Skip to main content
Province

Tenders in national

Latest government contracts and business opportunities in national

Active Tenders
199
Filter by Province:
Sort by:
IEC/EM-02/2025Supplies: Office & StationeryNational

Technical Audio-Visual Services - Electoral Commission

Electoral Commission (IEC)
Key Requirements:

Returnable Documents:

Closes:30 Jan 202613 days remaining
HO4/2025Supplies: Office & StationeryNational

Appointment of a Panel of Service Providers - Correctional Services

Unknown Organization
Key Requirements:

Returnable Documents:

Closes:16 Feb 202630 days remaining
ECIC04P-2025/26TelecommunicationsNational

Short-term Insurance Brokerage Services - Export Credit

Export Credit Insurance Corporation of South Africa Limited
Key Requirements:

Returnable Documents:

Closes:27 Jan 202610 days remaining
E2355NTCSAMWPTelecommunicationsNational

Execute and complete Stage 1 - Initial Phase and Stage 2 - Execution Phase, o...

Unknown Organization

Execute and complete Stage 1 - Initial Phase and Stage 2 - Execution Phase, of the NTCSA Industrialization Strategy by the end of FY28 for a period of two (2) years.

Closes:30 Jan 202613 days remaining
RFB 07 2025TelecommunicationsNational

REQUEST - Justice &

Unknown Organization
Key Requirements:

Returnable Documents:

Closes:28 Jan 202611 days remaining
RFQ 28/2025TelecommunicationsNationalUrgent

Procurement of Board Management and Company Secretarial Workflow Software - P...

Postbank SOC
Key Requirements:

Returnable Documents:

Closes:19 Jan 20262 days remaining
COR8097/2025/RFPSupplies: Office & StationeryNational

Airports Company South Africa. - Airports Company

Unknown Organization

Request for Proposal for Supply, Installation, Commissioning, Support and Maintenance of IT Compute Services for a Period of 60 Months to Airports Company South Africa.

Closes:20 Feb 202634 days remaining
COR8084/2025/RFPSupplies: Office & StationeryNational

Airports Company South Africa. - Airports Company

Unknown Organization
Key Requirements:

Returnable Documents:

Closes:20 Feb 202634 days remaining
COR8085/2025/RFPSupplies: Office & StationeryNational

Request for Proposal for the Supply, Installatio - Airports Company

Unknown Organization

Request for Proposal for the Supply, Installation, Commissioning, Support and Maintenance of IT Facilities Power; Cooling; Fire Suppression & Cabling Infrastructure (it Physical) Services Period of 60 Months to Airports Company South Africa.

Closes:20 Feb 202634 days remaining
DFFE RFQ010 (25/26)Supplies: GeneralNational

Revise 2012 National - National -

Unknown Organization
Key Requirements:

Returnable Documents:

Closes:04 Feb 202618 days remaining
COR8086/2025/RFPSupplies: Office & StationeryNational

Airports Company South Africa. - Airports Company

Airports Company of South Africa
Key Requirements:

Returnable Documents:

Closes:20 Feb 202634 days remaining
CSIR RFP 1210/23/01/2026Professional ServicesNationalUrgent

Request - Council for

Council for Scientific and Industrial Research (CSIR)
Key Requirements:

