Supply Chain Management Tel: 051-411 3200

18
Supply Chain Management Tel: 051-411 3200 TECHNCAL REPORT WITH REGARD TO: MMM/BID 585:2020/2021: SUPPLY, DELIVERY OF STATIONERY FOR A PERIOD OF THREE (3) YEARS 1. EXECUTIVE SUMMARY: The purpose of this item is to obtain an approval to appoint a service provider(s) to supply, delivery of stationery as a stock item in Municipal Warehouse as and when required. 2. STRATEGIC OBJECTIVE: The Mangaung Metropolitan Municipality through Supply Chain Management sub-directorate is seeking suitably experienced service providers to submit bids for above-mentioned project as a stock item to support Municipal Departments as and when required. 3. LEGAL REQUIREMENT: Municipal Finance Management Act, Act No 56 of 2003 4. POLICY: Supply Chain Management Policy. 5. DELEGATED AUTHORITY The delegated authority for approval vests with the BEC. 6. ANNEXURES: DOCUMENT ANNEXURE ATTACHED List of bidders from SCM and their prices A Attached Market prices from potential suppliers B Attached 7. Bid documents Upon closing forty-seven (47) bidders returned their bid documents on the closing date 06 November 2020 at 11H30. thirty (30) bids was disqualified because they failed to meet minimum requirements as set out in the bid document. The following are the remaining seventeen (17) bids which met minimum requirements as set out in the bid documents: # Name of the bidders Bidder’s Price (Excel Vat) QUALIFIED Mark-up % 1. CABANI CONSULTING AND TRADING ITEMIZED YES 25% 2. BORNFIRE SECURITY AND GENERAL PROJECTS ITEMIZED YES 10% 3. RAL CORPORATION (PTY)LTD T/A RAL CONFERENCES AND EVENTS ITEMIZED YES 15% 4. PTP TRADING ITEMIZED YES 8% 5. SETSOHI ENGINEERING ITEMIZED YES 20% TO: BID EVALUATION COMMITTEE: MR T V TAUOA

Transcript of Supply Chain Management Tel: 051-411 3200

Page 1: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

: TECHNCAL REPORT WITH REGARD TO:

MMM/BID 585:2020/2021: SUPPLY, DELIVERY OF STATIONERY FOR A PERIOD OF THREE (3) YEARS

1. EXECUTIVE SUMMARY:

The purpose of this item is to obtain an approval to appoint a service provider(s) to supply, delivery of stationery as a stock item

in Municipal Warehouse as and when required.

2. STRATEGIC OBJECTIVE:

The Mangaung Metropolitan Municipality through Supply Chain Management sub-directorate is seeking suitably experienced

service providers to submit bids for above-mentioned project as a stock item to support Municipal Departments as and when

required.

3. LEGAL REQUIREMENT:

Municipal Finance Management Act, Act No 56 of 2003

4. POLICY:

Supply Chain Management Policy.

5. DELEGATED AUTHORITY

The delegated authority for approval vests with the BEC.

6. ANNEXURES:

DOCUMENT ANNEXURE ATTACHED

List of bidders from SCM and their prices A Attached

Market prices from potential suppliers B Attached

7. Bid documents

Upon closing forty-seven (47) bidders returned their bid documents on the closing date 06 November 2020 at 11H30. thirty (30)

bids was disqualified because they failed to meet minimum requirements as set out in the bid document. The following are

the remaining seventeen (17) bids which met minimum requirements as set out in the bid documents:

# Name of the bidders Bidder’s Price (Excel Vat) QUALIFIED Mark-up %

1. CABANI CONSULTING AND

TRADING

ITEMIZED

YES

25%

2.

BORNFIRE SECURITY AND

GENERAL PROJECTS

ITEMIZED

YES

10%

3.

RAL CORPORATION (PTY)LTD T/A

RAL CONFERENCES AND EVENTS

ITEMIZED

YES

15%

4.

PTP TRADING

ITEMIZED

YES

8%

5. SETSOHI ENGINEERING

ITEMIZED

YES

20%

TO: BID EVALUATION

COMMITTEE:

MR T V TAUOA

Page 2: Supply Chain Management Tel: 051-411 3200

2

6. MAKOTLOPO PROJECTS (PTY) LTD

ITEMIZED

YES

15%

7.

