Republic of - Tender No. DJS/MTC/POL 021/2020-2021 Botswana Police Service

A TENDER FOR THE SUPPLY AND DELIVERY OF TWELVE TRAINED HORSES TO BOTSWANA POLICE SERVICE, SPECIAL SUPPORT GROUP

TENDER OFFERS ARE INVITED from local animal husbandry farmers and suppliers to tender for the supply and delivery of twelve trained horses to Botswana Police Service, Special Support Group. This is an Open Domestic Tender. The Procuring Department is Botswana Police Service. Preference in accordance with the provision of the Public Procurement and Asset Disposal Board (PPADB) Act, 2001, shall apply to the contract, as per the applicable Presidential Directives. Where applicable, the Economic Diversification Drive (EDD) will be applied in the evaluation of the tender. Bidders must, in order to be considered for preferential treatment, submit an EDD Registration certificate; and should make an undertaking that the required items/supplies shall be produced locally. The Botswana Police Service reserves the right to visit facilities/farms during breeding or fouling and any violation of the EDD conditions shall lead to an immediate termination of the whole contract and the next compliant and lowest best priced bid may be considered for award of the tender. Youth Empowerment - Preferential Treatment for the purchase of Tender Document at half price; Pl25.00 (One Hundred and Twenty-Five Pula only) will be applied to youth owned companies with a supporting letter from the Ministry of Investment, Trade and Industry produced or else the bidder will pay a full amount of P250.00 (Two Hundred and Fifty Pula only). Preferential Treatment - Implementation of the Policy to empower the youth, people with disability, women and rural providers through Local Procurement by Central Government Tenders. Presidential Directive 19(B) 2013; The Local Procurement Scheme is in line with the Citizen Economic Empowerment (CEE) Policy and section 66 (3) of the PPADB Act, both of which advocate for the economic empowerment of women, youth and people with disabilities in general and specifically in the rural areas. Bidders shall attach relevant documentation for the entitlement to the scheme; (Omang) National Identity and a supporting letter from the Ministry of Youth Empowerment, Sports and Culture Development. At price comparison, the bidder who falls within the target group should be given an outright 15% price preference margin in the open tender. The physical address for collection of Tender Document is: Botswana Police Service, Special Support Group Command Office, next to Game Reserve, Gaborone. Documents may be collected during working days between 0800 hours and 1630 hours on weekdays with effect from 29th June, 2020. Queries relating to the issuance of these documents may be addressed to: Snr Supt. L. Motokwane, Procurement Officer, and Purchasing, Telephone No. (+267) 3957272, Fax No. (+267) 3903305, Email: [email protected]. One (1) original plus two (2) copies in sealed envelopes clearly marked: “Tender No. DJS/MTC/POL 021/2020- 2021 - A Tender for the Supply and Delivery of Twelve Trained Horses to Botswana Police Service, Special Support Group” shall be delivered as follows: Early tender offers will be submitted to: The Secretary Ministerial Tender Committee, Ministry of Defence Justice and Security, Central Business District, Plot No. 54355, Square House, Ground Floor, Office No. 003, Phase 2, Gaborone. Tender offers submitted on closing day will be submitted to: The Secretary, Ministerial Tender Committee, Ministry of Defence Justice and Security, Central Business District, Plot No. 54355, Square House, Ground Floor, Office No. 004, Phase 2, Gaborone. Tender submissions opening will take place immediately after closing at: Ministry of Defence, Justice and Security, Central Business District, Plot No. 54381, Square House, Ground Floor, Office No. 004, Tender submissions opening hall, Phase 2, Gaborone. The original must be marked “Original” and copies clearly marked “Copy 1-2”. A non-compulsory pre-tender meeting with representatives of the Procuring Department will take place at Special Support Group, Command Office on 14th July, 2020 starting at 0900 hours to brief potential bidders on the requirements/expectations, including clarification of the tender. The closing time for receipt of tender offers shall be on 11th August, 2020 at 0900 hours. Late tender offers will not be accepted. A non-refundable tender fee of P250.00 (Two Hundred and Fifty Pula only) will be payable on collection of a Tender Document and youth citizen owned companies will be liable to purchase the Tender Document at 50% of the original price of Pl25.00 (One Hundred and Twenty-Five Pula only).

Telegraphic, telex, telephonic and emailed tender offers will not be accepted.

• Names and addresses of bidders must be clearly reflected on the envelopes.

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer.

The Secretary, Ministerial Tender Committee, Ministry of Defence, Justice and Security.

First Publication

Republic of Botswana - Tender No. PR/Department-MTC/007 Ministry of Transport and Communications - Department of Corporate Services

PROVISION OF 24-HOUR SECURITY GUARD SERVICES AT THE MINISTRY OF TRANSPORT AND COMMUNICATIONS HEADQUARTERS

• THIS IS AN OPEN DOMESTIC BIDDING TENDER where tender offers are invited to bid for provision of 24 hours security guard services at the Ministry of Transport and Communications Headquarters. • The Procuring Entity is Department of Corporate Services. • Bidders who are domiciled in Botswana must, in order to be considered for the award of the contract, be registered with the Public Procurement and Asset Disposal Board in the following category: Code: 100 - Security Services, Sub-Code: 01 - Guard Services. • This tender is reserved to 100% citizen companies. • Tender Documents may be obtained online from: http://ipms.ppadb.co.bw from the 3rd July, 2020 at 1601 hours. • Download of online Tender Document is free of cost. However, in order to participate in the bidding process, bidders are required to pay a non- refundable deposit Pl50.00 (One Hundred and Fifty Pula only), payable at any of the Botswana Post Agencies and PPADB Offices. • Queries relating to the issuance of these documents may be addressed in writing to: Mr Phikisani Lokwalo or Onalenna G. Moalosi, Telephone No. 3612000, Fax No. 3971117, Email: [email protected] or [email protected]. Queries submitted within two weeks of closing of the tender will not be responded to. Alternatively, bidders can submit queries online through their IPMS accounts. • A Two-Envelope Procedure will be followed. The above tender is an e-tender, for participation; the contractors will use the online PPADB E-Bidding System at http://ipms.ppadb.co.bw. PPADB will assist the bidders to get user ID and password as well as key pairs to be used in the system. The Tender Schedule to be followed is attached on Table 1, Page 2. • The end time for receipt of tender offers is 1000 hours on 5th August, 2020. Opening of tender offers will be done online after closing of the Re- Encryption on 10th August, 2020 at 1000 hours. Late tender offers will not be accepted. Telegraphic, faxed or emailed submissions shall not be accepted.

Tender Schedule:

Stage No. PE Stages Contractor Stages Start Date and Time End Date and Time

Stage 1 03/07/2020 03/07/2020 Release of Invitation to Tender 0800 hours 1600 hours Stage 2 03/07/2020 05/08/2020 Download Tender 1601 hours 1000 hours Document, Bid Preparation and Hash Submission Stage 3 Tender Closed 05/08/2020 05/08/2020 1001 hours 1600 hours Stage 4 Re-Encryption 05/08/2020 10/08/2020 1601 hours 1000 hours Stage 5 Bid Opening 10/08/2020 10/08/2020 1001 hours 1600 hours Table 1: Tender Schedule The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents.

The Secretary, Ministerial Tender Committee, Ministry of Transport and Communications.

