DEPARTMENT OF ECONOMIC DEVELOPMENT

CONTRACT NUMBER: P- ED-08-2021

BID DOCUMENT (IN COMPLIANCE WITH THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017 PUBLISHED IN GOVERNMENT GAZETTE NO. 40553 OF 20 JANUARY 2017)

REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS.

ISSUED BY: PREPARED BY: PREPARED FOR: Department of Finance Mr C. Chauke Mr C. Chauke Tender Office Head of Department Head of Department (Tender Initiation Section) Economic Development Department Economic Development Department

68 Woburn Avenue Business Facilitation Centre Kempton Business Facilitation Centre Kempton BENONI Park Park 1501 Cnr Voortrekker & Monument Road Cnr Voortrekker & Monument Road Private Bag X 65 KEMPTON PARK KEMPTON PARK BENONI Tel: (011) 999-9419 Tel: (011) 999-9419 1500 Email: Email: [email protected] [email protected] Tel: (011) 999 6540/6567 Fax: (011) 999 7193

NAME OF BIDDING ENTITY (FULL NAME, i.e. Ltd, Ltd, JV/CONSORTIUM, SOLE PROPRIETOR etc.) : ______TELEPHONE NUMBER : ______EMAIL ADDRESS : ______FAX NUMBER : ______

1

CONTRACT NUMBER: P- ED-08-2021

CLOSING DATE AND TIME: 31 AUGUST 2021 10:00AM

REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS.

To ensure that your bid is not exposed to invalidation, documents are to be completed in accordance with the conditions and bid rules contained in this bid document.

Supporting documents must be sealed and externally endorsed BID NUMBER: P-ED 01-2021 and placed in Bid Box Number ONE (01), Ground Floor, Finance Head Office, 68 Woburn Avenue, Benoni, not later than the closing date and time as advertised at which hour the bids will be opened in public in the Conference Room, Ground Floor at the above-mentioned address.

The City of Ekurhuleni (CoE) reserves the right not to consider any bid not suitably endorsed or comprehensively completed.

The following documents must be completed and signed, where required and submitted as a complete set:

FORM A - Details of Bidder FORM B - Bid Declaration FORM C - Conditions of Lease FORM D - Declaration of Interest FORM E - Specification FORM F - Rental Schedule FORM G - Adjudication of Bids

The following documents are attached for information only:

APPENDIX X - Locality Plan APPENDIX Y - Zoning Certificate APPENDIX Z - Draft Lease Agreement

2

VERY IMPORTANT NOTICE ON DISQUALIFICATIONS:

A bid not complying with the peremptory requirements stated hereunder will be regarded as not being an “acceptable bid” and as such will be rejected.

(“Acceptable bid” means any bid which, in all respects, complies with the conditions of bid and specifications as set out in this bid document.)

1. If any pages have been removed from the bid document and have therefore not been submitted.

2. Failure to complete Form F - Rental Schedule as required and not signed by the authorized signatory.

3. Scratching out, writing over or painting out words/numbers without initialling next to the amended information, affecting the evaluation of the bid.

4. The use of correction fluid (i.e. Tippex) or any erasable ink, e.g. pencil.

5. The bid has not been properly signed by a person having the authority to do so.

6. Very important notice: The bidder must note that only information completed at the spaces provided in the bid document will be considered for evaluation purposes unless additional space is required and then only if the location of the additional information in the attachments is properly referred to by page number and section heading. Information supplied anywhere else will be disregarded which may lead to the rejection of the bid. The attachment or inclusion of information not specifically asked for is not desirable and lead to delays in the awarding of bids.

7. The bidder attempts to influence or has in fact influenced the evaluation and/or awarding of the bid.

8. The bid has been submitted either in the wrong bid box or after the relevant closing date and time.

9. If any municipal rates and taxes or municipal service charges owed by the bidder or any of its directors to the municipality or to any other municipality or municipal entity are in arrears for more than three months.

10. The accounting officer must ensure that no award may be given to a person –

(a) who is in the service of the state; or (b) if that person is not a natural person, of which any director, manager, principal shareholder or stakeholder, is a person in the service of the state; or (c) who is an advisor or consultant contracted with the municipality in respect of a contract that would cause a conflict of interest.

11. Non-submission of financial statements, if required.

3

PLEASE NOTE:

 The rental which the bidder is prepared to offer for the lease of the property must be inserted in the column on Form F – Rental Schedule provided for that purpose.

 The bidder must sign Form E – Specification contained in this bid document in full and on acceptance of a bid by CoE, the conditions of lease, specification, declarations and rental schedule contained in this bid document will be deemed to be the conditions of contract between the parties.

 The bidder must initial every page of the draft Lease Agreement attached as Appendix Z. The bidder must note that the terms and conditions of the said agreement are non-negotiable.

 FAILURE TO COMPLETE ALL BLANK SPACES IN THE FORMS AND TO ATTEND TO THE OTHER DETAILS MENTIONED HEREIN WILL RENDER THE BID LIABLE TO REJECTION.

 ANY COMPLETION OF THE BID DOCUMENT IN ERASABLE INK (INCLUDING PENCIL) OR BY MAKING USE OF CORRECTION FLUID (i.e. TIPPEX) WILL RENDER THIS BID INVALID.

PLEASE NOTE POSSIBLE AMENDMENTS/ADENDUM MAY BE ADVERTISED ON THE COE WEBSITE. IT REMAINS THE RESPONSIBILITY OF THE BIDDER TO CHECK THE COE WEBSITE DAILY AND TO RAISE ANY ENQUIRIES REGARDING THE BID TO THE RELEVANT CONTACT PERSON BEFORE THE CLOSING DATE. NO COMMUNICATION WILL BE ALLOWED AFTER THE CLOSING OF THE BID

PLEASE NOTE THAT ALL BID DOCUMENTS ARE ALSO AVAILABLE FOR DOWNLOAD ON OUR WEBSITE FOR FREE IN ANY COLOUR PAPER.

---o0o---

4

CITY OF EKURHULENI DEPARTMENT NAME: ECONOMIC DEVELOPMENT CONTRACT NO: P- ED-08-2021 FOR: REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS.

SUMMARY FOR BID OPENING PURPOSES

NAME OF BIDDING ENTITY: ...... ……………………………………………………….

......

PHYSICAL STREET ADDRESS: POSTAL ADDRESS:

TELEPHONE NUMBER : ......

FAX NUMBER : ......

E-mail ADDRESS : ......

CONTRACT PRICE : R (Amount brought forward from the Form of Offer and Acceptance) *

Signed by authorised representative of the Bidding Entity: ......

DATE: …………………………………………………

 Should any discrepancy occur between this figure and that stated in the Form of Offer and Acceptance, the latter shall take precedence and apply.