TIRISANO KA KUTLWANO

TRADING

ITEMIZED

YES

20%

8. THENA BAFANA AND WORK (PTY)

LTD

ITEMIZED

YES

15%

9.

BATHO MATLENG (PTY) LTD

ITEMIZED

YES

20%

10.

PHAFOLI- UKWELI JV

ITEMIZED

YES

20%

11.

SPERO HOLDINGS

ITEMIZED

YES

25%

12. P

CENTRAL PLAZA INVESTMENTS

ITEMIZED

YES

10%

13. Q NBS (NAKANYANE BUSINESS

SOLUTIONS)

ITEMIZED

YES

20%

14. COSTRON INVESTORS AND

ENTERTAINMENT

ITEMIZED

YES

15%

15.

KATHABO TRADING

ITEMIZED

YES

15%

16.

DAVOS CLEANING AND SAFETY

T/A MATHABI MAINTENANCE

ITEMIZED

YES

2%

17. C

DIBOKA GLOBAL MANAGEMENT

ITEMIZED

YES

8%

8 Bid requirements:

The following were stipulated in the bid document as requirements and it is indicated that failure to comply with the

under mentioned will lead to the bid being disqualified.

Tax Clearance Certificate Should be Valid

Registration Submit company registration certificate

Municipal Rates and Taxes Certificate/Written

Lease agreement

Valid for 90 days from date of stamp or written valid lease

agreement

Forms Complete all compulsory (MBD) forms and sign

Compulsory briefing session All bidders must attend briefing session

Page 3: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

The following one (30) bidders was disqualified from SCM for the following stated below reason(s).

# Name of the bidders Reason for disqualifications

1 REKGONNE COMMUNITY PROJECT

BIDDER SUBMITTED MUNICIPAL ACCOUNT OWING MORE THAN

90 DAYS

2 MISSING LINK EDUCATION

BIDDER SUBMITTED AN INVALID LEASE AGREEMENT. NO

RENTAL AMOUNT INDICATED

3 NEST OF MOTJHA (PTY) LTD

BIDDER FAILED TO SUBMIT MUNICIPAL RATES/ LEASE

AGREEMENT

4 KHANYO LETHU (PTY) LTD

BIDDER SUBMITTED MUNICIPAL ACCOUNT OWING MORE THAN

90 DAYS

5 LEBAMO PROJECTS AND

CONSTRUCTION

BIDDER FAILED TO SUBMIT MUNICIPAL RATES/ LEASE

AGREEMENT

6 MO-AFRIKA PRODUCTIONS

BIDDER FAILED TO SUBMIT MUNICIPAL RATES/ LEASE

AGREEMENT

7 ASIPHE BOND

BIDDER SUBMITTED AN INVALID LEASE AGREEMENT. LEASE

AGREEMENT IS NOT SIGNED BY THE LESSEE

8 KAMOHO LETUKA BIDDER SUBMITTED AN INVALID BID

9 LEBSMOH PROJECTS (PTY) LTD BIDDER FAILED TO SIGN MBD 9

10 LA FAME TRADING AND PROJECTS

BIDDER FAILED TO QUOTE ITEM NO 127, 137, 184, 191, 192, 196

AND 249 AND NO QUOTE PERCENTAGE MARK-UP.

11 VISION OFFICE SOLUTIONS

BIDDER FAILED TO QUOTE ITEM NO 67 AND NO QUOTE

PERCENTAGE MARK-UP.

12 RETOR TRAVEL T/A RETOR

TRADERS BIDDER FAILED TO QUOTE PERCENTAGE MARK-UP.

13 VISUAL EXCELLENCE TRADING 508

(PTY) LTD T/A LETSIE ENTERPRISE

GROUP

BIDDER FAILED TO QUOTE ITEM NO 67

14 LIPHOLO AND SON GENERAL

TRADING BIDDER FAILED TO QUOTE ITEM NO 191, 192, 196, 198 AND 249

15 DROPGOAL TRADING 504

INVALID BIDS: POLICY SECTION 16.2.16.1 (ii) BID IS NOT

COMPLETED IN NON-ERASABLE INK.

16 BIL OFFICE SOLUTIONS

BIDDER FAILED TO QUOTE ITEM NO 37 AND NO QUOTE

PERCENTAGE MARK-UP.

17 BOKHIBA TRADING

BIDDER FAILED TO QUOTE ITEM NO 196, 198, 249 AND NO QUOTE

PERCENTAGE MARK-UP.

