Latest News

  • CALL FOR APPLICATIONS - CHRIS HANI DISTRICT MUNICIPALITY COMMUNITY SKILLS DEVELOPMENT FUND

    BURSARIES IN SCARCE SKILLS Read more
  • New CHDA CEO Appointed

    New CHDA CEO Appointed

    Vacant CEO position filled Read more
  • Update on CHDA Working Arrangement (Covid19)_Level4

    Update on CHDA Working Arrangement (Covid19)_Level4

    Level4 phasing in of operations Read more

BID/006/E-H/17-18

AWARD  NOTICE FOR SUB-CONTRACTORS

E. MLUNGISI CONSTRUCTION

BIDDERS

PRICE

LOCALITY

B-BBEE LEVEL

RESPONSIVENESS

1.     Khumbeni Construction

R 2 329 688.11

EMLM

1

Responsive

2.     Nontembiso Projects

R 2 109 926.20

BCM

1

Responsive

3.     Amyoli’s Developers

R 2 503 093.45

Komga GKLM

1

Responsive

4.     Ogu Yonke Construction

R 1 696 887.19

Enoch Mgijima LM

1

Letter of good standing expired

5.     TMejane Building

R 3 399 553.96

BCMM

1

Responsive

6.     Ngqukaza Trading JV

R 2 374 792.67

Elundini LM

1

MBD6.2 not signed

KHUMBENI CONSTRUCTION WAS AWARDED THE BID.

 

F. ILINGE CONSTRUCTION

BIDDERS

PRICE

LOCALITY

B-BBEE LEVEL

RESPONSIVENESS

1.     Nontembiso Projects

R 2 113 417.40

BCM

1

Responsive

2.     Khumbeni Construction

R 2 586 258.51

EMLM

1

Responsive

3.     Amyoli Developers

R 2 589 985.15

GKLM Komga

1

 

Responsive

4.     ZKS Trading

R 3 267 234.18

BCM

1

Responsive

5.     Funezakho Construction

R 3 192 716.94

EMLM

1

Responsive

6.     Njingazonke

R 22 844 683.00

BCM

1

No bank rating reference

7.     Jahfavour JV

R 2 155 387.50

EMLM

1

No bank rating reference

8.     TMejane Building

R 3 703 795.42

BCMM

1

No bank rating reference

9.     Ngqukaza Trading JV

R 2 314 062.66

Intsika Yethu LM

1

MBD6.2 not signed

10.  Ogu Yonke Construction

R 1 854 111.13

EMLM

1

Letter of good standing expired

11.  Komani Developers JV

R 2 247 779.40

Enoch Mgijima

1

Responsive

KOMANI DEVELOPERS JV MMM CONSTRUCTION WAS AWARDED THE ORDER.

 

G. LESSYTON CONSTRUCTION

BIDDERS

PRICE

LOCALITY

B-BBEE LEVEL

RESPONSIVENESS

1.     Sibhozo Building Construction

R 3 233 415.72

EMLM

1

No bank rating reference

2.     Ngqukaza JV

R 2 661 983.26

Ulundini LM

1

MDD6.2 not signed

3.     Jahfavour

R 2 230 252.50

EMLM

1

No bank rating reference

4.     Masiso JV

R 2 492 092.51

EMLM

1

No bank rating reference

5.     Ogu Yonke Construction

R 1 685 019.60

EMLM

1

Letter of good standing expired

6.     Mfingo Developments

R 2 293 488.06

BCMM

1

Responsive

7.     Khumbeni Construction

R 2 682 328.11

EMLM

1

Responsive

8.     Nontembiso Projects

R 3 300 946.00

BCM

1

Responsive

9.     MMM Construction

R 2 170 668.40

EMLM

1

 

Responsive

10.  T Mejane

R 3 707 528.09

BCM

1

Responsive

11.  Funezakho Construction

R 3 438 514.43

EMLM

1

Responsive

12.  Lathitha Construction

R 3 052 836.52

EMLM

1

Responsive

MMM CONSTRUCTION WAS AWARDED THE BID.

 

H. WHITTLESEA CONSTRUCTION

BIDDERS

PRICE

LOCALITY

B-BBEE LEVEL

RESPONSIVENESS

1.     Khumbeni construction

R 2 551 228.94

EMLM

1

Responsive

2.     Nontembiso Projects

R 2 271 805.90

BCM

1

CSD not submitted

3.     Funezakho Construction

R 3 288 609.35

EMLM

1

Responsive

4.     ZKS Trading

R 3 246 018.41

BCM

1

Responsive

5.     Njingazonke Construction

R 22 844 683.00

BCM

1

Letter of good standing expired

No bank rating reference

6.     TMejane Building

R 3 440 366.73

BCMM

1

Responsive

7.     Ngqukaza Trading JV

R 2 412 804.77

Elundini LM

1

MBD6.2 not signed

8.     Mfingo Develoments

R 2 071 906.99

BCMM

1

Responsive

MFINGO DEVELOPMENTS WAS AWARDED THE BID.

 

NOTICE TO TENDERS

PROJECT NAME: CONSTRUCTION OF THE LUKHANJI MULTI RECYCLING WASTE BUY-BACK CENTRE FACILITIES 

Tenders are hereby invited from suitably qualified, experienced and skilled Contractors that will be selected as Nominated Sub-contractors according to the following details and CIDB grades:

BID REF.NO.

