Skip to content Skip to footer

Author: webmaster

FWPQ 282 (2023/24) Re-Advert – Proposals Are Hereby Reqested For The Appointment Of A Wholesaler For The Supply Of 20 Spaza Voucher Support Programmes:

SETSOTO LOCAL MUNICIPALITY
7 DAYS ADVERTISEMENT FOR FORMAL WRITTEN PRICE QUOTATION (FWPQ)

SETSOTO SMME VOUCHER SUPPORT PROGRAMME:

Setsoto Local Municipality hereby invites Registered Wholesalers (within the Thabo Mofutsanyane District Municipality) to bid for appointment for the implementation of the Municipality’s Spaza Shop Voucher Support Programme. The appointed Wholesaler shall be required to supply Spaza Shops with edible, non-edible groceries, fresh foods and general merchandise as listed below in the product description.

  • Edible, non-edible groceries, and fresh goods [Edible groceries include products such tinned goods, preserves, etc. Non-edible stuff refers to items such as cleaning products, detergents, toiletries etc. Fresh foods include meat products – chicken/beef/mutton/fish etc.
  • General merchandise. This consists of various items for public use, mainly non-perishable goods.
 PRODUCT DESCRIPTION QTY
Naks 20g Assorted 50 X 20g (50x20g) 5
Naks 20g BBQ Beef 50 X 20g (50x20g) 5
Naks 20g Cheese 50 X 20g (50x20g) 5
Soft Drink (RGB) Coca Cola Regular 12 X 1.25lt 4
Instant Porridge 1kg Original 10 X 1kg 1
Tomato Sauce 6 X 375ml (6x 375ml) 6
Pads Maxi 10`S Plus Normal 4 X 10`S (4×10`S) 10
Pads Maxi 9`S Long 4 X 9`S (4×9`S) 2
Anadin Or Equivalent 7
Red Speckled Sugar Beans 10 X 500g 2
Biscuits 200g Original 12 X 1
Biscuits 200g Original 12 X 200g 1
Smoothies 50`S Supa Black Cherry 1 X 50`S 3
Smoothies 50`S Supa Grape 1 X 50`S (1×50`S) 3
Smoothies 50`S Supa Litchi 1 X 50`S (1×50`S) 7
Smoothies 50`S Supa Mango 1 X 50`S (1×50`S) 6
Smoothies 50`S Supa Mint 1 X 50`S (1×50`S) 6
Smoothies 50`S Supa Strawberry 1 X 50`S 6
Smoothies 60`S Mentholyptus Lemon 1 X 7
Charcoal 1 X 4kg (1x4kg) 10
Corned Meat 6 X 300g (6x300g) 5
Candles White Box 1 11
Bubblegum 100`S Assorted Fruit 1 X 100`S 4
Bubblegum 100`S Cola 1 X 100`S (1×100`S) 4
Bubblegum 100`S Cool Cherry 1 X 100`S 5
Bubblegum 100`S Spearmint 1 X 100`S 5
Chappies Bubblegum 100`S Watermelon 1 X 100`S 5
Soda Sachets X 1 Box 1
Body Lotion 200ml Tropical Coconut 6 X 2
Body Lotion 400ml Coco Butter 6 X 400ml 3
Body Lotion 400ml Vanilla Honey Cream 6 X 1
Pure Glycerin 12 X 50ml (12x50ml) 5
Pure PJ 250ml Cocoa Butter 6 X 250ml 2
Floor Polish 350ml White 1 X 350ml (1x350ml) 23
Soft Drink Cans 440ml X 24 5
Soft Drink 2lt Regular 6 X 2lt (6x2lt) 9
Toothbrush Double Action Card 12 X 1
Toothpaste 100ml Triple Action 12 X 11
Spice 200g Six Gun Grill 1 X 200g 70
Body Lotion 400ml Cocoa Butter 6 X 400ml 3
White Sugar 1 X 10kg (1x10kg) 5
Disprin Tablets Extra Strength 52 X 2`S (52×2`S) Or Equivalent 20
Cooking Oil 500ml Case 15
Corn Chips 145g Sour Cream & Mild Chilli 12
Corn Chips 145g Supreme Cheese 1 X 145g 12
Drink-O-Pop Powder Drink Cola 1 X 72`S (1×72`S) 1

