Tenders in national
Latest government contracts and business opportunities in national
Expression of Interest - South African
Returnable Documents:
Fortinet - Electoral Commission
Returnable Documents:
The Appointment of a Service Provider - Land And
Returnable Documents:
Appoint a Service Provider to Implement an Enterprise Learning Platform. - Idc
Returnable Documents:
Appointment of Service Provider - Construction Industry
Returnable Documents:
The appointment of a Service Provider - Health
Returnable Documents:
Curry Out White Boxing - Water Research
1. The service provider must submit A fully compliant Health & Safety file for the project, including method statements and risk assessments aligned with the scope of works. 2. A signed Section 37(2) Agreement between WRC (as the client) and the appointed contractor. 3. The successful service provider must submit OHS safety plan 4. Proof of the contractor’s statutory compliance, including: Letter of Good Standing with the Compensation Fund 5. Valid Public Liability Insurance 6. Competency certificates for all personnel operating on site 7. Contractor appointment letters 8. A work programme indicating timelines, access requirements, and any anticipated disruptions. 9. Service provider must ensure that the following close-out documents are submitted to the WRC 10. Certificate of Compliance (CoC) for all electrical work. 11. Certificate of Compliance for any fire detection. 12. Plumbing CoC 13. HVAC commissioning reports and CoCs (if applicable). 14. Final snag list closure confirmation and handover documentation. 7. PERIOD / DURATION OF PROJECT / ASSIGNMENT Once off 8. PAYMENT: The WRC will be invoiced according to the total project completion of all services rendered payment will be affected 30 days from the date of the invoice. 9. STANDARD CONDITIONS OF THE TENDER i. Bidders must complete SBD 4, SBD 6.1, ii. Bidders must also submit a valid tax clearance certificate; and a valid B-BBEE certificate (original or certified copy) to the WRC offices PRIOR or by the closing date, if the WRC is not already in possession of these certificates; iii. It is the responsibility of prospective bidders to ensure that all bid documents are submitted before the closing time and date of the tender; iv. The WRC reserves the right to award or not to award this contract; v. The WRC will enter into a formal contract with one successful bidder; vi. The WRC reserves the right to terminate the contract should the performance of the service provider be unsatisfactory; vii. Bids received after closing time and date will be classified as LATE and will NOT be considered; viii. Although adequate thought has been given in the drafting of this document, errors may occur which the WRC will not be responsible for; ix. Any change of information provided in the tender document that may affect delivery of the service should be brought to the WRC’s attention as soon as possible. Failure to comply with this may result in the contract being terminated; x. Service providers presenting information intentionally incorrectly or fraudulently will be disqualified; xii. Service providers who have been declared insolvent and wish to do business with the WRC must have been rehabilitated and provide the necessary proof thereof; xiii. The WRC reserves the right to award, cancel or partially award this contract. xiv. The National Treasury General Conditions of Contract will be applicable to this tender (available on the National Treasury website); xv. Bidders must complete and attach all relevant standard bid document; xvi. All prices quoted must be VAT inclusive; where applicable xvii. Only those bidders, who have met the minimum functional criteria, as stipulated above, may be invited to present their proposal as required. Please note that bidders, who may be invited for presentations, may have their technical scores re-evaluated. xviii. For those bidders who have met the minimum functional criteria, as stipulated above, the WRC has the right to visit the business premises to verify the information provided in the tender documents; please note that bidders who may have their premises inspected, may have their technical scores re-evaluated. xix. Short-listed companies could be invited to present and discuss their proposals. xx. A service level agreement will be entered into between the WRC and the successful respondent. 10. CLOSING DATE AND TIME The closing date for the RFQ is the 23 January 2026 @ 11h00. Quotations should be sent to quotations@wrc.org.za to reach the WRC before 11h00 on the closing date and time.