The CSIR reserves the right to: 14.1 Extend the closing date of this RFP; 14.2 Correct any mistakes before closing date and time of the tender that may have been in the Bid documents or occurred at any stage of the tender process; 14.3 Verify any information contained in the bidder’s submission; 14.4 Request documentary proof regarding the bidder’s submission; Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 14.5 Carry out site inspections, product evaluations or explanatory meetings in order to verify the nature and quality of the product/service offered by the bidder(s) or verify any information whether before or after the adjudication of this RFP; 14.6 Award this tender to a bidder that did not score the highest total number of points, only in accordance with Section 2(1)(f) of the PPPFA (Act ); 14.7 Request audited financial statements or other documents for the purpose of a due diligence exercise to determine if the bidder will be able to execute the contract; 14.8 Award this RFP as a whole or in part; 14.9 Award this RFP to multiple bidders; 14.10 Cancel and/or terminate the tender process at any stage, including after the Closing Date and/or after presentations have been made, and/or after tenders have been evaluated and/or after the preferred bidder(s) have been notified of their status as such; 14.11 Post tender negotiate on any elements on the bid, including but not limited to technical, transformation, price, and contractual terms and conditions.; 14.12 Not to award a contract to a bidder who is associated with a security breach that materially adversely affects other entities or if any directors or officers of a bidder are formally charged of fraudulent or illegal conduct which, would harm the CSIR’s reputation by its continued association with the bidder. 15 CONFLICT OF INTEREST, CORRUPTION AND FRAUD 15.1 The CSIR reserves its right to disqualify any bidder who either itself or any of whose members (save for such members who hold a minority interest in the bidder through shares listed on any recognised stock exchange), indirect members (being any person or entity who indirectly holds at least a 15% interest in the bidder other than in the context of shares listed on a recognised stock exchange), directors or members of senior management, whether in respect of CSIR or any other government organ or entity and whether from the Republic of South Africa or otherwise ("Government Entity") Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation a. engages in any collusive tendering, anti-competitive conduct, or any other similar conduct, including but not limited to any collusion with any other bidder in respect of the subject matter of this bid; b. seeks any assistance, other than assistance officially provided by a Government Entity, from any employee, advisor or other representative of a Government Entity in order to obtain any unlawful advantage in relation to procurement or services provided or to be provided to a Government Entity; c. makes or offers any gift, gratuity, anything of any value or other inducement, to any Government Entity's officers, directors, employees, advisors or other representatives in order to obtain any unlawful advantage in relation to procurement or services provided or to be provided to a Government Entity; d. accepts anything of value or an inducement that would or may provide financial gain, advantage or benefit in relation to procurement or services provided or to be provided to a Government Entity; e. pays or agrees to pay to any person any fee, commission, percentage, brokerage fee, gift or any other consideration, that is contingent upon or results from, the award of any tender, contract, right or entitlement which is in any way related to procurement or the rendering of any services to a Government Entity; f. has in the past engaged in any matter referred to above; or g. has been found guilty in a court of law on charges of fraud and/or forgery, regardless of whether or not a prison term was imposed and despite such bidder, member or director’s name not specifically appearing on the List of Tender Defaulters kept at National Treasury. 16 MISREPRESENTATION DURING THE LIFECYCLE OF THE CONTRACT 16.1 The bidder should note that the terms of its Tender will be incorporated in the proposed contract by reference and that the CSIR relies upon the bidder’s Tender as a material representation in making an award to a successful bidder and in concluding an agreement with the bidder. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 16.2 It follows therefore that misrepresentations in a Tender may give rise to service termination and a claim by the CSIR against the bidder notwithstanding the conclusion of the Service Level Agreement between the CSIR and the bidder for the provision of the Service in question. In the event of a conflict between the bidder’s proposal and the Service Level Agreement concluded between the parties, the Service Level Agreement will prevail. 17 PREPARATION COSTS AND LIMITATION OF LIABILITY The Bidder will bear all its costs in preparing, submitting and presenting any response or Tender to this bid and all other costs incurred by it throughout the bid process. Furthermore, no statement in this bid will be construed as placing the CSIR, its employees or agents under any obligation whatsoever, including in respect of costs, expenses or losses incurred by the bidder(s) in the preparation of their response to this bid. A bidder participates in this bid process entirely at its own risk and cost. The CSIR shall not be liable to compensate a bidder on any grounds whatsoever for any costs incurred or any damages suffered as a result of the Bidder’s participation in this Bid process. 18 INDEMNITY If a bidder breaches the conditions of this bid and, as a result of that breach, the CSIR incurs costs or damages (including, without limitation, the cost of any investigations, procedural impairment, repetition of all or part of the bid process and/or enforcement of intellectual property rights or confidentiality obligations), then the bidder indemnifies and holds the CSIR harmless from any and all such costs which the CSIR may incur and for any damages or losses the CSIR may suffer. 19 PRECEDENCE This document will prevail over any information provided during any briefing session whether oral or written, unless such written information provided, expressly amends this document by reference. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 20 TAX COMPLIANCE No tender shall be awarded to a bidder who is not tax compliant. If a recommended bidder is not tax complaint, the bidder will be notified in writing of their non- compliant status and the bidder will be requested to submit written proof from SARS of their tax compliant status or proof that they have made an arrangement to meet their outstanding tax obligations within seven (7) working days. Should they fail to do so CSIR will reject their bid. The CSIR reserves the right to withdraw an award made, or cancel a contract concluded with a successful bidder in the event that it is established that such bidder was in fact not tax compliant at the time of the award or has submitted a fraudulent Tax Clearance Certificate to the CSIR, or whose verification against the Central Supplier Database (CSD) proves non-compliant. The CSIR further reserves the right to cancel a contract with a successful bidder in the event that such bidder does not remain tax compliant for the full term of the contract. 21 TENDER DEFAULTERS AND RESTRICTED SUPPLIERS No tender shall be awarded to a bidder whose name (or any of its members, directors, partners or trustees) appear on the Register of Tender Defaulters kept by National Treasury, or who have been placed on National Treasury’s List of Restricted Suppliers. The CSIR reserves the right to withdraw an award, or cancel a contract concluded with a Bidder should it be established, at any time, that a bidder has been blacklisted with National Treasury by another government institution. 22 GOVERNING LAW South African law governs this bid and the bid response process. The bidder agrees to submit to the exclusive jurisdiction of the South African courts in any dispute of any kind that may arise out of or in connection with the subject matter of this bid, the bid itself and all processes associated with the bid. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 23 CONFIDENTIALITY Except as may be required by operation of law, by a court or by a regulatory authority having appropriate jurisdiction, no information contained in or relating to this bid or a bidder’s tender(s) will be disclosed by any bidder or other person not officially involved with the CSIR’s examination and evaluation of a Tender. No part of the bid may be distributed, reproduced, stored or transmitted, in any form or by any means, electronic, photocopying, recording or otherwise, in whole or in part except for the purpose of preparing a Tender. This bid and any other documents supplied by the CSIR remain proprietary to the CSIR and must be promptly returned to the CSIR upon request together with all copies, electronic versions, excerpts or summaries thereof or work derived there from. Throughout this bid process and thereafter, bidder(s) must secure the CSIR’s written approval prior to the release of any information that pertains to (i) the potential work or activities to which this bid relates; or (ii) the process which follows this bid. Failure to adhere to this requirement may result in disqualification from the bid process and civil action. 24 AVAILABILITY OF FUNDS Should funds no longer be available to pay for the execution of the responsibilities of this bid, the CSIR may terminate the Agreement at its own discretion or temporarily suspend all or part of the services by notice to the successful bidder who shall immediately make arrangements to stop the performance of the services and minimize further expenditure: Provided that the successful bidder shall thereupon be entitled to payment in full for the services delivered, up to the date of cancellation or suspension. 25 PERSONAL INFORMATION 25.1 Each Party consents to the other Party holding and processing “personal information” (as defined in the POPI Act) relating to it for legal, personnel, administrative and management purposes (including, if applicable, any “special personal information” relating to him/her, as defined in the POPI Act). Notwithstanding the generality of the aforesaid, each Party hereby undertakes to comply with all relevant provisions of the POPI Act and any other applicable Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation data protection laws. The bidder further agrees to comply with all CSIR’s reasonable internal governance requirements pertaining to data protection. 25.2 Each Party consents to the other Party making such information available to those who provide products or services to such parties (such as advisers, regulatory authorities, governmental or quasi-governmental organisations and potential purchasers of such Party or any part of their business). 25.3 While performing any activity where a Party is handling personal information as a “responsible party” (as defined in the POPI Act), each Party undertakes that it will process the personal information strictly in accordance with the terms of the POPI Act, this Contract, and the other Party’s instructions from time to time, and take appropriate operational measures to safeguard the data against any unauthorised access. 25.4 Each Party acknowledges that in the course of conducting business with each other, each Party intends to maintain and process personal information about the other Party in an internal database. By signing this Contract, each Party consents to the maintenance and processing of such personal information. Where relevant, the bidder shall procure that all of its personnel, agents, representatives, contractors, sub-contractors and mandataries shall comply with the provisions of this clause 30 (Personal Information). The CSIR shall be entitled on reasonable notice to conduct an inspection or audit bidders compliance with the requisite POPI Act safeguards. 26 DISCLAIMER This RFP is a request for proposals only and not an offer document. Answers to this RFP must not be construed as acceptance of an offer or imply the existence of a contract between the parties. By submission of its proposal, bidders shall be deemed to have satisfied themselves with and to have accepted all Terms & Conditions of this RFP. The CSIR makes no representation, warranty, assurance, guarantee or endorsements to bidder concerning the RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall have no liability towards the bidder or any other party in connection therewith. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation SECTION B EVALUATION METHODOLOGY

Closes:23 Jan 20266 days remaining
RFP/SPT/2025/10250699/28TelecommunicationsNational

Panel of Service Providers - South African

South African Broadcasting Corporation Limited
Key Requirements:

