briefing session The first clarification meeting will be held on 11th November 2025 at 4th Floor
Embassy Building from 9:30am to 12:30pm.
The second clarification meeting will be held on 29th January 2026 at 4th Floor
Embassy Building from 9:30am to 12:30pm.
All questions and answers from the clarification meeting will be uploaded onto the
eThekwini website by the 12th February 2026
Document Availability 31st October 2025
Documents Cost Document Cost: R0,00
Objective criteria In line with Section 25 (5) of the Constitution “The state must take reasonable legislative
in terms of and other measures, within its available resources, to foster conditions which enable
Paragraph 2(1)(f) citizens to gain access to land on an equitable basis.”
of the Preferential The objective criteria will be applied in the following manner:
Procurement
Policy Framework 1) The demographic profile of property ownership or access to property will be
Act is to assessed using the Municipality’s lease register in relation to the location of the
give effect to subject property and the level of participation in the sector. Preference will be
Section 25 (5) of given to the most underrepresented groups within that property profile. The
the Constitution graph depicted under Annexure A on represents the current
of the Republic of demographic profile of existing leases that would apply to this bid.
South Africa
Bidders must score a minimum of 70 points for Functionality Evaluation in order
to qualify for further evaluation in Price and Preference Goal and the Objective
Criteria.
Mandatory Bidders are to provide a funding model to demonstrate how and where funding will be
Requirements in sourced/raised, and it must include collateral to be pledged against such funding if
line with the required. The bidder is to demonstrate proof of availability or expression of interest to
requirements of fund 100% of the development cost. This must include written support from verifiable
Regulation 41 (4) of funding institutions or expression of interest to fund.
the Asset Transfer • A letter from a registered funder with Financial Sector Conduct Authority
Regulations to (FSCA) confirming availability of 100% funding of the development cost;
ensure that the
or
successful bidder
A letter from a registered funder with Financial Sector Conduct Authority has the ability to
(FSCA) expressing an interest to fund 100% of the development cost; develop, maintain
and and safeguard the
capital asset. • If there is a shortfall, bidder must demonstrate how they will fund the
shortfall.
Above R10 Regulation 21 of the Municipal Supply Chain Management Regulations, 2005 requires bidders
Million for transactions that exceed R10 million to furnish annual financial statements for the past three
financial years. This is required to establish liquidity and financial resources of the bidder to
execute the project as indicated in the bid documents and proposals. If the bidder was
31309-7E REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF PROPOSED
LEASE C ON ERF 1156 KWAMASHU E (31T MALANDELA ROAD)
established within the last three years, the most recent audited financial statements are required
to be submitted.
Selection Failure to meet the following requirements will invalidate the bid:
Criteria • Failure to meet the mandatory requirements.
Any rental offer below the reserve price.
Bids that deviate from tender specifications.
Any proposal that does not include development of the land or the proposed usage is not
in line with the zoning of the property.
Any bidder or its directors who was previously awarded a development lease and that
they are yet to fully comply with the suspensive conditions of the lease.
Any development proposal that is outside the scope of this tender.
Any bidder or its directors who was previously awarded a development lease and that
they are yet to fully comply with the suspensive conditions of the lease.
Non-commissioning of MBD 7 and non-signature of the Municipal Bidding Documents
(MBD’s).
NB: Failure to comply with the above will result in the bid not being evaluated for Stage 1
and Stage 2.
Closing Date 27th February 2026
Conditions • Tax Clearance Certificate, valid on the closing date of the bid, or exemption to pay
of taxes as issued by the South African Revenue Services (SARS) or Valid Tax Compliant
submission Verification PIN number issued by SARS.
of Request • Proof of registration of the Entity as follows:
for Proposal
Natural persons- certified copy of ID document/ passport
Partnership- copy of Partnership Agreement plus IDs of all partners
Company- current CM29/COR 20.1
Close Corporation- current copy of CK1 and/or CK2C and/or COR 20.1
Trust- letter of appointment from the Master of the High Court of SA and deed
of trust
JV/Consortium- JV/Consortium Agreement plus CIPC and/or ID documents of
all JV/Consortium partners
Entity - valid BBBEE Certificate issued by agency accredited by SANAS / Valid
Sworn affidavit or valid BBBEE certificate
JV/Consortium BBBEE – valid BBBEE certificate issued by agency accredited
by SANAS or BBBEE Certificate from CIPC.
