NORTH WEST PROVINCIAL GOVERNMENT - PROVINCIAL TREASURY
←
→
Page content transcription
If your browser does not render page correctly, please read the page content below
NUMBER 20 OF 2021/22 DATE : 20 august 2021 PROVINCIAL TREASURY NORTH WEST PROVINCIAL GOVERNMENT REPUBLIC OF SOUTH AFRICA PROVINCIAL SUPPLY CHAIN MANAGEMENT SCM STAKEHOLDER MANAGEMENT Page | 1
TABLE OF CONTENTS TOPIC PAGE 1 Important information 3 2 Bidding Information 4 2.1. Bidding requirements 4 2.2. Lodging and Closing of bids 5 2.3. The Bidding process 5 2.3.1. Why the bidding process 5 2.3.2. What to consider before bidding 5 2.3.3. Invalidity of bids 5 2.4. Important Notice 6 2.5. Role of Supplier Management Services 6 2.6. Applicable Legislative and Regulatory prescripts 6 3. Bid Invitations 7- 13 4. Cancellation of Bids 13-14 5. Addenda 14-15 6. Extension of Closing dates 15-16 7. Awards 16 8. Enquiry Information 17 9. Bulletin Information 17 Page | 2
1. IMPORTANT INFORMATION • For new subscriptions and enquiries please contact : Ms Mapule G. Mothibedi at 018 388 4227. For more information on bids invitations, please contact the person listed on the bid under ‘Contact Person’. • Annual subscription fee for the Bulletin is R50.00 • It is the responsibility of the bidder to obtain bid documents from relevant Departments. • Please check the required deposit for each bid. • Bids documents should be duly completed, signed sealed in an envelope marked bid number, closing date and time; and should be deposited in the relevant bid box not later than the 11:00 am on the closing date. • No exceptions will be made. • Please comply with General Conditions of the Contract (GCC – Annexure A) • No telegraphic or facsimile bids will be considered. • Provincial Departments reserve the right to accept any bid in whole or in part and do not bind themselves to accept lowest or any bid offer. • Bidders may ask the Departments in writing to explain whatever the bidder needs in relation to bids and awards advertised in this Bulletin. NOTE VERY WELL COMPLY WITH TAX MATTERS BEFORE THE CLOSING DATE AND TIME OF THE BID Responsible Officer (Producer) : Mapule Mothibedi, Telephone 018 388 4227 Manager (Chief Editor) : Seipati Leshomo, Telephone 018 388 4226 The Tender Bulletin is obtainable from : The Provincial Supply Chain Management, First Floor Sedibeng Water Building, University Drive, MMABATHO, 2735 NB : Bidders are advised to read the entire Bulletin. No Official of the Provincial Supply Chain Management will be held responsible for loss of opportunity due to submission of incorrect address, or delays caused by the Post Office, or non renewal of the subscription on time. Page | 3
2. BIDDING INFORMATION 2.1. Bidding Requirements The bidder must :- • be 18 years old or above, • be a South African Citizen. • Have a registered business for a particular service or supply, • Comply with SARS matters, • Construction businesses should register their companies with the Construction Industry development Board (CIDB – may be contacted at www.cidb.gov.za), • Security businesses should register their companies with Security Industry Regulatory Agency (SIRA may be contacted at 012 – 337 5695, Fax No. 012 – 326 6128). • Residential construction businesses must register their companies with NHBRC (National Housing Building Research Council), • Physical existence of the business is a requirement, • BBBEE Status level Certificate is a must or an Affidavit by SAPS or Commissioner of Oaths. Bidders are required to :- • Make use of the prescribed Standard Bid Documents (SBD) forms compiled in the bid document. • Insert prices and other required information in the appropriate spaces on the prescribed forms. • Furnish other information if required, e.g. samples/pamphlets. • Complete preference points claim forms ( in terms of the Preferential procurement Regulations, 2017). • Submit Company Registration Certificate (CK1) and other Business Statutory