Returnable Documents: 2.1 SARS “Pin” to validate supplier’s tax matters 2.2 Original or Certified copy of Valid BBBEE Certificate (from SANAS accredited Verification Agency) 2.3 All EME’s and 51% black Owned QSE’s are only required to obtain a sworn affidavit on an annual basis, confirming the following; Annual Total Revenue of R10 Million or less (EME) or Revenue between R10 Million and R50 Million for QSE Level of Black Ownership Note 1: Verification Agencies and Auditors who are accredited by the IRBA (Independent Regulatory Board for Auditors) are no longer the ‘approved regulatory bodies’ for B-BBEE verification and therefore IRBA auditors are not allowed to issue B-BBEE certificates after 30 September 2016. Note 2: Any misrepresentation in terms of the above constitutes a criminal offence as set out in the B- BBEE act as amended and SABC shall reject the tender. 2.4 Proof of Valid TV License Statement (Company’s, Shareholders and all Directors’), or affidavit proving that company and/or officials are not in possession of TV licence. Verification will also be done by the SABC internally. 2.5 Certified copy of Company Registration Document that reflect Company Name, Registration number, date of registration and active Directors or Members. 2.6 Certified copy of Shareholders’ certificates. 2.7 Certified copy of ID documents of the Directors or Members. 2.8 Last three years audited/reviewed financial statements OR the Companies Management Accounts. 2.9 The bidder to submit Proof of registration on the Central Supplier Database (CSD) NB: NO CONTRACT WILL BE AWARDED TO ANY BIDDERS WHOSE TAX AND TV LICENCE MATTERS ARE NOT IN ORDER. THE WINNING BIDDER IS REQUIRED TO MAINTAIN OR IMPROVE THE BEE LEVEL AT WICH THE TENDER WAS AWARDED. Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. C O N T E N T S DOCUMENT A: CONDITIONS TO BE OBSERVED WHEN BIDDING DOCUMENT B: GENERAL CONDITIONS OF THE BID/PROPOSAL DOCUMENT C: QUESTIONNAIRE DOCUMENT D: DECLARATION OF INTEREST DOCUMENT E: FUNCTIONALITY REQUIREMENTS DOCUMENT F: CONFIDENTIALITY DOCUMENT G: PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017- SBD 6.1 DOCUMENT H: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES - SBD 8 DOCUMENT I: CERTIFICATE OF INDEPENDENT BID DETERMINATION SBD 9 DOCUMENT J: ACCEPTANCE OF CONDITIONS OF BID DOCUMENT K: VENDOR FORM (SABC SUPPLIER/VENDOR REGISTRATION FORM) - (ATTACHED SEPARATELY) / PLEASE ALSO REGISTER ON CENTRALISED DATA BASE - https://secure.csd.gov.za Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. DOCUMENT A CONDITIONS TO BE OBSERVED WHEN BIDDING 1.0 LODGING OF PROPOSALS 1.1 Bidders are required to complete and sign the RFP Document and initial all pages (including proposal and brochures). 1.2 Electronic submission: Bids submitted electronically must adhere to the following:, The single point of entry is tenderqueries@sabc.co.za., Electronic submissions must be submitted in a PDF format that is protected from any modifications, deletions or additions., All electronic submissions must be prominently marked with the full details of the tender in the email subject line namely Bidder’s Name, Tender No and Tender Title., Bidders are advised to email electronic submissions at least 60 minutes before the bid closing time to cater for any possible delay in transmission or receipt of the bid. The onus is on bidder to ensure that the bid is submitted on time via email, Tender submission emails received after submission date and time will be declared late bid submissions and will not be accepted for consideration by SABC. 1.4 The SABC will not be responsible for any failure or delay in the email transmission or receipt of the email including but not limited to: ➢ Receipt of incomplete bid ➢ File size ➢ Delay in transmission or late receipt of the bid ➢ Failure of the Bidder to properly identify the bid ➢ Illegibility of the bid; or ➢ Security of the bid data. 2.0 COMPLIANCE WITH CONDITIONS OF PROPOSAL 2.1 No alteration, amendment or variation of the submitted proposal post the closing date of this bid shall be permitted nor accepted.., 3.0 COMPLIANCE WITH TECHNICAL SPECIFICATIONS Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 3.1 All bidders are required to submit bids in accordance with stipulated technical specification as indicated on this bid document. Failure to comply with the required technical specification will result in disqualification of the bid. 4.0 SCHEDULE OF QUANTITIES 4.1 Bidders are required to submit a detailed Schedule of Quantities indicating how the bid amount is composed. This schedule shall contain itemised descriptions, quantities, and unit prices. 5.0 BID PRICES 5.1 No change in the submitted bid prices shall be accepted and/or approved by the SABC after receipt and before award of this bid. 5.2 All prices are to be quoted in the Republic of South African Rand with VAT as a separate item. 5.3 All local suppliers quoting in foreign currency must convert the currency to Rands and indicate the exchange rate applicable. 5.4 The prices quoted should be inclusive of all costs needed to perform the specified services, not limited to, all kinds of local guarantee bonds, taxes and duties, customs, customs clearance, inland transportation, storage, unpacking, positioning, installation, integration and testing. The prices quoted should be inclusive of all costs for the duration of the project. 5.5 This bid document is not an offer to purchase, order or contract. 5.6 Prices must be fixed for the first year and shall, where applicable, be subject to an increase of not more than the applicable CPI. 5.7 Bid prices for supplies in respect of which installation/erection/assembly is a requirement, shall include ALL costs on a basis of delivery on site as specified. 5.8 Any response submitted by a Bidder is subject to negotiation and review by the SABC. 6.0 SOURCE OF SERVICE AND MATERIAL 6.1 In the case of equipment/goods, which are partially or completely designed and/or manufactured in the Republic of South Africa, Bidders shall state the local content percentage. 6.2 Documentation certifying the local content percentage shall be submitted. 7.0 ACCEPTANCE OF PROPOSALS Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 7.1 The SABC does not bind itself to accept the lowest or any bid/proposal, nor shall it be responsible for or pay any expenses or losses which may be incurred by the Bidders in the preparation and delivery of its/his/her bid/proposal. The SABC reserves the right to accept a separate bid/proposal or separate bids/proposals for any one or more of the sections of a specification. The SABC also reserves the right to withdraw the bid at any stage. 7.2 No bid shall be deemed to have been accepted unless and until a formal contract/ letter of award is prepared and signed by SABC and the winning bidder. 7.3 The SABC reserves the right, should it deem it necessary, to monitor every stage of the contract to ensure:, that the directors who were awarded the bid are in control of the company and/or that changes in directors does not affect delivery of the goods/services/work adversely;, that, if there are changes in the control of the company, these should be brought to the attention of the SABC;, that in the event that the bid or any part thereof is to be subcontracted to another company or organisation after the bid was awarded, the Bidder/s must immediately advise the SABC and the SABC shall approve same as it deems fit;, successful delivery of the goods/services/works in terms of the contract, or timeous termination of the contract should such action be in the best interest of the SABC;, audit the successful Bidder’s contract from time to time. 7.4 This bid will remain valid 180 (one hundred and eighty) days from the date of bid closing. 8.0 DEFAULT BY BIDDERS 8.1 If Bidders purport to withdraw their bid(s)/proposals within the period for which they have agreed that their bid/proposal shall remain open for acceptance, or fails to enter into a written contract when called upon to do so, or fails to accept an order in terms of the bid, the SABC may, without prejudice to any other legal remedy which it may have, accept their bid(s)notwithstanding the purported withdrawal, or proceed to accept any other less favourable bid or call for bids afresh and may recover from the defaulting Bidders any additional expense it has incurred for the calling for new bids or the acceptance of any less favourable bid. 9.0 AMPLIFICATION OF PROPOSALS 9.1 The SABC may, after the opening of bids, call on the Bidder to amplify in writing any matter which is not clear in the Bidder's submission and such amplification shall form part of the original bid. 9.2 In the event of the Bidders failing to supply such information within the specified timeframe, the bid will be liable to rejection. Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 9.3 The SABC reserves the right to:, contact any Bidder during the evaluation process, in order to clarify any information, without informing any other Bidders. During the evaluation process, no change in the content of the bid shall be sought, offered or permitted;, cancel this bid at any time on the following conditions:, Change in business requirements of the Corporation. ii) Budget unavailability iii) Identified tender irregularity. iv) Non- responsive bids Should Bidder(s) be selected for further negotiations, they will be chosen on the basis of the greatest benefit to the SABC and not necessarily on the basis of the lowest costs. 