First Publication

Republic of Botswana - Tender No. MTC-MENT-DCS 2000/7/2 XII (01) 2020-2021 Ministry of Environment, Natural Resources Conservation and Tourism - Corporate Services

A CONTRACT FOR THE PROCUREMENT OF CONSULTANCY SERVICES FOR DESIGN AND IMPLEMENTATION OF COMMUNICATIONS, MARKETING, BRANDING AND DIGITAL MEDIA STRATEGIES AND PLANS FOR THE KASANE/KAZUNGULA TOURISM DEVELOPMENT PROJECT

• TENDER OFFERS ARE INVITED for consultancy services for design and implementation of communications, marketing, branding and digital media strategies and plans for the Kasane/Kazungula Tourism Development Project. • The Procuring Entity is the Ministry of Environment, Natural Resources Conservation and Tourism - Corporate Services. • The tender is an Open Domestic Tender. Tenderers who are domiciled in Botswana must, in order to be considered for award of the contract, be registered with the Public Procurement and Asset Disposal Board in the following category: Code: 317 - Other Consultancy Services, Sub-Code: 05 - Media and Public Relations Consultancy. • The Presidential Directive CAB II (A) 2010 on the Economic Diversification Drive (EDD) shall be implemented in the evaluation of the tender. • This is an Open Domestic Tender for 100% citizen companies and shall be awarded wholly to the bidder with the least reasonable price. • A Two-Envelope Procedure will be followed. The first envelope sealed, containing one (1) original and two (2) copies of the original Technical Bid (without any cost details whatsoever), clearly labelled “Technical Proposal” with Tender Number and Title as indicated above. The second envelope sealed should, containing one (1) original and two (2) copies of the Financial Bid (with cost details for carrying out the task outlined in the Technical Bid). These include Form of Offer, Schedule of Deviations and Schedule of Quantities. It should be clearly labelled “Financial Proposal” with Tender Number and Title. The two envelopes should be put together in a third outer envelope/packet which should be securely sealed and clearly labelled with the Tender Number and Title. • The physical address for collection of Tender Documents is: Ministry of Environment, Natural Resources Conservation and Tourism, Corporate Services (HQ), old Ministry of Education, Government enclave. Tender Documents may be collected with effect from 6th July, 2020 during working days between 0730 hours and 1245 hours and from 1345 hours to 1630 hours from Procurement Office Number 12. • A non-refundable tender fee of P250.00 (Two Hundred and Fifty Pula only) and half of the amount for youth owned companies payable in cash/by bank guaranteed cheques made out in favour of the Government of Botswana is required on collection of the Tender Documents. Payment should be made at the Accounts Office Number 10 within the Ministry, Corporate Services. • Queries relating to the issuance of these documents may be addressed to: Mr E. Ndaba, E-mail: [email protected], and Ms K. E. Mashabane, E-mail: [email protected], Telephone No. (+267) 3914916, Fax No. (+267) 3951092, not later than five (5) days before the closing date. • This tender is a Two-Envelope System Tender. Technical proposal sealed in one envelope marked “Technical” and financial proposal sealed in one envelope marked “Financial” then the two envelopes must be sealed in one big envelope or package labelled “Tender No. MTC-MENT-DCS 2000/7/2 XII (01) 2020-2021” shall be delivered to: The Secretary, Ministerial Tender Committee, MENT, old Trade and Industry Building, Office No. 022, Private Bag BO 199, Gaborone, Botswana. The original copy must be marked “Original”. For each proposal there must be one (1) original document marked “Original” and two (2) copies of the original marked “Copy”.

Telephonic, telegraphic, telex, facsimile or emailed tender offers will not be accepted.

• Bidders may signal their intention to withdraw their bids in writing seven (7) days before closing of the tender and the withdrawal letter shall be authorised and submitted in the same address as the bid, and closed in an envelope marked “Withdrawal”. The closing time for receipt of tender offers shall be 1000 hours on 31st July, 2020. Late tender offers will not be accepted. Interested tenderers are at liberty to attend the opening of tender offers at their own expenses.

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer. The tenderer shall bear the costs for the preparation of the tender.

The Secretary, Ministerial Tender Committee, Ministry of Environment, Natural Resources Conservation and Tourism. First Publication

Republic of Botswana - Tender No. PR/Department of Information Technology/043 Ministry of Transport and Communications - Department of Information Technology

PROCUMENT OF SUPPORT AND MAINTENACE OF IVANTI LICENSES FOR ONE YEAR

• THIS IS AN OPEN DOMESTIC BIDDING TENDER where tender offers are invited to bid for renewal of Ivanti Help Desk named (P) maintenance powered by heat. Volume/renewal only (heat annual software maintenance and support licenses) for 2020 - 2021. • The Procuring Department is the Ministry of Transport and Communications: Department of Information Technology, Private Bag 0050, Gaborone. • Bidders who are domiciled in Botswana must, in order to be considered for award of the contract, be registered with the Public Procurement and Asset Disposal Board in the following category: Code: 120 - ICT Technical Support Services, Sub-Code: 04 - Desktop Management and Maintenance Services. • This is an Open Domestic Tender. • Tender Documents may be obtained online from: http://ipms.ppadb.co.bw from 3rd July, 2020 at 1601 hours. • Download of online Tender Document is free of cost. However, in order to participate in the bidding process, bidders are required to pay a non- refundable deposit of P65.00 (Sixty-Five Pula only) payable at Department of Information Technology, Government Enclave. • Queries relating to the issuance of these documents may be addressed in writing to: Mr Isaiah Mosutlha, Telephone No. 3656926, Email: [email protected] or Ms Lady Keatlholetswe, Email: [email protected], or Mmaseatla Kabomo, Telephone No. 3656930, Email: [email protected] or Motlalepula Pifelo, Telephone No. 3656917, Email: [email protected], Fax No. 3904144, Department of Information Technology, Private Bag 0050, Gaborone. Queries submitted within two weeks of closing of the tender will not be responded to. Alternatively, bidders can submit queries online through their IPMS accounts. • A Two-Envelope Procedure will be followed. The above tender is an e-tender, for participation; the contractors will use the online PPADB E-Bidding System at http://ipms.ppadb.co.bw. PPADB will assist the bidders to get user ID and password as well as key pairs to be used in the system. The tender schedule to be followed is attached on Table 1, Page 2. • The end time for receipt of tender offers is 0800 hours on 4th August, 2020. Opening of tender offers will be done online after closing of the Re- Encryption on 7th August, 2020 at 0800 hours. Late tender offers will not be accepted. Telegraphic, faxed or emailed submissions shall not be accepted.

Tender Schedule:

Stage No. PE Stages Contractor Stages Start Date and Time End Date and Time

Stage 1 Release of 03/07/2020 03/07/2020 Invitation to Tender 0800 hours 0400 hours Stage 2 Download Tender Document, 03/07/2020 04/08/2020 0401 hours 0800 hours Bid Preparation and Hash Submission Stage 3 Tender Closed 04/08/2020 04/08/2020 0801 hours 0400 hours

Stage 4 Re-Encryption 04/08/2020 07/08/2020 0401 hours 0800 hours

Stage 5 Bid Opening 07/08/2020 07/08/2020 0801 hours 0400 hours Table 1: Tender Schedule

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents.

