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

RFP/035/2017-18

RFP AWARD NOTICE

BIDDERS

PRICE

LOCALLITY

B-BBEE LEVEL

1.     BMK Consulting

R 478 400.00

Nelson Mandela Bay Municipality

1

2.     Snethemba Consultants

R 301 300.00

Enoch Mgijima Local Municipality

1

3.     Uhambiso Consult

R 317 112.50

Enoch Mgijima Local Municipality

8

SNETHEMBA CONSULTANTS WAS AWARDED THE PROPOSAL.

 RFP NOTICE

PROVISION OF STRUCTURAL ENGINEERING CONSULTING SERVICES FOR THE BUILDING CONSTRUCTION COMPLETION OF IKHEPHU OFFICES

REFERENCE NO: RFP/035/2017-18

Proposals are hereby invited from suitably qualified prospective service providers to bid for the above mentioned project.

RFP documents will be issued out at no cost only to the appointed five members of the Panel of Civil Engineers as from the 3rd of May 2018.

 

A compulsory briefing meeting will be held at 11:00 am on Wednesday, 9th of May 2018 at the construction site in the Ikhephu Secondary Cooperative feedlot on the North East direction outside of Elliot.

 

THE COMPLETED RFP DOCUMENTS, TECHNICAL PROPOSAL AND THE FINANCIAL PROPOSAL ARE TO BE SUBMITTED THROUGH THE PROJECT MANAGER AND THE SCM MANAGERS’ EMAILS WHICH ARE INDICATED BELOW NOT LATER THAN 11:00 am ON THURSDAY, 17 MAY 2018.

 

TENDERERS SHALL TAKE NOTE OF THE FOLLOWING CONDITIONS

  • Service providers will have to score a pre-determined minimum of 80 out of 100 total point for functionality in order to qualify to be evaluated for price and B-BBEE.
  • Service providers should submit proposed project methodology, provide a CV with certified supporting certificates of at least one qualified Civil Engineer who is the nominated Project Leader, Provide registration with a Professional Organization, provide copy of Professional Indemnity Insurance cover or eligibility, provide proof of their Operational Office location and provide list of previous completed projects which would indicate the nominated Civil Engineer’s experience with the tender in order to be scored for functionality, stating the year, project cost, duration and contactable references.
  • An original/certified copy of a consolidated B-BBEE status level verification certificate verified by SANAS Approved Rating Agency or EME’s/ QSE’s Sworn Affidavit is required to be submitted together with the bid document, to substantiate B-BBEE rating claims in terms MBD 6.1.   
  • Each Service Provider to submit a valid tax clearance certificate, or Tax PIN Compliance document to confirm Tax Clearance Status.
  • Service Providers to submit a letter of Good Standing from compensation commission
  • Each Service Provider to submit an original or certified copy of the latest municipal rates or rates clearance certificate (not more than 3 months old) or office premises lease agreement.
  • The Chris Hani Development Agency’s Supply Chain Management Policy will apply;
  • Failure to meet the above stated minimum requirements will result in a tender being considered non-responsive and therefore not considered for the award of the contract.
  • Failure to complete all tender forms, data sheets and submit all supplementary information will lead to the tender being considered non-responsive.
  • Chris Hani Development Agency reserves the right not to award a contract to any bidder found to be at high risk of non/under performance based on risk analysis/assessment of current workload or past performance
  • Tenders which are late, incomplete, unsigned or submitted by facsimile, will not be accepted;
  • Chris Hani Development Agency will not take responsibility for incorrectly delivered bids sent by courier. It is the bidder’s responsibility to make sure that their bid is correctly delivered to the SCM Office before the closing time of this bid.
  • Only Service Providers who are registered on the National Treasury’s Central Supplier Database will be considered (www.csd.gov.za), proof of registration to be attached.
  • The 80/20 preferential points system will be applied for evaluating the responsive bids which also meet the functionality qualification threshold of 80 points.
  • All bids are valid for 90 days after the bid closing date.
  • NO BIDS WILL BE CONSIDER FROM PERSONS IN THE SERVICE OF THE STATE.

 

 

ENQUIRIES:

SCM related inquires to be directed to CHDA SCM Manager’s office at 045 807 4000 or by email to singeni@chda.org.za.

Technical inquiries should be directed to the Project Manager, Mr. S. Koyi by email to sinethemba@chda.org.za.

 

 

BID SUBMISSIONS:

  • Bidding documents must be submitted to the two email addresses which are indicated above.
  • Bidding documents hard copies might be requested only when necessary for the evaluation or adjudication purposes.