THE APPOINTMENT OF A PROFESSIONAL SERVICE PROVIDER TO RENDER PROFESSIONAL SERVICES FOR THE RENOVATIONS, ALTERATIONS AND UPGRADE OF THE ENVIRONMENTAL EDUCATION CENTRE BUILDING AT THOMAS BAINES NATURE RESERVE

__________________________________________________________

REQUEST FOR QUOTATION

_________________________________________________________

 

QUOTATION NUMBER: 28/19/20

 

THE APPOINTMENT OF A PROFESSIONAL SERVICE PROVIDER TO RENDER PROFESSIONAL SERVICES FOR THE   RENOVATIONS, ALTERATIONS AND UPGRADE OF THE ENVIRONMENTAL EDUCATION CENTRE BUILDING AT THOMAS BAINES NATURE RESERVE

 

 

ECPTA hereby invites quotations for The Appointment of a Professional Service Provider to render Professional Services for the Renovations, Alterations and Upgrade of The Environmental Education Centre Building at Thomas Baines Nature Reserve. This bid is for firm of consultant(s) and not for contractors. Please refer to the attached Specifications for details.

 

A compulsory briefing meeting will be held at Thomas Baines Nature Reserve on Tuesday, 10th of September 2019 at 11h00am. Failure to attend the compulsory briefing meeting will result to immediate rejection of the bid.

 

NB: It is important that ALL detailed information required is furnished in full. Failure to comply will render your quotation liable to rejection, as late and incomplete quotations cannot be considered.

 

EVALUATION OF QUOTATIONS

 

PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT NO. 5 OF 2000 AND ITS REGULATIONS WILL APPLY:

 

A two stage evaluation criteria will be employed. In Stage 1 bidders will be evaluated on pre-requisites. Bidders must meet all the pre-requisites criteria in order to be evaluated on Stage 2 (Price & B-BBEE)

 

 

 

STAGE 1: Pre-requisites

 

  • Locality of the bidder (Local Economic Development)

 

Bidders must reside within the Eastern Cape Province in order to be considered for this bid. Proof of address must be submitted in one of the following formats:

  • Lease Agreement,
  • Utility Bill,
  • Municipal Rates clearance, or
  • Municipal Account

 

Failure to submit proof of address in the above form will lead to the immediate disqualification of a bidder. In the case where the bidders are in a Joint Venture or Consortium, the proof of address of the lead partner will be considered. Bidders must submit the Joint Venture Agreement in case of a Joint Venture or complete the consortium declaration form indicating the lead partner.

 

  • Resources required for the project

 

Bidders must submit a copy of a Curriculum Vitae with a minimum of three (3) years’ experience, Proof of Qualifications and Proof of Professional Registration for the following resources:

  • 1x Civil or Structural Engineer
  • 1x Architect (Including services of an audio visual specialist)
  • 1x Electrical Engineer
  • 1x Quantity Surveyor

NB: Failure to submit both CV’s and copies of Qualifications will result in disqualification of the bid

  • Company Experience

 

Bidders must submit proof of experience for a minimum of three (3) relevant projects completed in the past. The experience must be for Design and or Project Management Services for General Building Works. The bidders must submit proof of experience in any of the following formats:

 

 

  • Reference Letters or;
  • Service Level Agreements / Contracts or;
  • Purchase Orders

The proof of experience must be on the client’s letterhead and detail the scope of works and the period. Failure to submit proof in the above prescribed format will result in rejection of bid.

 

Failure to submit any of the evidence for pre-requisites will lead to immediate rejection of the bid.

 

STAGE 2- PRICE B-BBEE

TABLE

Criteria Points Available
Bid Price 80
B-BBEE Contribution Level 20
Total 100

 

NB: Certified copy or original B-BBEE Status Level Verification Certificate/ Sworn Affidavit must be submitted to substantiate B-BBEE Status claimed. When such certificate is not provided as proof the company will automatically score zero.

 

Quotation documents will be available from the 6th of September 2019 free of charge. Documents can only be emailed to applicants upon request.

 

Sealed Quotations endorsed on the envelope with the Tenderer’s name and the Quotation Number shall be deposited in the formal Tender Box situated in the ECPTA offices at 17-25 Oxford Street, Corner of Fleet and Oxford Street, East London CBD, East London or posted so as to reach The Chief Executive Officer, P.O. Box 11235, Southernwood, East London, 5213 in sufficient time for it to be placed in the Tender Box before the closing time of 11h00 on the closing date i.e. 17 September 2019.

 

 

 

  • ECPTA SCM Policy will apply
  • The Agency reserves the right not to accept the only or lowest tender or any tender at all, or to accept the whole or part of any Tender.
  • Service providers must be registered with the Central Supplier Database
  • Canvassing with ECPTA officials shall disqualify a Tender.
  • Late, incomplete or unsigned Tenders will not be considered.
  • The standard tender conditions will apply.
  • The Agency reserves the right to extend the Tender Period and/or alter Conditions of Tender during the Tender Period at its own discretion by notice published in the appropriate media and to all parties who have drawn documents.
  • The invitation and award of this Tender is subject to the requirements of the Eastern Cape Parks and Tourism Agency Procurement Policy.

 

Enquiries regarding issue of bid documents may be directed by e-mail to Miss. Hlokoma Nzanzeka at hlokoma.nzanzeka@ecpta.co.za. Technical enquiries may be directed to Ms Mandilakhe Lawana at Mandilakhe.lawana@ecpta.co.za

No Compulsory Briefing Date

Closing Date: 2020-02-27