Skip to main content
34133-5WSupplies: General

Request - Ethekwini Metropolitan

Issuing Organization

Unknown

Location

KwaZulu-Natal

Closing Date

24 Apr 2026

View Full Details & ApplyBack to All Tenders
Share:
At a Glance

Tender Type

Request for Bid(Open-Tender)

Delivery Location

166 K E MASINGA ROAD (FORMERLY OLD FORT ROAD) - DURBAN - KZN - 4001

Published

15 Dec 2025

Tender Description
Request for proposals for an independent certifier for a performance-based management contract
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

166 K E MASINGA ROAD (FORMERLY OLD FORT ROAD) - DURBAN - KZN - 4001

Requirements & Eligibility
Analysis: 34133-5W Tender Document Independent Certifier.pdf

Submission Guidelines

Returnable Documents: Evaluation criteria/KPI Sub Total schedules/evidence Functionality Score Sub Criteria Criteria Level 0 level 1 level 2 level 3 level 4 level 5 Previous experience as an Auditor in a No of similar No information To have City (or assignments To have To have To have To have Report detailing scope of provided; OR successfully cities)/Water undertaken for undertaken 1 undertaken 2 to undertaken 4 to undertaken 7 to assignment, details and submission of no completed 10+ utility providing or including project of a 3 assignments 6 assignments 10 assignments contacts of clients, substance / assignments of 30 30 water and performance similar nature of a similar of a similar of a similar contract value; irrelevant a similar nature sanitation audit and within the past nature within the nature within the nature within the duration/period 1 services as certification information 15 years. past 15 years. past 15 years. past 15 years. within the past undertaken; provided 15 years. required in this requirements contract in the last 15 years % score 0% 20% 40% 60% 80% 100% Score 0 6 12 18 30 No information provided OR Minimum 1 submission of no Minimum 5 Minimum 10 Minimum 15 Minimum 20 years relevant substance / years relevant years relevant years relevant years relevant experience irrelevant experience experience experience experience Experience of including information OR including including including including 20 Key staff experience on less than 1 experience on experience on experience on experience on assignments year’s relevant projects of a assignments of assignments of assignments of of a similar experience on similar nature. a similar nature. a similar nature. a similar nature. nature. assignments of a similar nature. % score 0% 20% 40% 60% 80% 100% Qualification as CA (Auditor);CV with minimum post registration professional qualification of not less than 10 years’ Lead Auditor 0 2 4 6 8 10 10 experience in management of Audit teams, performance management, certification of performance results Part T1: Tendering Procedures Document Version : 14/03/2023(a) CV with minimum post registration professional qualification not less than Financial 0 1 2 3 4 5 10 years, CA/Equivalent 5 Specialist and expertise and expert in Financial Performance management auditing CV with minimum post registration professional qualification not lees than Technical 10 years as Pr Eng or 0 1 2 3 4 5 5 Specialist equivalent, experience and expert in Water /Sanitation on similar assignments Excellent - No information Good - Proposed Poor - Adequate - Low Very Good - Meets and provided OR Satisfactory Approach and Unacceptable level of Meets the exceeds the submission of no level of 3 methodology understanding understanding of expected level of expected level of Summary outline 50 substance / understanding of that will be of the the understanding of understanding of irrelevant the used requirements. requirements. the requirements the information requirements. requirements. % score 0% 20% 40% 50% 75% 100% Demonstrate comprehension of project objectives and challenges as articulated in the National Treasury Articulate envisaged role A;A1;A2 and A3 and governance structure; Guidelines;B&IP outline experience and and road map of Technical expertise to be utilised to the EWS and Understanding realise the objectives of 3.1 associated 0 2 4 5 7.5 10 10 of Project the City and the documents Requirements performance audit and ;Demonstrate certification aligned to the understanding of EWS turnaround strategy local water utility and ongoing reforms. context, water sector reforms, operational needs, regulatory compliance and infrastructure conditions Part T1: Tendering Procedures Document Version : 14/03/2023(a) Detail workplan The auditor must with defined demonstrate a clear, well- Proposed milestones and structured approach for Methodology deliverables; undertaking the 3.2 and Approach 0 0,07 0,14 0,175 0,2625 0,35 35 clear process assignment in evaluating to the work flow , and reporting on the assignment quality performance-based assuarance;etc contract. Proposed Creative solutions and modern Innovation and technologies 3.3 Value-Added 0 0,01 0,02 0,025 0,0375 0,05 5 that improve Services service delivery that will be applicable to EWS Total score 100 Min score required The Key staff listed are only for functionality evaluation- The full team must be disclosed in the methodology and approach document Part T1: Tendering Procedures Document Version : 14/03/2023(a) PART T2: RETURNABLE DOCUMENTS T2.1 LIST OF RETURNABLE DOCUMENTS T2.1.1 General The Tender Submission Documentation must be submitted in its entirety. All forms must be properly completed as required. The Tenderer is required to complete each and every Schedule and Form listed below to the best of their ability as the evaluation of tenders and the eventual contract will be based on the information provided by the Tenderer. Failure of a Tenderer to complete the Schedules and Forms to the satisfaction of the Employer will inevitably prejudice the tender and may lead to rejection on the grounds that the tender is non-responsive. T2.1.2 Returnable Schedules, Forms and Certificates Entity Specific T2.2.1 Compulsory Enterprise Questionnaire .............................................................................. 