10.0 IMPORT/EXPORT PERMITS 10.1 Bidders are required to include complete information on equipment and/or components requiring export/import permits. 11.0 COST OF BIDDING 11.1 The Bidder shall bear all costs and expenses associated with preparation and submission of its bid/proposal, and the SABC shall under no circumstances be responsible or liable for any such costs, regardless of, without limitation, the conduct or outcome of the bidding, evaluation, and selection process. 12.0 COMMUNICATION 12.1 The SABC has provided a single point of entry for any questions or queries that the Bidder may have. All queries must be submitted in writing and directed to authorised contact person. Unauthorised communication with any other personnel or member of staff of the SABC, with regard to this bid is strongly discouraged and will result in disqualification of the respective Bidder’s bid/proposal submission. 12.2 Should there be a difference of interpretation between the Bidder and SABC; SABC reserves the right to make a final ruling on such interpretation. 12.3 The closing time for clarification of queries is 3 (three) days before the deadline for bid/proposal submission. The Bidders should take note that questions together with responses will be sent to all Bidders who attended compulsory Briefing Session. Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 13.0 AUTHORISED CONTACT PERSONS 13.1 All enquiries in respect of this bid must be addressed to: Tender Office SCM Division Radio Park Office Block Henley Road Auckland Park Johannesburg South Africa E-mail: tenderqueries@sabc.co.za 14.0 BROAD-BASED ECONOMIC EMPOWERMENT 14.1 According to the 2013 B-BBEE Revised Coded of Good Practice the Exempted Micro Enterprise (EME) is only required to produce a sworn affidavit signed by the Commissioner of Oaths as per the requirement in the Justice of Peace and Commissioners of Oaths Act,1963(Act No.) or the Companies and Intellectual Property Commission(“CIPC”) certificate on an annual basis. 14.2 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Verification Agency accredited by SANAS. 14.3 Only South African Accreditation Systems (SANAS) is the authorised body to issue B-BBEE certificates 14.4 IRBA and Accounting Officers are not allowed to issue B-BBEE affidavit or certificates to EMEs and QSEs as it was under 2007 Codes 14.5 EME’s and QSE’s must submit an affidavit confirming that the entity’s turnover is below R10 million and percentage of black ownership to claim BBBEE points 14.6 QSEs have to comply with all elements 14.7 Start-up enterprises are verified similar to EMEs, but can opt to be rated using the QSE and Generic Scorecard 14.8 QSE with at least 51% black ownership or above are only required to obtain a sworn affidavit on an annual basis with a confirmation of turnover and black ownership 14.9 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that B-BBEE status level certificate under the consortium name is submitted. 14.10 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid. 14.11 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice. A bidder will not be disqualified if they do not submit evidence to claim a specific goal, but rather they will score zero for specific goal/s if they did not provide evidence supporting the awarding of the points. 15.0 MISREPRESENTATION AND FRONTING IS PROHIBITED Fronting means a deliberate circumvention or attempted circumvention of the B-BBEE Act and the Codes. Fronting commonly involves reliance on data or claims of compliance based on misrepresentations of facts, whether made by the party claiming compliance or by any other person. It is an offence to misrepresent or provide false information regarding a company’s information or engaging in a fronting practice. If there is any contravention of some sought, the SABC may open a criminal and/or civil case/s against the bidder and its directors/members in terms of applicable legislation, and restrict the bidder & its directors/members from doing business with the SABC for a pre-determined period. It is important to note that any proposal that does not conform fully to the instructions and requirements in this RFP will be disqualified. Bids, which do not meet the technical requirements, will not be considered for further evaluation. END OF DOCUMENT Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. DOCUMENT B GENERAL CONDITIONS OF PROPOSAL 1.0 COMPLIANCE WITH COMPLETION OF PROPOSAL 1.1 The bid forms should not be retyped or redrafted, but photocopies may be prepared and used. 1.2 Bid forms must be signed in the original form; in ink and forms with photocopied signatures or other such reproduction of signature will be rejected. 1.3 Should bid forms not be filled in by means of mechanical devices, for example typewriters, ink, preferably black, must be used to fill in bid. 1.4 Bidders shall check the numbers of the pages and satisfy themselves that none are missing or duplicated. No liability shall be accepted in regard to claims arising from the fact that pages are missing or duplicated. Incomplete bids will result in disqualification. 2.0 COMPLIANCE WITH TECHNICAL SPECIFICATIONS 2.1 Unless a departure is clearly stated by the Bidder at the time of bidding, the works shall be taken as complying in detail with the Technical Specifications, and the Bidder shall be held liable on all the terms and conditions of the contract as if this bid contained no departures. Technical specifications contained in any brochures, or any other descriptions submitted shall apply for acceptance test purposes. 3.0 WARRANTY 3.1 If there are any defects arising from failure of goods to meet the specifications within the period specified in the contract, the Bidder shall replace the defective items at his expense or shall refund the SABC such costs as the SABC may incur in replacing such defective item. The Bidder shall also bear the cost of transporting replaced/repaired items to the place of destination. 4.0 INSPECTION 4.1 The Bidder shall permit and assist the SABC's representatives in carrying out any inspections that are called for in the proposal or specifications. 5.0 PACKAGING 5.1 Goods purchased on this bid must be adequately protected and securely packaged during shipment and until delivery at the destination. Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 5.2 Goods must be clearly marked with the Bidder’s name, description of contents and the SABC's order number and delivery address. 6.0 RISK 6.1 The Bidder will be responsible for losses that SABC incurred due to Bidder’s negligence or intention and Bidder must provide Liability Insurance. This will be a condition of contract. 7.0 DELIVERY 7.1 Delivery will be to the Stores of the SABC Auckland Park, Johannesburg, Republic of South Africa. The contractual delivery date must be strictly complied with and each delivery must be preceded or accompanied by delivery note. If delivery does not take place within the period stipulated, the SABC may cancel the contract concluded with the bidder without further notice to the Bidder and with immediate effect without prejudice to any other course of action available to the SABC to recover any damages out of such delay. Receipt of the goods by the SABC will not be regarded as acceptance thereof until the goods have been accepted and tested in compliance with the Technical Specifications. 8.0 PAYMENT 8.1 Payment, in currency other than South African Rand, will be made by means of a telegraphic or wired bank transfer. The Bidder must provide: − Name and address of their bank. − Company account number to be credited. − Sort/swift code of bank. 8.2 The SABC’s standard payment terms are 60 days from date of Invoice. 9.0 ASSIGNMENT OF CONTRACT 9.1 The Bidder shall not have the right to cede any right or delegate any obligation in terms of this contract to any third party unless with the prior written approval of the SABC. 10.0 PROPOSALS ARE CONSIDERED TO BE BINDING ON THE BIDDERS 10.1 Representations made in the bid/proposal, including claims made in respect of commitments to dates of delivery, shall be considered binding on the Bidder on acceptance of the bid/proposal by the SABC and same will be form part of the contract to be concluded, unless specifically noted by the Bidder in the bid/proposal that same maybe subject to change; 11.0 COMPLIANCE WITH SABC POLICIES Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 11.1. SABC will not procure any goods, services, works or content from any employee or employee- owned business, to ensure that suppliers competing for the SABC’s business have confidence in the integrity of SABC’s selection process. 11.2. SABC will not procure any goods, services, works or content from any SABC Independent Contractor or Independent Contractor-owned business, to ensure that suppliers competing for the SABC’s business have confidence in the integrity of SABC’s selection process. 11.3. No former employees, SABC’s non-executive members and Independent Contractors will be awarded contracts with the SABC within 24 months after resigning from SABC employment or not being engaged with the SABC. 11.4. Should former employees, SABC’s Non-Executive members and Independent Contractors resign from the employment of the SABC or not being engaged with the SABC and become directors of other businesses bidding with SABC, such bid will not be considered until the cooling off period of two years has expired. 