The Secretary, Ministerial Tender Committee, Ministry of Transport and Communications. First Publication

Republic of Botswana - Tender No. MTC/MOHW/COS/SUP/11767/11062020 Corporate Services Department

SUPPLIES PROCUREMENT OF PORTABLE LAPTOPS FOR THE MINISTRY OF HEALTH AND WELLNESS

• SEALED TENDER OFFERS ARE INVITED for the provision of supplies procurement of portable laptops for the Ministry of Health and Wellness. • The Procuring Entity is Corporate Services Department. • Procurement Method is: Open Domestic Method. • Tenderers who are domiciled in Botswana must, in order to be considered for award of the contract, be registered with the Public Procurement and Asset Disposal Board in the following categories: Code: 203 - Electronic and ICT Supplies, Sub-Code: 01 - Electronic Equipment, Spares and Accessories, includes ICT, Photographic Equipment and others. • This tender is reserved for 100% citizen owned IT companies. All applicable preference and reservation margins shall apply as outlined in the Economic Diversification Drive Guidelines and Citizen Economic Empowerment Policy (CEEP) where appropriate in the evaluation of this tender. • To benefit from EDD preferences, bidders must include valid and certified copies of EDD Certificates. These preferences shall be implemented in the evaluation of the tender. • The physical address for collection of Tender Documents is: Office No. 4B3, Floor 4, Block B, Plot No. 54609, 24 Amos Way, Government Enclave, Gaborone. • Documents may be collected during working hours between 0800 hours and 1600 hours on Monday to Friday starting on 6th July, 2020. • A non-refundable deposit of Pl50.00 (One Hundred and Fifty Pula only) or P75.OO (Seventy-Five Pula only) from youth owned companies payable in cash or by bank guaranteed cheque made out in favor of the Government of Botswana required on collection of the Tender Document must be paid to the Accounts Office 4B3, Fourth Floor, Block B, Ministry of Health and Wellness Headquarters. • Queries or clarifications relating to the issuance of these documents may be addressed in writing no later than fourteen (14) days before the tender closing date to: G. Moalosi, Telephone No. 3632652, and Fax No. 3910652, Email: [email protected]. • Queries raised outside the stated timelines will not be attended to. • A One-Envelope Procedure will be followed and bids must be submitted as follows:

• The technical and financial bid response shall be submitted in one envelope containing one (1) original document and three (3) copies of the original in a Tender Box at Office No. 4E5, Fourth Floor, Ministry of Health and Wellness Headquarters Building. This envelope shall be labelled: “Tender No. MTC/MOHW/COS/ SUP/11767/11062020” and clearly marked: “Supplies Procurement of Portable Laptops for the Ministry of Health and Wellness”.

• The original must be marked “Original” and copies marked “Copy”. • One (1) original tender offer marked “Original” and 3 copies of the original document marked “Copy” in one sealed envelope clearly marked: “Tender No. MTC/MOHW/COS/SUP/11767/11062020” and clearly marked: “Supplies Procurement of Portable Laptops for the Ministry of Health and Wellness” shall be delivered to Office No. 4E5, Floor 4, Block E at Ministry of Health and Wellness Headquarters Building. • The name and address of the bidder should be clearly marked on the envelope. • The closing time and date for submission of tender offers is 1000 hours on 31st July, 2020.

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender for Supplies apply to this procurement, for which all the applicable Tender Data is contained in the Tender Document. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer.

The Secretary, Ministerial Tender Committee, Ministry of Health and Wellness. First Publication

Republic of Botswana - Tender No. FED/TC/1/3/20-22 Ministry of Finance and Economic Development

PROCUREMENT OF GARDEN MAINTENACE AND LANSCAPING SERVICES FOR A PERIOD OF TWO (2) YEARS AT MINISTRY OF FINANCE AND ECONOMIC DEVELOPMENT HEADQUATERS IN GABORONE

• TENDER OFFERS ARE INVITED from 100% citizen owned contractors for a service contract for the procurement of garden maintenance and landscaping services for a period of two (2) years at Ministry of Finance and Economic Development Headquarters in Gaborone (MFED-HQ). Bidders should be domiciled in Botswana and must, in order to be considered for award of the contract, be registered with the Public Procurement and Asset Disposal Board (PPADB) in the following Category: Code: 137 - Gardening and Landscaping Services, Sub-Code: 03 - Maintenance. • The physical address for collection of Tender Documents is: Ministry of Finance and Economic Development, Khama Crescent, Government Enclave, Gaborone. Documents may be collected during working hours from Ministry Headquarters Office No. 206, Link Block, First Floor, from Monday to Friday between 0800 hours and 1245 hours and from 1400 hours to 1600 hours with effect from 6th July, 2020. • A non-refundable deposit of BWP250.00 (Two Hundred and Fifty Pula only) payable in cash to the Government of Botswana is required on collection of the Tender Document from the above office; youth registered companies shall pay a non-refundable fee of BWP125.00 (One Hundred and Twenty-Five Pula only). Tender Documents shall be collected at Ministry of Finance and Economic Development, Link Block, Ground Floor, Khama Crescent, Government Enclave, Room 2-06. Note: Tender Documents will be sold at 50% of the selling price for youth/women and companies for the disabled as per Presidential Directive CAB 14(B) 2015 (Proof will be required at point of sale, that is, Omang and Form of Directors). • Bidders are required, in order to be considered for award of the contract, to be appropriately licensed in accordance with Laws of Botswana. Preferential Treatment: Where applicable, the Economic Diversification Drive (EDD) for preferential treatment may be applied in the evaluation of the tender. Bidders must, in order to be considered for preferential treatment submit an EDD Registration Certificate. In line with the Citizen Economic Empowerment (CEE) Youth Policy of 2010 and the Presidential Directive Cab 14 (B) of 2015, youth, women and people with disability are mandated to 15% price preference. In order for the target group to benefit from this preference, they should submit a registration document from relevant Ministry or Department. • A Two-Envelope System Procedure will be followed. The bid response shall be submitted in two (2) separate proposals, in which the financial offer from the tenderer is placed in one sealed envelope marked “Financial Offer”, and the technical offer is placed into a second sealed envelope marked “Technical Offer”, and both envelopes are placed into a third bigger package which is sealed. All three envelopes and or packages shall clearly be marked with the name of the Bidder, Tender Number and Tender Title. Both technical and financial proposals envelopes should have one (1) original and two (2) copies of the original Tender Documents. The original document should be marked with the word “Original” and all copies marked with the word, “Copy”. The outer sealed envelope shall be addressed to: The Secretary, Ministerial Tender Committee, Ministry of Finance and Economic Development, Private Bag 008, Gaborone. It should be hand- delivered to: Ministry of Finance and Economic Development, Link Block, Ground Floor, reception area, Khama Crescent, Government Enclave, Gaborone. Bids shall be submitted in sealed envelopes clearly marked: “Procurement of Garden Maintenance and Landscaping Services for a Period of Two (2) Years at Ministry of Finance and Economic Development Headquarters in Gaborone (MFED-HQ)”. • Please register the Tender Documents with the security before dropping it in the Tender Box. • Queries relating to the issuance of these documents may be addressed to: Mr O. Lejage, Telephone No. 3950287, Fax No. 3971882 or Mr K. Kokwana, Telephone No. 3633690, Fax No. 3971882, Email: [email protected]/ [email protected] to be received not later than five (5) days before the closing date of the tender. • A compulsory site visit will be held on 14th July, 2020 at 0900 hours in Gaborone at Ministry of Finance and Economic Development, Khama Crescent, Government Enclave. Registration will start at 0800 hours to 0900 hours. Bidders should assemble at the Ministry Reception - Link Block. Bidders who fail to register will not undergo site visit. • The closing date and time for receipt of tender offers is on 7th August 2020 at 1000 hours and this will be followed by a bid submission opening on the same date at the reception area in the Ministry Head Office. • Late, telegraphic, telex, facsimile or emailed tender offers shall not be accepted. • Tender submissions not correctly packaged and labelled as indicated above will not be accepted.

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer.