Requirements:

The bidding Wholesaler must comply with and furnish the Municipality with the following:

Compulsory Requirements [failure to comply with this may invalidate your submission]

  1. Formal written price quotation must be submitted on supplier’s letterhead and the quoted price must be valid for a period of 30 days.
  2. The quotation must clearly show the MAAA CSD registration number of the Supplier, or the Supplier should be eligible for registration on the CSD (National Treasury Supplier Database).
  3. The Supplier must be tax compliant on the CSD or SARS system as of the closing date and time shown in the advert.
  4. Certificate of Acceptability for Food Premises as required by the Foodstuffs, Cosmetics and Disinfectant Act (act 54 of 1972) regulation 962.
  5. Legal entity registration certificate. (Company Registration Certificate).
  6. All products supplied must be at the beginning stage of the consumption date (best before date) and produce date.
  7. Vat Registration number.
  8. All products and packaging must be properly bar-coded according to GS1 standards.
  9. The municipality will apply the 80/20 Preferential Point System and for Specific Goals points.
Type of entity Yes/No Consequence
(i.e. wholesaler/retailer/convenience store)   Only registered Wholesalers will be accepted. non-wholesalers and non-registered wholesalers will not be accepted.

Please see below table and documents required to claim the points:

Points for the specific goals for contracting with persons, or categories of persons, historically disadvantaged by unfair discrimination on the basis of Race

Black-owned and B-BBEE Status Level of Contributor Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
100% Black-owned enterprise with a valid B-BBEE level 1 or affidavit 6  

·        Sworn affidavit signed by the EME or QSE representative and attested by a Commissioner of Oaths.

 

·        A certified copy of a BB-BEE certificate issued by the verification agency accredited by SANAS Proof of B-BBEE issued by DTIC

51% Black-owned enterprise with a valid B-BBEE level 2 4
51% Black-owned enterprise with a valid B-BBEE level 3 2
Less than 51% Black-owned enterprise irrespective of B-BBEE level 0

Points for the specific goals for contracting with persons, or categories of persons, historically disadvantaged by unfair discrimination on the basis of Gender (Women) 

Women-owned and B-BBEE Status Level of Contributor Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
100% Women-owned enterprise with no B-BBEE certificate or with a Sworn Affidavit 4  

·        Sworn affidavit signed by the EME or QSE representative and attested by a Commissioner of Oaths.

 

·        A certified copy of a BB-BEE certificate issued by the verification agency accredited by SANAS Proof of B-BBEE issued by DTIC

51% Women-owned enterprise with a valid B-BBEE level 1 3
51% Women-owned enterprise with a valid B-BBEE level 2 2
51% Women-owned enterprise with a valid B-BBEE level 3 1
Less than 51% Women-owned enterprise irrespective of B-BBEE level 0

Points for the specific goals for contracting with persons, or categories of persons, historically disadvantaged by unfair discrimination on the basis of Disability  

Black-owned and B-BBEE Status Level of Contributor Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
100% Disabled-owned enterprise with no B-BBEE certificate but with proof of disability. 2  

·        Sworn affidavit signed by the EME or QSE representative and attested by a Commissioner of Oaths.

 

·         A certified copy of a BB-BEE certificate issued by the verification agency accredited by SANAS Proof of B-BBEE issued by DTIC

51% Disabled-owned enterprise with a valid B-BBEE level 1 1
51% Disabled-owned enterprise with a valid B-BBEE level 2 1
51% Disabled-owned enterprise with a valid B-BBEE level 3 1
Less than 51% Disabled-owned enterprise irrespective of B-BBEE level 0

Points for the specific goals for contracting with persons, or categories of persons, historically disadvantaged by unfair discrimination on the basis of Youth (Age)  

Youth Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
Youth is defined as any south African citizen with the age between 18 and 35 years  

4

·        RSA identity document

·        Valid RSA driver’s license issued by the relevant authority

Points for Specific Goals to Promote Economic Development – Enterprise Located in a Province, District or Municipal area / (Hereafter referred to as locality)

Locality Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
For Free State based companies, this specific goal is aligned to the districts they are situated in.