18 KLM DIVERGENT SERVICES BIDDER FAILED TO QUOTE ITEM NO 127, 191, 192 AND 196

19 GUSHE CONSTRUCTION AND

TRADING (PTY) LTD BIDDER FAILED TO QUOTE ITEM NO 137, 196, 198 AND 249.

20 VANTIMODE (PTY) LTD BIDDER FAILED TO QUOTE ITEM NO 191, 192, 194 AND 196

21 GEROX TRADING CC BIDDER FAILED TO QUOTE PERCENTAGE MARK-UP.

22 INATHINKOSI HOLDINGS (PTY) LTD BIDDER FAILED TO QUOTE PERCENTAGE MARK-UP.

23 KMOJ ENGINEERING (PTY) LTD BIDDER FAILED TO QUOTE PERCENTAGE MARK-UP.

24 MERANZI TRADING (PTY) LTD BIDDER FAILED TO QUOTE ITEM NO 197 AND 225.

25 DANIBO TRADING & PROJECTS

(PTY) LTD

INVALID BIDS: POLICY SECTION 15.8.1.1. (iii) BID DOCUMENT IS

CORRECTED USING THE CORRECTION PEN.

Page 4: Supply Chain Management Tel: 051-411 3200

4

9 The following were listed as project minimum requirement and failure to adhere to will lead the bid to be

disqualified

1. Bidders must quote according to the specification

2. Bidders must quote on all items.

10 Evaluation on project special minimum requirements

# NAME OF BIDDER

QUOTED

ACCORDING TO

SPECIFICATION

MARKUP

PERCENTA

GE

QUOTED

PRICES COMMENTS AND

RESPONSIVENESS

1.

CABANI CONSULTING AND

TRADING

YES

YES

ITEMIZED

RESPONSIVE

2.

BORNFIRE SECURITY AND

GENERAL PROJECTS

YES

YES

ITEMIZED

RESPONSIVE

3

RAL CORPORATION

(PTY)LTD T/A RAL

CONFERENCES AND

EVENTS

YES

YES

ITEMIZED

RESPONSIVE

4.

PTP TRADING

YES

YES

ITEMIZED

RESPONSIVE

5.

SETSOHI ENGINEERING

YES

YES

ITEMIZED

RESPONSIVE

6

MAKOTLOPO PROJECTS

(PTY) LTD

NO

YES

ITEMIZED

NON-RESPONSIVE

7.

TIRISANO KA KUTLWANO

TRADING

YES

YES

ITEMIZED

RESPONSIVE

8.

THENA BAFANA AND

WORK (PTY) LTD

YES

YES

ITEMIZED

RESPONSIVE

26 PUMATA TRADING BIDDER FAILED TO QUOTE ITEM NO 67.

27 KUNGATHI TRADING BIDDER FAILED TO QUOTE PERCENTAGE MARK-UP.

28 THE CORNER BOOKSHOP BIDDER FAILED TO QUOTE PERCENTAGE MARK-UP.

29 SETSONG GENERAL TRADING 42 BIDDER FAILED TO QUOTE PERCENTAGE MARK-UP.

30 INDIGO BOOKSELLERS BIDDER FAILED TO QUOTE PERCENTAGE MARK-UP.

Page 5: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

# NAME OF BIDDER

QUOTED

ACCORDING TO

SPECIFICATION

MARKUP

PERCENTA

GE

QUOTED

PRICES COMMENTS AND

RESPONSIVENESS

9.

BATHO MATLENG (PTY)

LTD

YES

YES

ITEMIZED

RESPONSIVE

10

.

PHAFOLI- UKWELI JV

NO

YES

ITEMIZED

NON-RESPONSIVE

11

.

SPERO HOLDINGS

NO

YES

ITEMIZED

NON-RESPONSIVE

12

.

CENTRAL PLAZA

INVESTMENTS

YES

YES

ITEMIZED

RESPONSIVE

13

.

NBS (NAKANYANE

BUSINESS SOLUTIONS)

NO

YES

ITEMIZED

RESPONSIVE

14

.

COSTRON INVESTORS AND

ENTERTAINMENT

YES

YES

ITEMIZED

RESPONSIVE

15

.

KATHABO TRADING

YES

YES

ITEMIZED

RESPONSIVE

16

.

