NORTH WEST - nwpg.gov.za
Transcript of NORTH WEST - nwpg.gov.za
1 | P a g e
NUMBER 29 OF 2021/22 DATE : 22 october 2021
PROVINCIAL TREASURY
NORTH WEST PROVINCIAL GOVERNMENT
REPUBLIC OF SOUTH AFRICA
PROVINCIAL SUPPLY CHAIN MANAGEMENT
SCM STAKEHOLDER MANAGEMENT
2 | P a g e
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 - 10
4. Submission of bids 11-19
5. Enquiry Information 20
6. Bulletin Information 20
3 | P a g e
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.
4 | P a g e
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 Private Security Industry Regulatory Authority (PSIRA may be contacted at 012 – 337 5695, Fax No. 012 – 326 6128).
Residential construction businesses must register their companies with NHBRC (National Home Builders Registration Council),
Physical existence of the business is a requirement,
BBBEE(Broad-based Black Economic Empowerment) 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 issued by CIPC (Companies and Intellectual Property Commission) and other Business Statutory Registration documents (e.g. NHBRC, CIDB, PSIRA, 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.
5 | P a g e
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, overwriting and scratches 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 complete preference point forms.
Failure to attach your original, valid tax clearance certificate.
Failure to submit SARS Pin number
Failure to submit a receipt as proof of purchase of a bid document, if not downloaded from website
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.
6 | P a g e
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, EMEs, NPOs, Cooperatives, 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 (Act 1 of 1999) published on 05 December 2003.
All National and Provincial Practice Notes on Supply Chain Management and other Sectoral Legislation.
7 | P a g e
3. Invitations
DEPARTMENT OF AGRICULTURE AND RURAL DEVELOPMENT
PLEASE NOTE: The non-refundable fee for documents does not apply to service providers who can download tender
documents and can be found in the Government Tender Bulletin and on the Website www.nwpg.gov.za /Agriculture under Tenders. 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 19th October 2021.
CLOSING DATES OF BID DOCUMENTS FOR THE DEPARTMENT OF AGRICULTURE
The bids will close on the 10th November 2021 at the Department of Agriculture and Rural
Development, Agricentre Building, C/n Dr James Moroka and Stadium Road, Mmabatho
at 11h00.
BID NUMBER
BID DESCRIPTION BID DOCUMENT PRICE
EVALUATION CRITERIA
BRIEFING SESSION
TECHNICAL ENQUIRIES
13 DARD 010/ 2021
Supply, Delivery and Installation of 10
Hactare Centre Pivot Irrigation System, and
100m³ Circular Steel
Reservoir at Koornfontein JP385 Farm
– Kgetleng Rivier Local
Municipality
R100.00 Phase 1: Evaluation on
Mandatory requirements Phase 2:
Evaluation on technical
requirement. Bidders who obtain
60% or more will proceed to Phase 3.
Phase 3:
80/20 80 = Price
20 = B-BBEE status Level of Contribution
26 October 2021 at 10H00 in
Swartruggens Coordinates:
S:-25° 36’ 53.43”, E: 26° 44’ 11.26”
MR K MOLOKO Tel: 067 650 9369 Email: [email protected]
13 DARD 011/ 2021
Construction of complete
5000 Layer Unit at Mokoto Broiler Project at
Dr Kenneth Kaunda District
R100.00 Phase 1:
Evaluation on Mandatory requirements
Phase 2: Evaluation on technical
requirement.
Bidders who obtain 60% or more will
proceed to Phase 3. Phase 3:
80/20
80 = Price 20 = B-BBEE status
Level of Contribution
27 October 2021
at 10H00 in Maquassi Hills
Coordinates:
S: 27° 10’ 30’’ E: 25° 58’ 23”
MR R DU PLESSIS Tel: 018 299 6500 Email: rduplessis@nwpg. gov.za
8 | P a g e
DEPARTMENT OF PUBLIC WORKS AND ROADS
BID NO
BID DESCRIPTION
COMPULSORY BRIEFING SESSION
CIDB GRADING
EVALUATION CRITERIA
CONTACT PERSON
PWR108/
15
Construction of
Dirang ka Natla
Primary School
Date:
05th November
2021
Venue:
Stilfontein,Khuma
Location,
Extension 9,
ERF 6386
Coordinates: E023 54'09.1", S27 06'46.69"
Time: 10h00
8GB or higher
90 –Points for
price
10 – BBBEE
Certificate level
of Contribution
Functionality as
specified in the
bid document
Mr. T. Maboea
018 388 4211
Bid documents will be available from 27th October 2021 at Department of Public Works and Roads, Ngaka
Modiri Molema Road, Old Parliament Building Gate house Mmabatho at a non refundable fee of R 700.00 for
each bid or be deposited at the following banking details:
Account Name: NW – Department of Public Works and roads
Bank Name: FNB
Account no: 62811747841
Ref.No. Quote Company name and Bid Number
The Minimum required for subcontracting is 30% for targeted local enterprises
Minimum Qualifying threshold is 60%
Tender Validity Period is 90 days. Closing date: 18th November 2021 @11H00
.