 

Suppliers situated in Thabo Mofutsanyane District

 

Free State

 

Other

 

 

 

4

 

2

 

0

·        Municipal Account

·        Lease agreement

·        Title deeds

·        Permission to occupy land signed by the traditional authority

·        A letter of confirmation of the address signed by the ward councilor

Attachments must be e-mailed to fwpq7@setsoto.co.za before the closing date and time. Please use above-mentioned FWPQ reference number as subject for the e-mail.

Closing Date: Friday,14th June 2024 @ 12:30

Please Note the Following:

  1. No tender document is required.
  2. No telegraphic, telefaxes, hand-delivered and late bids will be accepted.
  3. No bids will be accepted from persons in service of the state (Acting through Proxy).
  4. Municipal Supply Chain Management Policy and Preferential Procurement Policy Framework Act No 5 of 2000 and its 2022 regulations (80/20 criteria) will apply.
  5. The following documents will be requested from shortlisted suppliers at the later stage for finalizations:
    • Company Registration Certificate (CRC) reflecting active members.
    • Certified copies of ID of all directors/members on the CRC must be attached.
    • MBD 4 form for declaration of interest that is filled and signed in full. Form is obtainable from Supply Chain Management Offices or from the municipal website setsoto.gov.za under Supply Chain.
    • Municipal rates and taxes statement for the Company or Directors and must not be in arrears for more than three (3) months or a valid Lease Contract reflecting who is responsible to pay municipal rates and taxes if a Lessee is responsible for payment of municipal rates and taxes a municipal statement of account must be submitted or Letter of arrangement for payment of municipal services.
  6. Proof of banking details (not older than 3 months)
  7. Setsoto Local Municipality does not bind itself to accept the lowest bid or any other bid and reserves the right to accept the whole/part of the bid.
  8. All submissions will be subject to verification.

For Technical Enquiries contact Mr. E Fokane at 051 933 9381/9408 or 084 677 1626 email at fokanem@setsoto.co.za  and For Supply Chain Management Enquiries contact Mr. T. Majoale at 051 933 9351 or scm@setsoto.co.za

Mrs. NF MALATJIE
MUNICIPAL MANAGER

T27 (23/24) Clocolan/Hlohlolwane: Upgrading of the Sport and Recreational Facility

SETSOTO LOCAL MUNICIPALITY
14 days Tender Notice
Bids are invited for:

BID NO PROJECT DESCRIPTION NON-COMPULSORY BRIEFING SESSION CIDB GRADING REQUIRED CONTACT PERSONS CLOSING DATE & TENDER OPENING
T27 (23/24) Clocolan/Hlohlolwane: Upgrading of the Sport and Recreational Facility Tuesday, 11th of June 2024 @ 10h00 at the Clocolan Town Hall 3CE Mr S Kunene

051 933 9304 or

Ms MK Hadebe

058 622 1453 and

Mr. T Majoale 051 933 9351

Tuesday, 18th of June 2024 at 12H00 in Ficksburg, Municipal Offices at the Foyer

 

Requirements:

  1. Copy of company registration certificate (CRC) reflecting active members (Except for sole traders and partnerships) must be attached.
  2. Valid certified copies of ID of all directors/members on the CRC must be attached.
  3. CIDB grading of 3CE or higher must be provided.
  4. Valid and relevant COIDA Certificate/ Workman Compensation/ Letter of good standing must be attached.
  5. A valid company Tax Clearance Status Pin (TCS) issued not older than 30 days to the closing of bid must be attached.
  6. A valid Central Supplier Database (CSD) not older than 30 days to the closing of bid must be attached.
  7. Municipal rates & taxes and municipal services for the company must be attached not in arrears for more than Three (3) months or a Lease Agreement (LA) accompanied by proof of municipal rates & taxes and municipal services either by the lessee or the lessor or a signed and stamped Letter of arrangement for payment of rates and taxes from the local authority must be attached.
  8. In case of a Joint venture, a Joint Venture (JV) agreement and a power of attorney must be attached.
  9. All compulsory/ supplementary forms contained in the bid documents must be completed and signed in full. (MBD1, 3, 4, 6, 8 & 9 amongst others).
  10. Other requirements will be contained in the tender document.