The Secretary, Ministerial Tender Committee, Ministry of Finance and Economic Development. First Publication

Republic of Botswana - MIH/DATC/DFM/MECH/003/2020-2021 Ministry of Infrastructure and Housing Development - Department of Facilities Management

A WORKS CONTRACT FOR THE PROCUREMENT OF THE PROPOSED REFURBISHMENT OF POLICE STAFF HOUSES MP 54 - MP 60 AT GARANTA, MECHANICAL SERVICES

• TENDER OFFERS ARE INVITED from contractors registered with the Public Procurement and Asset Disposal Board for the proposed refurbishment of Molepolole Police staff houses MP 54 - MP 60 at Garanta, mechanical services. • The Procuring Entity is Department of Facilities Management, Ministry of Infrastructure and Housing Development. • Only 100% citizen owned companies registered with the Public Procurement and Asset Disposal Board (PPADB) in either of the following Code and Sub-Code; Code: 08 - Mechanical Engineering Works, Sub-Code: 02 - Solar Water Heating, Grade: A and 07 - Low Pressure Water Systems, Grade: A are eligible to tender. • The Pre-Tender Estimate is P420,000.00 (Four Hundred and Twenty Thousand Pula only). (This is for guidance only; bidders may quote any amount but the award will be to the lowest compliant bidder). • The physical address for collection of Tender Documents is: Department of Facilities Management, Molepolole Depot, Minor Works Office, Molepolole. Documents may be collected during working hours between 0800 hours and 1245 hours on weekdays with effect from 6th July, 2020. • Tender offers shall be delivered and registered at Department of Facilities Management, Minor Works Office, Molepolole.

• A non-refundable deposit of P150.00 (One Hundred and Fifty Pula only); P75.00 (Seventy-Five Pula only) for youth contractors) payable in cash in favour of the Government of Botswana is required on collection of the Tender Document.

• Queries relating to the issuance of these documents may be addressed in writing before the tender closes to: Mr Mogomotsi Saretiyo, Telephone No. 5920272, Fax No. 5921120, Email: [email protected]. All documents or attachments provided by the bidder should be attached at the back of this document. • A compulsory pre-tender clarification site meeting with representatives of the Procuring Department will take place at Molepolole Police staff houses, MP 54 to MP 60 on 6th July, 2020, starting at 1000 hours for a duration of one (1) hour. • One (1) original tender offer marked “Original” and two (2) copies of the original document in one sealed envelope clearly marked: “Tender No. MIH/DATC/DFM/MECH/003/2020-2021 - Proposed Refurbishment of Molepolole Police Staff Houses MP 54 to MP 60 at Garanta, Mechanical Services” at DFM Depot Molepolole, Minor Works Office along Molepolole - Letlhakeng Road. Tender offers shall be delivered and registered with the Engineer at DFM Molepolole Depot, Conference Room. • The closing time for receipt of tender offers is 1000 hours on 27th July, 2020. Late, telephonic, telegraphic, telex, facsimiled or emailed tender offers will not be accepted. Bids will be opened in the presence of bidders’ representatives who choose to attend.

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer, nor incur any expenses in preparation thereof.

The Secretary, District Administration Tender Committee . First Publication

Republic of Botswana - Tender No. MIH/DATC/DFM/MECH/004/2020-2021 Ministry Infrastructure and Housing Development - Department of Facilities Management

A WORKS CONTRACT FOR THE PROCUREMENT OF THE PROPOSED REFURBISHMENT OF MOLEPOLOLE POLICE STAFF HOUSES MP 61 - MP 76 AT GARANTA, MECHANICAL SERVICES

• TENDER OFFERS ARE INVITED from contractors registered with the Public Procurement and Asset Disposal Board for the proposed refurbishment of Molepolole Police Staff Houses MP 61 - MP 76 at Garanta, Mechanical Services. • The Procuring Entity is Department of Facilities Management, Ministry Infrastructure and Housing Development • Only 100% citizen owned companies registered with the Public Procurement and Asset Disposal Board (PPADB) in either of the fo llowing Code and Sub-Code; Code: 08 - Mechanical Engineering Works, Sub-Code: 02 - Solar Water Heating, Grade: B and 07 - Low Pressure Water Systems, Grade: B is eligible to tender. • The Pre-Tender Estimate is P 960,000.00 (Nine Hundred and Sixty Thousand). (This is for guidance only; bidders may quote any amount but the award will be to the lowest compliant bidder). • The physical address for collection of Tender Documents is: Department of Facilities Management, Molepolole Depot, Minor Works Office, Molepolole. Documents may be collected during working hours between 0800 hours and 1245 hours on weekdays with effect from 6th July, 2020. • Tender offers shall be delivered and registered at Department of Facilities Management, Minor Works Office, Molepolole. • A non-refundable deposit of P150.00 (One Hundred and Fifty Pula only); P75.00 (Seventy-Five Pula only) for youth contractors) payable in cash in favour of the Government of Botswana is required on collection of the Tender Document. • Queries relating to the issuance of these documents may be addressed in writing before the tender closes to: Mr Mogomotsi Saretiyo, Telephone No. 5920272, Fax No. 5921120, Email: [email protected]. All documents or attachments provided by the bidder should be attached at the back of this document. • A compulsory pre-tender clarification site meeting with representatives of the Procuring Department will take place at Molepolole Police staff houses MP 61 to MP 76 on 7th July, 2020, starting at 1000 hours for a duration of one (1) hour. • One (1) original tender offer marked “Original” and two (2) copies of the original document in one sealed envelope clearly marked: “Tender No. MIH/DATC/DFM/MECH/004/2020-2021 - Proposed Refurbishment of Molepolole Police Staff Houses MP 61 To MP 76 at Garanta, Mechanical Services” at DFM Depot Molepolole, Minor Works Office along Molepolole - Letlhakeng Road. Tender offers shall be delivered and registered with the Engineer at DFM Molepolole Depot, Conference Room. • The closing time for receipt of tender offers is 1000 hours on 28th July, 2020. Late, telephonic, telegraphic, telex, facsimiled or emailed tender offers will not be accepted. Bids will be opened in the presence of bidders’ representatives who choose to attend. The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer, nor incur any expenses in preparation thereof.

The Secretary, District Administration Tender Committee Kweneng District.

First Publication

Republic of Botswana - Tender No. MIH/DATC/DFM/MECH/005/2020-2021 Ministry Infrastructure and Housing Development - Department of Facilities Management

A WORKS CONTRACT FOR THE PROCUREMENT OF THE PROPOSED REFURBISHMENT OF MOLEPOLOLE POLICE STAFF HOUSES MP 1 - MP 20 AT POLICE CAMP, MECHANICAL SERVICES

• TENDER OFFERS ARE INVITED from contractors registered with the Public Procurement and Asset Disposal Board for the proposed refurbishment of Molepolole Police staff houses MP 1 - MP 20 at Police Camp, mechanical services. • The Procuring Entity is Department of Building and Engineering Services, Ministry Infrastructure and Housing Development. • Only 100% citizen owned companies registered with the Public Procurement and Asset Disposal Board (PPADB) in either of the fo llowing Code and Sub-Code; Code: 08 - Mechanical Engineering Works, Sub-Code: 02 - Solar Water Heating, Grade: C and 07 - Low Pressure Water Systems, Grade: C are eligible to tender. • The pre-tender estimate is P1,200,000.00 (One Million Two Hundred Thousand Pula only). (This is for guidance only; bidders may quote any amount but the award will be to the lowest compliant bidder). • The physical address for collection of Tender Documents is: Department of Facilities Management, Molepolole Depot, Minor Works Office, Molepolole. Documents may be collected during working hours between 0800 hours and 1245 hours on weekdays with effect from 6th July, 2020. • Tender offers shall be delivered and registered at Department of Facilities Management, Minor Works Office, Molepolole. • A non-refundable deposit of P 250.00 (Two Hundred and Fifty Pula only); Pl25.00 (One Hundred and Twenty- Five Pula only) for youth contractors) payable in cash in favour of the Government of Botswana is required on collection of the Tender Document. • Queries relating to the issuance of these documents may be addressed in writing before the tender closes to: Mr Mogomotsi Saretiyo, Telephone No. 5920272, Fax No. 5921120, Email: [email protected]. All documents or attachments provided by the bidder should be attached at the back of this document. • A compulsory pre-tender clarification site meeting with representatives of the Procuring Department will take place at Molepolole Police staff houses MP 1 to MP 20 on 8th July, 2020, starting at 1000 hours for a duration of one (1) hour. • One (1) original tender offers marked “Original” and two (2) copies of the original document in one sealed envelope clearly marked: “Tender No. MIH/DATC/DFM/MECH/005/2020-2021 - Proposed Refurbishment of Molepolole Police Staff Houses MP 1 to MP 20 at Police Camp, Mechanical Services” at DFM Depot Molepolole, Minor Works Office along Molepolole - Letlhakeng Road. Tender offer shall be delivered and registered with the Engineer at DFM Molepolole Depot, Conference Room. • The closing time for receipt of tender offers is 1000 hours on 29th July, 2020. Late, telephonic, telegraphic, telex, facsimiled or emailed tender offers will not be accepted. Bids will be opened in the presence of bidders’ representatives who choose to attend.