Registration documents (e.g. NHBRC, CIDB, SIRA, etc). General Bid Requirements :- • Late bids are not considered. Bids are late if they are received at the address given in the bid document; after the closing date and time. • Bids are valid for a period of 90 days. • All bids must be quoted in South African currency and must be VAT inclusive. • All relevant forms attached to the bid must be completed and signed in ink where applicable; by a duly authorised official. • Obtain Pin number from SARS for all Departments. • In case of Joint Ventures; an original valid Tax Clearance of both parties, and a signed Agreement by the parties involved, as well as JV Tax Certificate. • Copy of the company registration certificate from the Registrar of Companies (CIPC). If it is a JV, copies of both parties. • Copies of identity documents of Main Shareholders of the Company. If JV; copies of IDs of main share holders of both companies. 2.2. Lodging and Closing of Bids • Bids shall be lodged not later than 11:00 on the closing date. • Each bid should be lodged in a sealed separate envelope with the name and address of the bidder, bid number, closing date and time of such a bid. • Bids received after the specified closing time shall be regarded as late and will not be accepted. • After the closing time, bids are opened in public and names of bidders are read out and prices of bids may be disclosed in public. Page | 4
2.3. The bidding process 2.3.1. Why the Bidding process • To comply with Section 217 of the Constitution. • To comply with the concept of Supply Chain Management. • To enforce the application of Preferential Procurement Policy Framework Act. • To encourage competition among suppliers. • To procure goods and services to State Departments. 2.3.2. What to consider before bidding (Refer also to 2.1 above) ▪ Register your Business. ▪ Register with SARS for tax clearance. ▪ Do you have the required capacity to provide goods and services to client Departments? ▪ Do you have the required resources? ▪ Do you have enough time to complete the contract taking into account your current work load? ▪ In case of Joint ventures, a statement of Agreement of both parties should be available. 2.3.3. Invalidity of bids • Failure to submit a bid document on time. • Failure to sign a bid document. • Failure to submit samples when requested to do so. • Failure to attend a compulsory site inspection meeting. • Failure to attend a compulsory briefing session. • Usage of tippex when completing a bid document. • Failure to complete bid prices in figures and in words. • Failure to submit all necessary documents. • Submission of a faxed bid document. • Failure to attach copy of your identity document. • Provision of incorrect or misleading information. • Failure to comply with the specifications. • Failure to submit a receipt as proof of purchase of a bid document. • Failure to complete preference point forms. • Failure to attach your original, valid tax clearance certificate. • Failure to submit any one of the requirements stipulated in the bid document. IMPORTANT NOTICE All Departments do not bind themselves to accpet any bid which is incomplete or award the lowest scoring points bidder AND they can award the bid as whole or in part. Bidders must submit original and valid BBBEE Status Level Verification Certificate or orginal certified copies thereof to substantiate their BBBEE rating claims. Failure to submit such Certificate will result in the bidder not qualifying for preference points for BBBEE. The bidder must submit verification certificate that are accredited by SANAS (South African National Accreditation System) OR sworn Affidavit issued and attested by the SAPS/Commissioner of Oaths or DTI for EMEs. Bidders who qualify as EMEs must submit Sworn affidavit signed by the EME Representative attested by the Commissioner of Oaths. Page | 5