Sealed bids should clearly indicate the Tender Number and Tender Description as reflected above and be deposited in the appropriately marked bid box at address 27 Voortrekker Street; Ficksburg

PLEASE NOTE:

  1. No bids will be accepted from persons in the service of the state (even acting through Proxy).
  2. Bid documents will be obtainable as from the 06th of June 2024, in Ficksburg Municipal offices upon payment of a non-refundable fee R1 000.00 per Tender Document paid in CASH OR EFT.
  3. The soft copy of the BOQ will be made available upon producing the Proof of Payment (POP) for the tender document. Proof of Payment can be sent to scm@setsoto.co.za.
  4. No telegraphic, telefaxes and late bids will be accepted.
  5. The Municipal Supply Chain Management Policy and Preferential Procurement Policy Framework Act No 5 of 2000 (80/20 preferential points allocation system) and its 2022 Regulations and functionality will be applied.
  6. Certified copy of BBBEE or sworn affidavit dated and signed by a commissioner of oaths must be attached to qualify for Specific Goals (SG) points.
  7. Failure to comply with the above-mentioned conditions may invalidate your bid.
  8. The Setsoto Local Municipality does not bind itself to accept the lowest bid or any other bid and reserves the right to accept the whole / part of the bid.
  9. All certifications must not be older than 6 months & must stipulate date and be signed by a commissioner of oaths.
  10. False or misleading submissions may be deemed fraudulent and be disqualified.
  11. Tender validity period is 120 days.

All submissions will be subject to verification.

Mrs NF Malatjie
Municipal Manager

Community Liaison Officer (Clo): Rehabilitation Of 1.5km Surfaced Road And Stormwater Drainage In Ficksburg (Phase 2)

Setsoto Local Municipality will be implementing the above-mentioned project in Ficksburg during the Financial year 2023/24 and 2024/25. EK Construction is currently looking for a suitable CLO with the requirements as stipulated below:

POST : COMMUNITY LIAISON OFFICER (CLO)

SALARY : R5 000 per month (for the duration of the construction contract)

UNIT : Ficksburg

JOB PURPOSE : The primary purpose of the duties is to ensure that the local community gets maximum benefit from this construction contract through access to labour (skilled, semi-skilled and unskilled) and sub-contracting. The CLO must also act as a liaison officer for the contractor, to facilitate information flow to the community and other stakeholders.

REQUIREMENTS :
• Must be a residence of Ficksburg/ Meqheleng with a Valid South African Identity
• Grade 12 certificate with basic computer literacy.
•Must be able to communicate, read and write in English and Sesotho.
• Must be reliable and accountable & currently unemployed.
• Must know the area of Ficksburg/ Meqheleng thoroughly.
• Preferably be a resident of Ficksburg/ Meqheleng
• Should be prepared to work under difficult conditions and have skills in conflict resolution.
•Should have an understanding of construction and be able to communicate with contractors and sub-contractors.
• Should not be a contractor.
• Willingness to spend extended periods in the field and work irregular hours.

DUTIES :
• Liaison between the community and the contractor.
• Liaison between the Municipality, the Community and the Contractor.
• Responsible to provide a link between local resources and the contractor.
• Make reference to database of local resources.
• Keep the contractor and the Municipality aware of community affairs and possible dynamics.
• Assist the contractor’s supervisory staff in the management of workers.
• Report monthly to the Municipality, and the community structures with respect to local involvement targeting, training and the equity status of employees.
•Complete the necessary administrative tasks related to implementation of projects.

CLOSING DATE : 03 June 2024, Monday at 12:00 (no late applications will be considered).

Please forward your CV’s and a covering letter indicating the position including a certified copy of your qualification/s and Identity Document to: Setsoto Local Municipality Offices in Ficksburg (Reception).

Erratum T23 (23/24), T24 (23/24), T25 (23/24), T26 (23/24) & T16 (23/24)

SETSOTO LOCAL MUNICIPALITY

ERRATUM

This is to inform all the prospective bidders that the closing date for the following tenders has been extended as per the below table:

BID NO PROJECT DESCRIPTION CLOSING DATE & TENDER OPENING
T23 (23/24) Marquard/ Moemaneng: Installation of 2 High Mast Lights  

 

Monday, 10th of June 2024 at 12H00 in Ficksburg, Municipal Offices at the Foyer

 

T24 (23/24) Senekal/ Matwabeng: Installation of 2 High Mast Lights
T25 (23/24) Ficksburg/Meqheleng: Installation of 2 High Mast Lights
T26 (23/24) Clocolan/Hlohlolwane: Installation of 2 High Mast Lights
T16 (23/24) A Panel of Eight (8) Service Providers for the Repairs, Replacement of Roads, and Stormwater Infrastructure (from the date of appointment up until the 30th June 2027), on an as and when required basis.