5

NOTICE ADVERTISED IN: SOWETAN PUBLISHING DATE: 28 MAY 2021 NOTICE/REF. NO.: PRN 27/2020 CITY OF EKURHULENI

Bids are hereby invited for the following: ECONOMIC DEVELOPMENT Economic Partnership

CONTRACT NO.: DESCRIPTION: DOC. FEE CLOSING DATE: P-ED 08-2021 REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED R0.00 31 AUGUST 2021 AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS.

Bidders must note that this bid may be awarded to more than one bidder.

Acceptable bids will be evaluated by using a system that awards points on the basis of 80 points for bid price and a maximum of 20 points for the Broad-Based Black Economic Empowerment (B-BBEE) status level of contributor and functionality as contained in the bid document.

PLEASE NOTE THAT A VALID ORIGINAL OR COPY OF A COMPANY’S TAX CLEARANCE CERTIFICATE (OR IN THE CASE OF A JOINT VENTURE, OF ALL THE PARTNERS IN THE JOINT VENTURE) MUST BE SUBMITTED WITH THE BID DOCUMENT

Please note that all bid documents are available for download on our website for free in any colour paper.

Bids are to be completed in accordance with the conditions and bid rules contained in the bid documents and supporting documents must be sealed and externally endorsed with the CONTRACT NUMBER AND DESCRIPTION and placed in bid box number ONE (01), on the Ground Floor, 68 Woburn Avenue, Benoni, not later than 10:00 on 31 AUGUST 2021. Bids will be opened immediately thereafter, in public, in the Conference Room, Ground Floor, at above-mentioned address. All bids shall hold good for 120 days as from the closing date of bids.

Bids which are not received and/or deposited in the specified bid box before 10:00 on the closing date for the bid mentioned hereinbefore, will be marked as late bids and such bids shall in terms of the SCM Policy of the City of Ekurhuleni, not be considered by the Council as valid bids.

Enquiries must be directed to Mr. Caiphus Chauke at e-mail address [email protected]

Bidders attention is specifically drawn to the provisions of the bid rules which are included in the bid documents. The lowest or any bid will not necessarily be accepted and the Council reserves the right not to consider any bid not suitably endorsed or comprehensively completed, as well as the right to accept a bid in whole or part. Bids completed in pencil will be regarded as invalid bids. Bids may only be submitted on the documentation provided by the CoE.

TELEFAX OR E-MAIL BIDS ARE NOT ACCEPTABLE

DR. I. MASHAZI CITY MANAGER CoE

6

MBD 1 : PART A : INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CITY OF EKURHULENI BID NUMBER: P-ED 08-2021 CLOSING DATE: 31 AUGUST 2021 CLOSING TIME: 10:00 REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE DESCRIPTION (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7). BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX

SITUATED AT (STREET ADDRESS BOX NUMBER : ONE (01), FINANCE HEAD OFFICE, GROUND FLOOR, 68 WOBURN AVENUE, BENONI SUPPLIER INFORMATION NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE NUMBER CODE NUMBER CELLPHONE NUMBER FACSIMILE NUMBER CODE NUMBER E-MAIL ADDRESS VAT REGISTRATION NUMBER TAX COMPLIANCE STATUS TCS PIN: OR CSD No: B-BBEE STATUS LEVEL Yes B-BBEE STATUS Yes VERIFICATION CERTIFICATE LEVEL SWORN [TICK APPLICABLE BOX] No AFFIDAVIT 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] ARE YOU A FOREIGN Yes No ARE YOU THE ACCREDITED Yes No BASED SUPPLIER

REPRESENTATIVE IN FOR THE GOODS [IF YES, ANSWER PART FOR THE GOODS /SERVICES [IF YES ENCLOSE PROOF] /SERVICES /WORKS B:3 ] /WORKS OFFERED? OFFERED?

TOTAL NUMBER OF ITEMS OFFERED TOTAL BID PRICE R

SIGNATURE OF BIDDER ……………………………… DATE

CAPACITY UNDER WHICH THIS BID

IS SIGNED BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO: DEPARTMENT Finance CONTACT PERSON Mr. Caiphus Chauke CONTACT PERSON Winnie Majola TELEPHONE NUMBER 011 999 9419 TELEPHONE NUMBER 011 999 6540 FACSIMILE NUMBER n/a FACSIMILE NUMBER n/a n/a E-MAIL ADDRESS [email protected] [email protected]

7

MBD 1: 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 ONLINE 1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.

2. TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS. 2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS. 2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN 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. 2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3. 2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID. 2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER. 2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED. 3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO

3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO

3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO

3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO

3.5. 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 ABOVE.

NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.

SIGNATURE OF BIDDER: ……………………………………………………………….…… CAPACITY UNDER WHICH THIS BID IS SIGNED: ……………………………………………………………….…… DATE: ……………………………………………………………….……

8

FORM A: DETAILS OF BIDDER

Name of bidder: ______

______

Company/ CC/ Trust/ NGO Registration number: ______

A copy of the registration documentation must be attached.

Postal address: ______

______

Tel: ______Cellular phone: ______

E-mail: ______

Fax: ______

Full names of person authorized to act on behalf of bidder:

______

The resolution of the company/CC/trust/NGO/other must be attached as well as a Power of Attorney [these documents must authorize the named person to submit this bid and to enter into a Lease Agreement with CoE should the bid be successful].

BIDDER’S BANKING DETAILS

Name of bidder’s banker: ______

Contact details of banker: ______

SARS TAX CLEARANCE CERTIFICATE (if applicable)

Tax Reference number: ______

An original valid tax clearance certificate must be attached.

9

RATES AND TAXES

Address of bidder:

Erf Number ______

Township/Suburb ______

______

Town/City ______

Account Number ______

Is the above property owned by the bidder? Yes No

Attach a copy of an up-to-date (overdue payments of less than 90 days) Rates Account OR proof (letter from landlord/copy of Rental Statement) that the bidder does not own the above property,

MUNICIPAL SERVICES

Does the bidder have a contract with CoE for the provision of municipal services (water and electricity)? Yes No

Attach a copy of an up-to-date (overdue payments of less than 90 days) Services Account OR proof (letter from landlord/copy of Services Statement) that the bidder does not own the above property.

Signature of person authorized to sign bid documents

Name in block letters

Designation Date

---o0o---

10

FORM B: BID DECLARATION

I/We, the undersigned:

(a) bid to lease from CoE the properties described in Forms C, E and F contained in this bid document;

(b) agree that I/we will be bound by the conditions of lease, specification and rental stated in Forms C, E and F contained in this bid document,

(c) further agree to be bound by the conditions of lease set out in Form C contained in this bid document, should this bid be accepted in whole or in part;

(d) confirm that this bid may only be accepted by CoE by way of a duly authorised letter of acceptance;

(e) declare that I/we am/are fully acquainted with this bid document and the contents thereof and that I/we have completed and signed/initialled Forms A, B, D, E and F contained in this bid document;

(f) declare that all amendments to this bid document have been initialled by the relevant authorized person and that the document constitutes a proper contract between CoE and the undersigned;

(g) acknowledge that the information furnished is true and correct;

(h) declare that no municipal rates and taxes or municipal service charges owed by the bidder or any of its directors to CoE or to any other municipality or municipal entity are in arrears for more than three (3) months;

(i) the signatory to the bid document is duly authorized;

(j) documentary proof regarding any tendering issue will, when required, be submitted to the satisfaction of CoE within 5 working days from such request.

