Supply Chain Management Tel: 051-411 3200
Transcript of 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
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
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.
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.
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
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
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
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
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
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
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
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
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
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
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
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
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
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…………………………….