SUB-PROJECT NAME

CIDB GRADE

CLOSING

DATE & TIME

BID/006/A/17-18

EZIBELENI FENCING

1SQ or 1CE or higher

Friday, 1 June 2018 at 12:00

BID/006/B/17-18

MLUNGISI FENCING

1SQ or 1CE or higher

Friday, 1 June 2018 at 12:00

BID/006/C/17-18

ILLINGE FENCING

1SQ or 1CE or higher

Friday, 1 June 2018 at 12:00

BID/006/D/17-18

WHITTLESEA FENCING

1SQ or 1CE or higher

Friday, 1 June 2018 at 12:00

BID/006/E/17-18

MLUNGISI WASTE BUY-BACK CENTRE

3GB PE or 4GB or higher

Friday, 8 June 2018 at 12:00

BID/006/F/17-18

ILLINGE WASTE BUY-BACK CENTRE

3GB PE or 4GB or higher

Friday, 8 June 2018 at 12:00

BID/006/G/17-18

LESSEYTON WASTE BUY-BACK CENTRE

3GB PE or 4GB or higher

Friday, 8 June 2018 at 12:00

BID/006/H/17-18

WHITTLESEA WASTE BUY-BACK CENTRE

3GB PE or 4GB or higher

Friday, 8 June 2018 at 12:00

 for construction of the Lukhanji multi recycling waste buy-back centre facilities and Fencing.

A compulsory Tender Clarification Meeting will be held.  Details of the meeting are:

  • Venue: Chris Hani Development Agency Offices, 15 Warner Street, Queenstown, 5320
  • Date: 25 May 2018
  • Time: 11h00

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.

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

1 June 2018 for fencing documents where tenders will be opened in public and the prices read out, and

8 June 2018 for building documents where tenders will be opened in public and the prices read out.

Scope of work:

Separate Tenders

Descriptions

Location

Ezibeleni Sorting Facility Fencing

BID REF. NO: BID/006/A/17-18

 

·         Excavation and concrete

·         Planting of galvanized poles

·         230m weldmesh fencing

·         Entrance gates

·         Ezibeleni

Mlungisi Buy-back centre Fencing

BID REF. NO: BID/006/B/17-18

 

·         Excavation and concrete

·         Planting of galvanized poles

·         232m weldmesh fencing

·         Entrance gates

·         Mlungisi

Illinge Buy-back centre Fencing

BID REF. NO: BID/006/C/17-18

 

·         Excavation and concrete

·         Planting of galvanized poles

·         143m weldmesh fencing

·         Entrance gates

·         Illinge

Whittlesea Buy-back centre Fencing

BID REF. NO: BID/006/D/17-18

 

·         Excavation and concrete

·         Planting of galvanized poles

·         60m weldmesh fencing

·         Entrance gates

·         Whittlesea

Mlungisi Waste Buy-Back Centre

 

BID REF. NO: BID/006/E/17-18

 

·         Earthworks and layerworks

·         Electrical power connection

·         Foundations

·         General building

·         Paving

·         Municipal water and sewer connections

·         Mlungisi

Illinge Waste Buy-Back Centre

 

BID REF. NO: BID/006/F/17-18

 

·         Earthworks and layerworks

·         Electrical power connection

·         Foundations

·         General building

·         Paving

·         Municipal water and sewer connections

·         Illinge

Lesseyton Waste Buy-Back Centre

 

BID REF. NO: BID/006/G/17-18

 

·         Earthworks and layerworks

·         Electrical power connection

·         Foundations

·         General building

·         Paving

·         Municipal water and sewer connections

·         Lesseyton

·          

Whittlesea Waste Buy-Back Centre

 

BID REF. NO: BID/006/H/17-18

 

·         Earthworks and layerworks

·         Electrical power connection

·         Foundations

·         General building

·         Paving

·         Municipal water and sewer connections

·         Whittlesea


 

Issue of Bids/EOI Documents:  Documents will be available as from Friday, 18 May 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 300.00 per document for fencing upon submission of a proof of deposit to the following bank account:

R 500.00 per document for building 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

Tenderers shall take note of the following tender conditions:

  1. Prices must be valid for at least four months (120) days from the closing date (confirmation hereof to be stated on quotation).
  2. Prices quoted must be firm and must be inclusive of VAT (15%).
  3. A minimum functionality score of 70% is required for tenderers to be considered responsive. There are points allocated for locality within the Chris Hani District Municipality.
  4. Chris Hani Development 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.
  5. Documents are not available in electronic format. Only hard copies will be accepted for tenders.
  6. Bids that are late will not be considered, whilst the lowest or only quotation will not necessarily be accepted. Quotations per fax or E-mail will also not be considered.
  7. An original tax clearance certificate issued by SARS must accompany all quotations OR a tax reference number and PIN or TCC number must be provided.
  8. The following forms are required to be completed and submitted together with the bid:
    • Invitation to tender (MBD1)
    • Tax Clearance Certificate or reference PIN (MBD2)
    • Declaration of Interest form (MBD4)
    • The minimum thresholds for procurement of local production & content is (2)
      • Steel products and components for construction 100 %
      • Electrical and Telecom Cables 90%
      • Valves products and actuators 70%
    • Declaration Of Bidder’s Past Supply Chain Management Practices (MBD8)
    • Certificate of Independent Bid Determination (MBD9).
    • Bidders who wish to claim for preferential points in terms of the Preferential Procurement Regulations, 2017, must also submit a completed form MBD 6.1 as well as a certified copy of the proof of B-BBEE status level of contribution (Certificate or Affidavit).
  9. It should be noted that, in respect of this bid, the 80/20 points system will be applied, 80 being for price and 20 for the B-BBEE status level.

 

 
   
Download Document