Signed at ...... ……………. this ...... day of ………………………...... 20……

Name of Authorized Person: ______

Authorized Signature: ______

Name of Bidder: ______

Date: ______

As witnesses: 1. ______

2. ______

11

FORM C: CONDITIONS OF LEASE

Conditions:

1. Development proposals are invited from interested and suitable investors to lease INDIVIDUALLY, for the followings farms

2. Leases shall be for a period not exceeding Nine (9) years and Eleven (11) months, for all farms listed.

3. Leases shall commence on the first day of the month following the final signature of the Lease Agreements by both parties from which date the lessee/s may occupy the premises.

4. Rental is subject to an escalation of 10% per annum cumulative on the previous year’s rental.

5. Rental amounts shall be payable in advance on or before the seventh (7) day of each month.

6. Lease and rental in respect of property A will be based monthly rental applied linked to 3% annual turnover rental.

7. The annual turnover rental will be subject to submission of audited financial statements, by lessee to lessor, once a year.

8. Lease and rental amount in respect of Property B will be reviewed in intervals of every three (3) years from inception of the Lease Agreements to ensure compliance with terms and conditions of the lease and ensure that CoE generate continuous market related rentals.

9. Leases are subject to the successful bidder/s develop/ upgrade, improve and secure the subject properties to the satisfaction of the City’s Facilities Management Division, subject to compliance to all National Building Regulations as well as obtain relevant Certificates of Compliance.

10. All internal and external maintenance will be for the account of the successful bidder. The successful bidder/s must submit a detailed maintenance plan for the leased property and keep record of all maintenance and or improvements done on the property. The portfolio of evidence must be available at all times for inspection by the CoE officials.

11. Successful bidder/s shall apply for Special Consent Use Rights from the CoE’s Department of City Development – (Land Use Management Division) to accommodate the proposed intended business use.

12. The lessee/s shall not sublet the premises or any part thereof or transfer its interest under the Lease Agreements nor part with possession of the premises to any other party or body without obtaining approval from the Municipality.

12

13. The lessee shall during the currency of the lease not permit or cause to permit the invasion and/or unlawful occupation (or squatting on) of the property. Any failure to adhere to this condition may lead to an early termination of the lease agreement by the municipality with the lessee being responsible for all costs and/or damages incidental thereto.

14. The lessee shall during the currency of the lease be responsible for the maintenance of the property on a monthly basis, which includes the cleaning up of any kind of litter, the cutting of all grass, weeds and other vegetation on the property to a height not exceeding 50 mm in length, for all outdoor and garden areas made available for the exclusive use of the leased premises the removal of such litter and cuttings and the disposal thereof at an official waste disposal site.

15. No additional permanent buildings or structures may be erected on the property without the COE approval first obtained.

16. The lessee shall comply with all relevant legislation applicable including legislation pertaining to health and safety.

17. Council BE INDEMNIFIED against any claims that might arise due to use of the leased portions by lessee.

18. At the end of the lease period, ownership of all improvements resulting from the development shall vest with the Municipality without any compensation payable to the Lessee.

---o0o---

13

SOCIAL FARMS 1: ≤ 5ha:

No Property Description Town Ward No Extent (ha) 2. A portion of Portion 97 of the farm Rietfontein 115-IR (Portion 2) Benoni 31 1.8203

3. Portion 712 of the farm Klipfontein 83-IR 22 0.2738 4. A portion of the Remainder of Portion 51 of the farm Leeuwpoort 113-IR Boksburg 34 3.6266 5. Holding 26 Mapleton Agricultural Holdings Boksburg 45 0.8558 6. Holding 2 Witpoort Estates Agricultural Holdings 74 1.2861 7. Holding 432 Withok Estates Agricultural Holdings Brakpan 82 1.9966 8. Holding 376 Withok Estates Agricultural Holdings Brakpan 99 3.9709 9. Holding 49 Bapsfontein Agricultural Holdings Kempton Park 25 1.6323

10. Holding 52 Nest Park Agricultural Holdings Kempton Park 25 2.0558

12. Portion 94 of the farm Rietfontein 31-IR Kempton Park 25 2.1768 14. A portion of the Remainder of the farm Vogelstruisbult 127-IR (Portion 3) Springs 88 2.3569

15. A portion of the Remainder of the farm Vogelstruisbult 127-IR (Portion 4) Springs 111 1.1356

SOCIAL FARMS 2: ≥ 5ha - ≤ 10ha

No Property Description Town Ward No Extent (ha) 1. Portion 136 of the farm Palmietfontein 141-IR Alberton 94 4.2056 2. Portion 266 of the farm Putfontein 26-IR Benoni 25 8.5595 3. Remainder of Portion 44 of the farm Leeuwpoort 113-IR Boksburg 32 8.0492 4. A portion of Portion 79 of the farm Mooifontein 14IR Kempton Park 13 9.0816

14

5. Remainder of Portion 139 of the farm Rietfontein 128-IR Springs 74 6.3099 6. A portion of the Remainder of the farm Vogelstruisbult 127-IR (Portion 1) Springs 76 6.7007 7. A portion of the Remainder of the farm Vogelstruisbult 127-IR (Portion 7) Springs 76 2.4393 9. Portion 56 of the farm Varkensfontein 169-IR Nigel 88 9.2403

SMALL-SCALE FARMS: 10ha – 30ha

No Property Description Town Ward Extent (ha) No 2. A portion of Portion 97 of the farm Rietfontein 115-IR (Portion1) Benoni 31 12.1288 3. A portion of the Remaining Extent of Portion 28 of the farm Modderfontein 76 (Portion 1) Benoni 110 22.9863

4. A portion of the Remaining Extent of Portion 28 of the farm Modderfontein 76 (Portion 2) Benoni 110 14.1181 5. A portion of the Remaining Extent of Portion 4 of the farm Roodekraal Brakpan 45 18.3854 133-IR 6. The Remainder of Portion 18 of the farm Koolbult 121-IR Brakpan 74 13.3200

7. A portion of The Remainder of Portion 30 of the farm Weltevreden Brakpan 97 10.9159 118-IR 8. A Portion of the Remainder of Portion 64 of the farm Witpoortjie Brakpan 105 15.5819 117-IR 9. Portion 66 of the farm Witfontein 15IR Kempton Park 8 19.9705 10. Portion 2 of Holding 293 Pomona Estates Agricultural Holdings Kempton Park 25 11.7836