REQUEST - National Home
Returnable Documents:
Appointment of a Panel of Five (5) Service Providers - Office Of
5.1. The following are the special conditions applicable to this request for proposals.The OPFA will not accept the bid, if the OPFA is satisfied that any person (including an employee, partner, director or shareholder of the tenderer or a person acting on behalf of or with the knowledge of the tenderer), firm or company: 5.1.1. Is executing a contract with the OPFA unsatisfactorily. 5.1.2. Is restricted from doing business with the state or employed by the state 5.1.3. Has in any manner been involved in a corrupt act in relation or other gift or remuneration to any officer or employee of the OPFA in connection with obtaining or executing a contract. 5.1.4. Has acted in bad faith, in a fraudulent manner or committed an offence in obtaining or executing a contract. 5.1.5. Has in any manner influenced or attempted to influence the awarding of OPFA’s bid. 5.1.6. Has, when advised that their tender has been accepted, given notice of his inability to execute or sign the contract. 5.1.7. Has engaged in any anti-competitive behaviour, including having entered into any agreement or arrangement, whether legally binding or not, with any other person, firm or company to refrain from tendering for this contract, or relating to the tender price to be submitted by either party. 5.1.8. Has disclosed to any other person, any information relating to this bid, except where disclosure, in confidence, was necessary to obtain quotations required for the preparation of the tender or required by law; 5.1.9. The OPFA may, in addition to any other legal recourse which it may have, cancel the contract between the OPFA and such a person and/or resolve that no tender from such a person will be considered for a specified period. 5.1.10. The award of this tender may be subjected to price negotiation with the highest point scorer in terms of the preferential procurement regulation if the price offered is considered not to be market related. BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 5.2. The OPFA may amend any bid conditions, bid validity period, tender specifications, or extend the bid’s closing date, all before the bid closing date. All bidders, to whom the tender documents have been issued and where the OPFA have record of such bidders, may be advised in writing of such amendments in good time and any such changes will also be posted on the OPFA’s website under the relevant tender information. All prospective bidders must, therefore, ensure that they visit the website regularly and before they submit their bid response to ensure that they are kept updated on any amendments in this regard. 5.3. The OPFA reserves the right not to accept the lowest priced bid or any bid in part or in whole. The OPFA reserves the right to award this bid as a whole or in part. 5.4. The OPFA reserves the right to conduct site visits at bidder’s corporate offices and/or at client sites if so required. 5.5. The OPFA reserves the right to request all relevant information, agreements and other documents to verify information supplied in the bid response. The bidder hereby gives consent to the OPFA to conduct background checks on the bidding entity and any of its directors/trustees/shareholders/members. 6. UNDERTAKING BY THE BIDDER 6.1. By submitting a bid in response to this tender, the bidder will be taken tohave offered to render all or any of the services described in the bid response submitted by it to the OPFA on the terms and conditions and in accordance with the specifications stipulated in this tender document. 6.2. The bidder agrees that the offer contained in its bid shall remain binding and receptive for acceptance by the OPFA during the bid validity period indicated in the tender and calculated from the bid closing date and its acceptanceshall be subject to the terms and conditions contained in this tender document read with the bid. 6.3. The bidder furthermore confirms that he has satisfied himself as to the correctness and validity of his bid response; that the price(s) and rate(s) quoted cover all the work/item(s) specified in the bid response documents; and that the price(s) and rate(s) cover all his obligations under a resulting. BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 contract for the services contemplated in this tender; and that he accepts that any mistakes regarding price(s) and calculations will be at their own risk. 6.4. The successful bidder accepts full responsibility for the proper execution and fulfilment of all obligations and conditions devolving under the supply agreement and Service Level Agreement (SLA) to be concluded with OPFA, as the principal(s) liable for the due fulfilment of such contract. 6.5. The bidder accepts that all costs incurred in the preparation, presentation and demonstration of the solution offered shall be for the account of the bidder. All supporting documentation and manuals submitted with the bid will become OPFA property unless otherwise stated by the bidder/s at the time ofsubmission. 7. ENQUIRIES REGARDING TENDER 7.1. Any questions regarding this tender shall be submitted in writing to the official mentioned in the Tender Notice, enquiries must be sent to tenders@pfa.org.za by not later than 26 January 2026. Enquiries received after this date will not be responded to. 8. COMPULSORY TENDER BRIEFING 8.1. There will be no briefing for this session. 