BID NOTICE
Bids are hereby invited for the following Tenders
|
NO |
PROJECT NAME |
BID NO |
COMPULSORY BRIEFING SESSION |
CLOSING DATE |
CLOSING TIME |
|
1. |
Provision of Specialist Services for the implementation of a Water Conservation and Demand Management Programme in Amathole District Municipality (36 Months) Mnquma Area |
8/2/85/2025-2026C |
18 February 2026 Venue: Amathole District Municipality, Calgary Conference Centre East London The coordinates are 32.9133° S, 27.8962° E. Time: 10:00 |
Friday, 13 March 2026 |
11:00am |
|
2. |
Provision of Specialist Services for the implementation of a Water Conservation and Demand Management Programme in Amathole District Municipality (36 Months) Ngqushwa Area |
8/2/86/2025-2026C |
Monday, 16 March 2026 |
||
|
3. |
Provision of Specialist Services for the implementation of a Water Conservation and Demand Management Programme in Amathole District Municipality (36 Months) Mbhashe Area |
8/2/87/2025-2026C |
Wednesday, 18 March 2026 |
||
|
4. |
Provision of Specialist Services for the implementation of a Water Conservation and Demand Management Programme in Amathole District Municipality (36 Months) Great Kei Area |
8/2/88/2025-2026C |
Friday, 20 March 2026 |
||
|
5. |
Provision of Specialist Services for the implementation of a Water Conservation and Demand Management Programme in Amathole District Municipality (36 Months) Raymond Mhlaba Area |
8/2/89/2025-2026C |
Monday, 23 March 2026 |
||
|
6. |
Provision of Specialist Services for the implementation of a Water Conservation and Demand Management Programme in Amathole District Municipality (36 Months) Amahlathi Area |
8/2/90/2025-2026C |
Wednesday, 25 March 2026 |
Tenderers should have a CIDB contractor grading designation of 7CE or higher. Tenderers must be registered with the CIBD in a CE class of construction works.
Bid documents will be available from the Supply Chain Management Office, 15 Rees Street, Quigney, East London upon payment of a non-refundable fee of R500.00 for each document electronically. ADM bank account as detailed below:
Account Name: Amathole District Municipality
Bank Name: Standard Bank
Account Type: Business Current Account
Account Number: 281386234
Branch Code: 050021
Branch Code: (Electronical payments): 051001
Swift Code: SBZA ZA JJ
Reference: Company Name and Tender Number
The documents will be available on Wednesday, 11 February 2026. Proof of payment to be provided on collection of tender documents.
Technical Enquiries should be addressed to the Project Manager Ms. Sindiswa Mvani on 043 703 5863 or 073 361 9881, or by e-mail
Bidders to note that a Functionality Assessment will be undertaken. The Functionality Assessment criteria and points are as follows:
Experience of Tenderer - 60
Experience and Expertise of Key Personnel - 30
Project Team and Office Location - 6
Material Supplier Arrangements - 4
Total - 100
A minimum of 75% per criteria MUST be obtained to proceed to the financial evaluation
PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT (PPPFA) POINTS WILL BE AWARDED AS FOLLOWS:
Price - 80 points
Specific Goals: - 20 points
Black Youth - 7 points
Black Women - 7 points
People with disabilities - 3 points
Military Veterans - 3 points
TOTAL 100 points
BIDDERS SHALL TAKE NOTE OF THE FOLLOWING BID CONDITIONS:
Ä The Amathole District Municipality Supply Chain Management Policy will apply.
Ä The Amathole District Municipality does not bind itself to accept the lowest bid or any other bid and reserves the right to accept the whole or part of the bid,
Ä Bids which are late, incomplete (including Addendums not being incorporated), unsigned or submitted by facsimile or electronically, will not be accepted.
Ä Bids submitted are to hold good for a period of twelve (12) weeks.
Ä All contractors including selected and nominated sub-contractors must be registered with the Construction Industry Development Board (CIDB) in a valid class and grading.
Ä Bids may only be submitted on the bid documentation that has been issued.
Ä Joint Ventures must submit a fully signed and completed Joint Venture Agreement, failure to provide same will result in the Joint Venture bid being rejected.
Ä Tenderers must be registered on the National Treasury: Central Supplier Database.
Ä Bidder to note 2.5% contribution from appointment cost to be allocated to a CSI programme as identified by ADM.