11 Remainder of Portion 3 of the farm Rietfontein 31-IR Kempton Park 25 24.6094

12. A portion of the Remainder of the farm Vogelstruisbult 127-IR Springs 88 10.9744 (Portion 2)

15

DEVELOPMENTAL COMMERCIAL FARMS: 30ha – 100ha and ESTABLISHED COMMERCIAL FARMS: ≥ 100ha

No Property Description Town Ward Extent (ha) No. 1. A portion of the Remainder of Portion 3 of the farm Koppieskraal Boksburg 62 261.3451 157-IR 3. Portion 5 of farm Vlakfontein 161-IR (Portion 1) Brakpan 99 85.4529 4. Portion 5 of farm Vlakfontein 161-IR (Portion 2) Brakpan 99 98.3329

5. Remaining Extent of Portion 6 of the farm Vlakfontein 161-IR Brakpan 99 139.6472 6. Remaining Extent of Portion 19 of the farm Vlakfontein 130-IR Brakpan 111 31.7377 7. A portion of Portion 20 of the farm Vlakfontein 130- IR Brakpan 111 50.7786 8. Remaining Extent of Portion 33 of the farm Vlakfontein 130-IR Brakpan 111 57.0143

9. A portion of Portion 34 of the farm Vlakfontein 130-IR Brakpan 111 53.5568

10. A portion of the Remainder of Portion 8 of the farm Vlakfontein Brakpan 112 44.3083 161-IR 11. Portion 4 of the farm Vlakfontein 161-IR Brakpan 112 104.4207 12. The Remainder of Portion 52 of the farm Grootfontein 165-IR Nigel 76 268.6336

13. Remainder of Portion 28 of the farm Grootfontein 165-IR Nigel 88 79.0640

14. Remainder of Portion 42 of the farm Grootfontein 165-IR Nigel 88 103.6424

15. A portion of the Remainder of Portion 43 of the farm Grootfontein Nigel 88 53.7793 165-IR (Portion 1) 16. A portion of the Remainder of Portion 43 of the farm Grootfontein Nigel 88 64.0632 165-IR (Portion 2)

16

17. A portion of the Remainder of Portion 44 of the farm Grootfontein Nigel 88 144.8181 165-IR 18. Remainder of Portion 49 of the farm Grootfontein 165-IR Nigel 88 35.2384

19. Portion 75 of the farm Varkensfontein 169-IR Nigel 88 106.2426 20. Portion 85 of the farm Grootfontein 165-IR Nigel 88 149.6806 21. A portion of the Remainder of the farm Vogelstruisbult 127-IR (Portion 5) Springs 88 93.9947 22. A portion of the Remainder of the farm Vogelstruisbult 127-IR (Portion 6) Springs 76 423.4687

17

FORM D: DECLARATION OF INTEREST

REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS.

1. No bid will be accepted from persons in the service of the state.

2. Any person having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. 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 authorized representative declare their position in relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.

3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid:

3.1 Full Name:.……………………………………….…………...…………………………………………..

3.2 Identity Number: …………………………….…...………………………………………………………

3.3 Company Registration Number: …………...………………..…………………………………………

3.4 Tax Reference Number: ………………...………………………………………………………………

3.5 VAT Registration Number: ………………………...……………………………………………………

3.6 Are you presently in the service of the state? YES / NO

3.6.1 If so, furnish particulars:

…………………………………………………………………………………………………..

3.7 Have you been in the service of the state for the past twelve months? YES / NO

3.7.1 If so, furnish particulars:

…………………………………………………………………………………………………..

3.8 Do you have any relationship (close family member, partner or associate) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid? YES / NO

 MSCM Regulations: “in the service of the state” means to be – (a) a member of – (i) any municipal Council; (ii) any provincial legislature; or (iii) the National Assembly or the National Council of 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 within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature. 18

3.8.1 If so, furnish particulars:

…………………………………………………………………………………………………..

3.9 Are you aware of any relationship (close family member, partner or associate) between a bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid? YES / NO

3.9.1 If so, furnish particulars:

…………………………………………………………………………………………………..

3.10 Are any of the company’s directors, managers, principle shareholders or stakeholders in the service of the state? YES / NO

3.10.1 If so, furnish particulars:

…………………………………………………………………………………………………..

3.11 Are any spouse, child or parent of the company’s directors, managers, principleshareholders or stakeholders in the service of the state? YES / NO 3.12

3.11.1 If so, furnish particulars:

…………………………………………………………………………………………………..

______SIGNATURE

---o0o---

19

FORM E: SPECIFICATION

ECONOMIC DEVELOPMENT DEPARTMENT: CONTRACT NUMBER: P-ED 08-2021

REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS.

SPECIFICATION / SCOPE OF WORK:

1. INTRODUCTION

The City of Ekurhuleni Metropolitan Municipality (the City of Ekurhuleni) invites proposals to obtain leasing permission to conduct agricultural activities on certain parcels in the different towns under the care and control of the City of Ekurhuleni Metropolitan Municipality. To obtain approval from the Bid Specification Committee for specifications, terms of reference, rental schedule and advertising of bid for the awarding of municipal farms to successful bidders by way of lease for a period of nine years eleven months.

2. CITY OF EKURHULENI (COE) AGRICULTURE GOALS AND OBJECTIVES

The goals and objectives for sustainable urban agriculture on CoE lands are as follows:

i. Establish a permanent urban and near urban agricultural base to ensure a local food source for the local economy. ii. Provide opportunities for community economic development by creating jobs iii. and meaningful work for the local community. iv. Reduce the volume of agricultural imports by providing locally grown, produced and sold foodstuffs, thus reducing greenhouse gas emissions related to food transportation thus helping to reduce the impacts of climate change. v. Alleviate poverty and hunger in communities by promoting social equity and vi. food security in these communities by providing opportunities for increased accessibility to fresh and healthy produce. vii. Partner with organizations to pilot and implement sustainable agricultural viii. practices and programmes on municipal farms. ix. Partner with individuals and organizations to develop innovative educational x. programming that focuses on themes on sustainable urban agriculture including sustainable farming and food security practices.

3. FUNCTIONALITY AND EVALUATION CRITERIA AND SCORING Acceptable bids will be evaluated using a two-stage system, whereby during Stage 1: Prequalification, bidders will be awarded points on the basis of functionality and meeting of specific goals, following which bidders that have met the minimum requirements of Stage 1 will be further adjudicated only on the bid price offered in Stage 2.

20

3.1 Adjudication Using the Points System

The procedure for the evaluation of responsive bids will be in accordance with the following criterion as outlined hereunder;

Stage 1: (Pre-qualification)

Bidders are required to make a submission on specific elements of the below requirements. In order for bidders to be considered for the next stage 2 of the evaluation adjudication process, (i) bidders for Social farms 1 & 2 must achieve a minimum score of 50 points; (ii) bidders for Small-Scale farms (10ha – 30ha), must achieve a minimum score of 65 points, whereas (iii) bidders for Developmental Commercial farms must achieve a minimum score of 75 points in order to proceed to stage 2; and (iv) bidders for Established Commercial farms must achieve a minimum score of 85 points in order to proceed to stage 2;

It should be noted that the purpose of stage 1 is to determine whether specific bidders are able to execute the project successfully. Therefore, the City will not be obliged to select the bidder(s) having obtained the highest points in stage 1.