9. TENDER SUBMISSIONS 9.1. Completed documents with supporting annexures shall be packaged, sealed, clearly marked, and submitted on or before the closing date and time. Closing date: 04 February 2026 Time: 11H00 Tender No: OPFA/HR/042025 9.2. Bids must be hand delivered to the OPFA’s address as follows. 41 Matroosberg Road Riverwalk Office Park Block A, Fourth Floor Ashlea Gardens, Pretoria BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 INITIAL HERE 9.3. Late submissions and bids submitted by means of e-mail, telegram, telex facsimile, electronic or similar means shall not be considered. 10. TENDER SUBMISSION FORMAT 10.1. The OPFA requires one original copy of the bid completed bid document and supporting documents (hard copy) and one soft copy in a memory stick or compact disc. All submissions must be made as per paragraph 10 above. 11. REGISTRATION WITH CENTRAL SUPPLIER DATABASE 11.1. The OPFA will not award any bid to a supplier who is not registered as a prospective supplier on the Central Supplier Database (CSD) as required in terms of National Treasury National Treasury SCM Instruction Note 4A of 2016/2017. 12. BID VALIDITY PERIOD 12.1. The bid validity period will be one hundred and twenty (120) days from the closing of the tender. 13. ADDITIONAL INFORMATION REQUIRED 13.1. The following additional information is required: A sworn declaration and/or proof that a bidder: 13.1.1. Is not participating and contributing to any retirement fund for its employees 13.1.2. Is participating and contributing to a pension or provident fund and contributions are not in arrears. As proof, a confirmation of their contribution status from their retirement fund administrator must be submitted together with the declaration. BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 INITIAL HERE 14. PROTECTION OF PERSONAL INFORMATION 14.1. Personal Information” means personal information as defined in the Protection of Personal Information Act, 2013 (Act No. ), as amended from time to time. 14.2. All information collected and submitted by the bidders will be used by the OPFA for the evaluation and adjudication of this bid to determine the bidders’ suitability and compliance to deliver the goods/services required. By submitting this bid the bidder gives consent for the OPFA to process the personal information provided by the bidder accordingly. 14.3. Personal Information” (PI) shall mean the race, gender, sex, pregnancy, marital status, national or ethnic origin, colour, sexual orientation, age, physical or mental health, disability, religion, conscience, belief, culture, language and birth of a person; information relating to the education or the medical, financial, criminal or employment history of the person; any identifying number, symbol, email address, physical address, telephone number, location information, online identifier or other particular assignment to the person; the biometric information of the person; the personal opinions, views or preferences of the person; correspondence sent by the person that is implicitly or explicitly of a private or confidential nature or further correspondence that would reveal the contents of the original correspondence; the views or opinions of another individual about the person whether the information is recorded electronically or otherwise. 14.4. The parties acknowledge that for the purposes of this bid and agreement the parties may come into contact with or have access to PI and other information that may be classified, or deemed as private or confidential and for which the other party is responsible. Such PI may also be deemed or considered as private and confidential as it relates to any third party who may be directly or indirectly associated with this agreement. Further, it is acknowledged and agreed by the parties that they have the necessary consent to share or disclose the PI and that the information may have value. 14.5. The parties agree that they will at all times comply with POPIA’s Regulations and Codes of Conduct and that it shall only collect, use and process PI it comes into contact with pursuant to this agreement in a lawful manner, and only to the extend required to execute the services, or to provide the goods and to perform their respective obligations in terms of this agreement. 14.6. The parties agree that it shall put in place, and at all times maintain, appropriate physical, technological, and contractual security measures to ensure the protection and confidentiality of PI that it, or its employees, its contractors or other authorised individuals BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 INITIAL HERE comes into contact with pursuant to this agreement. 14.7. Notify each other immediately where it has reasonable grounds to believe that the Personal Information in respect of this agreement, which has been provided to it including any Personal Information which it has processed, has been lost, destroyed, or accessed or acquired by any unauthorised person. 14.8. Unless so required by law, the parties agree that it shall not disclose any PI as defined in POPIA to any third party without the prior written consent of the other party, notwithstanding anything to the contrary contained herein, shall any party transfer any PI out of the Republic of South Africa. 