Up to date Municipal Account not older than three (3) months and not over three (3)
months in arrears for the individual / Proof that acknowledgements or arrangements
have been made to settle arrears / Affidavit stating why an up-to-date municipal
account cannot be submitted / valid lease agreement.
Up to date Municipal Account not older than three (3) months and not over three (3)
months in arrears for the Entity / Proof that acknowledgements or arrangements have
been made to settle arrears / Affidavit stating why an up-to-date municipal account
cannot be submitted / valid lease agreement.
Up to date Municipal Account not older than three (3) months and not over three (3)
months in arrears for the Director (s) or Member (s) / Proof that acknowledgements or
arrangements have been made to settle arrears / Affidavit stating why an up-to-date
municipal account cannot be submitted / valid lease agreement.
In the event of the bidder tendering as a Joint Venture/Consortium, all members of the
JV/Consortium must submit all required documentation, a JV / Consortium agreement
and a BBBEE certificate.
Central Supplier Database (CSD) registration valid on tender closing date.
Company resolution for bid signing powers.
Completed and signed bid documents including MBD 1 to MBD 23.
If the entity or any of its directors are listed on the National Treasury register of
defaulters, the bid will be rejected.
Delivery Ground floor Engineering Unit, Municipal Centre
Address 166 K.E. Masinga Road (formerly Old Fort Road)
DURBAN
31309-7E REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF PROPOSED
LEASE C ON ERF 1156 KWAMASHU E (31T MALANDELA ROAD)
Evaluation Functionality, Rental Offer and Preference Goal of contributor using 80/20.
80 for rental value and 20 for Preference Goal status level of contributor
MBD 1:
INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (ETHEKWINI METROPOLITAN
MUNICIPALITY)
27th February 2026 CLOSING 11:00
BID NUMBER 31309-7E CLOSING DATE TIME:
DESCRIPTION REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND
DEVELOPMENT OF PROPOSED LEASE C ON ERF 1156 KWAMASHU E,
MEASURING 6339 SQUARE METRES AS DEPICTED ON SJ PLAN No. 4825/1
FOR GENERAL INDUSTRY PURPOSES FOR A PERIOD OF 30 YEARS
(31T MALANDELA ROAD).
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO ENTER INTO A LEASE AGREEMENT WITH
ETHEKWINI METROPOLITAN MUNICIPALITY.
BID RESPONSE DOCUMENTS MUST BE DEPOSITED IN THE BID BOX SITUATED AT MUNICIPAL
CENTRE, 166 K.E. MASINGA ROAD (formerly Old Fort Road) AND PLACED IN THE TENDER BOX
LOCATED IN THE GROUND FLOOR FOYER.
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSMILE NUMBER CODE NUMBER
EMAIL ADDRESS
VAT REGISTRATION
TAX COMPLIANANCE STATUS TCS PIN: OR CSD No:
B-BBEE STATUS LEVEL Yes B-BBEE STATUS Yes
VERIFICATION CERTIFICATE LEVEL
(TICK APPLICABLE BOX) SWORN
No No AFFIDAVIT
(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)
SIGNATURE OF BIDDER DATE
CAPACITY UNDER WHICH
THIS BID SIGNED
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO:
31309-7E REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF PROPOSED
LEASE C ON ERF 1156 KWAMASHU E (31T MALANDELA ROAD)
MBD 1.1:
TERMS AND CONDITIONS FOR BIDDING
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–OR DOWNLOADED
ONLINE (NOT TO BE RE-TYPED)
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND
THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL
CONDITIONS OF CONTRACT.
INFORMATION REGARDING THE ETHEKWINI JDE SYSTEM
General
eThekwini Municipality Bids, Tenders and Quotations (hereafter referred to as Tenders) are going to
be submitted using the JDE System.
This JDE System will be used for:
Viewing of available (open) Tenders,
Downloading procurement documentation for Tenders,
Uploading completed and signed Tender documentation,
Completion and submission of Tenders electronically,
Viewing the Tender opening schedule.
Registrations
To be granted access to the JDE System prospective service providers must be registered on the
National Treasury’s Central Supplier Database (CSD), the eThekwini Municipality Supplier
Portal, and the eThekwini Municipality JDE System.