DAVOS CLEANING AND

SAFETY T/A MATHABI

MAINTENANCE

YES

YES

ITEMIZED

RESPONSIVE

17

DIBOKA GLOBAL

MANAGEMENT

YES

YES

ITEMIZED

RESPONSIVE

Page 6: Supply Chain Management Tel: 051-411 3200

6

11 The following three (3) bidders did not meet project requirements and were therefore disqualified to be

further evaluated on functionality

12 The following fourteen (14) bidders met project requirements and were therefore qualified on functionality

# NAME OF BIDDER

QUOTED

ACCORDING TO

SPECIFICATION

MARKUP

PERCENTAG

E QUOTED

PRICES COMMENTS AND

RESPONSIVENESS

1.

SPERO HOLDINGS

NO

YES

ITEMIZED

NON-RESPONSIVE,

DID NOT QUOTE

PRODUCT NAMES

2

PHAFOLI-UKWELI JV

NO

YES

ITEMIZED

NON-RESPONSIVE,

DID NOT QUOTE

PRODUCT NAMES

3.

MAKOTLOPO

PROJECTS (PTY) LTD

NO

YES

ITEMIZED

NON-RESPONSIVE,

DID NOT QUOTE

PRODUCT NAMES

# NAME OF BIDDER

QUOTED

ACCORDING

TO

SPECIFICATI

ON

MARKUP

PERCENTAG

E QUOTED

PRICES COMMENTS AND

RESPONSIVENESS

1.

CABANI CONSULTING

AND TRADING

YES

YES

ITEMIZED

RESPONSIVE

2.

BORNFIRE SECURITY

AND GENERAL

PROJECTS

YES

YES

ITEMIZED

RESPONSIVE

3

RAL CORPORATION

(PTY)LTD T/A RAL

CONFERENCES AND

EVENTS

YES

YES

ITEMIZED

RESPONSIVE

4.

PTP TRADING

YES

YES

ITEMIZED

RESPONSIVE

5.

SETSOHI

ENGINEERING

YES

YES

ITEMIZED

RESPONSIVE

6

TIRISANO KA

KUTLWANO TRADING

YES

YES

ITEMIZED

RESPONSIVE

7.

THENA BAFANA AND

WORK (PTY) LTD

YES

YES

ITEMIZED

RESPONSIVE

Page 7: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

8

BATHO MATLENG

(PTY) LTD

YES

YES

ITEMIZED

RESPONSIVE

9.

CENTRAL PLAZA

INVESTMENTS

YES

YES

ITEMIZED

RESPONSIVE

10

NBS (NAKANYANE

BUSINESS

SOLUTIONS)

NO

YES

ITEMIZED

RESPONSIVE

11

COSTRON INVESTORS

AND

ENTERTAINMENT

YES

YES

ITEMIZED

RESPONSIVE

12

KATHABO TRADING

YES

YES

ITEMIZED

RESPONSIVE

13

DAVOS CLEANING

AND SAFETY T/A

MATHABI

MAINTENANCE

YES

YES

ITEMIZED

RESPONSIVE

14

DIBOKA GLOBAL

MANAGEMENT

YES

YES

ITEMIZED

RESPONSIVE

Page 8: Supply Chain Management Tel: 051-411 3200

8

13. FUNCTIONALITY CRITERIA

Levels

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

Functionality Criteria Proof must be submitted Weight

Company experience in supply and delivery to the minimum

value of R50 000.00 per projects

1 Project = Poor

2 Projects = Average

3.Projects= good

4 Projects = very good

5 Project and above = Excellent

Signed reference letters from companies

must be attached

60

Company locality /offices

• Companies based in MMM jurisdiction = Excellent

• Companies based outside MMM jurisdiction within Free

State = Average

• Companies based outside Free State = Poor

Municipal account/rates clearance

certificate or written valid lease

agreement must be attached

40

Total 100

The criteria for functionality will be evaluated as follows

Bidders must at least obtain minimum threshold of 60 points to be evaluated further

Ps= So x Ap

Ms

Where!