2.5. Role of the SCM Stakeholder Management Services Sub Directorate • Maintenance of the Provincial Supplier Database. • Tender Advisory Sevices, i.e. o Provision of general information related to CSD, o Compilation and distribution of the Provincial Tender Bulletin o Rendering Consultation Services. • Conducting Outreach Programmes, i.e. organising workshops and training on the Government bidding process for Rural Communities, SMMEs, Youth, Disabled and Historically Disadvantaged Businesses. 2.6. Applicable Legislative and Regulatory prescripts The following prescripts should be adhered to by all Provincial departments and Bidders :- • The Constitution of the Republic of South Africa, Act No. 108 of 1996. • Preferential Procurement Policy Framework Act, Act No. 5 of 2000. • Preferential Procurement Regulations, 2017. • Public Finance Management Regulations : Framework for Supply Chain Management published on 05 December 2003. • All National and Provincial Practice Notes on supply Chain Management and other sectoral legislation. Page | 6
3. Invitations NORTH WEST PARKS BOARD REF: NWPB/SRP/BLOEMUP/006/2021 SUPPLY OF MATERIAL AND UPGRADING OF GUARD HOUSE AND ENTRANCE GATE AT BLOEMHOF DAM NATURE RESERVE. The North West Parks Board invites suitable qualified service providers with extensive experience to bid for the above mentioned Tender. The North West Parks Board therefore would want to invite proposals and tenders to bid for Supply of material and upgrading of guard house and entrance gate at Bloemhof Dam Nature Reserve. EVALUATION CRITERIA: First level of Short-listing: Completion of all documentation required and duly completed bid document Second level of Short-listing: Functionality, a minimum of 70 points scored. Final level of Short-listing: Price and empowerment score 80 points for price. 20 points (to claim these points bidders must submit their B-BBEE status Level Verification Certificate) QUALIFYING CRITERIA: Company Profile and proof of experience Completed bill of Quantities Certified Copies of ID Copies of Directors Latest Financial statements Central Supplier Database (CSD) Registration Valid Original Tax Clearance Certificate BBBEE- Certificate (Status Document) COIDA CIDB GRADING 1GB Proof Electrical Installation Regulation Registration Proof of affiliation with the Bargaining Council of private Construction Proof of clearance by the States Security Agency SBD 6.2 for local content threshold for Steel product 100% ÇOMPULSORY SITE BRIEFING AT BLOEMHOF DAM NATURE RESERVE GROUP CAMP: 24th August 2021 at 14: 00 pm TENDER DOCUMENTS: DOCUMENTS WILL BE AVAILABLE AS FROM 24 th August 2021, on Government E-Portal and also from the Supply Chain Manager during office hours: 08hoo to 16h30, Heritage House, Cookes Lake Mafikeng TENDER DEPOSIT: A non-refundable deposit of R200-00 (cash only) is payable for this document. TENDER CLOSING: 08 TH September 2021 at 11:00am. TECHNICAL QUERIES MAY BE DIRECTED TO THE PROJECT MANAGER ON, 018 397 1500 OR GDAVIDS@NWPB.ORG.ZA PROCUREMENT RELATED QUERIES MAY BE DIRECTED TO THE SUPPLY CHAIN MANAGER ON 018 397 1500 ALTERNATIVELY ON FLAKEY@NWPB.ORG.ZA, DURING OFFICE HOURS. BID DOCUMENTS MUST BE DEPOSITED IN THE TENDER BOX SITUATED AT THE NORTH WEST PARKS BOARD HEAD OFFICE AT HERITAGE HOUSE, COOKES LAKE –MAHIKENG (NO FAX OR EMAIL SUBMISSIONS WILL BE ACCEPTED). NO LATE SUBMISSIONS WILL BE ACCEPTED. NWPB RESERVES THE RIGHT NOT TO ACCEPT ANY BID. NWPB RESERVES THE RIGHT TO WITHDRAW THE BID AT ITS OWN DISCRETION. (North West Parks Board supports the principle of Broad Based Black Economic Empowerment and same will be a consideration in tender adjudication. North West Parks Board does not bind itself to accept the lowest or any tender, and does not accept responsibility for any costs incurred by a third party in the development/preparation of the tender proposal) Page | 7
