bid notice bid 2 of 2016

BID NOTICE
BID 2 OF 2016
Tenders are hereby invited from suitably qualified service providers to be on the panel of two
(2) service providers for the RENDERING OF AGENCY SERVICES IN RESPECT OF AIR
TRAVEL, CAR HIRE, VENUES & FACILITIES AND ACCOMMODATION TO THE BCMDA
for a period of three (3) years.
Minimum specifications are detailed in the tender document.
The detailed tender documents are available on payment of a non-refundable document fee
of R300.00 from 23 November 2016 after 10h00. Payments must be made by direct deposit
into the Agency’s bank account, which will be provided on request.
Bidders must produce proof of payment on collection of bid document.
Bid documents are to be submitted in a sealed envelope, clearly marked: “RENDERING OF
AGENCY SERVICES IN RESPECT OF AIR TRAVEL, CAR HIRE, VENUES & FACILITIES
AND ACCOMMODATIONTO THE BCMDA - BID NO: 02 OF 2016” and must be deposited
in the Tender Box, at the offices of the Buffalo City Metropolitan Development Agency,
Investment Centre, East London IDZ, Lower Chester Road, Sunnyridge, East London, 5241,
NOT LATER THAN THE CUT-OFF TIME 12:00 ON FRIDAY 13 JANUARY 2017 WHERE
BIDS WILL BE OPENED IN PUBLIC.
Enquiries should be addressed to Mr A. Manciya at telephone (043) 101 0171 or alternatively
email: [email protected].
TENDERERS SHALL TAKE NOTE OF THE FOLLOWING CONDITIONS:




Service providers must be registered on National Treasury’s Central Supplier
Database and submit a summary report as proof of registration;
A valid original tax clearance certificate issued by South African Revenue Services
is to be submitted with the completed tender;
If a supplier is not a VAT vendor, VAT must not be included, otherwise all the prices
must include VAT;
Bidders are required to submit an original and valid B-BBEE Status Level Verification
Certificates or certified copies thereof together with their bids, to substantiate their B-











BBEE rating claims, failing to do so will result in a status level score of zero be
assigned to the tenderer;
A joint venture, trust or consortium; must submit a consolidated B-BBEE status level
verification certificate;
Bidders must submit proof certifying that the bidder has no undisputed commitments
for municipal services towards a municipality in respect of which payment is overdue
for more than 30 days, such proof MUST be in the name of the bidder (the company)
may be as follows:
o a statement of municipal account;
o a memorandum of lease if the business premises are leased and the bidder is
the lessee;
o proof of residence if the business premises are located in areas where there
are no services paid for with an affidavit stating that claim;
The two appointed service providers will be utilised on a rotational basis at the
discretion of BCMDA;
BCMDA reserves the right to request further written information or clarification on any
aspect pertaining to this tender;
Bids received after the specified closing time and date will not be considered;
Bidders must score a minimum of 70% of maximum points on functionality
assessment in order for them to proceed to the price and preference evaluation;
A minimum of three (3) signed letters of recommendation or a letter of reference from
either the current or previous clients (if any) signed by the Accounting Officer of that
Institution as testimony of the bidder’s ability to provide such services as conducted
in the past sixty (60) months;
The BCMDA does not bind itself to accept the lowest priced tender or any tender and
reserves the right to accept the whole or part of the tender;
All bids are valid for 90 days after the bid closing date;
Bids which are late, incomplete, unsigned or submitted by facsimile, will not be
accepted;
BCMDA 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 in the
tender box on or before the closing date of this bid;
NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE AS DEFINED IN THE
LOCAL GOVERNMENT MUNICIPAL FINANCE MANAGEMENT ACT 56 OF 2003: MUNICIPAL SUPPLY
CHAIN MANAGEMENT REGULATIONS.
Failure to meet the above stated minimum requirements will result in a tender being considered nonresponsive and therefore not considered for the award of the contract.
Bidders are encouraged to submit bid documents that are clearly referenced in order to assist the
Agency’s Bid Evaluation and Adjudication Committees in assessing whether or not bid conditions have
been met.
PRICING:




Service providers are expected to submit a detailed pricing proposal based on the
terms of reference.
The price quoted must be in ZAR (Rand) and must be inclusive of VAT.
Items in the pricing must be priced separately with actual value.
The responsibility rests with the Service provider to ensure that all components as per
proposal are included and responded to as part of the bid.
EVALUATION CRITERIA:
Bids meeting the requirement reflected above shall be evaluated on an 80/20 basis, 80
points being in respect of price and 20 in respect of preference points.
CRITERIA
POINTS
PRICE
80
B-BBEE
20
TOTAL
100