SUPPLY AND INSTALLATION OF KITCHEN AND BEDROOMS JOINERY AT SILAKA NATURE RESERVE
ECPTA hereby invites quotations for the SUPPLY AND INSTALLATION OF KITCHEN AND BEDROOMS JOINERY AT SILAKA NATURE RESERVE. Please refer to the attached specifications for details.
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 CRITERIA
BIDS WILL BE EVALUATED IN ACCORDANCE WITH THE PREFERENTIAL PROCUREMENT POLICY FRAME WORK ACT (PPPFA) of 2000
EVALUATION CRITERIA
A Three (3) Stage Evaluation process will be employed. In Stage One (1) all bids received will be evaluated based Local Content. Only service providers who meet the criteria for Local Content will proceed to Stage 2. In Stage Two (2) all bids received will be evaluated based on compliance with bid requirements. Only service providers who meet all the criteria for compliance with bid requirements will proceed to Stage Three (3) where bids will be evaluated for Price & B-BBEE Status Level in accordance with the Preferential Procurement Regulations of 2017 utilizing 80/20 method.
STAGE 1: Local Production and Content
Local Content and Production
- Bidders must declare the local production and content as per the requirement of SBD 6.2
- The minimum requirement threshold for Local Production and Content for Office Furniture is 65-100%
- The minimum requirement threshold for Local Production and Content for Plastic Pipes is 100%
- NB: Bidders who passed the local content threshold will be evaluated for in Stage 2
- Bidders who fail to obtain the minimum local content threshold will be rejected and not evaluated further.
Fully completed annexure C,D and E local content declaration form.
NB: Bidders must complete and submit SBD 6.2 and all its associated Annexures in order to be considered. Failure to complete the SBD 6.2 and or its Annexures or failure to obtain the minimum threshold for local content will result in immediate rejection of the bid.
If the quantity of materials and or product required cannot be wholly sourced from South African based manufacturers and /or at the designated local content threshold at any particular time, bidders should obtain written approval from the Department of Trade and Industry (dti) to supply the remaining portion at a lower local content threshold. Such approvals should be obtained prior to the closure of the bid. For further information, bidders may contact Dr Tebogo Makube from the dti at TMakube@thedti.co.za or 012 394 3927.
STAGE 2: Compliance
- Trade Test Certificate
Bidders must submit the following documentation for the proposed Carpenter:
- A detailed CV of a Carpenter and a certified copy of Trade Test Certificate, OR
- A detailed CV of a Carpenter and a certified copy of a Certificate III in Carpentry CPC30211
NB: The certificates must be certified by the Commissioner of Oath not older than 3 months.
2. Company Experience
Bidders must have at least completed two relevant projects in carpentry & joinery works or timber installation. Proof of experience must be submitted in ANY of the following documents:
- Reference letters,
- Appointment letters,
- Purchase orders,
- Completion certificates,
The bidders must also submit a copy of the company profile with project details and photos of work done and completed.
NB: Failure to meet any of the above compliance requirements will lead to immediate rejection of the bid.
STAGE 3:
Price & B-BBEE
| CRITERIA | POINTS |
| Price | 80 |
| B-BBEE Status Level of contribution | 20 |
- BIDDERS SHALL TAKE NOTE OF THE FOLLOWING BID CONDITIONS:
- The Eastern Cape Parks & Tourism Agency Supply Chain Management Policy will apply.
- Bidders must be registered with the National Treasury Central Supplier Database (CSD)
- Eastern Cape Parks & Tourism Agency does not bind itself to accept the highest bid or any other bid and reserves the right to accept the whole or part of the bid.
- Bids which are late, incomplete, unsigned or submitted by facsimile or electronically, will not be accepted.
- Bids submitted are to hold good for a period of 90 days.
- A service level agreement shall be signed with the successful service provider.
- ECPTA reserves the right to terminate the contract if not satisfied with the work produced by the service provider. Only bidders that have met the requirements of the proposal / specification shall be considered during the adjudication process.
- 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, it will be automatically disqualified.
- The ECPTA Bid 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.
- Bidder must demonstrate ability to complete the project within the maximum 4 weeks stated above. This should be in a form of a methodology statement as well as a program or a work plan.
NB: The following documents must be submitted with the tender document:
- Proof of registration with Treasury Central Supplier Database (CSD)
- Certified Copy or an original B-BBEE Certificate or Sworn Affidavit
- Companies who bid as a joint venture must submit a consolidated B-BBEE Verification Certificate only for this bid.
- Methodology statement
Quotation documents will be available from the 11 August 2021 free of charge. Documents can be downloaded from www.visiteasterncape.co.za/corporate/procurements/mini-bids
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. 10 September 2021
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 Mr Mvuyisi Ncanazo at mvuyisi.ncanazo@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