TENDER NOTICE – BID NO. 08/FY/24 – THE APPOINTMENT OF A PANEL OF PROJECT MANAGEMENT COMPANIES FOR A PERIOD OF 36 MONTHS: RESTORE AND REHABILITATE WETLANDS AND RELATED AQUATIC ECOSYSTEMS (ECOLOGICAL INFRASTRUCTURES)

Bids are hereby invited for THE APPOINTMENT OF A PANEL OF PROJECT MANAGEMENT COMPANIES FOR A PERIOD OF 36 MONTHS: RESTORE AND REHABILITATE WETLANDS AND RELATED AQUATIC ECOSYSTEMS (ECOLOGICAL INFRASTRUCTURES).

Bid documents outlining detailed specifications will be made available from Friday 29th September 2023FREE OF CHARGE”. Documents can be downloaded from the ECPTA website: www.visiteasterncape.co.za/corporate/procurement/tenders or Eastern Cape Provincial Treasury: www.ectreasury.gov.za or National Treasury e-tender portal: www.etenders.gov.za.

A Compulsory briefing will be held on 10th of October 2023 at 14h00. Venue is the Great Place (Komkhulu) at Lambasi Location, in Lusikisiki.  GPS Co- ordinates: Latitude Y -31.3332 Longitude X – 29.7728. Bidders are advised to use a high clearance vehicle.

Completed bid documents accompanied by all necessary documents are to be placed in a sealed envelope with the bid name and number (as given above) clearly written in an envelope. All bids must be deposited in the Tender Box, at the offices of the Eastern Cape Parks and Tourism Agency at No. 17-25 Oxford Street (Corner of Fleet Street & Oxford Street), by not later than 11h00 on Tuesday, 31st of October 2023, at which time the bids will be opened in public.

Evaluation Criteria

A two-stage evaluation process will be employed. In Stage One, all bids received will be evaluated for compliance to the bid requirements.  Only Service Provider who are responsive on Stage 1 will proceed to Stage 2 Functionality. Only Service Provider who meet the minimum threshold of 75 out of 100 will be considered for inclusion to the panel. The ECPTA will appoint a maximum of Five (5) companies based on highest points scored on Functionality assessment.  If two or more tenderers score equal total points in all respects, the award will be decided by the drawing of lots in line with paragraph 8 of the Preferential Procurement Regulations, 2022.

Stage 1: Compliance with bid requirements

Bidders must comply with the set of compliance requirements listed below. Bidders must comply with the set of Compliance Requirements and MUST submit evidence to be considered for evaluation. Failure to submit evidence will lead to immediate rejection of the bid.

No. Compliance Requirements
1 Compulsory Briefing

A compulsory briefing will be held on site to give interested bidders clarity on the scope and extent of the work.

 

NB: It is the responsibility of the Service Provider to attend the site meetings, to familiarize themselves with the area and densities of the site, and to make sure the boundaries of the project area are clearly understood and confirmed.

Stage 2: Functionality

Criteria Points

 

Company Experience 30

 

Team Capacity 50

 

Methodology/ Proposal 20

 

Total 100

 

The top five (5) highest scoring service providers per area of service who meet the minimum threshold of 75 out of 100 points on functionality will be recommended for the appointment to the panel. If two or more tenderers score equal total points in all respects the award will be decided by the drawing of lots.

For all enquiries regarding the bid document please contact Ms. Unathi Zinganto at 043 492 0871,e-mail: unathi.zinganto@ecpta.co.za  or Contact Mr. Xolani Skenjana for technical enquires at 043 492 0865 during working normal hours, email xolani.skenjana@ecpta.co.za

 

Additional information:

Wild Coast N2 Biodiversity Overview

No 1 – Offset Implementation Management Series 1 – Biodiversity Offset Overview

No 2 – Offset Implementation Management Series 2 – Invasive Alien Plants

No 3 – Offset Implementation Management Series 3 – Ecosystems Rehabilitation

No 4 – Offset Implementation Management Series 4 – Stakeholder Engagement

No 5 – Offset Implementation Management Series 5 – Tourism Implementation Plan