Skip to main content
COR8046/2025Telecommunications

REQUEST - Airports Company

Issuing Organization

Unknown

Location

Northern Cape

Closing Date

16 Feb 2026

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

Tender Type

Request for Bid(Open-Tender)

Delivery Location

1 Jones Road - Kempton Park - Kempton Park - 1627

Published

12 Dec 2025

Tender Description
Request for Bids for the Acquisition of Security Services for a Period of Sixty (60) Months for the Following Airports: Cape Town International Airport, or Tambo International Airport and King Shaka International Airport. as Well as Licensing for Stakeholder Security Services for All Nine (9) Airports Operated by Airports Company South Africa Soc Limited (acsa).
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

1 Jones Road - Kempton Park - Kempton Park - 1627

Requirements & Eligibility
Analysis: COR80462025 Final published.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

The Scope of Work includes the following: Airports Company South Africa Limited (ACSA) requires a service provider to be appointed to provide uninterrupted continuous guarding security services (landside and airside) for a period of sixty (60) months from 1 April 2026 to 31 March 2031) at the three international airports, King Shaka (landside) ORTIA and CTIA (Landside and airside). These services shall include: a) Airside at Cape Town and OR Tambo international airports. b) Landside services at King Shaka, OR Tambo (including Cargo, General aviation, remote areas, Tactical response team services) and Cape Town International airport (Protection of Swartklip vacant land) The service provider shall achieve the following deliverables (the “Deliverables”), each of which is a specific deliverable required by ACSA without limitation to the services or any related obligation, activity or responsibility described in this Scope of Work or the Contract: ConfidentialConfidential A. Optimum Performance land side and air side Security Services are performed to a high standard at the Airport locations and provide a comprehensive Airside, Tactical response, landside Security Service including traffic management across the Airport locations, including without limitation, service provider shall be operable 24 hours per day 365 days per year on a planned and ad- hoc basis. The Contractor shall: a) Provide a secure and safe car park environment for traveling public, staff and bona fide visitors to the airport, their vehicles and their property. b) Provide security services within car-parking areas and prevent the risk of crime. c) Provide the airport with landside traffic management to ensure the safe, free flow of traffic ensuring access and egress to and from the facilities at all times. d) Provide an administration service that controls all security related administration. e) Preventing prohibited and non-permitted items from accessing, entering or otherwise being brought into sterile areas, restricted areas or onto aircraft. f) Identifying the essential components of an improvised explosive device and an improvised incendiary device. g) Screening persons, property, belongings and baggage in the manner and under the circumstances prescribed by ACSA. h) Screening persons, property, belongings, and baggage promptly and without interruption or delay. i) Deploying Screening Personnel at screening checkpoints, access gates and elsewhere at the Airport locations, having due regard to the certification, language and gender profiles prescribed by ACSA to ensure Security Screening Personnel are continuously engaged in productive activities. j) Managing the performance of Security Screening Personnel at screening checkpoints and access gates having due regard to professionalism in dealing with the travelling public and the need for coaching, mentorship, motivation, correction, and discipline. k) Resolving any incident, emergency or contingency that may actually or potentially jeopardize the continuation of screening and; l) Reporting information and data regarding the screening of persons, property, belongings, and baggage in the manner, under the circumstances and within the timelines prescribed by ACSA. m) Providing patrols within the airside and at identified land side areas including vacant lands, buildings belonging to ACSA and remote areas. B. Optimum Performance Screening and Tactical Response Services (OR TAMBO) The winning bidder should ensure that Tactical Response services are performed to a high standard at the Airport Locations, including without limitation by: a. Preventing prohibited and non-permitted items from accessing, entering or otherwise being brought into sterile areas, restricted areas or onto aircraft. ConfidentialConfidential b. Identifying the essential components of an improvised explosive device and an