National Treasury: Central Supplier Database
Registration can be made on https://secure.csd.gov.za .
Service Providers will be issued a “MAAA” number when registered.
eThekwini Municipality Supplier Portal
Registration can be made on https://www.durban.gov.za by following these links:
>Business >Supply Chain Management (SCM) >Accredited Supplier & Contractor Database.
eThekwini Municipality JDE System
Service providers requiring access must send an email to supplier.selfservice@durban.gov.za
A copy of the Director’s ID is required:
On receipt of this email, the Procurement and Supply Chain Management (P&SCM) Directorate
will respond with the login credentials and a link to the JDE System.
Assistance with using the JDE System
The following P&SCM Official(s) can be contacted in connection with any queries regarding the use of
the JDE System:
Lindo Dlamini Tel: 031 322 7153 or 031 322 7133
Email: supplier.selfservice@durban.gov.za
Viewing of available tenders
31309-7E REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF PROPOSED
LEASE C ON ERF 1156 KWAMASHU E (31T MALANDELA ROAD)
By following link https://rfq.durban.gov.za/jde/E1Menu.maf prospective Service Providers will be able
to view available (open) Tender opportunities without signing into the system. However, Service
Providers will not be able to respond to a Tender without being signed into the system using a JDE
User ID and Password.
Tender documentation
By accessing the JDE System (using https://rfq.durban.gov.za/) and viewing any available Tenders,
prospective Service Providers will be able to download the relevant Tender documentation.
Submission of tender offers
Tender Offers are to be delivered, in “hard copy” format, to the Delivery Location as stated in the
Tender Conditions.
In addition to the above, Tender Offers are also to be SUBMITTED ELECTRONICALLY (uploaded)
on the eThekwini Municipality JDE System (Supplier Self Service (JDE-SSS) Module). Notwithstanding
the electronic submission, a tender offer will only be deemed valid if the “hard copy” submission has
been made. The “hard copy” submission will be deemed to be the ruling version.
Bidders are responsible for resolving all access rights and submission queries on the JDE System
before the tender closing date/ time.
Viewing the Tender opening schedule
Users on the JDE System will be able to view the Tender Opening Schedule for each closed Tender.
The tender opening schedule will also be made available on the eThekwini Municipal website at URL:
https://www.durban.gov.za/pages/business/publication-of-received-bids
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
3.1 IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)?
YES NO
3.2 DOES THE ENTITY HAVE A BRANCH IN THE RSA?
YES NO
3.3 DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA?
YES NO
3.4 DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA?
YES NO
3.5 IS THE ENTITY LIABE 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 ABOVE.
NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.
NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.
SIGNATURE OF BIDDER: ...................................................
CAPACITY UNDER WHICH THIS BID IS SIGNED: .................................DATE:.........................
31309-7E REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF PROPOSED
LEASE C ON ERF 1156 KWAMASHU E (31T MALANDELA ROAD)
MBD 2
TAX CLEARANCE CERTFICATE REQUIREMENTS
It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements
have been made with South African Revenue Service (SARS) to meet the bidder’s tax obligations.
1 In order to meet this requirement bidders are required to complete in full the attached form TCC
“001“Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax
Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit
bids.
2 SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one)
year from the date of approval.
3 The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original
and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax
Clearance Certificate will not be acceptable.
4 In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate
Tax Clearance Certificate.
5 Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS
branch office nationally or on the website www.sars.gov.za.
6 Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision,
taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.
31309-7E REQUEST FOR PROPOSALS FOR THE LONG-TERM LEASING AND DEVELOPMENT OF PROPOSED
LEASE C ON ERF 1156 KWAMASHU E (31T MALANDELA ROAD)
REU MBD 3.1
PRICING SCHEDULE: FINANCIAL OFFER
This offer is made for the property in accordance with the Property Information stated in MBD
13 and in accordance with the bid specification in MBD 12.
Unless stated otherwise all prices excludes VAT.
FINANCIAL OFFER
A minimum / reserve rental amount of R59 600.00 per month.
Any offer below the RESERVED/ MINIMUM RENTAL will not be considered and such bids would
accordingly be disqualified.
Rental Offer
Rental Offer in words
Escalation per annum and rental to 8%
be reviewed every five years
Bidder / Entity Name
Represented By
Capacity
B-BBEE Minimum Level: Four