9 | P a g e
DEPARTMENT OF PUBLIC WORKS AND ROADS
BID NO BID DESCRIPTION COMPULSORY BRIEFING SESSION
CIDB GRADING
EVALUATION CRITERIA
CONTACT PERSON
PWR
168 /20
Supply, Installation
and Servicing of
Toilet Hygiene
equipment at Garona,
Old Parliament, New
Building (Inclusive of
Gate House and
Porta Camps),
Wellness Centre,
Embassy Hall and
Warehouse for the
period of 36 Months
Date: 04th November
2021
Venue: DPWR Offices,
Gate House
Time: 10h00
N/A
80 –Points for
price
20 – BBBEE
Certificate
level of
Contribution
Functionality
as specified in
the bid
document
Ms.
P.Matshe
018 388
4639
Bid documents will be available from 27th October 2021 at Department of Public Works and Roads, Ngaka
Modiri Molema Road, Old Parliament Building Gate house Mmabatho at a non refundable fee of R 500.00 for
each bid or be deposited at the following banking details:
Account Name: NW – Department of Public Works and roads
Bank Name: FNB
Account no: 62811747841
Ref.No. Quote Company name and Bid Number
Minimum Qualifying threshold is 60%
Tender Validity Period is 90 days. Closing date: 17th November 2021 @11H00
.
10 | P a g e
RE-ADVERTISEMENT OF BID :
The department of Public Works and Roads –North West would like to notify all
bidders the Re -advertisement of the bellowed mentioned Bid
BID
NO
BID DESCRIPTION CIDB
GRADING
EVALUATION
CRITERIA
COMPULSORY
SITE
BRIEFING
MEETING
CLOSING
DATE
CONTACT
PERSON
RSM
B12
21/22
Supply and
Installation of
Modular building
structure library at
Migdol
GB 3
OR
Higher
The 80/20 system
will be
applicable
80= POINTS
20= BBBEE
STATUS
LEVEL
02 November
2021
@14h00 at
Migdol Library
(Next to mobile
clinic)
17
November
2021 @
11h00
Validity
period of 90
days
Administration
enquiries: Ms.
L Khosana
Tel 053 928 0434
Technical
enquiries: Mr.
S.Molapisi Tel 053 928 7200
RSM
B13
21/22
Supply and
Installation of
Modular building
structure library at
Tlapeng
GB3
OR
Higher
The 80/20 system
will be
applicable
80= POINTS
20= BBBEE
STATUS
LEVEL
02 November
2021
@10h00 at
Tlapeng Library
(Raditshane
School)
17
November
2021 @
11h00
Validity
period of 90
days
Administration
enquiries: Ms.
L Khosana
Tel 053 928 0434
Technical
enquiries: Mr.
S.Molapisi Tel 053 928 7200
Specification documents will be available at Mini –Garona Government Complex Finance Office against a
non-refundable fee of R700.00 made payable to the FNB Branch No. 250655 Acc No. 62811 747 841
Mafikeng Branch Ref no. RSM B12 21/22 or Ref RSMB13 21/22
(PROOF OF PAYMENT WILL BE REQUESTED BEFORE HANDING OF TENDER DOCUMENT)
The proposals in a sealed envelope and marked with a bid number, Company Name and closing date should be
deposited in the tender box situated at: Public Works Offices, 20 Malt street Industrial Site Vryburg 8600
The Department of Public Works and Roads does not bind itself to accept the lowest or any other bid as a
whole or in part and price alone is not the determining factor. If you do not hear from the department within 90
days please consider your bid as unsuccessful
Important notice: CSD Summary report, certified copies of Identity document, CK certificate, BBBEE
status level certificate SANAs or IRBA accredited or Sworn affidavit and valid tax clearance certificate
must be attached. Should the original valid tax Clearance Not be attached by the closing date and the time of the
bid, the bid will be regarded as invalid. Points will be allocated to all those who submit their B-BBEE
verification certificates/ sworn affidavit or confirmation letter. No faxed or e-mailed bids will be accepted.