improvised incendiary device c. Screening persons, property, belongings, and baggage in the manner and under the circumstances prescribed by ACSA. d. Screening persons, property, belongings and baggage promptly and without interruption or delay. e. Deploying Screening Personnel at screening checkpoints, access gates and elsewhere at the Airport Locations having due regard to the certification, language and gender profiles prescribed by ACSA to ensure Security Screening Personnel are continuously engaged in productive activities. f. Managing the performance of Security Screening Personnel at screening checkpoints and access gates having due regard to professionalism in dealing with the travelling public and the need for coaching, mentorship, motivation, correction and discipline g. Resolving any incident, emergency or contingency that may actually or potentially jeopardize the continuation of screening. h. Reporting information and data regarding the screening of persons, property, belongings and baggage in the manner, under the circumstances and within the timelines prescribed by ACSA i. To ensure continuous and proactive tactical presence in areas deemed high-risk within the airport precinct. j. To provide an immediate and professionally coordinated armed response to critical incidents. k. To prevent, contain, and neutralise acts of criminality, public violence, and security breaches. l. To provide tactical assistance to airport security and law enforcement in the enforcement of safety protocols and the protection of key assets. m. Respond to incidents of armed robbery, hijacking, assault, sabotage, or any other violent crime or threat within the airport precinct. n. Engage, contain, and neutralise threats using approved tactical intervention protocols. o. Secure crime scenes until SAPS or relevant authorities arrive. p. Support evacuation and lockdown procedures when necessary. q. Conduct high-visibility armed patrols in designated high-risk areas to deter criminal activity. r. Perform random vehicle and personnel checks in sensitive areas (as legally permitted). s. Monitor suspicious activity and report intelligence for proactive threat assessment. t. Protection of Vulnerable Operations u. Provide tactical presence during cash-in-transit operations, including escorting of CIT staff and protection of collection/drop-off points. v. Escort high-risk personnel or Service Providers handling valuables or working in the airport precinct. w. Secure loading and offloading operations for sensitive cargo. x. Deploy tactically to areas known for ground services provider tensions, particularly where e-hailing and taxi operators are active. y. Prevent and de-escalate violent confrontations or unlawful gatherings. z. Coordinate with SAPS and EMPD authorities where necessary. aa. Conduct and participate in emergency drills (e.g., bomb threats, hijackings, terrorism) and live incident response. ConfidentialConfidential bb. Provide back-up support to general security teams during major events or VIP visits. cc. Assist in enforcing airport security lockdown protocols or closure of access points. Areas of Operation for TRT a. The Tactical Response Unit shall operate across all zones of the ORTIA airport, including but not limited to: b. Airside: Aircraft movement areas, runways, taxiways, apron, and restricted secure access areas. c. Landside: Terminal buildings (arrivals/departures), Retail, Roadways, Parking and public concourses. d. Cargo Facilities: Main Gate, Perishable Triangle. e. Remote Sites: General Aviation, Fuel farm and remote Infrastructure (Dencast, Eleptro). f. Parking Areas: Public and staff parking, short- and long-term parking, areas used for cash-in-transit (CIT) operations. g. Ground Transport Pickup/Dropoff Zones: Taxi ranks, e-hailing pick-up zones, bus stops, and areas prone to confrontation between transport operators. C. Customer Satisfaction Ensure that the key customers for the Landside Security Service such as travelling public, staff, authorized visitors, service providers, emergency services and general airport users are satisfied with their experience at the Airport Locations, including without limitation: a) The assistance provided by Security Personnel to complete security duties promptly and address any special situations. b) The official language of communication (English) and quality of information provided during screening. c) The responsiveness of Screening Personnel to any question asked. d) The courteousness and professionalism of Screening Personnel on duty. e) The care and control applied to persons, property, belongings and vehicles. D. Successful Security Personnel Training Ensure that Security Personnel are successful in SACAA’s National Training and Certification Program and National Key Points Training Program, including without limitation: 1. Training in the manner and under the circumstances prescribed by ACSA including Behaviour Detection. 