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer, nor incur any expenses in preparation thereof.

The Secretary, District Administration Tender Committee Kweneng District. First Publication Republic of Botswana - Tender No. MIH/DATC/DFM/MECH/006/2020-2021 Ministry Infrastructure and Housing Development - Department of Facilities Management

A WORKS CONTRACT FOR THE PROCUREMENT OF THE PROPOSED REFURBISHMENT OF MOLEPOLOLE POLICE STAFF HOUSES MP 21 - MP 38 AT POLICE CAMP AND MP 77 - MP 83 AT GA RANTA - MECHANICAL SERVICES

• TENDER OFFERS ARE INVITED from contractors registered with the Public Procurement and Asset Disposal Board for the proposed refurbishment of Molepolole Police staff houses MP 21 - MP 38 at Police Camp and MP 77 - MP 83 at Garanta - Mechanical Services. • The Procuring Entity is Department of Facilities Management, Ministry Infrastructure and Housing Development. • Only 100% citizen owned companies registered with Public Procurement and Asset Disposal Board (PPADB) in either of the following Code and Sub-Code; Code: 08 - Mechanical Engineering Works, Sub-Code: 02 - Solar Water Heating, Grade: D and 07 - Low Pressure Water Systems, Grade: D is eligible to tender. • The pre-tender estimate is P 1,680,000.00 (One Million Six Hundred and Eighty Thousand Pula only). (This is for guidance only; bidders may quote any amount but the award will be to the lowest compliant bidder). • The physical address for collection of Tender Documents is: Department of Facilities Management, Molepolole Depot, Minor Works Office, Molepolole. Documents may be collected during working hours between 0800 hours and 1245 hours on weekdays with effect from 6th July, 2020. • Tender offers shall be delivered and registered at Department of Facilities Management, Minor Works Office, Molepolole. • A non-refundable deposit of P250.00 (Two Hundred and Fifty Pula only); Pl25.00 (One Hundred and Twenty- Five Pula only) for youth contractors, payable in cash in favour of the Government of Botswana is required on collection of the Tender Document. • Queries relating to the issuance of these documents may be addressed in writing before the tender closes to: Mr Mogomotsi Saretiyo, Telephone No. 5920272, Fax No. 5921120, Email: [email protected]. All documents or attachments provided by the bidder should be attached at the back of this document. • A compulsory pre-tender clarification site meeting with representatives of the Procuring Department will take place at Molepolole Police staff houses MP 21 to MP 38 on 9th July, 2020, starting at 1000 hours for a duration of one (1) hour. • One (1) original tender offer marked “Original” and two (2) copies of the original document in one sealed envelope clearly marked: “Tender No. MIH/DATC/DFM/MECH/006/2020-2021 - The Proposed Refurbishment of Molepolole Police Staff Houses MP 21 - MP 38 at Police Camp and MP 77 - MP 83 at Ga Ranta - Mechanical Services”, submitted at DFM Depot Molepolole, Minor Works office along Molepolole - Letlhakeng Road. Tender offers shall be delivered and registered with the Engineer at DFM Molepolole Depot, Conference Room. • The closing time for receipt of tender offers is 1000 hours on 30th July, 2020. Late, telephonic, telegraphic, telex, facsimiled or emailed tender offers will not be accepted. Bids will be opened in the presence of bidders’ representatives who choose to attend.

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer, nor incur any expenses in preparation thereof. The Secretary, District Administration Tender Committee Kweneng District. First Publication Gaborone City Council - Tender No. GCC/25/2020 Human Resource and Administration - Administration Division

PROVISION OF CATERING SERVICES TO GABORONE CITY COUNCIL (FINGER FOOD LUNCH)

• TENDER OFFERS ARE INVITED from 100 % citizen owned companies for provision of catering services to Gaborone City Council (finger food lunch). The contract will run up to June, 2020 (1 year). • The Procuring Department is Human Resource and Administration - Administration Division. • Bidders who are domiciled in Botswana shall, in order to be considered for award of the contract, be registered with the Public Procurement and Asset Disposal Board (PPADB) for Code: 101 - Hotel and Catering (Restaurants) Services, Sub-Code: 03 - Canteen and Catering Services. This will be verified on the PPADB website. • Presidential Directive CAB II (A)/2010 on Economic Diversification Drive (EDD) will apply in this tender. • Presidential Directive CAB 14 (B)/2015 on price preferences as per Local Procurement Scheme will apply in this tender. • A non-refundable tender fee of Pl00.00 (One Hundred Pula only) payable in cash or by bank guaranteed cheque made out in favour of Gaborone City Council is required prior to collection Tender Document. Payment shall be made to Gaborone City Council Revenue Office, Room No. 2, Civic Centre, Grounds Floor, Plot No. 330, along Independence Avenue effective 3rd July, 2020 between 0730 hours and 1245 hours and from 1345 hours to 1530 hours during working days. The physical address for collection of Tender Document is: Office No. 97, Gaborone City Gaborone, Civic Centre, Plot No. 330, Independence Avenue, Gaborone. Documents may be collected during working days between 0730 hours and 1245 hours and from 1345 hours to 1630 hours with effect from 3rd July, 2020. • Queries relating to the issuances of these documents may be addressed in writing at least five (5) working days before the closing date of the tender to: Principal Administration Officer I or Telephone Nos. 3657517 or 3906285. • Tender offers duly completed are to be submitted in 1 (one) plain and securely sealed envelope clearly marked: “Tender No. GCC/25/2020 - Provision of Catering Services to Gaborone City Council (Finger Food Lunch)” and addressed to: The Town Clerk, Private Bag 0089, Gaborone. Bidders are to submit three (3) sets, one (1) marked “Original” and two (2) marked “Copy”. Tender offers shall be hand-delivered and registered at Gaborone City Council, Office No. 40, Civic Centre, Plot No. 330, Independence Avenue, Main Mall, Gaborone, not later than 0900 hours on 4th August, 2020. • Youth companies should only pay P50.00 (Fifty Pula only) as per Presidential Directive CAB 14 (B)/2015 upon proof of eligibility and certified by the Ministry of Youth Empowerment, Sport and Culture Development. • The closing time for receipt and registration of tender offers is 0900 hours on 4th August, 2020, and the tender offers shall be opened immediately thereafter in the presence of bidders who may wish to be present in the Civic Hall, Civic Centre. Tender offers received and registered after 0900 hours on the closing date and telegraphic, faxed or emailed submissions will not be accepted.