3.1.1 SOCIAL FARMS 1: ≤ 5ha and SOCIAL FARMS 2: ≥ 5ha - ≤ 10ha

FUNCTIONALITY AND CAPABILITY Max Min Points Points FUNCTIONAL SUB-CRITERIA CRITERIA 1. Strategic Demonstration of Strategic Management 20 10 Management Capabilities: Capability  Business Case (5 Points)  Company Profile (1 point)  Organizational Structure, Management Functions & Responsibilities (1 point)  Organizational Farming Track Record (1 point)  Staffing and Management Profile & Experience (1 point)  Sector Training and Professional Accreditation (1 point)  Financial Model (5 Points)  Farming Model (3 points)  Investment & Infrastructure Plan (2 points)  Marketing Plan (5 Points)  Business Development and Marketing Plan (2 points)  Strategic Partnership (1 point)  Off-Take Agreement (2 point)  Operations Plan (5 Points)  Detailed Description of the proposed use of the property (2 point)  Socio-economic Empowerment Plan (1 point)

21

 Implementation Plan and Timelines (1 point)  Performance & Financial Reporting Plan (1 point)  No Submission (0 Point) (Cumulatively Scored) 2. Financial Ability  R100,000+ (10 points) 10 5  ,000-R99,999 (5 points)  R30,000-R49.999 (2 points)  Less than R30,000 (1 point)  No Funding (0 point) 3. Organizational Demonstration of Experience & 20 10 Track Implementation Capacity: Record  6 years and more (20 points)  4 – 5 years (12 points)  2 - 3 years (5 points)  Less than 2 years (0 point) 4. Staffing and Farm Management and/or Operational 15 7.5 Management Experience: Experience  6 years and more (15 points)  4-5 years (12 points)  2-3 years (6 points)  Less than 2 years (0 point) 5. Community Community Integration & Mainstreaming: 15 7.5 Development  3+ Community Development Initiative (15 and points) Empowerment  2 Community Development Initiative (10 points)  1 Community Development Initiative (7.5 points)  No Submission (0 point) 6. Local Ownership  5 years+ Resident within the City of 20 10 and Operations Ekurhuleni (20 points).  5 years+ Resident within (10 points).  5 years+ Resident outside of Gauteng (5 points) Total 100 50

Conditions:

i. Bidders who scores below the minimum in any of the above indicators will be disqualified and will not be evaluated any further. ii. Bidders who overall scores a total of less than 50 will be disqualified and will not be evaluated any further.

Stage 2: Price Adjudication

All bidders that achieved the required minimum points of 50 in Stage 1 will be adjudicated in terms of the bid price.

• In the event that the number of successful bidders is below the number of farms to be awarded per category, the highest point scoring bidder approach per category shall be utilized to allocate the remaining farms. 22

• In the event that there is a tie between the highest point–scoring bidders in the same farm category, drawing of lots shall be the preferred final arbiter. . 3.1.2 SMALL-SCALE FARMS: 10ha – 30ha

Functionality and Evaluation Criteria and Scoring:

FUNCTIONALITY AND CAPABILITY Max Min Points Points FUNCTIONAL SUB-CRITERIA CRITERIA 1. Strategic Demonstration of Strategic Management 20 13 Management Capabilities: Capability  Business Case (5 Points)  Company Profile (1 point)  Organizational Structure, Management Functions & Responsibilities (1 point)  Organizational Farming Track Record (1 point)  Staffing and Management Profile & Experience (1 point)  Sector Training and Professional Accreditation (1 point)  Financial Model (5 Points)  Farming Model (3 points)  Investment & Infrastructure Plan (2 points)  Marketing Plan (5 Points)  Business Development and Marketing Plan (2 points)  Strategic Partnership (1 point)  Off-Take Agreement (2 point)  Operations Plan (5 Points)  Detailed Description of the proposed use of the property (2 point)  Socio-economic Empowerment Plan (1 point)  Implementation Plan and Timelines (1 point)  Performance & Financial Reporting Plan (1 point)  No Submission (0 Point) (Cumulatively Scored) 2. Financial Ability  R100,000+ (20 points) 20 13  R90,000-R99,999 (18 points)  R80,000-R89,999 (16 points)  R60,000-R79,999 (13 points)  R50,000-R59,999 (10 points)  Less than R50,000 (0 point) 3. Organizational Demonstration of Experience & 20 13 Track Implementation Capacity: Record  11 years and more (20 points)  6 -10 years (18 points) 23

 4-5 years (13 points)  2 - 3 years (8 points)  Less than 2 years (0 point)

4. Staffing and Farm Management and/or Operational 20 13 Management Experience: Experience  6 years and more (20 points)  4-5 years (13 points)  2-3 years (6 points)  Less than 2 years (0 point) 5. Community Community Integration & Mainstreaming: 10 6.5 Development  3+ Community Development Initiative (10 and points) Empowerment  2 Community Development Initiative (8 points)  1 Community Development Initiative (6.5 points)  No Submission (0 point) 6. Local Content  5 years+ Resident within the City of 10 6.5 and Operations Ekurhuleni (10 points).  5 years+ Resident within Gauteng (6.5 points).  5 years+ Resident outside of Gauteng (2 points) Total 100 65

Conditions:

i. Bidders who scores below the minimum in any of the above indicators will be disqualified and will not be evaluated any further. ii. Bidders who overall scores a total of less than 65 will be disqualified and will not be evaluated any further.

Stage 2: Price Adjudication

All bidders that achieved the required minimum points of 65 in Stage 1 will be adjudicated in terms of the bid price.

• In the event that the number of successful bidders is below the number of farms to be awarded per category, the highest point scoring bidder approach per category shall be utilized to allocate the remaining farms.

• In the event that there is a tie between the highest point–scoring bidders in the same farm category, drawing of lots shall be the preferred final arbiter.