14.9. The bidder and OPFA will implement all the necessary processes and programs to ensure that all the data is secure at all times and not accessible by any unauthorised parties. BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 INITIAL HERE STANDARD BIDDING FORMS YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE OFFICE OF PENSION FUNDS ADJUDICATOR BID NUMBER: OPFA/HR/042025 CLOSING DATE: 04 FEBRUARY 2026 CLOSING TIME: 11:00 DESCRIPTION APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES BID RESPONSE DOCUMENTS MUST BE SUBMITTED AT BID MUST BE SUBMITTED TO: 41 MATROOSBERG ROAD, RIVERWALK OFFICE PARK, ASHLEA GARDENS, 0081, 4TH FLOOR BLOCK A BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO: CONTACT PERSON Magadi Tshitannye CONTACT PERSON Magadi Tshitannye TELEPHONE NUMBER 012 748 4000 TELEPHONE NUMBER 012 748 4000 FACSIMILE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS tenders@pfa.org.za E-MAIL ADDRESS tenders@pfa.org.za SUPPLIER INFORMATION NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE NUMBER CODE NUMBER CELLPHONE NUMBER FACSIMILE NUMBER CODE NUMBER E-MAIL ADDRESS VAT REGISTRATION NUMBER SUPPLIER COMPLIANCE TAX OR CENTRAL STATUS COMPLIANCE SUPPLIER MAAA SYSTEM PIN: DATABASE No: B-BBEE STATUS LEVEL TICK APPLICABLE BOX] B-BBEE STATUS LEVEL [TICK APPLICABLE BOX] VERIFICATION CERTIFICATE SWORN AFFIDAVIT Yes No Yes No [A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE] ARE YOU THE ACCREDITED Yes No ARE YOU A FOREIGN BASED Yes No REPRESENTATIVE IN SOUTH SUPPLIER FOR THE AFRICA FOR THE GOODS [IF YES ENCLOSE PROOF] GOODS/SERVICES /WORKS [IF YES, ANSWER /SERVICES OFFERED? THE /WORKS OFFERED? QUESTIONNAIRE BELOW] QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW. PART B: TERMS AND CONDITIONS FOR BIDDING BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION. 1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED– (NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN THE BID DOCUMENT. 1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2022, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT. 1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7). 2. TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS. 2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS. 2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA. 2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID. 2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER. 2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED. 2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE.” NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. SIGNATURE OF BIDDER: ................................................... CAPACITY UNDER WHICH THIS BID IS SIGNED: ................................................... (Proof of authority must be submitted e.g. company resolution) DATE: ................................................... BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 SBD 4: BIDDER’S DISCLOSURE 1. PURPOSE OF THE FORM 1.1. Any person (natural or juristic) may make an offer or offers in terms of this invitation to bid. In line with the principles of transparency, accountability, impartiality, and ethics as enshrined in the Constitution of the Republic of South Africa and further expressed in various pieces of legislation, it is required for the bidder to make this declaration in respect of the details required hereunder. 1.2. Where a person/s are listed in the Register for Tender Defaulters and / or the List of Restricted Suppliers, that person will automatically be disqualified from the bid process. 2. Bidder’s declaration 2.1. Is the bidder, or any of its directors / trustees / shareholders / members / partners or any person having a controlling interest1 in the enterprise, employed by the state? YES/NO 2.1.1. If so, furnish particulars of the names, individual identity numbers, and, if applicable, state employee numbers of sole proprietor/ directors / trustees / shareholders / members/ partners or any person having a controlling interest in the enterprise, in table below. Full Name Identity Number Name of State institution 2.2. Do you, or any person connected with the bidder, have a relationship with any person who is employed by the procuring institution? YES/NO 2.2.1 If so, furnish particulars: ................................................................................................ 1 the power, by one person or a group of persons holding the majority of the equity of an enterprise, alternatively, the person/s having the deciding vote or power to influence or to direct the course and decisions of the enterprise. BID DOCUMENT-APPOINTMENT OF A PANEL OF FIVE (5) SERVICE PROVIDERS FOR THE PROVISION OF HUMAN RESOURCES (HR) SERVICES of 33 INITIAL HERE ................................................................................................ 2.3. Does the bidder or any of its directors / trustees / shareholders / members / partners or any person having a controlling interest in the enterprise have any interest in any other related enterprise whether or not they are bidding for this contract? YES/NO 2.3.1. If so, furnish particulars: ........................................................................................ ........................................................................................
