ECPTA hereby invites THE PROVISION OF CLEANING SERVICES FOR N2 BIODIVERSITY OFFSET PROJECT OFFICE FOR A PERIOD OF 26 MONTHS. 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
BIDS WILL BE EVALUATED IN ACCORDANCE WITH THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT (PPPFA) of 2000 AND ITS REGULATIONS AS FOLLOWS:
A Two Stage evaluation process will be employed. In Stage one, all bids received will be evaluated for compliance with bid requirements. Only service providers who meet the all the criteria for compliance with bid requirements will proceed to stage 2 where bids will be assessed for price and BBBEE Status Level in accordance with the Preferential Procurement Regulations of 2017 utilizing 80/20 preference point system.
STAGE 1: COMPLIANCE WITH BID 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.
NB: Failure to meet any of the compliance requirements listed below will lead to disqualification of the bid.
| Company Experience
Bidders must provide proof of experience for a minimum of two (2) similar cleaning/ hygiene work conducted previously. Only projects with a period of twelve months and above will be considered. Proof of experience must be submitted in ANY of the following documents: a)Â Â Â Appointment letters, b)Â Â Â Reference letters c)Â Â Â Copies of contracts or SLA d)Â Â Â Copies of purchase orders Proof of experience must be on the letterhead of client/s previously serviced to include the period of assignment and type of cleaning/ hygiene services provided and the period. NB: Failure to submit proof of experience in the prescribed manner will lead to immediate rejection of the bid. |
| Professional Registration
The bidder must submit a valid and certified proof of registration with any of the following bodies:
The proof of registration must be certified by the Commissioner of Oaths not older than three (3) months. NB: Proof of registration certificates that are not certified or certified older than three (3) months will not be considered. |
| Letter of Good Standing
Bidders must submit a valid and certified copy of a Compensation for Occupational Injuries and Disease Act (Letter of Good Standing) certificate. The certificate must be certified by the Commissioner of Oaths not older than three (3) months. NB: Certificates that are not certified or certified older than three (3) months will not be considered. |
| Unemployment Insurance Fund
Bidders must submit a valid and certified copy of an Unemployment Insurance Fund (UIF) certificate. The certificate must be certified by the Commissioner of Oaths not older than three (3) months. NB: Certificates that are not certified or certified older than three (3) months will not be considered. |
| Bank Rating Certificate
Bidders must submit a copy of a Bank Rating Certificate with a Rating of A, B or C. Bank Rating Certificate with Code D or lower will not be considered. Â NB: Bank Account confirmation letters will not be considered for evaluation. Â |
Failure to submit any of the documentation required as stated above will lead to immediate rejection of the bid.
STAGE 2: Price and B-BBEE
| CRITERIA | POINT SYSTEM |
| PRICE | 80 |
| B-BBEE | 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.
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. 25 November 2022.
BIDDERS SHALL TAKE NOTE OF THE FOLLOWING PROPOSAL CONDITIONS
In addition to those (the conditions) stipulated in any other section of the bid documents, potential bidders should be especially aware of the following terms and conditions:
- The Eastern Cape Parks and Tourism Agency Supply Chain Management Policy will apply;
- Bidders must be registered with the Treasury Central Supplier Database (CSD) and the report must be printed in the month of November 2022.
- Eastern Cape Parks and Tourism Agency 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;
- 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 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;
- The following documents must be submitted with the tender document:
- Company Profile
- 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 it will be automatically disqualified;
- Bids submitted are to hold good for a period of 90 days
Enquiries regarding issue of bid documents may be directed by e-mail to Mr Bongani Nyikana at Bongani.Nyikana@ecpta.co.za. Technical enquiries may be directed to Me Xolani Skenjana at Xolani.Skenjana@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
Â