The Local Authorities Procurement Asset Disposal Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, the Gaborone City Council is not bound to accept the lowest or any quotation offer, nor incur any expenses in preparation thereof.

P. M. RAMOTHOKGWANA, Secretary to Adjudication Committee, Gaborone City Council.

First Publication Republic of Botswana - Tender No. PAG & PA/MTC/GPPS/001/2020-2021 Ministry for Presidential Affairs, Governance and Public Administration - Government Printing and Publishing Services

A SUPPLIES FRAMEWORK CONTRACT FOR SUPPLY OF VARIOUS TYPES OF PAPER AND BOARDS FOR TWO YEARS

• SEALED TENDER OFFERS ARE INVITED for the supply of various types of paper and boards. • The Procuring Entity is Government Printing and Publishing Services. • Procurement Method is: Open Domestic Bidding. • Tenderers who are domiciled in Botswana must, in order to be considered for award of the contract, be registered with the Public Procurement and Asset Disposal Board in the following categories: Code: 211 - General Supplies, Sub-Code: 02 - Stationery; or Code: 213 - General Manufacturer, Sub-Code: 10 - Paper and Boards. • 15% Preference Margin as per the Local Procurement Scheme shall be applied in this tender. • Documents may be collected during working days between 0800 hours and 1245 hours and from 1345 hours to 1530 hours with effect from 3rd July, 2020 at Government Bookshop, Government Enclave, Finance House, Plot No. 8843, Khama Crescent, Ground Floor. • A non-refundable deposit of Pl,100.00 (One Thousand One Hundred Pula only) payable in cash or by bank guaranteed cheque made out in favour of the Government of Botswana is required on collection of the Tender Document. • Youth companies will purchase the Tender Document at a non-refundable deposit of P550.00 (Five Hundred and Fifty Pula only) only with proof from Ministry of Youth Empowerment, Sports and Culture Development. • Queries relating to the issuance of these documents may be addressed to: Ms Mirriam Ndjavera, Telephone Nos. 3685200/3685257, Fax No. 3912001, Email: [email protected]. Queries or clarifications relating to the issuance of these documents may be addressed in writing no later than ten (10) days before the tender closing date. • The closing time and date for receipt of sealed tender offers is 1000 hours on 3rd August, 2020. • Late tender offers will not be accepted. • The Bid Submission Method is: One Envelope Submission in which a tenderer’s financial and technical offers are submitted together in one sealed envelope.

• One (1) original tender offer marked “Original” and two (2) copies of the original document marked “Copy” in one sealed envelope clearly marked: “Tender No. PAG & PA/MTC/GPPS/OO1/2020-2021 - A Framework Contract for Supply of Various Types of Paper and Boards for Two Years”.

• The names and address of bidders should be clearly marked on the envelope.

The Public Procurement and Asset Disposal Board Act’s Standardised Conditions of Tender for Supplies apply to this procurement, for which all the applicable Tender Data is contained in the Tender Document. Notwithstanding anything in the foregoing, the Government of Botswana is not bound to accept the lowest or any tender offer.

KELEBOGILE BOIKANYO, Secretary, Ministerial Tender Committee, Ministry for Presidential Affairs, Governance and Public Administration.

First Publication City of Francistown - Re-Tender No. COF/RDS/14/2020 Civil and Mechanical Engineering Services - Roads Division

MAINTENANCE OF ROADS BY RESEALING (8KM) AND ASPHALT OVERLAY (2.0KM)

• TENDER OFFERS ARE INVITED for the provision of maintenance of roads by resealing (8km) and asphalt overlay (2.0km). • The Procuring Department is Civil and Mechanical Engineering Services - Roads Division, City of Francistown Council. • This tender is opened to bidders who are domiciled in Botswana and are 100% citizen owned contractors. Bidders shall, in order to be considered for award of the contract, be registered with the Public Procurement and Asset Disposal Board in the following category: Code: 03 - Civil Engineering, Sub- Code: 01 - Construction- Roads, Infrastructure, Airfields, Grade: A and/or Sub-Code: 04 - Road Surfacing, Grade: A. Local Authorities Procurement and Asset Disposal Act, 2008 shall apply to this tender. • Local Procurement Scheme (LPS) of Presidential Directive No. 19B 2013 will be applied in this tender. Therefore, bidders who qualify under this scheme are required to submit certified copies of Omang. In addition, bidders with disability are required to submit an affidavit that confirms their disability. The physical address for collection of Tender Documents is: Chief Civil and Mechanical Engineering Services Officer’s Office No. 801 at Civic Centre, Ground Floor, Francistown. • Documents can be collected during working hours between 0730 hours and 1245 hours and from 1345 hours to 1630 hours with effect from 6th July, 2020, except for weekends and public holidays. • A non-refundable amount of P500.00 (Five Hundred Pula only) payable in cash is required before collection of the Tender Document. Payments should be made at Office No. 871, Revenue Office, Ground Floor, Civic Centre, City of Francistown Council during work days between 0730 hours and 1245 hours and from 1345 hours to 1530 hours. • Youth companies shall pay P250.00 (Two Hundred and Fifty Pula only) as per Presidential Directive CAB 14(B) of 2015 upon proof of eligibility issued and certified by Ministry of Youth Empowerment, Sport and Culture Development. • Queries relating to the issuance of these documents may be addressed to: Principal Roads Engineer, S. H. Baeletsi, Telephone Nos. 2411831/2411817, Fax No. 2412427. • A compulsory pre-tender meeting with representatives of the Procuring Department will take place at Civic Centre Hall on 17th July, 2020 where further instructions will be given. Registration starts at 0830 hours and closes at 0900 hours. Contractors who come later than the stated time will not be allowed to participate in the site visit activities which follows immediately after the pre-tender meeting. Sending one person to represent more than one company shall not be allowed. • Tender offers from companies that have not attended the pre-tender meeting and site visit will not be considered. • Tenderers who attended the first pre-tender meeting are not obliged to attend. • Tender Documents must be submitted in a sealed envelope clearly marked: “Re-Tender No. COF/RDS/14/2020 - Maintenance of Roads by Resealing (8km) and Asphalt Overlay (2.0 km)”, and addressed to: The Town Clerk, Private Bag 40, Francistown and shall be delivered, registered and deposited into the Tender Box in Office No. 827, Ground Floor, Civic Centre, along Blue Jacket Street, Francistown. • Submission is one (1) original document marked “Original” plus three (3) copies of the original marked “Copy”. • The closing time for receipt of tender offers is 0900 hours on 6th August, 2020. Opening of tender offers will be done immediately after closure of tender on the same day in the Civic Hall, Civic Centre in the presence of bidders wishing to attend. Late tender offers shall not be considered. • Telephonic, telegraphic, telex, facsimile or emailed tender offers will not be accepted.

The Local Authorities Procurement and Asset Disposal Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Bidders shall bear all costs associated with the preparation and submission of their tender offers and the City of Francistown Council hereinafter will under no circumstances be responsible or liable for these costs, regardless of the conduct or outcome of the tender process. Notwithstanding anything in the foregoing, City of Francistown Council is not bound to accept the lowest or any tender offer.