24

3.1.3 DEVELOPMENTAL COMMERCIAL FARMS: 30ha – 100ha

Functionality and Evaluation Criteria and Scoring

FUNCTIONALITY AND CAPABILITY Max Min Points Points FUNCTIONAL SUB-CRITERIA CRITERIA 1. Strategic Demonstration of Strategic Management 25 19 Management Capabilities: Capability  Business Case (5 Points)  Company Profile (1 point)  Organizational Structure, Management Functions & Responsibilities (1 point)  Organizational Farming Track Record (1 point)  Staffing and Management Profile & Experience (1 point)  Sector Training and Professional Accreditation (1 point)  Financial Model (5 Points)  Farming Model (3 points)  Investment & Infrastructure Plan (2 points)  Marketing Plan (5 Points)  Business Development and Marketing Plan (2 points)  Strategic Partnership (1 point)  Off-Take Agreement (2 point)  Operations Plan (5 Points)  Detailed Description of the proposed use of the property (2 point)  Socio-economic Empowerment Plan (1 point)  Implementation Plan and Timelines (1 point)  Performance & Financial Reporting Plan (1 point)  No Submission (0 Point) (Cumulatively Scored) 2. Financial Ability  R250,000+ (20 points) 20 17  R200,000-R249,999 (19 points)  R150,000-R199,999 (17 points)  R100,000-R149,999 (12 points)  Less than R100,000 (0 point) 3. Organizational Demonstration of Experience & 15 11 Track Implementation Capacity: Record  6 years and more (15 points)  4 - 5 years (11 points)  2 - 3 years (5 points)  Less than 2 years (0 point)

25

4. Staffing and Farm Management and/or Operational 20 15 Management Experience: Experience  6 years and more (20 points)  4-5 years (15 Points)  3 years (10 Points)  Less than 3 years (0 point)

5. Community Community Integration & Mainstreaming: 10 7.5 Development  3+ Community Development Initiative (10 and points) Empowerment  2 Community Development Initiative (7.5 points)  1 Community Development Initiative (5 points)  No Submission (0 point) 6. Local Ownership  5 years+ Resident within the City of 10 7.5 and Operations Ekurhuleni (10 points).  5 years+ Resident within Gauteng (7.5 points).  5 years+ Resident outside of Gauteng (5 points) Total 100 75

Conditions:

i. Bidders who scores below the minimum in any of the above indicators will be disqualified and will not be evaluated any further. ii. Bidders who overall scores a total of less than 75 will be disqualified and will not be evaluated any further.

All bidders that achieved the required minimum points of 75 in Stage 1 will be adjudicated in terms of the bid price.

o In the event that the number of successful bidders is below the number of farms to be awarded per category, the highest point scoring bidder approach per category shall be utilized to allocate the remaining farms o In the event that there is a tie between the highest point–scoring bidders in the same farm category, drawing of lots shall be the preferred final arbiter.

3.1.4 ESTABLISHED COMMERCIAL FARMS: ≥ 100ha

FUNCTIONALITY AND CAPABILITY Max Min Points Points FUNCTIONAL SUB-CRITERIA CRITERIA 1. Strategic Demonstration of Strategic Management 25 21 Management Capabilities: Capability  Business Case (5 Points)  Company Profile (1 point)  Organizational Structure, Management Functions & Responsibilities (1 point)  Organizational Farming Track Record (1 point)

26

 Staffing and Management Profile & Experience (1 point)  Sector Training and Professional Accreditation (1 point)  Financial Model (5 Points)  Farming Model (3 points)  Investment & Infrastructure Plan (2 points)  Marketing Plan (5 Points)  Business Development and Marketing Plan (2 points)  Strategic Partnership (1 point)  Off-Take Agreement (2 point)  Operations Plan (10 Points)  Detailed Description of the proposed use of the property (2 point)  Socio-economic Empowerment Plan (2 point)  Implementation Plan and Timelines (4 point)  Performance & Financial Reporting Plan (2 point)  No Submission (0 Point) (Cumulatively Scored) 2. Financial Ability Demonstration of Financial Commitment: 20 17  R1,000,000+ (20 points)  R900,000-R999,999 (19 points)  R750,000-R899,999 (18 points)  R600,000-R749,999 (17 points)  R350,000-R599,999 (8 points)  R200,000-R349,999 (4 points)  Less than R200,000 (0 point) 3. Organizational Demonstration of Experience & 15 13 Track Implementation Capacity: Record  11 years and more (15 points)  6 - 10 years (13 points)  3 - 5 years (5 points)  Less than 3 years (0 point) 4. Staffing and Farm Management Experience: 20 17 Management  11 years and more (20 points) Experience  6-10 years (17 points)  3-5 years (12 points)  Less than 3 years (0 point) 5. Community Empowerment of Local People: 10 8.5 Development  20% and more of arable land to be set and aside for incubation of Women, Youth Empowerment and PWD Farmers (10 points).  11% - 19% of arable land to be set aside for incubation of Women, Youth and PWD Farmers (9.5 points).  5% - 10% of arable land to be set aside for incubation of Women, Youth and PWD Farmers (8.5 points).

27

6. Local Ownership  5 years+ Resident within the City of 10 8.5 and Operations Ekurhuleni (10 points).  5 years+ Resident within Gauteng (8.5 points).  5 years+ Resident outside of Gauteng (5 points) Total 100 85

Conditions: i. Bidders who scores below the minimum in any of the above indicators will be disqualified and will not be evaluated any further. ii. Bidders who overall scores a total of less than 85 will be disqualified and will not be evaluated any further.

All bidders that achieved the required minimum points of 85 in Stage 1 will be adjudicated in terms of the bid price.

• In the event that the number of successful bidders is below the number of farms to be awarded per category, the highest point scoring bidder approach per category shall be utilized to allocate the remaining farms.

• In the event that there is a tie between the highest point–scoring bidders in the same farm category, drawing of lots shall be the preferred final arbiter.

4. GENERAL BIDDER RESPONSIBILITIES

The provision of farm infrastructure, equipment and requirements to implement the envisaged agricultural programmes are the sole responsibility of the winning bidder. Specific conditions relating to land-use will be discussed with the winning bidder as part of the lease agreement and service level agreement. The lease agreement will include provisions on operations at the farm, maintenance, reporting, rentals and other matters including Step-In Clauses. The terms and conditions of the lease will be specific to each farm and the operations proposed thereon. However, the lease agreement shall be in accordance to the Asset Transfer Regulations and the City of Ekurhuleni related policies, procedures and spatial development frameworks.

5. CONTENTS OF PROPOSAL

Bidders must include in their business proposal (not exceeding 25 pages) the following information and required supporting documents, which will be used as evaluation criteria for all farm categories as follows:

• Company Profile • Organizational Structure, Management Functions & Responsibilities • Organizational Farming Track Record • Staffing and Management Profile & Experience • Farm Category & Preference • Detailed Description of the proposed use of the property; • Farming Model and Applicable Sector Regulatory Requirements • Sector Training and Professional Accreditations • Business Case • Financial Model • Business Development and Marketing Plan 28

• Operations Plan • Strategic Partnership (where applicable) • Off-Take Agreement (where applicable) • Infrastructure & Services Plan • Financial Ability • Budget Plan • Rental Offered • Investment Plan • Socio-economic Plan. • Performance & Financial Reporting Plan • Implementation Plan and Timelines

6. KEY ELEMENTS FOR ALL PROPOSALS

The City of Ekurhuleni will consider and select business proposals that best fit each farm location based on the following criteria:

6.1 The farming enterprise described in the proposal should: a) be well suited to the size, soil, and configuration of the farm portion. b) express interest to contribute to the local agricultural economy. c) be economically feasible and cost effective. d) promote sustainable agricultural practices e) preference will be given to proposals that focuses on the following areas: (i) Livestock: Beef & Pork; (ii) Grains & Legumes: Maize & Soya Bean; (iii) Poultry: Layers & Broilers; and (iv) Vegetables, Floriculture, Aquaculture, Essential Oils and Herbs (including Cannabis & Hemp). 6.2 Bidders should have sufficient qualifications, competencies & capabilities to execute the proposed farming operation, as demonstrated through past experience and references.