11 | P a g e
4. Submission of bids
DEPARTMENT OF EDUCATION
RECEIVED BIDS / RESPONDED BIDDERS : CLOSING DATE: 04.08.21
EDU 19/21NW REPAIRS AND RENOVATION OF STORM DAMAGE SCHOOL BUILDINGS IN DR
RSM DISTRICT IN THE NORTH WEST PROVINCE (3GB OR HIGHER)
NO OF
BIDS
COMPANY NAME
SCHOOL 1 &
PRICE
SCHOOL 2 &
PRICE
1 Phatsimo Maintenacne and Supply Thusoetsile P
R1 737 590.00
Tasman
R2 876 144.00
Thagamoso
R2 500 160.90
2 Ore Bone Trading Pty Ltd
Thagamoso
R3 464 860.88
Tasman
R2 935 249.65
3 Sedimolang Trading
Thusoetsile
R31 745 332.00
Thagamoso
R1 838 974.20
4
Itumise Trading
Thusoetsile
R2 439 092.08
Thagamoso,
R2 703 366.88
Tasman
R3 036 920.00
5
Trompo Construction & Maintenance
Thagamoso
R4 320 936.71
Thusoetsile
R3 254 971.50
6
Baipati Civil & Electrical Contractor
Thusoetsile
R2 517 746.70
7
Nomsa & Shailili Construction and Projects
Thusoetsile
R1 730 163.50
8
SMMDN Holdings Pty Ltd
Tasman
R3 327 795.25
Thagamoso
R2 581 003.65
9
Sekwai Construction and Matome JV
Tasman
R3 416 267.05
10
Angel Bery Trading
Thagamoso
R3 320 212.35
11
Mel and Tilis Couture Holdings
Thagamoso
R4 156 152.1
12
LTP Group of Companies
Tasman
R2 788 082.25
13
TNTG Group Pty Ltd
Tasman
R4 550 962.85
Thusoetsile
R3 645 579.38
14
Junior Multi Contracts
Tasman
R4 550 962.88
Thagamoso
R2 057 401.71
15
Dynamic Security Construction
Thusoetsile
R1 381 981.45
16
Gorekwang Construction
Thagamoso
R2 136 310.00
17 MD Mashishing Distributors
Thusoetsile
12 | P a g e
18
Tshipiso Consulting
Thagamoso
R2 830 395.11
19
Maile Consulting
Thusoetsile
R1 794 560.00
Thagamoso
R2 783 939.55
20
Renanao Consulting
Thusoetsile
R1 388 875.70
Tasman
R2 560 688.90
21
Shinatho Consulting Pty Ltd
Tasman
R3 539 774.75
22
Bonja Trading Enterprise
Tasman
R2 677 270.00
Thagamoso
R2 554 152.30
23
S3N Consulting Pty Ltd
Thagamoso
R3 370 558.87
24
Moakgo Construction LRMK JV
Thagamoso
R2 581 391
25
Batlotlegi Trading Enterprise CC
Thusoetsile
R893 033.50
Thagamoso
R1 173 811.00
Tasman
R984 558.95
26
SMZEE Property Development
Tasman
R3 980 044.50
Thagamoso
R3 284 037.75
27
Lanzito’s Projects Pty Ltd JV
Tasman
R2 836 101.25
Thagamoso
R2 787 677.97
28
Mphuludi Eno Shakers
Thusoetsile
R2 081 373.50
29
Lebo Tebo Trading and Projects
Thusoetsile
R1 772 456.95
Thagamoso
R1 792 485.45
30
Kay N KO Projects Pty L
Thagamoso
R2 799 014.05
31
Ambuya Nehanda and Bibi
Thagamoso
R4 874 118.45
Tasman