D. P. WILSON, LAPAD Secretary, City of Francistown Council. First Publication City of Francistown Council - Re-Tender No. COF/EDU/15/2020 Education

SUPPLY AND DELIVERY OF 5KG PEANUT BUTTER FOR CITY OF FRANCISTOWN COUNCIL PRIMARY SCHOOLS

• TENDER OFFERS ARE INVITED from 100% citizen owned peanut butter manufacturing companies registered for provision for City of Francistown Council Primary Schools. • The Procuring Department is Education - City of Francistown Council. • Bidders who are domiciled in Botswana shall, in order to be considered for award of the contract, be appropriately licensed to manufacture, supply the item and be in possession of requisite documentation to manufacture such item. Companies registered with (PPADB) on Code: 213 - General Manufactures/Producers, Sub-Code: 01 - Processed Food and Code: 207 - Food Supplies, Sub-Code: 01 - General Food Supplies are eligible to be considered for this tender. • Price margin preference will be applied to bids which qualify under Economic Diversification Drive Scheme in accordance with the Presidential Directive CAB B of 2014. • Local Procurement Scheme - Presidential Scheme Directive No. 19 B of 2013 will be applied on this tender. Therefore, bidders who qualify under this scheme are required to submit certified copies of Omang. In addition, disabled bidders are required to submit an affidavit that confirms their disability. • The physical address for collection of Tender Documents is: Civic Centre, Education Department, Office No. 814, Plot No. 6462657, Ground Floor, Civic Centre, Blue Jacket Street City of Francistown Council. • Documents may be collected during working days between 0730 hours and 1245 hours and from 1345 hours to 1630 hours, except during holidays and weekends, with effect from 6th July, 2020. • Queries or enquiries relating to the issuance of these documents may be addressed to: Chief Education Secretary, L. Botsie, Telephone Nos. 2411050/2411931, Fax No. 2412427. • Tender offers shall be submitted in 1 (one) sealed envelope clearly marked “Original”, plus three (3) copies of the original marked “Copy” at LAPAD Secretary’s Office No. 827, Plot No. 6462657, Ground Floor, Civic Centre, Blue Jacket Street, City of Francistown Council. The closing time for receipt of tender offers is 0900 hours on 5th August, 2020. Opening of tender offers will be done immediately after closure of tender in the Civic Hall, Civic Centre in the presence of bidders wishing to attend. • Late, telephonic, telegraphic, telex, facsimile or emailed tender offers shall not be accepted. • Form of Offer should be filled completely and failure shall render a disqualification. • A bidder wishing to withdraw or modify or replace his or her bid at any time before the tender closing date shall, in writing, notify the Procuring and Disposing Entity of the withdrawal, modify or replace and the withdrawal letter shall be authorised and submitted in the same way as the bids.

The Local Authorities Procurement and Asset Disposal Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Bidders shall bear all costs associated with the preparation and submission of their tender offers and the City of Francistown Council hereinafter will under no circumstances be responsible or liable for these costs, regardless of the conduct or outcome of the tender process. Notwithstanding anything in the foregoing, the City of Francistown Council is not bound to accept the lowest or any tender offer.

D. P. WILSON, LAPAD Secretary, City of Francistown Council. First Publication

Kgatleng District Council - Re-Tender No. KG/ELEC/22/2020

SUPPLY AND INSTALLATION OF 80W COMPACT SOLAR POWERED STREETLIGHTS AT ARTESIA VILLAGE

• KGATLENG DISTRICT COUNCI1 intends to finance or undertake a service contract for supply and installation of 80w compact solar powered streetlights at Artesia Village. • The Council pre-tender estimate is P 333,291.66. • The Kgatleng District Council invites sealed bids from eligible bidders (100% citizen contractors registered with the Public Procurement and Asset Disposal Board (PPADB) in Grade: A, under Code: 02 - Electrical Engineering Works, Sub-Code: 05 - Photovoltaic Systems for the above described works. Local Procurement Scheme shall apply. • The physical address for collection of Tender Documents is: Office of the Principal Electrical Engineer, Council Transport premises, Raserura Industrial Site, next to Fire Station in . • Documents may be collected during working hours between 0800 hours and 1245 hours and from 1345 hours to 1630 hours with effect from 10th July, 2020. • A non-refundable deposit of P65.00 (Six-Five Pula only) payable in cash to Kgatleng District Council, Revenue Office No. 35 at the Rural Administration Centre, from Monday to Friday, 0800 hours and 1245 hours and from 1345 hours to 1530 hours. (Youth is required to pay 50% of the payable amount upon producing IDs and Form of shares). A receipt is required on collection of the Tender Documents. • Queries/clarifications relating to the issuance of these documents may be addressed to: Principal Electrical Engineer I, Mr O. Nthokana or Ms L. Chizanga, Telephone Nos. 5773425/418 or Fax. Nos. 5729171/5777216, Kgatleng District Council. • Tender offers should be delivered to the LAPAD Office No. 6 at Fire Station Offices, Raserura, Mochudi. Tender offers received after 0900 hours on the closing date, telegraphic, faxed or emailed submissions will not be accepted. Bidders must submit one (1) “Original” and three (3) copies clearly marked “Copy” as such in one single envelope labelled: “Re-Tender No. KG/ELEC/22/2020 - A Works Contract for Supply and Installation of 80W Compact Solar Powered Streetlights at Artesia Village”. • The closing time for receipt and registration of tender offers is 0900 hours on 14th August, 2020 and tender offers will be opened immediately after closure at the Fire Station Conference Room located in Mochudi. Interested bidders are welcome to attend the opening of the bids at their own costs. • Bidders who hold the same Shareholding and Directorship will not be allowed to submit more than one (1) bid. This will be ascertained by completing the Declaration Form for Tendering Purposes.

The Local Authorities Procurement and Asset Disposal (LAPAD) Act, 2008 apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, Kgatleng District Council is not bound to accept the lowest or any tender offer, nor incur expenses in preparation thereof.

K. MENO, for Council Secretary, Kgatleng District Council.

First Publication

Kgatleng District Council - Re-Tender No. KG/ELEC/23/2020

SUPPLY AND INSTALLATION OF 80W COMPACT SOLAR POWERED STREETLIGHTS AT VILLAGE

• KGATLENG DISTRICT COUNCIL INTENDS to finance or undertake a service contract for supply and installation of 80w compact solar powered streetlights at Leshibitse Village. • The Council pre-tender estimate is P 528,291.66. • The Kgatleng District Council invites sealed bids from eligible bidders (100% citizen contractors registered with the Public Procurement and Asset Disposal Board (PPADB) in Grade: B under Code: 02 - Electrical Engineering Works, Sub-Code: 05 - Photovoltaic Systems for the above described works. Local Procurement Scheme shall apply. • The physical address for collection of Tender Documents is: Office of the Principal Electrical Engineer, Council Transport premises, Raserura Industrial Site, next to Fire Station in Mochudi. • Documents may be collected during working days between 0800 hours and 1245 hours and from 1345 hours to 1630 hours with effect from 10th July, 2020. • A non-refundable deposit of Pl50.00 (One Hundred and Fifty Pula only) payable in cash to Kgatleng District Council, Revenue Office No. 35 at the Rural Administration Centre, from Monday to Friday, 0800 hours and 1245 hours and from 1345 hours to 1530 hours. (Youth is required to pay 50% of the payable amount upon producing IDs and Form of Shares). A receipt is required on collection of the Tender Documents. • Queries/clarifications relating to the issuance of these documents may be addressed to: Principal Electrical Engineer I, Mr O. Nthokana or Ms L. Chizanga, Telephone Nos. 5773425/418 or Fax. Nos. 5729171/5777216, Kgatleng District Council. • Tender offers should be delivered to the LAPAD office No. 6 at Fire Station Offices, Raserura, Mochudi. Tender offers received after 0900 hours on the closing date, telegraphic, faxed or emailed submissions will not be accepted. Bidders must submit one (1) original and three (3) copies clearly marked as such in one single envelope labelled: “Re-Tender No. KG/ELEC/23/2020 - A Works Contract for Supply and Installation of 80W Compact Solar Powered Streetlights at Leshibitse Village”. • The closing time for receipt and registration of tender offers is 0900 hours on 14th August, 2020 and tender offers will be opened immediately after closure at the Fire Station, Conference Room located in Mochudi. Interested bidders are welcome to attend the opening of the bids at their own costs. • Bidders who hold the same Shareholding and Directorship will not be allowed to submit more than one (1) bid. This will be ascertained by completing the Declaration Form for Tendering Purposes.