Ps = percentage scored for functionality

So = total score of proposal under consideration

Ms = maximum possible score

Ap = percentage allocated for functionality

13.1 CABANI CONSULTING AND TRADING

Levels

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed reference

letters submitted as

proof

Level Weight Score Total

score

Number of projects in supply and delivery of to

the minimum value of R 50 000.00

1 Project = Poor

2 Projects = Average

3 Project = good

4 Project = Very good

5 Project and above = Excellent

Attached 0 relevant

reference letter to the

project

0 60 0x60

----- X 60

300

0

Company locality /offices

• Companies based in MMM jurisdiction

= Excellent

• Companies based outside MMM

jurisdiction within Free State = Very

Good

Based in Mangaung 5 40 200 X 40

200

40

Page 9: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

• Companies based outside Free State =

Poor

Total Points 40

13.2 BORNFIRE SECURITY AND GENERAL

Levels

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed reference

letters submitted as

proof

Level Weight Score Total

score

Number of projects in supply and delivery

to the minimum value of R 50 000.00

1 Project = Poor

2 Projects = Average

3 Project = good

4 Project = Very good

5 Project and above = Excellent

Attached 6 relevant

letters to the project.

5 60 5X60 X 60

300

60

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State = Very

Good

• Companies based outside Free State

= Poor

Based in Mangaung 5 40 200 X 40

200

40

Total Points 100

13.3 RAL CORPORATION (PTY) LTD T/A RAL CONFERENCE AND EVENTS

Levels

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

Level Weight Score Total

score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 . Project = good

4 Project = Very good

5 Project and above = Excellent

Attached 1

relevant letters

to the project

1 60 1 X60 X 60

300

12

Page 10: Supply Chain Management Tel: 051-411 3200

10

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Average

• Companies based outside Free

State = Poor

Based in

Mangaung

5 40 200 X 40

200

40

Total Points 52

.

13.4 PTP TRADING

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

4 Project = Very good

5 Project and above = Excellent

Attached 4

relevant letters

of reference.

4 60 4 X60 X 60

300

48

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Based in

Mangaung

4 40 200 X 40

200

40

Total Points 88

13.5. SETSOHI ENGINEERING (PTY) LTD

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

5 Project = Very good

5 Project and above = Excellent

Attached 6

relevant letters

of reference.

5 60 5 X60 X 60

300

60

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

Based in

Mangaung

4 40 200 X 40

200

40

Page 11: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Total Points 100

13.6 TIRISANO KA KUTLWANO TRADING

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

6 Project = Very good

5 Project and above = Excellent

Attached 0

relevant letters

of reference.

0 60 0 X60 X 60

300

0

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Based in

Mangaung

4 40 200 X 40

200

40

Total Points 40

Page 12: Supply Chain Management Tel: 051-411 3200

12

13.7 THENA BAFANA AND WORK (PTY) LTD

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

7 Project = Very good

5 Project and above = Excellent

Attached 1

relevant letters

of reference.

1 60 1 X60 X 60

300

12

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Based in

Mangaung

4 40 200 X 40

200

40

Total Points 52

13.8 BATHO MATLENG (PTY) LTD

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

8 Project = Very good

5 Project and above = Excellent

Attached 2

relevant letters

of reference.

2 60 2 X60 X 60

300

24

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Based in

Mangaung

4 40 200 X 40

200

40

Total Points 64

Page 13: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

13.9 CENTRAL PLAZA INVESTMENTS

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

9 Project = Very good

5 Project and above = Excellent

Attached 1

relevant letters

of reference.

1 60 1 X60 X 60

300

12

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Based in

Mangaung

4 40 200 X 40

200

40

Total Points 52

13.10 NBS (NAKANYANE BUSINESS SOLUTIONS)

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

10 Project = Very good

5 Project and above = Excellent

Attached 6

relevant letters

of reference.

5 60 5 X60 X 60

300

60

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

Based in

Mangaung

4 40 200 X 40

200

40

Page 14: Supply Chain Management Tel: 051-411 3200

14

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Total Points 100

13.11 COSTRON INVESTORS AND ENTERTAINMENT (PTY) LTD

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

11 Project = Very good

5 Project and above = Excellent

Attached 10

relevant letters

of reference.

5 60 5 X60 X 60

300

60

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Based in

Mangaung

4 40 200 X 40

200

40

Total Points 100

13.12 KATHABO TRADING

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

12 Project = Very good

5 Project and above = Excellent

Attached 5

relevant letters

of reference.

5 60 5 X60 X 60

300

60

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

Based in

Mangaung

4 40 200 X 40

200

40

Page 15: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Total Points 100

13.13 DAVOS’ CLEANING AND SAFETY T/A MATHABI MAINTENANCE

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

13 Project = Very good

5 Project and above = Excellent

Attached 7

relevant letters

of reference.