TENDER INVITATION NORTH WEST PARKS BOARD REF: NWPB/SRP/BLOEMACCOM/005/2021 SUPPLY OF MATERIAL AND CONSTRUCTION OF 12 NEW SELF CATERING CHALETS AT BLOEMHOF DAM NATURE RESERVE. The North West Parks Board invites suitable qualified service providers with extensive experience to bid for the above mentioned Tender. The North West Parks Board therefore would want to invite proposals and tenders to bid for Supply of material and Construction of 12 New Self Catering Chalets at Bloemhof Dam Nature Reserve. EVALUATION CRITERIA: First level of Short-listing: Completion of all documentation required and duly completed bid document Second level of Short-listing: Functionality, a minimum of 70 points scored. Final level of Short-listing: Price and empowerment score 80 points for price. 20 points (to claim these points bidders must submit their B-BBEE status Level Verification Certificate) QUALIFYING CRITERIA: Company Profile and proof of experience Completed bill of Quantities Certified Copies of ID Copies of Directors Latest Financial statements Central Supplier Database (CSD) Registration Valid Original Tax Clearance Certificate BBBEE- Certificate (Status Document) COIDA CIDB GRADING 5GB PE or HIGHER Proof Electrical Installation Regulation Registration Proof of affiliation with the Bargaining Council for a private Construction Proof of clearance by the States Security Agency SBD 6.2 for local content threshold for Steel product 100% COMPULSORY SITE BRIEFING AT BLOEMHOF DAM NATURE RESERVE GROUP CAMP: 24TH August 2021 at 11: 00 am TENDER DOCUMENTS: DOCUMENTS WILL BE AVAILABLE AS FROM 24 th August 2021, on Government E-Portal and also from the Supply Chain Manager during office hours: 08hoo to 16h30, Heritage House, Cookes Lake Mafikeng TENDER DEPOSIT: A non-refundable deposit of R200-00 (cash only) is payable for this document. TENDER CLOSING 7T H September 2021 at 11:00am. TECHNICAL QUERIES MAY BE DIRECTED TO THE PROJECT MANAGER ON, 018 397 1500 OR GDAVIDS@NWPB.ORG.ZA PROCUREMENT RELATED QUERIES MAY BE DIRECTED TO THE SUPPLY CHAIN MANAGER ON 018 397 1500 ALTERNATIVELY ON FLAKEY@NWPB.ORG.ZA, DURING OFFICE HOURS. BID DOCUMENTS MUST BE DEPOSITED IN THE TENDER BOX SITUATED AT THE NORTH WEST PARKS BOARD HEAD OFFICE AT HERITAGE HOUSE, COOKES LAKE –MAHIKENG (NO FAX OR EMAIL SUBMISSIONS WILL BE ACCEPTED). NO LATE SUBMISSIONS WILL BE ACCEPTED. NWPB RESERVES THE RIGHT NOT TO ACCEPT ANY BID. NWPB RESERVES THE RIGHT TO WITHDRAW THE BID AT ITS OWN DISCRETION. (North West Parks Board supports the principle of Broad Based Black Economic Empowerment and same will be a consideration in tender adjudication. North West Parks Board does not bind itself to accept the lowest or any tender, and does not accept responsibility for any costs incurred by a third party in the development/preparation of the tender proposal) Page | 8
DEPARTMENT OF AGRICULTURE Bid Description of Bid Evaluation Briefing Contact Details Number Project Document Criteria Session Price 13 DARD Appointment of R100.00 Phase1: 02 September MR T MOTENE 02/2021 suitable contractor Evaluation on 2021 @ 11Hrs Tel: 018 299 6500 for the construction Legal at Milton Email: of a Foremen’s requirements Research tmotene@nwpg.gov house at Milton Phase 2: Farm .za Research farm Evaluation on technical requirement. Bidders who obtain 66% or more will proceed to Phase 3. Phase 3: 80/20 80 = Price 20 = B-BBEE status Level of Contribution 13 DARD Refurbishment of R100.00 Phase1: 02 September DR K MABE 03/2021 the Students Evaluation on 2021 @ 10Hrs Tel: 018 389 5300 Hostels at the Legal at Taung Email: Taung Agricultural requirements Agricultural karabomabe@nwpg College Phase 2: College .gov.za Evaluation on technical requirement. Bidders who obtain 70% or more will proceed to Phase 3. Phase 3: 80/20 80 = Price 20 = B-BBEE status Level of Contribution 13 DARD Refurbishment of R100.00 Phase1: 01 September MR P MASELWANYANE 04/2021 Hostels (Mariba, Evaluation on 2021 @ 10Hrs Tel:018 299 6500 Ceres, Werda, Legal at Email: Bastian) and other requirements Potchefstroom pmaselwanyane@ Compartments in Phase 2: College of nwpg.gov.za the Dining Hall Evaluation on Agriculture Building at technical Potchefstroom requirement. College of Bidders who Agriculture obtain 70% or more will proceed to Phase 3. Phase 3: 80/20 Page | 9