MRS. NF MALATJIE
MUNICIPAL MANAGER

T23 (23/24), T24 (23/24), T25 (23/24) & T26 (23/24)

SETSOTO LOCAL MUNICIPALITY
14 days Tender Notice
Bids are invited for:

BID NO PROJECT DESCRIPTION NON-COMPULSORY BRIEFING SESSION CIDB GRADING REQUIRED CONTACT PERSONS CLOSING DATE & TENDER OPENING
T23 (23/24) Marquard/ Moemaneng: Installation of 2 High Mast Lights Monday, 3rd of June 2024 @ 13h00 at the Marquard hall 3EP Mr S Kunene

051 933 9304 or

Mr C Johnson

051 408 9600 and

Mr. T Majoale 051 933 9351

 

 

 

 

 

 

 

Friday, 7th of June 2024 at 12H00 in Ficksburg, Municipal Offices at the Foyer

 

T24 (23/24) Senekal/ Matwabeng: Installation of 2 High Mast Lights Monday, 3rd of June 2024 @ 10h00 at the Senekal Town Hall 3EP Mr S Kunene

051 933 9304 Mr C Johnson

051 408 9600 and

Mr. T Majoale 051 933 9351

T25 (23/24) Ficksburg/Meqheleng: Installation of 2 High Mast Lights Tuesday, 4th of June 2024 @ 10h00 at the Ficksburg Town Hall 3EP Mr S Kunene

051 933 9304 or

Mr P Harmse

051 447 2137 and

Mr. T Majoale 051 933 9351

T26 (23/24) Clocolan/Hlohlolwane: Installation of 2 High Mast Lights Tuesday, 4th of June 2024 @ 13h00 at the Ficksburg Town Hall 3EP Mr S Kunene

051 933 9304 or

Mr P Harmse

051 447 2137 and

Mr. T Majoale 051 933 9351

Requirements:

  1. Copy of company registration certificate (CRC) reflecting active members (Except for sole traders and partnerships) must be attached.
  2. Valid certified copies of ID of all directors/members on the CRC must be attached.
  3. CIDB grading of 3EP or more must be provided.
  4. Valid and relevant COIDA Certificate/ Workman Compensation/ Letter of good standing must be attached.
  5. A valid company Tax Clearance Status Pin (TCS) must be attached.
  6. A valid Central Supplier Database (CSD) not older than 30 days to the closing of bid must be attached.
  7. Municipal rates & taxes and municipal services for the company must be attached not in arrears for more than Three (3) months or a Lease Agreement (LA) accompanied by proof of municipal rates & taxes and municipal services either by the lessee or the lessor or a signed and stamped Letter of arrangement for payment of rates and taxes from the local authority must be attached.
  8. In case of a Joint venture, a Joint Venture (JV) agreement and a power of attorney must be attached.
  9. All compulsory/ supplementary forms contained in the bid documents must be completed and signed in full. (MBD1, 3, 4, 6, 8 & 9 amongst others).
  10. Other requirements will be contained in the tender document.

Sealed bids should clearly indicate the Tender Number and Tender Description as reflected above and be deposited in the appropriately marked bid box at address 27 Voortrekker Street; Ficksburg

PLEASE NOTE:

  1. No bids will be accepted from persons in the service of the state (even acting through Proxy).
  2. Bid documents will be obtainable as from the 27th of May 2024, in Ficksburg Municipal offices upon payment of a non-refundable fee R1 000.00 per Tender Document paid in CASH OR EFT.
  3. The soft copy of the BOQ will be made available upon producing the Proof of Payment (POP) for the tender document. Proof of Payment can be sent to scm@setsoto.co.za.
  4. No telegraphic, telefaxes and late bids will be accepted.
  5. The Municipal Supply Chain Management Policy and Preferential Procurement Policy Framework Act No 5 of 2000 (80/20 preferential points allocation system) and its 2022 Regulations and functionality will be applied.
  6. Certified copy of BBBEE or sworn affidavit dated and signed by a commissioner of oaths must be attached to qualify for Specific Goals (SG) points.
  7. Failure to comply with the above-mentioned conditions may invalidate your bid.
  8. The Setsoto Local Municipality does not bind itself to accept the lowest bid or any other bid and reserves the right to accept the whole / part of the bid.
  9. All certifications must not be older than 6 months & must stipulate date and be signed by a commissioner of oaths.
  10. False or misleading submissions may be deemed fraudulent and be disqualified.
  11. Tender validity period is 120 days.