11.5. “The SABC has a zero tolerance to theft, fraud and corruption. Such activities will be investigated and stringent action institutes such as laying of criminal charges or even removal from the SABC database of service providers. Should you suspect or become aware of any suspicious acts of fraud, theft or corruption involving SABC employees or other suppliers rendering services to the SABC, contact the SABC whistle blower’s hotline at “0800 372 831” 12.0 FAILURE TO COMPLY WITH THESE CONDITIONS 12.1 These conditions form part of the bid and failure to comply therewith will invalidate a bid. 13.0 RFP SCHEDULE 13.1 Bidders will be contacted as soon as practicable with a status update. At this time, short-listed Bidder/s may be asked to meet with SABC representatives. Bidders should provide a list of persons and their contact details who are mandated to negotiate on behalf of their company. 14.0 ADDITIONAL NOTES 14.1 All returnable documents as indicated in the bid form must be returned with the response. 14.2 Changes by the Bidder to his/her submission shall not be permitted after the closing date. 14.3 The person or persons signing the bids must be legally authorized by the Bidder to do so. A list of the person(s) authorized to negotiate on your behalf must be submitted along with the bid. 14.4 SABC reserves the right to undertake post-bid negotiations with the preferred Bidder or any number of short-listed Bidders. FAILURE TO OBSERVE ANY OF THE ABOVE-MENTIONED REQUIREMENTS WILL RESULT IN THE BID BEING DISQUALIFIED. Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 15.0 DISCLAIMERS 15.1 Bidders are hereby advised that the SABC is not committed to any course of action as a result of its issuance of this BID and/or its receipt of a bid in response to it. In particular, please note that the SABC may: 15.2 change all services on bid and to have Supplier re-bid on any changes. 15.3 reject any bid which does not conform to instructions and specifications issued herein 15.4 disqualify bids after the stated submission deadline 15.5 not necessarily accept the lowest priced bid 15.6 reject all bids, if it so deem fit 15.7 award a contract in connection with this bid at any time 15.8 make no award of a contract. Kindly note that SABC will not reimburse any Bidder for any preparation costs or other work performed in connection with this bid, whether or not the Bidder is awarded a contract. END OF DOCUMENT B Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. DOCUMENT C QUESTIONNAIRE TO BE COMPLETED WHEN BIDDING If the information required in respect of each item cannot be inserted in the space provided, additional information may be provided on a separate sheet of paper with a suitable reference to the questionnaire number concerned., Company’s Treasury CSD unique registration reference number., Have your company been issued with a SARS Compliance Status PIN., If yes, please provide PIN number. The provision of the PIN will be construed as your permission to SABC Procurement to access your tax status on-line., Are you registered in terms of section 23(1) or 23(3) of the Value-added Tax Act, 1991 (Act )?, If so, state your VAT registration number and original current tax clearance certificate to be submitted, Are the prices quoted fixed for the full period of contract?, Is the delivery period stated in the bid firm?, What is the address in the Republic of South Africa where an item of the type offered by you may be inspected preferably under working conditions? (Where Applicable), What is the approximate value of stock in the Republic of South Africa for this particular item? (If required)., Where are the stock held?, What facilities exist for servicing the items offered? Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS., Where are these facilities available?, What are the names and addresses of the factories/suppliers where the supplies will be manufactured and may be inspected, if required?, ALSO INDICATE WHICHEVER IS NOT APPLICABLE END OF DOCUMENT C Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. DOCUMENT D SBD-4 DECLARATION OF INTEREST 1.0 Any legal person, including persons employed by the state, or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-, the bidder is employed by the state; and/or, the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid. 2.0 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 2.1 Full Name of bidder or his or her representative: .......................................................................................................... 2.2 Identity Number: ..................................................................................... 2.3 Position occupied in the Company (director, trustee, shareholder2): .......................................................................................................... 2.4 Company Registration Number: ................................................................. 2.5 Tax Reference Number: ......................................................................... 2.6 VAT Registration Number: ........................................................................ 2.6.1. The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / personnel numbers must be indicated in paragraph 3 below. 1“State” means –, any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. ), any municipality or municipal entity;, provincial legislature; Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS., national Assembly or the national Council of provinces; or, Parliament. 2”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise. 2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars: Name of person / director / trustee / shareholder/ member: ........................................................................................................... Name of state institution at which you or the person connected to the bidder is employed ........................................................................................................... Position occupied in the state institution: ........................................................................................................... Any other particulars: ........................................................................................................... ........................................................................................................... ........................................................................................................... 2.7.2 If you are presently employed by the state, did you obtain YES/NO the appropriate authority to undertake remunerative work outside employment in the state? 2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid). 2.7.2.2 If no, furnish reasons for non-submission of such proof: ........................................................................................................ ........................................................................................................ ........................................................................................................ Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 2.8 Did you or your spouse, or any of the company’s directors / YES /NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months? 2.8.1 If so, furnish particulars: ............................................................................................................ ............................................................................................................ ............................................................................................................ ............................................................................................................ 2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid? 2.9.1 If so, furnish particulars. ............................................................................................................ ............................................................................................................ ............................................................................................................ 2.10 Are you, or any person connected with the bidder, YES/NO aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid? 2.10.1 If so, furnish particulars. ............................................................................................................ ......................................................................................................... ............................................................................................................ 2.11 Do you or any of the directors / trustees / shareholders / members YES/NO of the company have any interest in any other related companies whether or not they are bidding for this contract? 2.11.1 If so, furnish particulars: ............................................................................................................ Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. ............................................................................................................ 3.0 Full details of directors / trustees / members / shareholders. Personal Tax Reference State Employee Number / Full Name Identity Number Number Pers. Number 4.0 DECLARATION I, THE UNDERSIGNED (NAME) ............................................................................................................ CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE. .................................... .................................... Signature Date ........................................ .................................... Position Name of bidder END OF DOCUMENT D Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. DOCUMENT E TECHNICAL SPECIFICATION 1 INTRODUCTION AND BACKGROUND SABC Sport is a specialized unit which services the Sport content needs of all 3 SABC linear channels as well as the SABC Sport channel which is available on OpenView channel 124 and the digital platform SABC Plus as well as all 19 SABC Radio stations. The SABC Sports content offering has grown exponentially with the launch of the Sport channel and the need has arisen to identify service providers that can provide SABC Sport with the relevant access and turn-around services for local and international satellite or fibre feeds. 2 REQUIREMENTS AND SCOPE OF WORK The service provider must be technically able to collect broadcast feeds from international gateways such as BT Tower, Arqiva, Hilversum etc. access or downlink feeds off European, Asian, American and African satellites and deliver to SABC MCR via the relevant turn-around solution. The service provider must have the relevant IRD’s required for the individual feeds. In certain instances, redundancy options will be required. Technical details of feed will be provided on a case-by-case basis dependent on what option is made available by the relevant Host Broadcaster. Service providers will also be required to assist with distribution of feeds when necessary. This may include booking of relevant satellite space and providing uplink facility, delivery of feed via fiber or satellite to international gateways or providing the necessary turn-around on to European, Asian or Americas satellites as dictated by Host Broadcaster agreements. Service providers need to have a permanent point of presence in South Africa. 2.1 Services Required SABC Sport require the contribution services for the aggregation of live content from around the world. These services include:, Uplink via satellite including satellite segment, distribution via fibre of content when SABC is the Host Broadcaster., delivery to SABC MCR of satellite and fibre feeds for content aggregation or Contribution and distribution audio and video feeds, Existing International and national infrastructure network (or relationships), including fibre network, and satellite uplink/downlink capabilities, Permanent connectivity with SABC, Must be able to manage multiple media formats (1080i) (ASI or IP) with multiple audio tracks., Technical knowledge and ability to offer solutions Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS., Quick turn-around capabilities, Detailed quotes within 24 hours, Process for dealing with emergency requests, After hours service provision, Fair, transparent pricing, Set rates for common services (uplink, downlink), Set rates for space segments (per Mhz), Previous track-record, Demonstrable references, In-house MCR/ICR monitoring of live feeds at points of presence in South Africa 2.2 Frequently used Collection/Delivery Points, Regular collection point: BT Tower, London., Ad hoc collection from Multichoice Africa when content has been sub-licensed, There may be certain instances where access will be required at other international gateway teleports or from any of the below satellites (not an exhaustive list) 2.3 Europe, Middle East & Africa Satellites ASTRA 2G @ 28.5° East – Ku-band ASTRA 19.2 @ 19.2° East - Ku-band BADR-4 / BADR-6 @ 26° East – Ku-Band EUTELSAT 5 West A @ 5° West - Ku Band EUTELSAT 5 West A @ 5° West - Ku-Band EUTELSAT 9B @ 9° EAST – Ku-band EUTELSAT Hot Bird 13 @ 13° EAST – Ku-band SES-4 @ 22° West – Ku-band SES-5 @ 5° East Ku-band ARABSAT 5C @ 20° East - C-band 2.4 Americas Satellites EUTELSAT 117 West A @ 116.8 ° West – Ku-band and C-band GALAXY 19 @ 97° West – Ku-B and SES-1 @ 131° West – C-band SES-3 @ 103° West – C-band All delivery endpoints for contribution feeds will terminate at SABC Master Control Room. When SABC is the host broadcaster of a sport event we will be required to DELIVER the audio and video feed to a teleport or satellite of the Sporting Federation’s choosing. Historically this has been BT Tower via fibre or on a satellite via Africa/Europe beam. Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. METHODS OF WORK A panel of vendors will be chosen solely on the basis of capability, not price. The allocation of work will be based on principles of rotation based on competitiveness and taking into consideration technical viability of the solution and quotation to ensure the fair and equitable distribution of works among the panel of suppliers. On quotation panel- Once a quotation panel has been established, SCM practitioners should source from the panel by issuing RFQ to all suppliers in the panel as part of the evaluation process, where the panellists may tender based on the 80:20 or 90:10 Preference Point System as may be relevant to the order. Selection turnaround time:, A minimum of 1 day turnaround time shall be applied in all procurement thresholds. REASONING FOR NOT SUB-CONTRACTING: In line with paragraph 14.2.3 of the SABC procedure manual it states that: A person awarded a contract may only enter a subcontracting arrangement with the approval of the SABC. Therefore, for the purposes of the Panel of Service Providers for the procurement of services to collect and on-pass feeds from international gateways, international satellite and host broadcasters RFP project, BSC members resolved not to include the subcontracting element in the RFP because:, The budget will be shared amongst various service providers; hence it will be impossible to break it down further to subcontractors., From the technical point of view, the nature of the service that is required is such that the feed must be hundred percent fault free therefore troubleshooting becomes very critical should there be a problem. The solution only needs one point of problem solution in a live environment is critical to obtain a quick turnaround time and mitigate against the risk of editorial and commercial imperatives., Since this will be a panel of service providers, work will be shared amongst the panel instead of one service provider where the value of each project assigned will always be less than R30 million per service required. 3 EVALUATION CRITERIA 3.1 Functional Evaluation Responses will be evaluated using a predetermined set of evaluation criteria. The evaluation criteria are designed to reflect the SABC’s requirements in terms of identifying a suitable service provider and ensure the selection process is transparent and afford all the bidders a fair opportunity for evaluation and selection. 3.1.1 The tender submission will be functionally evaluated out of 100 points. 3.1.2 A threshold of 90 out of 100 has been set. 3.1.3 Bidders not meeting the minimum threshold of 90 points will be disqualified. 3.1.4 SABC further reserve the right not to award this RFP to any bidder based on the proven poor record of accomplishment of the bidder in previous projects within the SABC. Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. PAPER BASED FUNCTIONAL EVALUATION CRITERIA Evaluation Area Evaluation Criteria Min Max Points Points PREVIOUS Company Profile not limited to the following 30 40 EXPERIENCE (25), Core business in TV and radio broadcast satellite transmission and distribution (15), Portfolio of evidence indicating years of experience and services rendered (5), Proof of the relationship/agreement/license with third party satellite and fibre service providers (5) Number of successful services rendered (15) Provide reference letters from clients on client letterhead showcasing fully completed or on- going projects 1-2 reference letters (5) 3-5 reference letters (10) > 5 reference letters (15) CAPACITY TO Connectivity and Accessibility on demand (40) DELIVER, Proof of technical capacity in television and 40 40 radio satellite broadcast i.e documentation pertaining to available technical equipment and connectivity options (satellite, fibre and IP, uplink and downlink facilities), Human capital capabilities and skills i.e (CVS’s indicating experience and capabilities of the technical staff who will be working on site) PROJECT Provide a detailed project workflow and 20 20 IMPLEMENTATION timelines on the following: (step by step PLAN process), Booking administration, Confirmation of technical checks process, Live production execution and monitoring Process, Post live production technical reporting Activities Total 90 100 Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 4.1 Objective Criteria 4.1.1 The SABC reserves the right not to award this tender to any bidder based on the proven poor record of accomplishment of the bidder in previous projects within the SABC. 4.1.2 The SABC will not award contract/s to the bidders who are blacklisted or have committed other acts of fraud and misrepresentation of facts e.g., tax compliance, company financials, etc. will be eliminated from the bid process. 4.1.3 The SABC reserves the right not to award this tender to any bidder who fails the financial stability assessment. 