2. Satisfying the pre-requisites for each course in SACAA’s National Training and Certification Program prior to enrolment; and National Key Points Training Program. 3. Passing certification and recertification testing performed by SACAA and National Key Point Act/Critical Infrastructure Protection Act (CIPA) as amended (CIPA/NKP limited to international airports). ConfidentialConfidential 4. Complying with all PSIRA requirements for all security personnel who will be deployed at various airports locations. 5. Passing assessment testing performed by the prospective service provider to evaluate the experience, knowledge, skill, ability, professionalism, personal suitability and references of applicants. 6. Attending and completing the training, recurrent learning and certification courses and tests for which they are scheduled. 7. If selected for employment as training personnel, passing assessment testing performed by Accredited SACAA training service provider. 8. On Job training and firearms refresher training in terms of Firearms Regulation 21 shall be conducted annually according to ACSA and NKP standards, by the service provider and training records/ certificates shall be maintained. 9. Only verified training will be paid. The payment of the training costs by ACSA to the successful security service provider is a DISBURSEMENT. The verification and audit process will include the submission of copies of the invoices that the respective institutions issued (if training is not done internally) as no additional fees or costs can be added. Other documents that must be submitted will include attendance register, training matrix and both part 109 and part 110 as well as Dangerous Goods certificate. The service provider will be required to provide original certificates and invoices from the training service provider. 10. Tactical training requirements only for TRT: ➢ Accredited tactical training ➢ Range officers and assessor ➢ Advanced driving ➢ Negotiator course ➢ Close protection course ➢ Firearm competency ➢ Tactical security training certificate E. Bidding company a) The company or close corporation and every director of the company or member of the close corporation must be registered in terms of Section 20 of the PSIRA Act 2001 (Act ); b) The prospective service provider’s rates and costs must be in line with the illustrative pricing guide of the national bargaining council for the private security sector. c) The prospective service provider must provide the PSIRA registration certificate. d) Bidders must provide an original or copy of the written letter of good standing from PSIRA. This correspondence must be valid at the bid closure date. The service provider may be required to submit a valid original or certified copy of the letter of good standing at any given time during for the duration of the contract. ConfidentialConfidential e) All security officers supplied by the company or close corporation must be trained to the standards set out and regulated by PSIRA and by a Training Centre accredited by PSIRA. F. Personnel Optimization Security Personnel performance is optimized at landside and airside facilities, car parks, multi-story arcades, access gates ACSA buildings, and elsewhere at the Airport Locations having due regard to scheduling and deployment, the successful bidder shall ensure that Security Personnel are continuously engaged in productive activities and unnecessary deployment /posting are avoided. G. Effective Consumables and Uniforms Management Ensure that consumables, uniforms, and related items are supplied to Security Personnel in sufficient quantities to perform security functions and are not wasted, lost or stolen. The uniforms shall not be the same as or resemble any other uniform of other service providers and shall be solely designed and used for service provider staff only. The uniform must be in accordance to PSIRA standards/approval. ACSA will verify prior to use at contracting stage. This is to ensure that the successful contract security service provider’s uniform is distinguished from any other uniform worn by other security service providers at the airport. The service provider shall ensure that uniform insignia are clearly visible, on the right and left shoulder including the left chest displaying “security". In the case of reflective jackets, the staff shall be required to wear designated reflective jackets uniquely numbered to easily identify staff as per ACSA procedures. H. Special events The Security Contractor shall provide additional Services for miscellaneous special events that require armed or unarmed personnel coverage. ACSA will provide at least three (3) business days' notice of the number