80 = Price 20 = B-BBEE Contribution 13 DARD Appointment of R100.00 Phase1: 03 September MR 05/2021 Suitable Service Evaluation on 2021 @ 10Hrs R Duplessis Provider for Supply, Legal at Tel: 018 299 6608 Delivery and requirements Potchefstroom Email: Installation of Phase 2: College of rduplessis@nwpg.g Centre Pivots and Evaluation on Agriculture ov.za Related Irrigation technical Development requirement. Bidders who obtain 70% or more will proceed to Phase 3. Phase 3: 80/20 80 = Price 20 = B-BBEE status Level of Contribution 13 DARD Establishment of a R100.00 Phase 1: N/A MS RA 017/2021 list of registered Evaluation on DIKOLOMELA and Experienced Mandatory Tel: 014 592 8261 service providers for requirements Email: adikolomela@nwpg. Prequalification to Phase 2: gov.za be included in the Evaluation on Departments’ technical Database for requirement. Supply, Delivery Bidders who and Offloading of obtain 60% or Livestock (Poultry) more will proceed for a period of Two to next Phase (2) years. 13 DARD Appointment of R100.00 Phase1: 31 August MR R Duplessis 030/2021 Contractor to Evaluation on 2021 @ 11Hrs Tel: 018 299 6608 reinstate Existing Legal at Selame Email: Broiler Houses to requirements Poultry Project rduplessis@nwpg.g the extend that it Phase 2: at ov.za will meet Evaluation on Harbeesfontei requirements of technical n Contract Dealer requirement. Bidders who obtain 70% or more will proceed to Phase 3. Phase 3: 80/20 80 = Price 20 = B-BBEE status Level of Contribution Page | 10
13 DARD Supply, Delivery R100.00 Phase1: 31 August MR R Duplessis 031/2021 and Installation of Evaluation on 2021 @ 10Hrs Tel: 018 299 6608 Electricity Solar Legal at the site Email: System at requirements rduplessis@nwpg.g Maselesego Trading Phase 2: ov.za Aqua Culture Evaluation on Project in DR technical Kenneth Kaunda requirement. District Bidders who obtain 70% or more will proceed to Phase 3. Phase 3: 80/20 80 = Price 20 = B-BBEE status Level of Contribution PLEASE NOTE: The non-refundable fee for documents does not apply to service providers who can download tender documents and can be found on the Tender Departmental Website (www.nwpg.gov.za /Agriculture) Bid documents will be available from the Department of Agriculture and Rural Development, Office No E135, First Floor, AgriCentre Building, Corner Dr James Moroka and Stadium Road, Mmabatho from 30th August 2021. CLOSING DATES The bids will close on the 13th to 16th September 2021 at Department of Agriculture and Rural Development, Agricentre Building, Cnr Dr James Moroka and Stadium Road, Mmabatho at 11h00. Page | 11
DEPARTMENT OF AGRICULTURE Bid Description of Bid Document Evaluation Briefing Session Contact Number Project Price Criteria Details 13 DARD Provision of R100.00 Phase 1: N/A MR JACOB 014/2021 Security Services at Evaluation on KGOELE Bojanala District Mandatory Tel: 018 389 Offices for a period requirements 5162/5163 Email: of Two (2) Years - Phase 2: kgoelej@nwpg Department of Evaluation on .gov.za Agriculture and technical Rural Development requirement. Bidders who obtain 70% or more will proceed to Phase 3. Phase 3: 80/20 80 = Price 20 = B-BBEE status Level of Contribution 13 DARD Provision of R100.00 Phase 1: N/A MR JACOB 015/2021 Security Services at Evaluation on KGOELE Agricentre Building Mandatory Tel: 018 389 and Kgora Farmer requirements 5162/5163 Email: Training Centre for Phase 2: kgoelej@nwpg a period of Two (2) Evaluation on .gov.za Years - Department technical of Agriculture and requirement. Rural Development Bidders who obtain 70% or more will proceed to Phase 3. Phase 3: 80/20 80 = Price 20 = B-BBEE status Level of Contribution Page | 12