4.1.4 No SABC former employees shall be awarded contracts with the SABC within Twelve (12) months after termination of employment with the SABC. 4.1.5 Should employees resign or retire from the employment of the SABC and become directors of other businesses tendering with the SABC, such tender shall not be considered until the cooling off period of Twelve (12) months has expired. 4.1.6 Should the employee be dismissed from the SABC employment, such employees shall be prohibited from conducting business with SABC for a period of Five (5) years from the date of dismissal. 4.1.7 Should the employee be found guilty in a court of law due to criminal conduct/act, such employee will not be considered to do/conduct business with SABC, until the criminal record has been legally expunged. 4.1.8 The SABC shall not procure any goods, services, works or Content from any Board member or Board member owned business, to ensure that suppliers competing for the SABC’s business have confidence in the integrity of SABC’s selection process. 4.1.9 Should the SABC’s Board members no longer serve on the SABC Board but become directors of other companies, the SABC shall not conduct business with those companies until the cooling off period of Twelve (12) months has expired. 4.1.10 Should the Board member be found guilty in a court of law due to criminal conduct/act, such Board member will not be considered to do/conduct business with SABC, until the criminal record has been legally expunged. END OF DOCUMENT E Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. DOCUMENT F CONFIDENTIALITY All information related to this bid both during and after completion is to be treated with strict confidence. Should the need however arise to divulge any information gleaned from the service which is either directly or indirectly related to the SABC, written approval to divulge such information will have to be obtained from SABC. The bidders must ensure that confidential information is: maintained confidential; not disclosed to or used by any unauthorised person; so as to prevent any disclosure or unauthorised use with at least the standard of care that bidders maintain to protect their own confidential information; only used for the purpose of considering and responding to this RFP; and not reproduced in any form except as required for the purpose of considering and responding to this bid. Bidders must ensure that: access to confidential information is only given to those of its partners, officers, employees and advisers who require access for the purpose of considering and responding to this RFP; and those partners, officers, employee and advisers are informed of the confidential information section and keep that information confidential. This bid remains at all times the property of the SABC. No rights other than as provided in this bid and in respect of the confidential information are granted or conveyed to bidder/s NAME OF BIDDER:__________________________________________________________ PHYSICAL ADDRESS: __________________________________________________________ ______________________________________________________________________________ Bidder’s contact person: Name : __________________________________ Telephone : ______________________________ Mobile : _________________________________ Fax.: ____________________________________ E-mail address : __________________________ END OF DOCUMENT F Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. DOCUMENT G SBD 6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2022 This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Specific Goals. NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2022. 1.0 GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids:, the 80/20 system for requirements with a Rand value above R50 000 (all applicable taxes included). 1.2 The value of this bid is estimated to exceed R50 000 (all applicable taxes included) and therefore the.........80/20...............system shall be applicable. 1.3 Preference points for this bid shall be awarded for: (a) Price; and (b) Specific Goals 1.3.1 The maximum points for this bid are allocated as follows: POINTS 1.3.1.1 PRICE 80 1.3.1.2 Specific Goals 20 Total points for Price and Specific goals must not exceed 100 1.0 DEFINITIONS 1.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies; 1.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad - Based Black Economic Empowerment Act; 1.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act; 1.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals; 1.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. ); 1.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; 1.7 “consortium or joint venture” means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 1.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state; 1.9 “EME” means any enterprise with an annual total revenue of R10 million or less as per the Amended Codes of Good Practice (COGP). 1.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract; 1.11 “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder; 1.12 “non-firm prices” means all prices other than “firm” prices; 1.13 “person” includes a juristic person; 1.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties; 1.15 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act; 1.16 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and 1.17 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person. Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 2.0 ADJUDICATION USING A POINT SYSTEM 2.1 The bidder obtaining the highest number of total points will be awarded the contract. 2.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts;. 2.3 Points scored must be rounded off to the nearest 2 decimal places. 2.4 If two or more tenderers score an equal total number of points, the contract must be awarded to the tenderer that scored the highest points for specific goals. 2.5 If two or more tenderers score equal total points in all respects, the award must be decided by the drawing of lots. 3.0 AWARDED FOR PRICE 3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10  Pt − P min   Pt − P min  Ps = 80 1 −  or Ps = 90 1 −   P min   P min  Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 3.2 Points awarded for Specific Goals In terms of Regulation 4 (1) 5 (1) and 6 (1) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for submitting evidence for specific goals claimed in accordance with the table below: 3.3 SPECIFIC GOALS TABLE SPECIFIC GOALS 80/20 90/10 EME/SME 51% owned by Black people 10 4 51% owned by Black people; 5 3 51% owned by Black people who are women 3 2 Black Youth 2 1 Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. NB: Bidders must submit evidence for every specific goal claimed and points will be awarded in accordance with the evidence as submitted by the bidder. The bidder who does not meet the specific goals will not be disqualified but score zero. 4.0 BID DECLARATION 4.1 Bidders who claim points in respect of Specific Goals must complete the following: 4.2 SPECIFIC GOALS POINTS CLAIMED IN TERMS OF SPECIFIC GOALS TABLE 4.3 Specific Goals Points claimed :......... = .........(maximum of 10 or 20 points) (Points claimed in respect of paragraph 5.3 must be in accordance with the table reflected in paragraph 4.3 and must be substantiated by means of evidence as described table 5.4 4.4 EVIDENCE TO BE SUBMITTED FOR SPECIFIC GOALS Specific Goals Acceptable Evidence B-BBEE Valid BEE Certificate / Sworn Affidavit (in case of JV, a consolidated scorecard will be accepted) Black Women Owned Certified ID Documents of the Owners/shareholder Black Youth owned Certified ID Documents of the Owners EME or QSE 51% Black Annual Financial/ Owned Management Accounts/ B- BBEE Certificate / Affidavit/ Certified ID Documents of the Owners/shareholder 51% Black Owned CIPC Documents / B-BBEE Certificate/Affidavit/ Certified ID Documents of the Owners/shareholder South African Enterprises CIPC Documents 5.0 DECLARATION WITH REGARD TO COMPANY/FIRM 5.1 Name of company/firm: ................................................................................. 5.2 VAT registration number: .............................................................................. 5.3 Company registration number ........................................................................ Confidential and Proprietary Information of 39 RFP/SPT/2025/10250699/28 RFP TITLE: PANEL OF SERVICE PROVIDERS FOR THE PROCUREMENT OF SERVICES TO COLLECT AND ON-PASS FEEDS FROM INTERNATIONAL GATEWAYS, INTERNATIONAL SATELLITES AND HOST BROADCASTERS ON AN AS AND WHEN REQUIRED BASIS FOR A PERIOD OF THREE YEARS. 5.4 Type Of Company/ Firm  Partnership/Joint Venture / Consortium  One person business/sole propriety  Close corporation  Company  (Pty) Limited [TICK APPLICABLE BOX] 5.5 Describe Principal Business Activities .................................................................................................................................................................. .............. .................................................................................................................................................................................. .................................................................................................................................................................................. .................................................................................................................................................................................. Confidential and Proprietary Information of 39