of personnel needed for a Special Event. Additional certified screeners may be required on a contingency basis (as-and-when needed) I. Facility Patrol Plan. Contractor shall provide Security Officers to patrol critical areas on the landside, cargo, general aviation and remote areas to minimize trespassing, vandalism, and exposure to liability. On the Effective Date of the Agreement, Contractor shall provide a Facilities Patrol Plan to identify specific measures to prevent and minimize theft, graffiti, vandalism, sabotage and trespassing at Airport Locations to be patrolled, and procedures for Security Officers to respond to such incidents. The Facility Patrol Plan shall be subject to ACSAs approval. The final approved Facility Patrol Plan is incorporated by reference and shall become part of the Agreement as though fully set forth herein. To determine the Security Contractor's achievement of any specific deliverable, including without limitation to confirm that the Security Contractor complies, ACSA may, in its sole and absolute discretion, conduct, or require ConfidentialConfidential the Security Contractor to submit to, any audit, review, test or inspection by ACSA or any of ACSA's authorized representatives. J. Firearms Only firearms registered in the name of the Contractor shall be permitted on ACSA (Clients) premises. Under no circumstances shall firearms belonging to another person be utilized for the provision of the Services in terms of this agreement. No security personnel shall be allowed to utilize or carry private firearms on duty. All armed security personnel are required to be evaluated by an accredited shooting range co-coordinator prior to deployment and every six months thereafter. Armed security personnel not meeting these requirements may not be deployed on Clients premises. The cost of such evaluations will be for the account of the Contractor. The following types of firearms shall be acceptable for use on the Client's Sites. The proposed use of any other brand of firearm must be approved by ACSA, in writing, prior to use. The following proof to be provided on commencement of contract: • Certification of serviceability of firearms by qualified and accredited gunsmith • Storage facilities for firearms are SABS approved and provide SAPS inspection report. • Bi-annual firearms training by an accredited provider — theory and practical K. Insurance requirements The service provider shall, during the term of the Agreement and at its own expense, effect the following: • Secure Aviation liability insurance for an indemnity limit not less than R100 million (one hundred million rands) • Submit proof of insurance to the contract manager at the start of the contract, and at every renewal of the policy, for the duration of the agreement L. Other requirements The winning bidder will have to provide the following at contracting stage: (i) Valid Proof of Work Skills Plan (WSP) Annual Training Report (ATR) submission to SASSETA and/or any other SETA; (ii) Provide valid proof of Work Skills Plan approval letter from SASSETA and/or any other SETA; ConfidentialConfidential M. Office space Should bidders require office space at the airports, arrangement will need to be made with the ACSA Commercial Department at the bidders own cost (includes rates and utilities) and independent of this contract/tender. N. COMMUNICATION Bidders will be required to provide radios that will integrate with the ACSA network (TETRA) infrastructure which has a 10km coverage radius within the airport precinct. Bidders will be provided with their own channels for communication. The maintenance of the radios lie purely with the winning bidder Key operational features of the TETRA system include, but are not limited to: • Real-time, reliable two-way communication • Encrypted and secure voice transmission • Group call and broadcast capabilities • High audio quality in noisy environments • Scalability to support multiple users and departments • Failover and redundancy for critical communication continuity • Support for emergency and priority call handling Maintaining spare radios ensures minimal downtime and enables uninterrupted communication, especially during peak operational periods, maintenance, or in the event of device failure. Please the below infrastructure specifications Feature Specification 380–430 MHz (primary band for public safety) Frequency Bands Other ranges: 410–430 MHz, 450–470 MHz, 806–870 MHz Channel Spacing 25 kHz π/4 DQPSK (Differential Quadrature Phase Shift Modulation Keying) ConfidentialConfidential Feature Specification TDMA (Time Division Multiple Access) – 4 slots Access Method per carrier Bit Rate (Gross) 36 kbps per carrier Net Data Throughput Up to ~7.2 kbps per time slot (after overhead) Duplex Mode Semi-duplex and full duplex supported Speech Coding