All submissions will be subject to verification

Mrs NF Malatjie
Municipal Manager

FWPQ 274 (2023/24) Security Services For All Municipal Premises In Ficksburg/ Meqheleng From 01 June – 30 June 2024

SETSOTO LOCAL MUNICIPALITY
7 DAYS ADVERTISEMENT FOR FORMAL WRITTEN PRICE QUOTATION (FWPQ)

ITEM DESCRIPTIONS TYPE Number of Warm Bodies Day Shift Number of Warm Bodies Night Shift  
Swimming Pool Warm Body 2 3  
Meqheleng Stadium Warm Body 0 2  
Ficksburg Container Hub Warm Body 0 2  
Meqheleng Ext.11 Pump Station Warm Body 2 2  
Holstein Farm and Substation House Warm Body 2 3  
Ficksburg Northern Reservoir Warm Body 2 2  
Ficksburg Landfill Site Warm Body 2 3  
Water Purification Plant Warm Body 2 3  
Ficksburg New Cemetery Warm Body 2 3  
Ficksburg Meulspruit dam Warm Body 2 3  
Ficksburg Town Hall Warm Body 0 1  
Ficksburg Waste Plant Warm Body 2 3  
Ficksburg Show Ground Warm Body 2 2  
Meqheleng Sports Hall Warm Body 1 2  
Old Cemetery Warm Body 2 3  
Checkers Substation Warm Body 0 2  
De Villiers Substation Warm Body 0 2  
Ficksburg Water Works Substation Warm Body 0 2  
Higate Substation Warm Body 0 2  
Industriele Substation Warm Body 0 2  
Kloof Substation Warm Body 0 2  
Langeberg Substation Warm Body 0 2  
McCabe Substation Warm Body 0 2  
Piet Retief/ Caledon Substation Warm Body 0 2  
Police Station Substation Warm Body 0 2  
Van Soelen Substation Warm Body 0 2  
Visser Substation Warm Body 0 2  
Sterns Substation Warm Body 0 2  
Caravan Park Substation Warm Body 0 2  
Ficksburg Transnet Houses Number 8 and 9 Warm Body 1 2  
NB: The successful Service Provider will be required to deliver the goods / services within 5 working days upon the receipt of the Official Purchase Order [otherwise Service Provider should indicate their delivery period if it falls outside these timeframes]. Failure to deliver within the stipulated period, the municipality reserves the right to cancel the order and appoint another bidder or institute any other remedies within law for the inconvenience / damages caused.

Requirements [failure to comply with this may invalidate your submission]

  1. Formal written price quotation must be submitted on supplier’s letterhead and the quoted price must be valid for a period of 30 days.
  2. The quotation must clearly show the MAAA CSD registration number of the Supplier.
  3. The Supplier must be tax compliant on the CSD as of the closing date and time shown in the advert.
  4. The municipality will apply the 80/20 Preferential Point System and for Specific Goals points. Please see below table and documents required to claim the points:

Points for the specific goals for contracting with persons, or categories of persons, historically disadvantaged by unfair discrimination on the basis of Race

Black-owned and B-BBEE Status Level of Contributor Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
100% Black-owned enterprise with a valid B-BBEE level 1 or affidavit 6  

·        Sworn affidavit signed by the EME or QSE representative and attested by a Commissioner of Oaths.

 

·        A certified copy of a BB-BEE certificate issued by the verification agency accredited by SANAS Proof of B-BBEE issued by DTIC

51% Black-owned enterprise with a valid B-BBEE level 2 4
51% Black-owned enterprise with a valid B-BBEE level 3 2
Less than 51% Black-owned enterprise irrespective of B-BBEE level 0

Points for the specific goals for contracting with persons, or categories of persons, historically disadvantaged by unfair discrimination on the basis of Gender (Women) 

Women-owned and B-BBEE Status Level of Contributor Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
100% Women-owned enterprise with no B-BBEE certificate or with a Sworn Affidavit 4  

·        Sworn affidavit signed by the EME or QSE representative and attested by a Commissioner of Oaths.