FURTHER INFORMATION ON BIDS FOR DEPARTMENT OF AGRICULTURE (DARD 014 & 015) PLEASE NOTE: The non-refundable fee for documents does not apply to service providers who can download tender documents and can be found on the e-portal website www.etenders.gov.za/content/advertised-tenders or www.nwpg.gov.za /Agriculture Bid documents will be available from the Department of Agriculture and Rural Development, Office No E135, First Floor, AgriCentre Building, Corner Dr James Moroka and Stadium Road, Mmabatho from 18th August 2021. SPECIAL CONDITIONS It is a mandatory requirement for prospective suppliers to be: • Registered in the Central Suppliers Database (CSD) CLOSING DATES The bids will close on the 13th and 14th September 2021 at Department of Agriculture and Rural Development, Agricentre Building, C/n Dr James Moroka and Stadium Road, Mmabatho at 11h00. 4. CANCELLATION OF BIDS I) DEPARTMENT OF PUBLIC WORKS AND ROADS The following bids are cancelled: No Project Description Number 1. PWR Provisions of 2340.9M² leased office accommodation 160/20 for the Department of Finance Provincial Internal Audit in Mahikeng for a period of 3 years (36 Months) 2. PWR Provisions of 2697.3M² leased office accommodation 163/20 for Department of Finance Sustainable Resource Management in Mahikeng for a period of 3 years (36 Months) The Department of Public Works and Roads apologise for any inconvenience that might be caused. Page | 13
II) DEPARTMENT OF EDUCATION BID NO DESCRIPTION REASON EDU 27/21 NW NEW TECHNICAL WORKSHOPS AND THE DELAY TO UPLOAD BID CLASSROOMS AT DIE HOERSKOOL WAGPOS BOJANALA DISTRICT (8GB) DOCUMENT DUE TO UNAVAILABILITY OF NETWORK The Department of Education apologise for any inconvenience caused. 5. ADDENda A. DEPARTMENT OF HEALTH The following bids are not awarded to the correct bidders as publicised on Tender Bulletin Issue No. 16 of 2021/2022 which were published as follows: 3. NWDOH REPLACEMENT OF THEATRE HEAT VENTILATION AND AIR CONDITIONING 29/2020 (HVAC) CHILLERS AT BRITS HOSPITAL:GRADING 5ME OR HIGHER 4. NWDOH REPLACEMENT OF THEATRE HEAT VENTILATION AND AIR CONDITIONING 30/2020 (HVAC) CHILLERS AT NIC BODENSTEIN HOSPITAL: GRADING 4ME OR HIGHER. 5. NWDOH REPLACEMENT OF THEATRE HEAT VENTILATION AND AIR CONDITIONING 27/2020 (HVAC) CHILLERS AT KLERSKSDORP HOSPITAL: GRADING 5ME OR HIGHER The correct information will be published when awarded to relevant bidders. B. DEPARTMENT OF AGRICULTURE AND RURAL DEVELOPMENT BID NUMBER: 13 DARD 07/2021 BID NUMBER: 13 DARD 08/2021 BID NUMBER: 13 DARD 09/2021 BID NUMBER: 13 DARD 16/2021 BID NUMBER: 13 DARD 20/2021 BID NUMBER: 13 DARD 22/2021 BID NUMBER: 13 DARD 23/2021 Page | 14
The following information was not included on the bids listed on the previous page (bids for the Department of Agriculture and Rural Development). 1.1 All Standard Bidding Documents should be fully signed and completed, failing which the bidder will be disqualified. 1.2 Clause 11.2.1.1 is hereby removed from the bid document’ 1.3 Bidders should submit a certified copy of BBB-EE Status Level Certificate accredited by SANAS, BBB-EE certificate issued by DTI or Sworn affidavit attested by commissioner of Oath of SAPS. 1.4 The relevant CIDB for the work on bid number 13 DARD 020/2021 is CE/GB/ME. On page 8 bullet 9.3.4 is hereby removed from the bid document. Contact Person : Technical Enquiries:- Ms. R A Dikolomela : 014 592 8261 : SCM Enquiries :- Mr. L S Mothibi : 018 389 5053 The Bid Document is accessible at a fee of R100.00 at the Department of Agriculture and Rural Development, Agricentre Building, C/N Dr James Moroka and Stadium Road, Mmabatho, 2735 and on the Departmental Website www.nwpg.gov.za/Agriculture All other terms and conditions as stated in the bid documents remain unchanged. 6. Extension of closing dates The following tenders’ closing dates are extended as follows: DEPARTMENT OF AGRICULTURE BID NO. DESCRIPTION OLD CLOSING NEW CLOSING DATE DATE 13 DARD Establishment of a list of approved 31 AUGUST 06 SEPTEMBER 2021@ 08/2021 service providers for Supply, Delivery and 2021 @ 11AM Offloading of Crop Production Inputs 11AM (Fertilizers) for a period of two (2) years. 