R4 816 244.85
32
OKASA Pty Ltd
Tasman
R2 506 406.60
33
RJC Engineering Pty Ltd
Tasman
R2 982 257.37
34
Rayna Projects
Thagamoso
R2 115 567.60
Tasman
R2 602 757.05
35
Reneilwe Construction and Projects
Tasman
R3 905 670.25
36
Rasgro Pty Ltd
Tasman
R4 439 046.63
37
SJ Leb Molotlegi JV
Tasman
R4 246 235.70
Thusoetsile
R2 920 277.80
38
Octavianto Business Enterprise
Tasman
R4 218 235.65
Thagamoso
R3 791 914.67
39
4T Group Pty Ltd
Tasman
R3 474 575.50
Thusoetsile
R2 929 231.99
40
Alma VNK JV
Thusoetsile
R3 003 874.28
Tasman
R3 250 777.47
41
Phoi Construction and Projects JV
Thagamoso
R1 789 980.00
42
Bondicept
Tasman
R2 741887.50
43
Leabetswe trading
Tasman
R2 367 493.00
44
MTK 3 Trading and Projects
Thusoetsile
R2 673 585.32
13 | P a g e
45 Bokhutlho /Malebo M/FEM JV
R1 926 100.00
46
Kalaone consultancy and Other Projects
Tasman
R2 999 902.00
47
Exxaro Construction
Thagamoso
R2 960 503.65
Thusoetsile
R1 355 221.00
48
Khuluma Business Enterprise
Thagamoso
R2 767 529.06
49
Best Enough Enterprise
Thusoetsile
R1 876 318.15
Thagamoso
R2 572 943.88
50 Kipanong Pro-Active Service
R6 088 451.00
51
Malonza Construction
Thusoetsile
R1 767 389.18
52
MC Nkwe Trading/Tebatso Ditiro JV
Tasman
R3 717 817.75
53
Montoza Engineering Projects JV
Tasman
R2 583 406.00
54
4MLK Trading Enterprise
Thagamoso
R2 166 975.15
55
Samu 431 Trading JV
Tasman
R4 876 965.00
Thagamoso
R4 687 152.75
56
Sanders Letsoalo
Tasman
R4 011 275.33
57
Buhle thandeka Transport
Thusoetsile
R2 593 739.90
58
RTZ Construction
Thusoetsile
R2 614 841.25
59
Zonke General Trading
Tasman
R4 284 394.00
Thagamoso
R2 292 076.50
60
Sebolelo Motsewakhumo JV
Tasman
R2 812 166.30
61
Jamb Consulting
Thagamoso
R2 653 173.34
62
Dee’k Logistics
Thagamoso
R2 712 827.00
Thusoetsile
R1 997 219.95
63
Mmadintsi Construction Pty Ltd
Thagamoso
R3 309 491.00
64
Botany Inverstments
Thagamoso
R2 719 241.70
Tasman
R2 744 142.65
65
Lethabo Trading Enterprise
Thagamoso
R3 330 647.25
Tasman
R3 826 176.50
Thusoetsile
R2 545 019.00
66
SKS Business Solutions
Tasman
R3 863 160.00
Thagamoso
R3 402 982.54
67
Cosmo Bros and Dabishi Projects JV
Thusoetsile
R1 540 149.00
68
Gofa Kago Building Construction and Projects
Thagamoso
R2 274 186.60
69
Liviya Projects
Tasman
R2 543 068.60
14 | P a g e
RECEIVED BIDS / RESPONDED BIDDERS
CLOSING DATE: 06.08.21
EDU 20/21NW REPAIRS AND RENOVATIONS AT MONNAPHANG IN DR RSM DISTRICT.
