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 NOTICE : BID/005/19-20

AWARD NOTICE

BID/005/19-20

BIDDERS:

BIDDERS

PRICE

LOCALITY

B-BBEE LEVEL

RESPONSIVENESS

1.     Guqaa (PTY) LTD

R 1 376 105.12

Enoch Mgijima Local Municipality

1

Non- Responsive, Tax Clearance non-compliant and Bank Rating not submitted

2.     Khumbeni Construction

R 669 053.15

Enoch Mgijima Local Municipality

1

Responsive

3.     Tati Group (PTY) LTD

R 659 985.65

Enoch Mgijima Local Municipality

1

Responsive

4.     Sangubawo Property Developers

R 993 013.84

KSD Local Municipality (Mthatha via CSD) not Attached

1

Non- Responsive, did not attend the compulsory site briefing

Result:

Tati Group (PTY) LTD was awarded the bid.

 

     

PROJECT FUNDER

PROJECT BENEFICIARY

IMPLEMENTING AGENT

 

NOTICE TO TENDERS

PROJECT NAME:  COMPLETION of the lukhaNji MULTI RECYCLING waste BUY-BACK CENTRE

BID REF. NO: BID/005/19-20

Tenders are hereby invited from suitably qualified, experienced and skilled General Building Contractors with CIDB Grade 2 GB or Higher for the construction of the Lukhanji multi recycling waste buy-back centre.

There will be compulsory Site Visit where only small groups of potential bidders who have face masks on them may be allowed into the Site to adhere to Covid-19 regulations.  Delegates will meet CHDA officials outside the gate at the site as per the following details:

  • Venue: Ezibeleni Waste Buy-back Centre in Komani Industrial Park,

Coordinates

                  = 31°54'29.16"S   26°55'43.34"E

  • Date: 29 June 2020
  • Time: 11h00

Prospective bidders who arrive more than 10 minutes late will not be allowed to complete the Site Visit attendance register for participation. It is compulsory for only bidders who arrived on stated time to sign the Site Visit attendance register in clear and eligible writing. Failure to do so will result in a bid being considered non-responsive.

Scope of work

Scope components

Descriptions

Location

Completion of the waste buy-back & sorting facility

·         Supply and install stormwater system

·         Finish and test water reticulation (internal & external)

·         Finish and test firefighting reticulation and systems

·         Finish and test sewer pipeline

·         Finish and test electrical works

·         Facilitate municipal electrical connection

·         Finish ablution and office building finishes

·         Supply and install paving

·         Repair defects as instructed by the principal agent

·         Ezibeleni

 

Issue of Bids/EOI Documents:  Documents will be available as from Monday, 22 June 2020 and can be requested electronically from the Receptionist, Ms. Nombulelo Nyokana, Email: nombulelo@chda.org.za and Ms. Ziyanda Msindwana (Email: ziyanda@chda.org.za) at a non- refundable cost of R 300.00 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/05/19 20/Bidder’s Name

PLEASE NOTE             :           The copy of the proof of Bid document payment must

 also be attached to the submitted document.

 

Enquiries relating to bid documents are to be addressed in writing to

Technical:         Mr Louis Fourie on Email:          louis@newground.co.za

Mr Heindrich Viljoen on Email:    heindrich@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 noon on Monday, 13th July 2020 where tenders will be opened in public and the prices readout.

PLEASE NOTE:

  • The Bids / EOI documents will be opened in public through live streaming on the CHDA Face Book page & MS Teams immediately from 11:00 am on Monday, 13th July 2020 to adhere / comply with Regulation 3 (Prevention and prohibition of gatherings) of the Regulations issued in terms of Section 27 (2) of the Disaster Management Act of 2002, Gazetted on 18 March 2020;
  • No bidders should physically attend a public opening gathering.
  • Bidders must view the bid public opening on the CHDA Face Book page & MS Teams.

 

Bidders 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. Tender documents will only be available in electronic/ PDF format. No hard copies will be issued from the CHDA offices.
  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. A copy of a tax clearance certificate issued by SARS OR a Tax Compliance Status PIN document 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 threshold for procurement of local content is as set out in the 2 document
    • 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 completed in full form MBD 6.1 as well as also submit an original B-BBEE Certificate or certified copy of the proof of B-BBEE status level of contribution (e.g. certified copy of the B-BBEE Certificate or a Sworn Affidavit of the Status Level of Contributor).
  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