CSD registration, SBD 4, valid BEE certificate, CIPC, and SARS clearance certificate. ISO **** certification is advantageous. A minimum warranty period is specified for each equipment type, with longer periods being favorable. The evaluation process involves two stages: mandatory administrative requirements and then price and preference goals (80/20 system). Bidders must clearly state the country of origin and brand for each item. All prices must be VAT inclusive and fully inclusive of all costs.
The indicative date for the supply and delivery of the equipment is April 2026.
Payment will be made within 30 days of receipt of a valid tax invoice, following the successful delivery, inspection, and acceptance of all goods and the completion of the required training.
All equipment supplied must be covered by a comprehensive warranty against manufacturing defects. The minimum acceptable warranty periods are: Leak noise correlator system - 24 months; Flow and pressure logger - 18 months; Ground microphone, measuring wheel - 12 months; Manual listening stick, field technician toolbox - 12 months. The comprehensive warranty shall include replacement of defective parts, labor costs for repair, return transport, and access to technical support at no additional cost.
The RFQ will be evaluated using a two-stage approach: first, mandatory administrative requirements, and second, price and preference goals using the 80/20 preference point system.
Bidders must submit mandatory documents including completed RFQ forms, National Treasury CSD registration, SBD 4 (Bidders Disclosure), valid BEE certificate, CIPC, and a valid SARS clearance certificate. ISO **** certification is an added advantage.