CONDUCT A - National Skills
Returnable Documents:
Provision of Cleaning Services - Umgeni Water
Returnable Documents:
Provision of Industrial Hygiene and Deep Clean Services - Umgeni Water
Returnable Documents:
Request - Health
Returnable Documents:
Appointment of an Occupational Health and Safety Consultant - Development Bank
Returnable Documents:
Request - Eskom
Request for Proposal for purchase and beneficiation of Ash Clinker at Eskom Distribution Ash Dump in Witbank
terminate with a one month notice) - Public Works
Returnable Documents:
terminate with a one month notice) - Public Works
Returnable Documents:
Application System Testing and Assurance Services - Electoral Commission
Returnable Documents:
Service National Transmission Company South Africa (ntcsa) Demand - Eskom
Returnable Documents:
National Procurement in South Africa
National government procurement in South Africa is governed by the Public Finance Management Act (PFMA) and the Preferential Procurement Policy Framework Act (PPPFA). Understanding these frameworks is essential for successful bid submissions.
Key National Procurement Entities
State-Owned Enterprises (SOEs)
- Eskom: Energy sector tenders, power station maintenance, renewable energy projects
- Transnet: Port operations, freight rail, pipeline infrastructure
- SANRAL: Road construction, highway maintenance, toll operations
- PRASA: Commuter rail, station upgrades, fleet procurement
Federal Departments
- Department of Public Works and Infrastructure
- Department of Health
- Department of Basic Education
- South African Police Service (SAPS)
- Department of Defence
Tips for Winning National Tenders
- Register on CSD: Central Supplier Database registration is mandatory
- Maintain Tax Compliance: Valid Tax Clearance Certificate required
- B-BBEE Certification: Higher B-BBEE levels provide competitive advantage
- CIDB Registration: Required for all construction-related tenders
- Consortium Bidding: Partner with established suppliers for large contracts
Frequently Asked Questions
Browse national Tenders by Category
Find specific types of tender opportunities in national
No categories with active tenders in national at the moment.
Browse all categories →Tendering in national
Expert guides and insights for winning tenders in this province
Mbombela Local Municipality Tender Portal Registration Guide
Complete Mbombela local municipality tender portal registration guide. Access Nelspruit municipal procurement and Mpumalanga opportunities.
Complete Guide to KwaZulu-Natal Tenders - Provincial Procurement 2025
Comprehensive guide to securing government tenders in KwaZulu-Natal. Learn about the Durban municipality tender portal registration 2025, how to find government tenders in KZN, and port logistics opportunities.
Complete Guide to Western Cape Tenders - Provincial Procurement 2025
Comprehensive guide to securing government tenders in Western Cape. Learn about the Western Cape government tender portal registration guide, City of Cape Town municipality tender opportunities 2025, and solar energy tenders.
Mahikeng Local Municipality Service Delivery Tenders
Access Mahikeng local municipality service delivery tenders. Guide to North West capital procurement and municipal services.
Western Cape Supplier Database Registration - Complete Setup Guide
Step-by-step guide to registering on Western Cape supplier databases. CSD, provincial portals, municipal systems, and sector-specific registrations with verification procedures and troubleshooting.
uMgungundlovu District Municipality Tenders for Local Businesses
Access uMgungundlovu district municipality tenders for local businesses. Guide to Pietermaritzburg area municipal procurement and local preference opportunities.