ECPTA hereby invites quotations for the THE APPOINTMENT OF A PROFESSIONAL SERVICE PROVIDER FOR THE DESIGN AND PROJECT MANAGEMENT SERVICES FOR THE CONSTRUCTION OF 2 NEW STAFF ACCOMMODATION AT DWESA – CWEBE. 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.
A COMPULSORY ZOOM MEETING. LINK: https://ecpta-co za.zoom.us/j/98511025826?pwd=THN3cG1pUnowQUliVk1qVWpZTDZHZz09
Meeting ID: 985 1102 5826
Passcode: 403243
EVALUATION CRITERIA
Bids will be evaluated in accordance with the Preferential Procurement Policy Framework Act, Act No. 5 of 2000 and its regulations of 2017 as follows:
STAGE 1: COMPLIANT REQUIREMENTS
Bidders must comply with the set of compliance requirements listed below. The compliance requirements stated below are project specific and disparate from the pre-qualification requirements enshrined in the Preferential Procurement Policy Regulations of 2017.
Compulsory Briefing:
Bidders must attend compulsory briefing session, failure to attend will lead to disqualification.
Capacity- Key Professional Project Team
The bidders must submit a detailed professional project team containing all the components stated below. The bidder must submit CV’s, Proof of Registration of each member of the project team and relevant qualifications. The copies of qualifications and copies of professional registration must be certified by the Commissioner of Oath not older than three months
Additional Specialist
The proposed Land Surveyor with a minimum of 3 years relevant experience, relevant qualification and professionally registered with the relevant accreditation body.
NB: Failure to submit any of the above requirements will lead to immediate rejection of the bid.
STAGE 2: Functionality
| FUNCTIONALITY | POINTS |
| Methodology | 40 |
| Project Programme | 10 |
| Skills Development Plan | 10 |
| Pricing Schedule and Cash Flows | 10 |
| Quality Management Plan | 15 |
| Risk Analysis including mitigation plans | 15 |
| Total | 100 |
Bidders who score 80 Points and above out of 100 points will be evaluated on Stage 3 for Price and B-BBEE utilizing 80/20 method.
NB: Bidders who score less than 80 Points will be regarded as non-responsive.
STAGE 3: Price & B-BBEE
| CRITERIA | POINTS |
| Price | 80 |
| B-BBEE Status Level of contribution | 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.
- 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). The printout must be for the month of October 2021.
- The contractor must submit an originally certified and signed electrical contractor’s certificate issued by the Department of Labour in the name of the tendering enterprise or in the name of the proposed Electrician.
- 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.
NB: The following documents must be submitted with the tender document:
- Proof of registration with Treasury Central Supplier Database (CSD)
- Proof of registration with the CIDB
- Company Registration Documents and shareholder’s certificate showing ownership details of the Company.
- Certified Copy or an original B-BBEE Certificate
- Companies who bid as a joint venture must submit a consolidated B-BBEE Verification Certificate only for this bid.
Quotation documents will be available from the 11 October 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. 22 October 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 Miss Nathenkosi Kupiso at nathenkosi.kupiso@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