NO OF BIDS
COMPANY NAME
PRICE
1 Holobye Trading 2 (Pty) Ltd R 9 503 314.80
2 RTZ Construction and Projects
R8 606 058.98
3 Buhle Thandeka Transport and Trading
R 9 655 946.25
4 MD Mashishing Distributors R11 104 351.13
5 MTK3 Trading and Projects
R6 851 604.43
6 Basadi ba Azania JV Ndukunduku
R 8 014 800.80
7 Sanders Letsoalo Building Contractor
R 8 334 424.90
8 TTTB Supplying and Construction
R7 212 909.25
9 SMZU Property Development R 5 753 816.85
10 Deek Logistics cc
R 5 999 114.15
11 Mashota Trading Enterprise
R 7 079 081.55
12 SKS Business Solutions
R 6 928 169.25
13 Rayna Projects
R 5 041 817.60
14 SMMDN Holdings (Pty) Ltd
R 6 363 162.75
15 Snowball Construction (Pty) Ltd
R 8 396 877.87
16 Presarvation Trading Enterprise R6 983 070.71
17 Molooks Civils
R 7 130 658.95
18 Best Enough Trading and Projects
R 6 379 258.15
19 Ryancris Trading (Pty) Ltd
R 8 726 437.08
20 Dawaila Trsding Enterprise (Pty) Ltd
R 9 861 773.25
21 Lebo Tebo Trading and Projects
R 6 192 876.00
22 Bulumko Group (Pty) Ltd
R 8 022 884.15
23 Khauki Construction and Transport cc
R 7 948 950.65
24 Ramashu Supply and Services
R 7 770 115.88
25 Celeste Holdings (Pty) Ltd
R 8 397 821.12
26 Baremelo (Pty) Ltd
R 5 806 861.75
27 Sebolelo Holdings JV Motsewakhumo
R 6 534 412.70
28 Blue Dot G. Services
R 6 612 051.50
29 Themolo Business Enterprise
R 8 663 441.05
15 | P a g e
30 Kontinental Enginering
R 6 418 736.10
31 Malindo Civil and Construction
R 7 738 648.70
32 Junior Multi Contracts (Pty) Ltd
R6 586 232.51
33 Kgwatlheng Trading Enterprise JV Linear
R5 658 945.30
34 Ntsakamak Trading (Pty) Ltd
R7 899 646.70
35 Impoqo Trading cc
R7 432 811.20
36 Reabelang Group (Pty) Ltd
R 9 332 111.10
37 Magistra Vitae Investments
R 6 818 562.75
38 S11manyuwa Trading JV Leano
R 7 818 562.75
39 Mmanyane Construction (Pty) Ltd
R 8 493 122.31
40 Khuno Trading
R 8 297 454.10
41 Botlhabatsatsi Trading and Projects
R12 223 089.60
42 A & J Property Development(Pty) Ltd
R13 963 440.96
43 LSW Civil & Construction
R 9 952 836.23
44 Rediko Enterprise
R 5 598 778.00
45 World Focus Projects
R 8 430 995.00
46 Mahutso Trading & Projects
R 6 587 573.75
47 Tshipiso Construction & Manu
R 6 703 954.90
48 Gohela – Rhuone JV
R 9 965 509.00
49 Bathuse Construction
R 8 301 148.50
50 Skytee Trading & Projects
R 7 814 552.00
51 Molatelatso Construction & other
R 8 311 424.90
52
Sedimolang Khuluma JV
R 5 719 717.05
53 Lifeshield Home Security & Projects
R12 828 996.00
54 MVE Consulting Engineers
R12 173 744.75
55 Remowame Enterprise JV Phatsimo
R 7 203 698.90
56 Dick n Roll Constructioin
R 9 917 669.00
57 Maleko Projects & Construction
R 7 108 392.65
58 Bothakga Motheo Development Projects
R 6 940 965.88
59 4T Group (Pty) Ltd
R 6 903 383.30
60 Pheta Trading Enterprise cc
R 8 355 497.50
61 Tipucab (Pty) Ltd
R11 218 940.00
62 Linked Thoughts Consulting cc
R10 793 963.54
63 Leonard RK JV
R 6 705 595.38
64 Traidor Enterprise JV Motlanatso
R 5 989 904.72
65 Lebogang Katlego Business Projects
R 4 551 936.90
16 | P a g e
66 Motivated Construction Team 14
R 6 638 800.50
67 Drop Dot (Pty) Ltd
R10 665 300.89
68 Moke Construction & Projects
R 5 779 529.40
69 Gabade Building & Projects
R 7 626 891.93
70 Moreje Construction cc
R 8 4r69 796.00
71 Bokone Pride (Pty) Ltd
R8 005 638.75
72 Mexcon Civils
R 7 910 827.00
73 Tshiamo Graphix
R10 208 320.00
74 Chamasoga Construction (Pty) Ltd
R 8 600 712.00
75 Bonolo Supply Distribution
R 5 973 784.25
76 Neoking Trading cc
R10 003 861.50
77 KKS Wealth Creations (Pty) Ltd
R 9 856 397.00
78 Comed Nkwe JV
R 7 200 000.01
79 Bakuthi Trading
R7 256 716.20
80 Mercycom cc
R 6 067 189.55
81 Derca (Pty) Ltd
R 9 679 274.00
82 Splish Splash JV Batlotlegi
R 8 034 693.50
83 Hard Target Trading no.5
R 9 853 050.80
84 D Molefi Logistics cc
R 5 246 005.60
85 Sibanda Construction
R 6 498 200.00
86 OPT Lerato Trading
R 7 336 172.00
17 | P a g e
DEPARTMENT OF ECONOMIC DEVELOPMENT, ENVIRONMENTAL
CONSERVATION AND TOURISM
BID NO: DEDECT 01/2021 : BID DESCRIPTION : CONSTRUCTION OF INDUSTRIAL GEYSER-
ROOM, AND SUPPLY, INSTALL AND COMMISSIONING OF INDUSTRIAL GEYSER AT 1A
MILTON AVENUE, ORKNEY
CLOSING DATE: 15 OCTOBER 2021
CLOSING TIME: 11H00
No.