13 DARD Establishment of a list of approved 01 SEPTEMBER 03 SEPTEMBER 2021 @ 09/2021 service providers for Supply and 2021 @ 11AM Delivery of Fuel and Lubricants for a 11 AM period of Two (2) years. 13 DARD Establishment of a list of approved 01 SEPTEMBER 03 SEPTEMBER 2021 @ 016/2021 service providers for Supply, Delivery 2021 @ 11AM and Offloading of Livestock (Cattle, 11 AM Sheep, Goats, and performance tested Breeding Stock) for a period of Two (2) Years Page | 15
13 DARD Establishment of a list of approved 30 AUGUST 02 SEPTEMBER 2021 @ 020/2021 service providers for Supply, Delivery, 2021 @ 11AM Installation and Maintenance of Irrigation 11AM Systems for a Period of Two (2) Years Contact Person : Technical Enquiries :- Ms. R A Dikolomela : 014 592 8261 : SCM Enquiriesc :- Mr. L S Mothibi : 018 389 5053 The Bid Document is accessible at a fee of R100.00 at the Department of Agriculture and Rural Development, Agricentre Building, C/N Dr James Moroka and Stadium Road, Mmabatho, 2735 and on the Departmental Website www.nwpg.gov.za/Agriculture All other terms and conditions as stated in the bid documents remain unchanged. We apologise for any inconvenience caused. 7. Awards DEPARTMENT OF PUBLIC WORKS AND ROADS TERM CONTRACT AWARDS FOR MARCH 2020/21: NO. REF. NO DESCRIPTION WINNING BIDDER BID AMOUNT 1 PWR 150/20 PROVISION OF 764.1M2 NOKROBYS R 3,238,147.65 EXISTING LEASED OFFICE PROPERTY ACCOMMODATION FOR THE DEVELOPMENT DEPARTMENT OF HEALTH, TSWAING SUB DISTRICT IN DELAREYVILLE FOR A PERIOD OF 36 MONTHS 2 PWR 148/20 PROVISION OF 610M2 LEASED FEISAL ESSOP R 2,286,972.30 OFFICE ACCOMMODATION FOR CAJEE THE DEPARTMENT OF HEALTH, MAMUSA SERVICE POINT IN SCHWEIZER-RENEKE FOR A PERIOD OF 36 MONTHS 3 PWR 152/20 PROVISION OF 1495.8M2 BKMS R 7,042,097.04 LEASED OFFICE ONTWIKKELING ACCOMMODATION FOR THE (PTY) LTD DEPARTMENT OF HEALTH, BOJANALA DISTRICT OFFICE IN RUSTENBURG FOR A PERIOD OF 36 MONTHS Page | 16
.8. Enquiry information 8.1 Service providers who resides within the boundaries of the ;North West province are hereby invited to register their companies in the CSD Database. There is no closing date. Enqiury line are 018 3881533/2585/2587/4230 8.2 Tender Bulletin subscribers are reminded to check the validity of their subscription and renew it on or before the expiry date. Note that the expiry date is twelve months after the date of first subscription. 8.3 Communities, Youth, SMMEs and Disabled people who wish to be work shopped or trained on the Government Bidding Process should contact Keamogetse Ntsoma @ 018 388 3939 8.4 Bidders who have complaints regarding bid contracts may forward their complaints to Mr Moagise Tlalang, SCM Performance Unit, Procinvial Supply Chain Management, Private Bag X2132, MMABATHO, 2735; or First Floor Sedibeng Wat[er Building, Univeristy Drive, MMABATHO,2735; or call him at 018 – 388 5145/5146/3924/3259/4235. 8.5 Further infromation and queries may be directed to The Chief Director, Procinvial Supply Chain Management, Private Bag X2132, MMABATHO, 2735; or First Floor Sedibeng Water Building, Univeristy Drive, MMABATHO,2735. 8.6 Any other enquiries regarding Government Procurement Policies and prescripts may be forwarded to 018 388 4239/3911 9. BULLETIN INFORMATION Bidders are advised to read the entire Bulletin. No official of the Provincial Supply Chain Management will be held responsible for loss of opportunity due submission of incorrect address, or delays caused by the Post office, or non-renewal of subscriptions. The following are websites for obtaining the Bulletin and tenders: www.etenders.gov.za (for tenders adverts) www.treasury.nwpg.gov.za (for Tender Bulletin) CSD@treasury.gov.za (for CSD Information and enquiries) www.csd.gov.za (for CSD registration) Page | 17
You can also read