5 60 5 X60 X 60

300

60

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Based in

Mangaung

4 40 200 X 40

200

40

Total Points 100

Page 16: Supply Chain Management Tel: 051-411 3200

16

13.14 DIBOKA GLOBAL MANAGEMENT

Poor= 1, Average =2, Good = 3, Very Good = 4, Excellent=5

FUNCTIONALITY Signed

reference

letters

submitted as

proof

LEVEL Weight Score Total score

Number of projects in supply and

delivery to the minimum value of R 50

000.00

1 Project = Poor

2 Projects = Average

3 Project = good

14 Project = Very good

5 Project and above = Excellent

Attached 5

relevant letters

of reference.

5 60 5 X60 X 60

300

60

Company locality /offices

• Companies based in MMM

jurisdiction = Excellent

• Companies based outside MMM

jurisdiction within Free State =

Very Good

• Companies based outside Free

State = Poor

Based in

Mangaung

4 40 200 X 40

200

40

Total Points 100

14.The following nine (09) bidders received the total functionality score of the above 60

# NAME OF A BIDDER

TOTAL SCORE

OBTAINED

1..

BORNFIRE SECURITY

AND GENERAL

PROJECTS

100

2.

PTP TRADING

88

3.

SETSOHI

ENGINEERING (PTY)

LTD

100

4

BATHO MATLENG

(PTY) LTD

64

5

NBS (NAKANYANE

BUSINESS

SOLUTIONS)

100

6

COSTRON INVESTORS

AND

ENTERTAINMENT

(PTY) LTD

100

7 KA THABO TRADING 100

8

DAVOS' CLEANING

AND SAFETY T/A

MATHABI

MAINTENANCE

100

9

DIBOKA GLOBAL

MANAGEMENT

100

Page 17: Supply Chain Management Tel: 051-411 3200

Supply Chain Management

Tel: 051-411 3200

# NAME OF A BIDDER

TOTAL SCORE

OBTAINED

15.The following six (06) bidders failed to obtain a minimum threshold of 60 points and were therefore disqualified.

16. RISK ASSESSMENT

1. The original price of photocopy paper contract under contract no 416-2015/2016 was as per attached contracts and

orders

2. There was no price increased but there was an extension of the contract until June 2020

There were three (3) suppliers for stationery sharing order per time as follows:

STATIONERY AMOUNT

CONTRACT C579/A R2671.52

CONTRACT 579/B R2671.52

CONTRACT 579/C R2671.52

CONTRACT C579/A R45 515.73

CONTRACT 579/B R45 515.73

CONTRACT 579/C R45 515.73

CONTRACT C579/A R7121.63

CONTRACT 579/B R7121.63

CONTRACT 579/C R7121.63

CONTRACT C579/A R48 745.31

CONTRACT 579/B R48745.31

CONTRACT 579/C R48745.31

CONTRACT C579/A R52907.39

CONTRACT 579/B R52907.39

CONTRACT 579/C R52907.39

# Name of the bidders Total points scored

1 CABANI CONSULTING TRADING

40

2 RAL CORPORATION (PTY) LTD

52

3 TIRISANO KA KUTLWANO TRADING

40

4 THENA BAFANA & WORK (PTY) LTD

52

5 CENTRAL PLAZA INVESTMENTS

52

Page 18: Supply Chain Management Tel: 051-411 3200

18

17. Financial implications:

The project will be funded from vote numbers of Logistics & Warehouse in Supply Chain Management.

18. RECOMMENDATIONS

• That the Bid Evaluation Committee (BEC) to further evaluate all the bidders based on the above information.

• That the City Manager or his delegate to negotiate market related prices with bidders that will be recommended

by the BEC.

• The Department thus recommend that two services providers be recommended for this project be appointed on

rotational basis.

• That the award be for a period of three (03) years commencing from the date of appointment.

• That the project will be funded from the vote of Supply Chain Management Unit (Logistics & Warehouse

Section ‘s vote).

• That the following documents be deemed to form and be read and construed as part of this agreement:

Bidding documents, viz

✓ Invitation to bid

✓ Tax clearance certificate

✓ Pricing schedule(s)

✓ Technical Specification(s)

✓ Preference claims in terms of the Preferential Procurement Regulations 2011

✓ Declaration of interest

✓ Special Conditions of Contract;

✓ General Conditions of Contract;

Submitted by: Date…………………………….