The Local Authorities Procurement and Asset Disposal (LAPAD) Act 2008 apply to this procurement for which all the applicable Tender Data is contained in the Tender Documents. Notwithstanding anything in the foregoing, Kgatleng District Council is not bound to accept the lowest or any tender offer, nor incur any expenses in preparation thereof.

K. MENO, for Council Secretary, Kgatleng District Council.

North-West District Council - Tender No. NWDC/HQ/AB/01/2020-2021 Department of Architecture and Building Services

A WORKS TENDER FOR CONSTRUCTION OF ADDITIONAL CARPORTS IN RAC

• TENDER OFFERS ARE INVITED from 100% citizen owned companies for a works tender for construction of additional carports in RAC. • The Procuring Entity is Department of Architecture and Building Services - North-West District Council. • Procurement Method is: Open Domestic Bidding.

• The tender is fully reserved to 100% citizen companies; registered with the Public Procurement and Asset Disposal Board (PPADB) in the following category: Code: 01 - Building, Sub-Code: 01 - Building Construction, Works and Maintenance, Grade: OC. • Bidding will be conducted in accordance with the Competitive Bidding Procedures contained in the Local Authorities Procurement and Asset Disposal (LAPAD) Regulations, 2009. • Collection of documents is free. • The physical address for collection of Tender Documents is: Office No. 108, Buildings, First Floor, Green Block, Rural Administration Centre, Maun. Documents may be collected during normal working hours between 0730 hours and 1245 hours and from 1345 hours to 1630 hours, except during public holidays and weekends with effect from 6th July, 2020. • Compulsory tender clarification and site visit meeting will take place at RAC, Maun, on 23rd July, 2020, starting from 0945 hours to 1015 hours. No bidder shall be allowed to represent more than one company. The tender clarification and site visit meeting are a pre-requisite and as such those not attending will not be eligible under evaluation and adjudication for award. • Queries relating to the issue of this document shall be addressed to: K. Dengu, Telephone No. 6860476, Fax No. 6860029. All queries should be in writing and deadline for the same is five (5) working days before the closing date of the tender. • The Bid Submission Method is: One Stage-Single Envelope Submission in which the bidder’s financial and technical offer is submitted together in one sealed envelope. • Completed tender offers are to be submitted in plain sealed envelopes clearly marked: “Tender No. NWDC/ HQ/AB/01/2020-2021 - A Works Tender for Construction of Additional Carports on RAC”, and addressed to: Council Secretary, North-West District Council, Private Bag 01, Maun, and shall be registered and deposited into the Tender Box in Office No. 017, Ground Floor, Green Block, Rural Administration Centre, Maun. • The closing time for receipt of tender offers is 0900 hours on 7thAugust, 2020 and tender offers opening will be done immediately after closing at LAPAD Secretary’s office in the presence of bidders who wish to attend at their own expenses. • Late, telephonic, telegraphic, telex, facsimile or emailed tender offers shall not be accepted. • Submission of more than one bid with the same Shareholdings and Directorship are strictly prohibited. Companies with more than one submission will be disqualified for further processing as such prohibits fair competition and bid fairness as per LAPAD Act, section 34 (a, b) and Competition Act, section 25 (c).

The Local Authorities Procurement and Asset Disposal Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Bidders shall bear all costs associated with the preparation and submission of their tender offers and the North- West District Council hereinafter will under no circumstances be responsible or liable for these costs, regardless of the conduct or outcome of the tender process.

M. DIKGANG, for Council Secretary, North-West District Council. First Publication

North-West District Council - Tender No. NWDC/HQ/AB/02/2020-2021 Department of Architecture and Building Services

A WORKS TENDER FOR CONSTRUCTION OF BOUNDARY WALL FOR RAC PREMISES IN MAUN

• TENDER OFFERS ARE INVITED from 100% citizen owned companies for a works tender for construction of boundary wall for RAC premises in Maun. • The Procuring Entity is Department of Architecture and Building Services - North-West District Council. • Procurement Method is: Open Domestic Bidding. • The tender is fully reserved to 100% citizen companies; registered with Public Procurement and Asset Disposal Board (PPADB) in the following category: Code: 01 - Building, Sub-Code: 01 - Building Construction, Works and Maintenance, Grade: OC. • Bidding will be conducted in accordance with the Competitive Bidding Procedures contained in the Local Authorities Procurement and Asset Disposal (LAPAD) Regulations, 2009. • A non-refundable fee of P65.00 (Sixty-Five Pula only) payable in cash only must be paid at Council Revenue Office at Blue Block, Rural Administration Centre, Maun, during normal working days between 0730 hours and 1245 hours and from 1345 hours to 1530 hours. The receipt will be required on collection of the Tender Document. Note: Youth companies will be sold. Tender Document at the charge of 50% of the selling price as per Presidential directive CAB 14 (B) 2015. Omang and Directors form including attachments required there in, that is Form 2 (b) and 2 (c) will be required as a proof at Point of Sale. • The physical address for collection of Tender Documents is: Office No. 108, Buildings, First Floor, Green Block, Rural Administration Centre, Maun. Documents may be collected during normal working hours between 0730 hours and 1245 hours and from 1345 hours to 1630 hours, except during public holidays and weekends, with effect from 6th July, 2020. • Compulsory tender clarification and site visit meeting will take place at RAC, Maun, on 23rd July, 2020, starting from 1030 hours to 1100 hours. No bidder shall be allowed to represent more than one company. The tender clarification and site visit meeting are a pre-requisite and as such those not attending will not be eligible under evaluation and adjudication for award. • Queries relating to the issuance of this document shall be addressed to: K. Dengu, Telephone No. 6860476, Fax No. 6860029. All queries should be in writing and deadline for the same is five (5) working days before the closing date of the tender. • The Bid Submission Method is: One Stage-single Envelope Submission in which the bidder’s financial and technical offer is submitted together in one sealed envelope. • Completed tender offers are to be submitted in plain sealed envelopes clearly marked: “Tender No. NWDC/ HQ/AB/02/2020-2021 - A Works Tender for Construction of Boundary Wall for RAC Premises in Maun”, and addressed to: Council Secretary, North-West District Council, Private Bag 01, Maun and shall be registered and deposited into the Tender Box in Office No. 017, Ground Floor, Green Block, Rural Administration Centre, Maun. • The closing time for receipt of tender offers is 0900 hours on 7th August, 2020 and tender offer opening will be done immediately after closing at LAPAD Secretary’s office in the presence of bidders who wish to attend at their own expenses. • Late, telephonic, telegraphic, telex, facsimile or emailed tender offers shall not be accepted. • Submission of more than one bid with the same Shareholdings and Directorship are strictly prohibited. Companies with more than one submission will be disqualified for further processing as such prohibits fair competition and bid fairness as per LAPAD Act, section 34 (a, b) and Competition Act, section 25 (c).

The Local Authorities Procurement and Asset Disposal Act’s Standardised Conditions of Tender apply to this procurement, for which all the applicable Tender Data is contained in the Tender Documents. Bidders shall bear all costs associated with the preparation and submission of their tender offers and the North- West District Council hereinafter will under no circumstances be responsible or liable for these costs, regardless of the conduct or outcome of the tender process.

M. DIKGANG, for Council Secretary, North-West District Council. First Publication