AWARD
BIDDERS |
PRICE |
LOCALITY |
B-BBEE LEVEL |
RESPONSIVENESS |
1. Odwa and Solie Trading Enterprise JV |
R 21 674 673.09 |
Emalahleni Local Municipality (Indwe) |
1 |
Responsive |
2. SNZN Construction |
R 24 327 598.37 |
Buffalo City Metropolitan |
1 |
Letter of Good Standing has expired before tender closing |
3. Zamadunga Business Enterprise |
R 22 537 228.50 |
Ethekwini Municipality |
1 |
Responsive |
4. Faku Mphumzi Civils |
R 20 811 428.00 |
KSD Local Municipality (Mthatha) |
1 |
Responsive |
5. Siviwe Jayiya Construction |
R 26 835 367.66 |
Buffalo City Metropolitan |
1 |
•Declaration in Respect of Local Content (MBD 6.2) not signed • Compulsory Enterprise Questionnaire not signed |
6. Xolmak Construction |
R 25 827 157.70 |
Not Available/ Not specified |
1 |
Responsive |
7. Dainah and Joyce JV |
R 26 269 445.40 |
Buffalo City Metropolitan |
1 |
Letter of Good Standing expired before tender closure |
8. Tema Civils JV Thami |
R 20 454 353.68 |
Not Available/ Not specified |
1 |
• Letter of Good Standing has expired before tender closing • Supplier Database Registration Form not attached • No JV BBBEE form submitted • No Bank Rating Reference submitted |
9. HDM Construction |
R 26 117 886.90 |
Intsika Yethu Local Municipality |
1 |
Responsive |
10. Alfdav Construction |
R 0.00 |
Nelson Mandela Metroplitan |
1 |
•Tender document not completed and all documents outstanding • BoQ not completed |
11. Siyathanda Trading |
R 2 291 251.00 |
Not Available/ Not specified |
n/a |
•Tender document not completed and all documents outstanding • BoQ not completed |
FAKU MPHUMZI CIVILS WAS AWARDED THE TENDER.
NOTICE TO TENDERS
PROJECT NAME: CONSTRUCTION OF THE LUKHANJI MULTI RECYCLING WASTE BUY-BACK CENTRE FACILITIES
BID REF. NO: BID/006/17-18
Tenders are hereby invited from suitably qualified, experienced and skilled General Building Contractors with CIDB grade 6GB PE or higher or 7GB or higher, for construction of the Lukhanji multi recycling waste buy-back centre facilities.
A compulsory Tender Clarification Meeting will be held. Details of the meeting are:
Prospective tenderers who arrive more than 5 minutes late will not be allowed to attend the abovementioned meeting. There will be a non-compulsory site visit to the prospective sites after the briefing. No attendance register will be taken for this. The attendance register will be circulated at the main briefing at the CHDA offices.
It is compulsory to sign the clarification meeting attendance register in clear and eligible writing. Failure to do so will result in a tenderer being considered non-responsive.
Domestic sub-contractors for the respective works of paving and making bricks with the Hydraform technology are also invited to attend the above stated clarification meeting as proof of attendance on the attendance register is compulsory for selection to sub-contract in this regard.
Scope of work
Scope components |
Descriptions |
Location |
Sorting Facility |
· 1000m2 Portal frame steel structure · Excavations for foundations and stub columns 1m deep · Engineered layerworks and platform · Municipal water and sewer connections · Electrical power connection |
· Ezibeleni |
Sorting Facility (2 Domestic Sub-contractors) |
· Paving · Making bricks with the Hydraform technology |
· Ezibeleni |
Transfer Stations (4 Nominated Sub-contractors) |
· 4 Smaller waste transfer stations, identically constructed from alternative materials · Electrical power connection · Foundations · Paving · Municipal water and sewer connections |
· Lesseyton · Ilinge · Whittlesea · Mlungisi |
Fencing (4 Nominated Sub-contractors) |
· Excavation · Concrete (small works) · Fencing |
· Ezibeleni · Ilinge · Whittlesea · Mlungisi |
Issue of Bids/EOI Documents: Documents will be available as from Monday, 23 April 2018 and can be collected between 08:00am – 16:00pm from CHDA offices, Receptionist – Ms. Nombulelo Nyokana (Email: nombulelo@chda.org.za), 15 Warner Street Southbourne in Queenstown at a non- refundable cost of R 800.00 per document upon submission of a proof of deposit to the following bank account:
BANK : FNB
ACCOUNT HOLDER : Chris Hani Development Agency
ACCOUNT TYPE : Public Sector Account
ACCOUNT NUMBER : 62363654156
BRANCH : Queenstown
BRANCH CODE : 210920
REFERENCE : Bid Ref. and Bidder’s Name
PLEASE NOTE: The copy of the proof of Bid document payment must also be attached to the submitted Bid document.
Enquiries relating to bid documents are to be addressed in writing to
Technical: Mr Louis Fourie on Email: louis@newground.co.za
Mr Anthony Burger on Email: anthony@newground.co.za
Procurement: Mr Siyabonga Singeni on Email: singeni@chda.org.za
Completed tender documents are to be returned in sealed envelopes and must be placed in the tender box at Chris Hani Development Agency Offices, 15 Warner Street, Queenstown, 5320 by no later than 12:00 on 24 May 2018 where tenders will be opened in public and the prices read out.
Tenderers shall take note of the following tender conditions:
These potential sub-contractors are required to be present at the tender briefing and sign the attendance register. Only sub-contractors who sign the register may be employed by the Principal Contractor.