ACELP at 4.567 kbps - Air Interface Encryption (AIE) - End-to-End Encryption Encryption (E2EE) - Algorithms: TEA1, TEA2, TEA3, TEA4 - Individual calls - Group calls - Emergency calls Call Types - Broadcast calls - Short Data Service (SDS) - Packet Data - Circuit Data Services Mode Data Typically, 2–5 km in urban areas, up to 10–20 km Coverage in rural areas (per base station) Seamless handover between cells during voice Handover and data calls GPS/GLONASS/Galileo integration supported on Positioning many terminals PEI (Peripheral Equipment Interface), IP-based Interfaces interfaces to external systems O. PANEL TERMS OF REFERENCE This tender seeks to appoint a panel of security service providers to: (i) Render security services to ACSA at the three identified international airports (ORTIA, CTIA, KSIA) and (ii) Render security services to the airport stakeholders across all 9 airports ConfidentialConfidential ACSA SECURITY CONTRACT All bidders who meet the minimum threshold for Functionality/Technical evaluation stage will advance to the Price and Preference evaluation stage (90/10). Only five (5) bidders will be allocated a site to provide physical guarding services. Site appointments will take place as follows: - The appointment of sites will take place in the following order (ranking based on the workload): 1. ORTIA landside 2. ORTIA airside 3. CTIA airside 4. CTIA landside 5. KSIA landside - The highest-ranking bidder at the Price and Preference stage for each site will be awarded the physical guarding contract for the site. - Once a bidder is awarded a site, they are precluded for participating in the Price and Preference evaluations of the subsequent sites. This is to ensure that one bidder isn’t allocated more than one site. - Note: o Should two or more bidders rank equal during the Price and Preference evaluations, the award will be decided by the drawing of lots. o Should less than 5 bidders qualify to be on the panel, the work allocation process for physical guarding will reset once all the qualifying bidders have been allocated a site. AIRPORT STAKEHOLDER LICENCE (for all (9) ACSA airports) The top 10 highest scoring bidders who meet the Technical/Functional evaluation criteria will automatically be awarded a licence to provide security services to the airport stakeholders. In the event of a tie among bidders which prevents the fair allocation of the 10 licences, the remaining slots will be determined by a drawing of lots. ConfidentialConfidential SECTION 4: MANDATORY AND ADMINISTRATION DOCUMENTS 4.1 Mandatory Returnable Documents ACSA will disqualify from the bid process any bidder that has failed to submit mandatory returnable documents and information. Bidders should therefore ensure that all the mandatory returnable documents and information have been submitted. In order to assist bidders, ACSA has also included a column next to the required mandatory document and information to enable bidders to keep track of whether they have submitted or not. 4.2 Other Returnable Documents and Information These types of documents and information are required but are not mandatory, or are only mandatory at specific stages of the process. ACSA may request bidders to submit these documents or information after the closing date and time, or might already have them on the system. Where a document or information is only mandatory at a specific stage in the process, ACSA may only disqualify a bidder for non-submission at that stage and after reasonable efforts were made to request the document from the bidder. The mandatory and other returnable documents listed in the below table: SUBMITTED RETURNABLE DOCUMENTS AND INFORMATION MANDATORY ADMINISTRATIVE [Yes Provide a copy of a valid PSIRA Certificate in the name x of the bidding entity Completed Pricing schedules (Annexure A to E) for X sites you wish to bid for Provide a copy of a valid letter of good standing from X PSIRA in the name of the bidding entity Provide a copy of valid firearms transportation permit in X the name of the bidding entity. Provide a sworn affidavit confirming that the bidding entity and its directors/owners do not have a criminal X record. Valid COIDA letter of good standing, indicating a nature of business related to the scope of work, issued by the X Department of Labour or its agencies Provide a valid letter issued by the Department of Labour confirming compliance to the Employment X Equity Act (EEA 16A or 16B Compliance Certificates) Provide a copy(s) of current and valid PSIRA certificate demonstrating a PSIRA Grade A for all X Owners/Directors of Company; ConfidentialConfidential Provide a copy of the bidder’s valid Aviation Security Screening Organisation (ASSO) approval certificate in x the bidder’s name. SAPS firearm report x Reference letters for various resources as per X