Closes:06 Feb 202620 days remaining
5-2-2-1 DLRRD-0025(2025-2026)Professional ServicesNational

Conduct Asset Verification on Plas Farms - Department Of

Department of Rural Development & Land Reform
Key Requirements:

Returnable Documents:

Closes:30 Jan 202613 days remaining
E0225SSERISupplies: GeneralNational

Provision of Cleaning Services - Eskom

Unknown Organization
Key Requirements:

Returnable Documents:

Closes:30 Jan 202613 days remaining
E2362NTCSACGSupplies: GeneralNational

Supply and Delivery of Plastic Bird Diverters & Stainless-steel Straps - Eskom

Unknown Organization
Key Requirements:

Returnable Documents:

Closes:16 Feb 202630 days remaining
USAASA/UOF/05/2025/26Manufacture of Basic MetalsNational

Appointment of a Service Provider - Universal Service

Universal Service and Access Agency of South Africa
Key Requirements:

Returnable Documents:

Closes:06 Feb 202620 days remaining
IEC/LG-07/2025Manufacture of Basic MetalsNational

Printing and Delivery of The LGE2026 Voters Roll – Voter Registration and Vot...

Electoral Commission (IEC)
Key Requirements:

Returnable Documents:

Closes:27 Jan 202610 days remaining
USAASA/LAP/03/2025/26TelecommunicationsNational

Appointment of a Service Provider - Universal Service

Universal Service and Access Agency of South Africa
Key Requirements:

Returnable Documents:

Closes:06 Feb 202620 days remaining
USAASA/OSA/04/2025/26Travel and TourismNational

Appointment of a Service Provider - Universal Service

Universal Service and Access Agency of South Africa
Key Requirements:

Returnable Documents:

Closes:06 Feb 202620 days remaining
Business Guide
Doing Business in national

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

  1. Register on CSD: Central Supplier Database registration is mandatory
  2. Maintain Tax Compliance: Valid Tax Clearance Certificate required
  3. B-BBEE Certification: Higher B-BBEE levels provide competitive advantage
  4. CIDB Registration: Required for all construction-related tenders
  5. 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

Regional Tender Resources

Mbombela Local Municipality Tender Portal Registration Guide

Complete Mbombela local municipality tender portal registration guide. Access Nelspruit municipal procurement and Mpumalanga opportunities.

Read Guide

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.

Read Guide

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.

Read Guide

Mahikeng Local Municipality Service Delivery Tenders

Access Mahikeng local municipality service delivery tenders. Guide to North West capital procurement and municipal services.

Read Guide

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.

Read Guide

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.

Read Guide