Question NW933 to the Minister of Transport

Share this page:

09 June 2020 - NW933

Profile picture: Mey, Mr P

Mey, Mr P to ask the Minister of Transport

(1)Whether his department awarded any tenders connected to the Covid-19 pandemic; if not, what is the position in this regard; if so, what (a) are the names of the businesses to whom these tenders were awarded, (b) are the amounts of each tender awarded and (c) was the service and/or product to be supplied by each business; (2) whether there was any deviation from the standard supply chain management procedures in the awarding of the tenders; if so, (a) why and (b) what are the relevant details in each case; (3) what was the reason for which each specified business was awarded the specified tender; (4) whether he will make a statement on the matter?

Reply:

The Department did not foresee the impact of the COVID-19 pandemic at the commencement of the previous financial year and had therefore not budgeted for the pandemic nor planned for any tenders in the Annual Procurement Plan related hereto. However, the department had followed all the available prescripts by the National Treasury in the COVID-19 procurement processes.

Quotations were sourced in line with the provisions of the relevant Treasury Instructions and a process of a multiple award approach was utilised to meet the necessary volumes requested in the distribution for Personal Protective Equipment (PPE) and Wear. Accordingly the following suppliers were part of the multiple award total R24 731 292.41

i. Ecko-Green Environmental Services

ii. C Square Consumer Connectedness

iii. Mistralog

The following Products were supplied by the companies in this award:

i. PENDO-FOG disinfectant fogging machine;

ii. 20/25 Liter Disinfectant refil for the PENDO-FOG

iii. 1 Liter Sanitizers bottles

iv. 20 Liter Sanitizer refill

v. PPE Disposable Coveralls

vi. Surgical Masks

vii. Surgival gloves (only in round 1)

(2) There was no deviation made on the standard Emergency Procurment Prescripts

a) He reason for acquisition of the products was that an urgent intervention was required to assist in providing the taxi industry (driver’s and Marshall) with COVID-19 related goods, to curb the spead of the virus in the Public transport environment.

b) Quotations were sourced from multiple companies, evaluated in terms of normal procurement prescripts relating to CSD registration, tax compliance etc, and awarded as a multiple award to curb cost. There has been full compliance with the National Treasury Prescripts in terms of National Treasury Instruction Note Nr.3 of 2016/201/Section 8.1 and 8.2

(3) Companies first had to comply with prescribed procurement processes, including registration on CSD and tax compliance. Qualified bidders were then evaluated on price, per specific item.

(4) If deemed necessary by the house.

Source file