7. BASIC CONDITIONS

The bid is open to bidders that meets the following criterion: • Must be a Juristic Person. • Valid business registration & Tax Compliance • Valid CSD Profile • Must have authority to submit the bid (where applicable) • South African residents with a valid identity document. • Must be at least 18 years or older; • Permanent resident of the CoE, Gauteng and South Africa; • Must be committed to farming on a full-time basis;

8. REVIEW AND SELECTION

The City of Ekurhuleni reserves the right to reject any and all proposals and to select the proposal that it deems is in the best interests of the City of Ekurhuleni, even if it is not the highest rental offered. The selection among the proposals shall be in the sole discretion of the City of Ekurhuleni.

Only responsive and responsible proposals will be considered. Proposals that attempt to change or do not meet the requirements in this Request for Proposals will be rejected

29

due to being non-responsive. Each proposal shall be considered a valid offer until the City of Ekurhuleni notifies participants that it has selected the success proposals.

If a proposal is selected, the City of Ekurhuleni will notify the selected participants and will prepare a lease agreement setting forth the terms of lease consistent with the terms in this Request for Proposals and the participant’s proposal.

30

FORM F: RENTAL SCHEDULE

I, the undersigned, (bidder)

…………………………………………………………………………………

*in my capacity as

……………………………………………………………………………………………..

*acting on behalf

of ………………………………………………………………………………………… in terms of the resolution passed at ………………………..……………….. on the ……day of

……………….………. 20…..... (*delete if not applicable)

do hereby bid to lease from the City of Ekurhuleni Metropolitan Municipality the property described below:

31

FORM “F” CITY OF EKURHULENI CONTRACT NUMBER: P-ED 08-2021

REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS

SCHEDULE OF PRICES

The land parcels or portions thereof indicated hereunder were identified for agricultural usage. The tables hereunder list the said land parcels according to the segment to which each of the land parcels will be made available.

 Bidders shall be limited to bid for one farm per category  Bidders are not obligated to bid for all the farm categories.

SOCIAL FARMS 1: ≤ 5ha: No Property Description Town Ward Extent Estimated Estimate Rental Amount in words No (ha) Market d Market Amount Value Rental Offered /month (excluding (Excl. VAT) VAT) 1. Portion 141 of the farm Alberton 94 1.4077 R255 000.00 R1 500.00 Palmietfontein 141- IR 2. A portion of Portion 97 of Benoni 31 1.8203 R437 000.00 R1 820.00 the farm Rietfontein 115-IR (Portion 2) 3. Portion 712 of the farm Boksburg 22 0.2738 R66 807.00 R278.00 Klipfontein 83-IR 4. A portion of the Remainder Boksburg 34 3.6266 R1 937 000.00 R8 070.00 of Portion 51 of the farm Leeuwpoort 113-IR

32

No Property Description Town Ward Extent Estimated Estimate Rental Amount in words No (ha) Market d Market Amount Value Rental Offered /month (excluding (Excl. VAT) VAT) 5. Holding 26 Mapleton Boksburg 45 0.8558 R105 350.00 R439.00 Agricultural Holdings 6. Holding 2 Witpoort Estates Brakpan 74 1.2861 R130 539.00 R544.00 Agricultural Holdings 7. Holding 432 Withok Brakpan 82 1.9966 R203 000.00 R846.00 Estates Agricultural Holdings 8. Holding 376 Withok Brakpan 99 3.9709 R403 000.00 R1 679.00 Estates Agricultural Holdings 9. Holding 49 Bapsfontein Kempton 25 1.6323 R308 505.00 R1 285.00 Agricultural Holdings Park 10. Holding 52 Nest Park Kempton 25 2.0558 R388 546.00 R2 698.00 Agricultural Holdings Park 11. Holding 394 Bredell Kempton 25 1.1148 R210 697.00 R1 463.00 Agricultural Holdings X1 Park 12. Portion 94 of the farm Kempton 25 2.1768 R411 415.00 R1 714.00 Rietfontein 31-IR Park 13. Holding 114 Weldedacht Springs 75 0.9326 R60 000.00 R250.00 Agricultural Holdings 14. A portion of the Remainder Springs 88 2.3569 R151 000.00 R630.00 of the farm Vogelstruisbult 127-IR (Portion 3) 15. A portion of the Remainder Springs 111 1.1356 R73 000.00 R304.00 of the farm Vogelstruisbult 127-IR (Portion 4)

33

SOCIAL FARMS 2: ≥ 5ha - ≤ 10ha No Property Description Town Ward Extent Estimated Estimated Rental amount Amount in words No (ha) Market Market Offered Value Rental (excluding /month (Excl. VAT) VAT) 1. Portion 136 of the farm Alberton 94 4.2056 R1 073 000.00 R4 471.00 Palmietfontein 141-IR 2. Portion 266 of the farm Benoni 25 8.5595 R1 716 000.00 R7 150.00 Putfontein 26-IR 3. Remainder of Portion 44 of Boksburg 32 8.0492 R1 274 800.00 R5 311.00 the farm Leeuwpoort 113- IR 4. A portion of Portion 79 of Kempton 13 9.0816 R1 362 285.00 R5 676.00 the farm Mooifontein 14-IR Park 5. Remainder of Portion 139 Springs 74 6.3099 R400 000.00 R1 666.00 of the farm Rietfontein 128-IR 6. A portion of the Remainder Springs 76 6.7007 R430 000.00 R1 800.00 of the farm Vogelstruisbult 127-IR (Portion 1) 7. A portion of the Remainder Springs 76 2.4393 R156 000.00 R650.00 of the farm Vogelstruisbult 127-IR (Portion 7) 8. Remainder of Portion 21 of Nigel 88 7.9674 R558 000.00 R2 325.00 the farm Holgatfontein 326-IR

34

SMALL-SCALE FARMS: 10ha – 30ha No Property Description Town Ward Extent Estimated Estimated Rental Amount in words No (ha) Market Market amount Value Rental Offered /month (excluding (Excl. VAT) VAT) 1. A portion of Portion 97 of the Benoni 31 12.1288 R1 940 608.00 R8 086.00 farm Rietfontein 115-IR (Portion1) 2. A portion of the Remaining Benoni 110 22.9863 R3 218 000.00 R13 408.00 Extent of Portion 28 of the farm Modderfontein 76 (Portion 1) 3. A portion of the Remaining Benoni 110 14.1181 R2 259 000.00 R9 412.50 Extent of Portion 28 of the farm Modderfontein 76 (Portion 2) 4. A portion of the Remaining Brakpan 45 18.3854 R2 000 000.00 R8 333.00 Extent of Portion 4 of the farm Roodekraal 133-IR 5. The Remainder of Portion Brakpan 74 13.3200 R1 480 000.00 R6 166.00 18 of the farm Koolbult 121- IR 6. A portion of The Remainder Brakpan 97 10.9159 R1 210 000.00 R5 041.00 of Portion 30 of the farm Weltevreden 118-IR 7. A Portion of the Remainder Brakpan 105 15.5819 R1 730 000.00 R7 208.00 of Portion 64 of the farm Witpoortjie 117-IR 8. Portion 66 of the farm Kempton 8 19.9705 R2 196 755.00 R9 153.00 Witfontein 15-IR Park