NAME OF BIDDER
PRICE
1. Rauco Trading Mujiani Construction JV
2 826 663,49
2. Phaulo Trading Enterprise
1 848 473,77
3. Malapane Property Service and Development
2 701 162,65
4. The Beginning Enterprise (pty) ltd
1 100 000,00
5. Gwes Group (pty) ltd
1 150 000,00
6. NJM projects & supplies
1 480 470,90
7 Kolwane Holdingss cc
1 335 879,10
8 Batlotlegi Trading Enterprise cc JV Splish Splash Construction cc
2 492 342,10
18 | P a g e
BID NO: DEDECT 03/2021
BID DESCRIPTION: CONSTRUCTION OF GUARD HOUSE, BRAAI AREA, RENOVATION OF
GARAGE, CARPORT, WALKWAYS AND INSTALLATION OF ELECTRIC FENCE,
AIRCONDITIONING AND BOOM GATE AT ADMINISTRATION OFFICES , AT 1A MILTON
AVENUE, ORKNEY
CLOSING DATE: 15 OCTOBER 2021
CLOSING TIME: 11H00
No.
NAME OF BIDDER
PRICE
1. Matshota Trading Enterprise
1 889 063,60
2. Phuthalushaka Civil Projects
1 533 690,16
3. Khulile Projects
1 522 103,20
4. Celeste Holdings (pty) ltd
1 940 800,45
5. Baipati Civil and Electrical Contractor
2 828 569,90
6. Batlotlegi Trading Enterprise
2 739 385,70
7 Father Land Projects JV Taskalpha Group
1 727 294.25
8. Itsanang Distributors (pty) ltd
1 492 919,00
9. NJM and Supplies
1 434 932,05
10. Bebeto Office Supplies and Enterprise
1 434 047,70
11. The Beginning JV Rosking
2 354 982,70
19 | P a g e
BID NO: DEDECT 02 /2021 BID DESCRIPTION: CONSTRUCTION OF GUARD HOUSE, KITCHEN AREA, CONVERSION OF GARAGE TO GUARD HOUSE, PARKING AND INSTALLATION OF ELECTRIC FENCE, AT 1A MILTON AVENUE, ORKNEY CLOSING DATE: 15 OCTOBER 2021 CLOSING TIME: 11H00
NO
COMPANY NAME
PRICE
1. Rauco Trading Mujiani Construction JV
5 779 774,36
2. NJM Projects & Supplies (pty) ltd
4 877 955,00
3. Masston Construction and Projects (pty) ltd
5 550 049,39
4. Phaulo Trading Enterprise
4 970 756,55
5. The Beginning JV Rosking
5 026 348,90
6. Bathlabatsatsi Trading and Projects 71 cc
4 257 700,00
7 Maphuthi Construction and Services
4 421 827,65
8 Malapane Property Service and Development
5 880 306,50
9 Batlotlegi Trading Enterprise cc
5 455 819,65
10 Thoriso Yame Trading Projects
5 277 913,50
11 Bzeng and Blue Wale JV
6 104 553,05
12 Magadla Holdings pty ltd
5 807 638,43
13 Celeste Holdings
4 810 421,25
14 Kolwane holdings
4 635 000,00
20 | P a g e
5. enquiry information
5.1 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.
5.2 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.
5.3 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
5.4 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.
5.5 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.
5.6 Any other enquiries regarding Government Procurement Policies and prescripts may be forwarded to 018 388 4239/3911
6. 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) [email protected] (for CSD Information and enquiries) www.csd.gov.za (for CSD registration)