BID NOTICE / ADVERT
The Makana Local Municipality invites all experienced and competent suitable Tenderers that are fully equipped to provide the following goods and services.

or certified copy, if a sole proprietor provide affidavit confirming ownership.
• Valid SARS Tax status report Issued with a Pin.
• Completed and signed MBD4, MBD6.1 MBD 8 & MBD 9, Failure to submit all the required documents will result in disqualification.
• Certified copies of the Directors/Owners/Partners’ Identity documents.
• Certified Copy of the Billing clearance / lease agreement signed by both parties (both lessor and the lessee), if expired, proof of extension of the lease must be attached or statement of municipal accounts which is not more than 3 months old and not more than 3 months in arrears must be attached and be returned with the Tender document. If arrangement has been made to pay the arrear municipal account, then certified proof of such arrangement must be attached.
• Tenderers must be registered on the Makana Local Municipality supplier database and the Central Supplier Database (CSD). Proof of registration (Makana Database Confirmation Letter and CSD Registration report) on both databases must be submitted.
• Waainek Bulk Water Supply Refurbishment (CIDB Grading 3CEPE or Higher is needed)
• NB: Failure to submit all the above required information will result in disqualification of the bidder.
• Tenders which are late, incomplete, unsigned, or submitted by fax or electronically, will not be accepted.
• Documents must be filled with black ink.
• NB: For JV and partnerships Each Directors must complete and sign the MBDs, each JV Partner must submit CSD; ID and JV/Partnership agreement to be submitted. Failure to do so will result in disqualification.
• Prices must be valid for a period of 90 days from the closure date of the tender.
• Makana Supply Chain Management Policy, The Preferential Procurement Policy Framework Act (PPPFA) No.5 of 2000 together with the Preferential Procurement Policy Regulations of 2022 will apply.
• Received Bids will be subjected to the following evaluation criteria:
• Stage 1-Evaluation in terms of the applicable functionality criteria
• Stage 2-Evaluation in terms of the points for price and points for the specific goals per PPPFA Regulations of 2022 i.e., 80/20
• A bidder that scores less than 70% in respect of “functionality” will be regarded as submitting a nonresponsive bid and will be disqualified and will be not evaluated further for price and specific goals. Only bidders who score 70% or more will be evaluated for price and specific goals.
• Specific goals will be utilized where 10 points will be allocated to 100% black owned companies, 5 points to 50% black youth owned companies and 5 points to locally based businesses. NB: A certified proof of business address within the Makana Local Municipality Jurisdiction must be attached for Locally based businesses. Bidders who fail to attach such proof will forfeit the allocated points.
PLEASE REFER TO THE RELEVANT TENDER DOCUMENT FOR THE DETAILED
FUNCTIONALITY CRITERIA AND FURTHER BID CONDITIONS.
• Bids must only be submitted on the bid documentation provided by the municipality.
• A one-envelope system will be followed.
Bid documents: will be available at Makana Finance offices upon payment of and ( R 436.00 for MLM/2022-23/ CSS/001) ( R 801.00 for MLM/2022-23/INFRA/004; MLM/2022-23/INFRA/009; MLM/2022-23/INFRA/010; MLM/2022-23/INFRA/011) and ( R1417.00 for MLM/2022-23 INFRA/012 and MLM/2022-23/BTO/006) for each tender document, this a non -refundable cash fees from 31 March 2023 and available for collection also.
Completed bid documents in a sealed envelope, clearly marked with tender number and tender name of the applicable project must be deposited in the TENDER BOX situated at ground floor
Makana Local Municipality: Finance Department at 92 High Street Grahamstown not later than the closure dates and times indicated on the table above.
Makana Local Municipality does not bind itself to accept the part of the bid.
All Technical Enquiries are to be directed to
Project Manager: Ms. Azola Tembani Tel: 046 603 6062

Emails: atembani@makana.gov.za (Re-advertisement for Supply and Delivery of Tools and Equipment for Roads and Stormwater for the period of 12 Months as and when required) (Supply and Delivery of paving bricks for the upgrading of Roads at Makana Municipality for the period of 12 Months as and when required) (Supply and Delivery of Hot Medium Graded Asphalt for the Maintenance of Roads and Stormwater for the period of 12 Months as and when required).
Project Manager: Mr. Sindile Ngcese Tel: 046 603 6048
Emails: sngcese@makana.gov.za
(Supply, Delivery, Revamp or Rebuild, Installation of the Changing rooms and demolish the old toilets at Dlepu Stadium)
Project Manager: Ms. Sisanda Ponoshe Tel: 046 603 6136
Emails: sisandaponoshe@makana.gov.za
(Waainek Bulk Water Supply Refurbishment)
Project Manager: Mr. Gubevu Maduna Tel: 046 603 6136
Emails: GubevuMaduna@makana.gov.za
(Panel of Contractors for Supply, Delivery, and Installation of Domestic Smart Water Meters for the Period of 3 years)
Project Manager: Mr. Nqaba Mdala Tel: 046 603 6022
Emails: NqabaMdala@makana.gov.za
(Provision of Professional Services for the Compilation of GRAP Compliant Fixed Assets
Register.
All SCM queries are to be directed to Ms. Tabisa Mvane Tel: 046 603 6222 emails: tmvane@makana.gov.za
Issued by office of the Municipal Manager: Mr. P.M. Kate
Mr. P.M. Kate Municipal Manager