35

No Property Description Town Ward Extent Estimated Estimated Rental Amount in words No (ha) Market Market amount Value Rental Offered /month (excluding (Excl. VAT) VAT) 9. Portion 2 of Holding 293 Kempton 25 11.7836 R1 414 032.00 R5 892.00 Pomona Estates Park Agricultural Holdings 10. A portion of the Remainder Springs 88 10.9744 R702 000.00 R2 925.00 of the farm Vogelstruisbult 127-IR (Portion 2)

DEVELOPMENTAL COMMERCIAL FARMS: 30ha – 100ha N Property Description Town War Extent Estimated Estimated Rental Amount in words o d (ha) Market Market amount No Value Rental Offered /month (excluding (Excl. VAT) VAT) 1. Portion 5 of farm Brakpan 99 85.452 R4 270 000.00 R17 790.00 Vlakfontein 161-IR (Portion 9 1) 2. Remaining Extent of Brakpan 111 31.737 R2 325 000.00 R9 687.00 Portion 19 of the farm 7 Vlakfontein 130-IR 3. A portion of Portion 20 of Brakpan 111 50.778 R3 000 000.00 R12 500.00 the farm Vlakfontein 130- IR 6 4. Remaining Extent of Brakpan 111 57.014 R3 420 000.00 R14 250.00 Portion 33 of the farm 3 Vlakfontein 130-IR 5. A portion of Portion 34 of Brakpan 111 53.556 R3 210 000.00 R13 375.00 the farm Vlakfontein 130-IR 8

36

6. A portion of the Remainder Brakpan 112 44.308 R2 880 000.00 R12 000.00 of Portion 8 of the farm 3 Vlakfontein 161-IR 7. Remainder of Portion 28 of Nigel 88 79.064 R2 580 000.00 R10 742.00 the farm Grootfontein 165- 0 IR 8. A portion of the Remainder Nigel 88 53.779 R2 151 000.00 R8 962.00 of Portion 43 of the farm 3 Grootfontein 165-IR (Portion 1) 9. A portion of the Remainder Nigel 88 64.063 R2 562 528.00 R10 677.00 of Portion 43 of the farm 2 Grootfontein 165-IR (Portion 2) 10 Remainder of Portion 49 of Nigel 88 35.238 R1 586 000.00 R6 608.00 . the farm Grootfontein 165- 4 IR

ESTABLISHED COMMERCIAL FARMS: ≥ 100ha N Property Description Town War Extent Estimated Estimated Rental Amount in words o d (ha) Market Market amount No Value Rental Offered /month (excluding (Excl. VAT) VAT) 1. Remaining Extent of Brakpan 99 139.6472 R5 586 000.00 R23 275.00 Portion 6 of the farm Vlakfontein 161-IR 2. Portion 4 of the farm Brakpan 112 104.4207 R5 220 000.00 R21 750.00 Vlakfontein 161-IR

37

3. Remainder of Portion 42 of Nigel 88 103.6424 R3 380 000.00 R14 100.00 the farm Grootfontein 165- IR 4. Portion 75 of the farm Nigel 88 106.2426 R3 464 000.00 R14 433.00 Varkensfontein 169-IR

PLEASE NOTE:

1. This bid is estimated to exceed a rand value of R10 million (VAT, escalation and contingencies included). Accordingly—

(1) if a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, the bidder is required to furnish audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted.

(2) if a bidder is a registered close corporation, the bidder is required to furnish annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984 , prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted.

(3) if the bidder only commenced business within the past three years, the bidder is required to submit annual financial statements in compliance with the provisions of (1) and (2) above for each of its financial years since commencing business.

(4) if a bidder is not required by law to have its annual financial statements audited or independently reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods referred to above must be submitted. 2. Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act.

PLEASE NOTE:

38

Council, acting in terms of regulation 36(b) of the Asset Transfer Regulations 2008, has determined and confirmed the fair market rental of the property as follows:

1) BIDDERS ARE NOTIFIED THAT ANY OFFER BELOW THIS FAIR MARKET RENTAL (WHICH CONSTITUTE THE RESERVE RENTAL AMOUNT) WILL NOT BE CONSIDERED.

2) BIDDERS ARE NOTIFIED THAT THE MONTHLY RENTAL AMOUNT WILL ESCALATE WITH 10 % PER ANNUM.

3) BIDDERS MAY BID FOR ONE, OR BOTH PROPERTIES, HOWEVER, THE AMOUNT OFFERED FOR EACH PROPERTY MUST BE STATED CLEARLY IN THE SPACE PROVIDED THEREOF.

Signature of person authorized to sign bid documents

Name in block letters

Designation Date

---o0o---

39

BID DOCUMENT CITY OF EKURHULENI CONTRACT NUMBER: P-ED 08-2021

REQUEST FOR PROPOSALS TO LEASE COUNCIL-OWNED AGRICULTURAL FARMS CATEGORISED AS SOCIAL FARMS 1 (≤ 5ha), SOCIAL FARMS 2 (≥ 5ha - ≤ 10ha), SMALL-SCALE (10ha – 30ha), DEVELOPMENTAL COMMERCIAL (30ha – 100ha), ESTABLISHMENT COMMERCIAL FARMS (≥ 100ha) AND RESEARCH AND DEVELOPMENT FOR A PERIOD OF NINE YEARS ELEVEN MONTHS

OFFICE USE ONLY ACCEPTANCE OF BID CITY OF EKURHULENI

The City of Ekurhuleni, herein represented by ………………………………………………………………………… in his/her capacity as .………………………………………………………………………………….., acting by virtue of a resolution of the Bid Adjudication Committee taken at a meeting held on

…………………………………………………………………………………………………………….….., hereby accepts the bid of ……………………………………………………………………….…..

…………………………………………………………………………………………………………………

(full name of bidder) to lease from the Ekurhuleni Metropolitan Municipality

……………………………………………………………………………………………………………….... at a rental of R………………………………………………………………………………….. (VAT Exclusive) per month on this the ……… day of ………………………. 20…., in the presence of the undersigned witnesses:

AS WITNESSES:

1. …………………………………….. ……..……………………………..……….. For CITY OF EKURHULENI 2. ……………………………………..

OFFICIAL STAMP

---o0o---

40