16 T2.2.2 Certificate of Attendance at Clarification Meeting ........................................................... 18 T2.2.3 Tax Compliance Status PIN / Tax Clearance Certificate .................................................... 19 T2.2.4 MBD 4: Declaration of Interest 20 T2.2.5 MBD 5: Declaration for Procurement Above R10 Million ................................................. 22 T2.2.6 MBD 6.1: Preference Points Claim Form ITO the Preferential Regulations ...................... 23 T2.2.7 MBD 8: Declaration of Bidder’s Past SCM Practices ......................................................... 23 T2.2.8 MBD 9: Certificate of Independent Bid Determination .................................................... 28 T2.2.9 Joint Venture Agreements (if applicable) ......................................................................... 31 T2.2.10 Record of Addenda to Tender Documents (if applicable) ................................................. 32 T2.2.11 Declaration of Municipal Fees .......................................................................................... 33 T2.2.12 CSD Registration Report .................................................................................................... 34 Technical or Functionality Evaluation T2.2.13 Experience of Tenderer ..................................................................................................... 35 T2.2.14 Experience of Key Staff................................................................................................................ 36 T2.2.15 Approach and Methodology ...................................................................................................... 36 Returnable Documents Error! Reference source not found. T2.2 RETURNABLE SCHEDULES, FORMS, AND CERTIFICATES The returnable schedules, forms, and certificates, as listed in T2.1.2, can be found on pages 16 to, NOTE The Form of Offer (C1.1.1), The Data to be Provided by Contractor (C1.2.2.2), and the Bill of Quantities (C2.2) are also required to be completed by the tenderer. Returnable Documents Error! Reference source not found. T2.2.1 COMPULSORY ENTERPRISE QUESTIONNAIRE Complete or Ref Description Circle Applicable 1.1 Name of enterprise 1.2 Name of enterprise’s representative 1.3 ID Number of enterprise’s representative Position enterprise’s representative 1.4 occupies in the enterprise National Treasury Central Supplier 1.5 MAAA Database Registration number eThekwini Supplier Database: 1.6 PR Reference number (PR), if any: 1.7 VAT registration number, if any: 2.0 Particulars of sole proprietors and partners in partnerships (attach separate pages if more than 4 partners) Full Name Identity No. Personal income tax No. * 2.1 2.2 2.3 2.4 3.0 Particulars of companies and close corporations 3.1 Company registration number, if applicable: 3.2 Close corporation number, if applicable: 3.3 Tax Reference number, if any: South African Revenue Service: 3.4 Tax Compliance Status PIN: Returnable Documents Error! Reference source not found. 4.0 Record in the service of the state (Insert on a separate page if necessary) Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months in the service of any of the following:  a member of any municipal council  a member of any provincial legislature  an official of any municipality or municipal entity  aormemberprovincialof publican accountingentity authority of any national  a member of the board of directors of any municipal entity  aCouncilmemberof Provinceof the National Assembly or the National an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of an employee of Parliament or a provincial legislature   the Public Finance Management Act, 1999 (Act ) Name of sole proprietor, partner, director, manager, Name of institution, public office, board or Status of service principal shareholder or stakeholder organ of state and position held (tick appropriate column) Current Within last 12 mths 5.0 Record of spouses, children and parents in the service of the state (Insert on a separate page if necessary) Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months in the service of any of the following:  a member of any municipal council  a member of any provincial legislature  an official of any municipality or municipal entity  aormemberprovincialof publican accountingentity authority of any national  a member of the board of directors of any municipal entity  aCouncilmemberof Provinceof the National Assembly or the National an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of an employee of Parliament or a provincial legislature   the Public Finance Management Act, 1999 (Act ) Name of spouse, child or parent Name of institution, public office, board or Status of service organ of state and position held (tick appropriate column) Current Within last 12 mths The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise:, authorizes the Employer to verify the tenderers tax clearance status from the South African Revenue Services that it is in order. ii) confirms that the neither the name of the enterprise or the name of any partner, manager, director or other person, who wholly or partly exercises or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004. iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears, has within the last five years been convicted of fraud or corruption. iv) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest., confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct. NAME (Block Capitals): Date