 

·        A certified copy of a BB-BEE certificate issued by the verification agency accredited by SANAS Proof of B-BBEE issued by DTIC

51% Women-owned enterprise with a valid B-BBEE level 1 3
51% Women-owned enterprise with a valid B-BBEE level 2 2
51% Women-owned enterprise with a valid B-BBEE level 3 1
Less than 51% Women-owned enterprise irrespective of B-BBEE level 0

Points for the specific goals for contracting with persons, or categories of persons, historically disadvantaged by unfair discrimination on the basis of Disability 

Black-owned and B-BBEE Status Level of Contributor Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
100% Disabled-owned enterprise with no B-BBEE certificate but with proof of disability. 2  

·        Sworn affidavit signed by the EME or QSE representative and attested by a Commissioner of Oaths.

 

·         A certified copy of a BB-BEE certificate issued by the verification agency accredited by SANAS Proof of B-BBEE issued by DTIC

51% Disabled-owned enterprise with a valid B-BBEE level 1 1
51% Disabled-owned enterprise with a valid B-BBEE level 2 1
51% Disabled-owned enterprise with a valid B-BBEE level 3 1
Less than 51% Disabled-owned enterprise irrespective of B-BBEE level 0

Points for the specific goals for contracting with persons, or categories of persons, historically disadvantaged by unfair discrimination on the basis of Youth (Age)  

Youth Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
Youth is defined as any south African citizen with the age between 18 and 35 years  

4

·        RSA identity document

·        Valid RSA driver’s license issued by the relevant authority

Points for Specific Goals to Promote Economic Development – Enterprise Located in a Province, District or Municipal area / (Hereafter referred to as locality)

Locality Number of points on 80/20 points system Evidence to be submitted by the supplier to substantiate the points claimed/allocated per specific goal (NB: Any of the evidence indicated below per specific goal should be regarded as sufficient).
For Free State based companies, this specific goal is aligned to the districts they are situated in.

 

Suppliers situated in Thabo Mofutsanyane District

 

Free State

 

Other

 

 

 

4

 

2

 

0

·        Municipal Account

·        Lease agreement

·        Title deeds

·        Permission to occupy land signed by the traditional authority

·        A letter of confirmation of the address signed by the ward councilor

Attachments must be e-mailed to fwpq7@setsoto.co.za before the closing date and time. Please use above-mentioned FWPQ reference number as subject for the e-mail.

Closing Date: Thursday,30th May 2024 @ 14:00

Please Note the Following:

  1. No tender document is required.
  2. No telegraphic, telefaxes, hand-delivered and late bids will be accepted.
  3. No bids will be accepted from persons in service of the state (Acting through Proxy).
  4. Municipal Supply Chain Management Policy and Preferential Procurement Policy Framework Act No 5 of 2000 and its 2022 regulations (80/20 criteria) will apply.
  5. The following documents will be requested from shortlisted suppliers at the later stage for finalizations:
    • Company Registration Certificate (CRC) reflecting active members.
    • Certified copies of ID of all directors/members on the CRC must be attached.
    • MBD 4 form for declaration of interest that is filled and signed in full. Form is obtainable from Supply Chain Management Offices or from the municipal website setsoto.gov.za under Supply Chain.
    • Municipal rates and taxes statement for the Company or Directors and must not be in arrears for more than three (3) months or a valid Lease Contract reflecting who is responsible to pay municipal rates and taxes if a Lessee is responsible for payment of municipal rates and taxes a municipal statement of account must be submitted or Letter of arrangement for payment of municipal services.
  6. Setsoto Local Municipality does not bind itself to accept the lowest bid or any other bid and reserves the right to accept the whole/part of the bid.
  7. All submissions will be subject to verification.

For Technical Enquiries contact Mr. M Moshodi at 051 933 9366 and For Supply Chain Management Enquiries contact Mr. T. Majoale at 051 933 9351 or scm@setsoto.co.za

Mrs. NF MALATJIE
MUNICIPAL MANAGER