ECPTA hereby invites quotations FOR THE APPOINTMENT OF AN EXTERNAL PROJECT AUDITORS FOR THE ECPTA N2 WILD COAST BIODIVERSITY OFFSET PROJECT’S INCEPTION PHASE. Please refer to the attached Specifications for details.
NB: It is important that ALL detailed information on required is furnished in full. Failure to comply will render your quotation liable to rejection, as late and incomplete quotations cannot be considered.
EVALUATION CRITERIA
A two-stage evaluation process will be employed. In Stage 1 all bids received will be evaluated for functionality. Only service providers who obtain the minimum points of 80 out of 100 for functionality will proceed to Stage 2 where bids will be assessed for Price and B-BBEE Status Level (80/20) in accordance with the Preferential Procurement Policy Framework Act (Act No. 5) of 2000 and the Preferential Procurement Regulations of 2017.
STAGE 1: FUNCTIONALITY CRITERIA
| FUNCTIONALITY | MAXIMUM POINTS |
| 1.Company Experience in External Audit | 20points |
| 2.Financial Capacity | 20points |
| 3.Methodology | 30points |
| 4.Qualifications of key staff for the project | 20points |
| 5.External Audit Quality Assurance | 10points |
| TOTAL | 100 |
NB: Bidders who obtain 80 and above out of 100 will qualify for the evaluation in terms of Price and B-BBEE Status (Stage 2). All points scored by qualifying bidders in stage 1 will not be taken into consideration for evaluation in stage 2.
STAGE 2 – PRICE & B-BBEE
| 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 a certificate is not provided as proof the company will automatically score zero.
BIDDERS SHALL TAKE NOTE OF THE FOLLOWING BID CONDITIONS:
In addition to the conditions stipulated in other sections of the bid documents, potential bidders should be especially aware of the following terms and conditions:
- The ECPTA’s supply chain management policy will apply.
- The ECPTA does not bind itself to accept the lowest bid or any other bid and reserves the right to accept the whole or part of the bid.
- Bidders must be registered with the Treasury Central Supplier Database (CSD)
- The award of this bid may be subjected to price negotiation with the preferred bidder(s)
- Bids which are late, incomplete, unsigned, or submitted by facsimile or electronically will not be accepted.
- ECPTA will not be held responsible for any costs incurred by the service provider in the preparation and submission of the bid.
- The ECPTA Bid Adjudication Committee and the Supply Chain Management Unit may, before a bid is adjudicated or at any time during the bidding process, oblige a bidder to substantiate any claims it may have made in its bid documents.
- Bids submitted are to hold good for a period of 90 days.
- The successful bidder will be required to enter into a Service Level Agreement with ECPTA.
- ECPTA reserves the right to terminate the contract if not satisfied with the work produced by the service provider.
- ECPTA reserves the right to limit or restrict the hours utilized to less that that specified in these bid documents.
- The following documents must be submitted with the tender document:
- A copy of your CSD Report
- Service providers who are not registered with the National Treasury Central Database of Suppliers must visit csd@treasury.gov.za to register their companies, after the completion of the registration report, a summary report must be included to their bid documents
- Company Profile
- Copy of SARS tax clearance certificate
- Certified Copy or an original B-BBEE Certificate OR a Sworn Affidavit
- Companies who bid as a joint venture must submit a consolidated B-BBEE Verification Certificate only for this bid.
- Companies that bid as joint venture must submit an official signed business agreement by both parties. If the service provider does not meet this requirement will be automatically disqualified.
Quotation documents will be available from the 09 March 2021 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. 19 March 2021.
- 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
- In order to meet the requirements of the Eastern Cape Framework for Local Economic Development though Procurement Initiatives, preference will be given to suppliers who reside within the Eastern Cape
- 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 Mrs. Andisiwe Tshwati at andisiwe.masebeni@ecpta.co.za
ECPTA has a zero tolerance on any acts of fraud and corruption. Please report any suspected acts of fraud and corruption to any of the contact details listed below:
Hotline Number: Toll free number -0800 611 085; SMS: 33490 Email:ecpta@whistleblowing.co.za; Tip-offs Website:www.whistleblowing.co.za