Compliance Requirements

Tenders will be checked for compliance with the ELIGIBILITY requirements, as specified in Clause F.2.1. Tenderers not in compliance will be deemed non-responsive. Functionality FUNCTIONALITY will be evaluated to determine the responsiveness of tenders received. The minimum score for FUNCTIONALITY is 64 points. Those tenders not achieving the minimum score will be deemed non-responsive. The functionality Criteria, Sub-Criteria, Points per Criteria/ Sub-Criteria, Returnable Documentation and Schedules, Method of Evaluation, and Prompts for Judgement are as specified in T1.2.3: “Additional Conditions of Tender”. Preference Point System The financial offer will be reduced to a comparative basis using the Tender Assessment Schedule. The procedure for the evaluation of responsive tenders is PRICE AND PREFERENCE in accordance with the Employer’s current SCM Policy, the Preferential Procurement Policy Framework Act (), and the Preferential Procurement Policy Framework Act Regulations (2022). Price Points As it is unclear (at the time of advertising) which of the two preference point systems applies, either the 80/20 preference point system will apply, determined by the price offered by the lowest acceptable tender. Preference Points Refer to T2.2.6: “MBD 6.1: Preference Points Claim”. The Preference Points 20 will be derived from points allocated/ claimed for Specific Goals as indicated in the table(s) below, according to the specified Goal/ Category Weightings. Ownership Categories Criteria 80/20 Race: Black (w1) Equals 0% 0 Between 0% and 51% 2.67 Greater or equal to 51% and less than 100% 5.33 Equals 100% 6.67 Gender: Female (w2) Equals 0% 0 Between 0% and 51% 2.67 Greater or equal to 51% and less than 100% 5.33 Equals 100% 6.67 Disabilities (w3) Equals 0% 0 Between 0% and 51% 2.67 Greater or equal to 51% and less than 100% 5.33 Equals 100% 6.67 Maximum Goal Points: 20 Part T1: Tendering Procedures Document Version : 14/03/2023(a) Targeted Procurement (SCMP Cl.23) After tender submissions have been evaluated in terms of the Preference Point System and the highest points scorer has been ascertained, the requirements of targeted procurement will be applied according to the provisions of the SCM Policy. Targeted Procurement requirements are specified in the “Additional Conditions of Tender” in T1.2.3.4. F.3.13 Acceptance of tender offer: In addition to the requirements of Clause F.3.13 of the Standard Conditions of Tender, tender offers will only be accepted if: (a) The tenderer submits a valid Tax Clearance Certificate OR Tax Compliance Status PIN, issued by the TCS System of the South African Revenue Services, or has made arrangements to meet outstanding tax obligations. (b) The tenderer or any of its directors/shareholders is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector. (c) The tenderer has not: Abused the Employer’s Supply Chain Management System; or Failed to perform on any previous contract and has been given a written notice to this effect. (d) The tenderer has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may impact on the tenderer’s ability to perform the contract in the best interests of the Employer or potentially compromise the tender process. The Municipality does not bind itself to accept the lowest or any tender. It reserves the right to accept the whole or any part of a tender to place orders. Bidders shall not bind the Municipality to any minimum quantity per order. The successful Tenderer (s) shall be bound to provide any quantities stipulated in the specification. F.3.17 Copies of contract: The number of paper copies of the signed contract to be provided by the Employer is ONE (1). Part T1: Tendering Procedures Document Version : 14/03/2023(a) T1.2.3 ADDITIONAL CONDITIONS OF TENDER T1.2.3.1 Appeals In terms of Regulation 49 of the Municipal Supply Chain Management Regulations persons aggrieved by decisions or actions taken by the Municipality, may lodge an appeal within 14 days of the decision or action, in writing to the Municipality. All appeals (clearly setting out the reasons for the appeal) and queries with regard to the decision of award are to be directed to: The City Manager Attention Ms S. Pillay eMail: Simone.Pillay@durban.gov.za P O Box 1394 DURBAN, 4000 T1.2.3.2 Prohibition on awards to persons in the service of the state Clause 44 of the Supply Chain Management Regulations states that the Municipality or Municipal Entity may not make any award to a person: (a) Who is in the service of the State; (b) If that person is not a natural person, of which a director, manager, principal shareholder or stakeholder is a person in the service of the state; or (c) Who is an advisor or consultant contracted with the municipality or a municipal entity. Should a contract be awarded, and it is subsequently established that Clause 44 has been breached, the Employer shall have the right to terminate the contract with immediate effect. T1.2.3.3 Code of Conduct and Local Labour The Tenderers shall make themselves familiar with the requirements of the following policies that are available on web address: ftp://ftp.durban.gov.za/cesu/StdContractDocs/: Code of Conduct; The Use of CLOs and Local Labour. T1.2.3.4 Targeted Procurement Targeted Procurement provisions are not applicable to this tender. (SCMP Cl.52.21(d) If feasible to contract for a contract above R30m, an organ of state must apply subcontracting to advance designated groups. (SCMP Cl.52.21(e) Tenders that are between the contract value of R5m and R30m (incl.) must, where feasible, allow for subcontracting in line with the Council approved Economic Empowerment Framework. Refer to Economic Empowerment Framework. T1.2.3.5 Functionality Specification Functionality Evaluation is applicable to this tender. The minimum number of evaluation points for Functionality is 70 % The Functionality criteria and maximum score in respect of each of the criteria are as follows: Part T1: Tendering Procedures Document Version : 14/03/2023(a) FUNCTIONALITY SPECIFICATION FOR PBMC INDEPENDENT AUDITOR Max B-BBEE Minimum Level: 0
Tender Documents (1)

34133-5W Tender Document Independent Certifier.pdf

View

To download these documents and access AI-powered analysis, visit the main tender page.

Discussion