Compliance Requirements

CVs for various resources as per requirements X Certifications and qualifications for various resources as x per requirements Declaration of Interest Form and Politically Exposed x Persons Valid letter of good standing from Provident Fund (Full compliance with the Provident Fund (copy of the Private X Security Sector Provident Fund compliance certificate or any approved Provident Fund compliance certificate); Valid Proof of Work Skills Plan (WSP) Annual Training Report (ATR) submission to SASSETA and/or any X other SETA; Provide valid proof of Work Skills Plan approval letter X from SASSETA and/or any other SETA Provide valid proof of contribution to the UIF x SBD 4 Bidder’s Disclosure Form x SBD 6.1 Preference Points Claim Form x Confidentiality and Non-Disclosure Agreement x BEE Certificate and Scorecard or BBBEE QSE/EME x Affidavit Tax Pin number (ACSA may not award to a bidder whose tax affairs have not been declared to be in order x by SARS) Certificate of Incorporation of the bidding entity showing x ownership split Central Supplier Database Report (CSD) x VAT Questionnaire x ACSA Terms and Conditions x 4.3 Validity of submitted information Bidders must ensure that all conditions, documents and information which has been submitted in pursuance of this bid remain valid for the duration of the contract period. In the event that a validity document expires, an updated document must be submitted. The duty is on the bidder to provide updated information to ACSA immediately after such information has changed. ConfidentialConfidential SECTION 5: RETURNABLE DOCUMENTS 5.1 DECLARATION OF INTEREST AND POLITICALLY EXPOSED PERSONS FORM Making a Declaration Any legal person or persons having a relationship with persons employed by ACSA, including a blood relationship, may submit a bid in terms of this tender document. In view of possible allegations of unfairness, should the resulting bid, or part thereof, be awarded to persons connected with or related to ACSA employees, it is required that the bidder or his/her authorised representative declare his/her position in relation to ACSA employees or any member of the evaluation or adjudication committee which will consider bids. ACSA requires all bidders to declare that they have not acted in any manner inconsistent with the law, policy, or fairness. Furthermore, in terms of sections 21F to 21H of the Financial Intelligence Centre Act (FICA), ACSA requires bidders to declare if they have Foreign Politically Exposed Persons (FPEP), Domestic Politically Exposed Persons (DPEP) or Prominent Influential Persons (PIPs), or any family member and known close associates of such persons in their organisation. . Bidders must have regard to the definition of these categories in the FICA. Please note that Immediate family members of Foreign PEPs, Domestic PEPs and PIPs include - (a) the spouse, civil partner or life partner; (b) the previous spouse, civil partner or life partner, if applicable; (c) children and stepchildren and their spouse, civil partner or life partner; (d) parents; and (e) sibling and step-sibling and their spouse, civil partner or life partner. 5.1.1 All bidders must complete the declaration of interest form below: Full name of the bidder or representative of the bidding entity Identity Number Position held in the bidding entity Registration number of the bidding entity Tax Reference number of the bidding entity VAT Registration number of the bidding entity I/We certify that there is / no Foreign or Domestic PEP or PIP conflict of interest/ no relationship between the bidding entity or any of its shareholders / directors / owner / member / partner/ senior management with any ACSA employee or official. Where a relationship or Foreign or Domestic PEP or PIP conflict of interest exists, please provide details of the ACSA employee or official and the extent of the relationship below: Foreign or Domestic PEP/PIP Declaration ConfidentialConfidential PIP/Foreign or Domestic PEP Declaration for self/family member or close associate: Nature of Political Exposure Term of the Description of activities relating to office political exposure Full Names of Directors / Trustees / Members / Shareholders/ Senior Management of the bidding entity Personal Income Tax Reference Full Name Identity Number Number 5.1.2.I/We declare that we have not acted in any manner which promotes unfairness, contravenes any law or is against public morals. We further certify that we will act in full compliance of these tender terms and conditions as well as ACSA policies in the event that we are successful in this tender. ConfidentialConfidential B-BBEE Minimum Level: 4
Tender Documents (1)

COR80462025 Final published.pdf

View

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

Discussion