1.1. The purpose of this Request for Bid (RFB) is to obtain bids from prospective independent service
providers for the provision of a co-sourced Internal Audit (IA) service at the Department of Forestry,
Fisheries and the Environment (“Department”) for a period of three (03) years.
1.2. In all cases, staff of the Directorate: Internal Audit (DIA) must be empowered in the process of
carrying out the assignment. Staff must develop appropriate skills and experience in their interaction
with the relevant appointed service provider, which will decrease the necessity in the need for future
assignments of this nature. A detailed skills transfer plan will have to be submitted with the proposal.
1.3. Bidders should note that the Department will monitor the process very closely and that bidders will
be required to submit a collaborative progress or status report weekly and present such to the Audit
and Risk Committee (ARC) as and when required.
2. INTRODUCTION AND BACKGROUND
2.1 The Public Finance Management Act No. (as amended) (PFMA) requires the
establishment of an effective system of internal audit under the control and direction of an Audit
Committee (Section 38 (1) (a) (ii). Internal auditing is an independent, objective assurance and
consulting activity designed to add value and improve an organisation's operations. It helps an
organisation accomplish its objectives by bringing a systematic, disciplined approach to evaluate and
improve the effectiveness of risk management, control, and governance processes.
2.2 The co-sourced IA service has functioned in-house at the Department for the past thirteen (13) years,
with a staff complement of four (4) officials.
2.3 The external audit services are performed by the Office of the Auditor-General of South Africa
(AGSA). The Internal Audit team is expected to liaise closely with the Office of the AGSA to avoid
unnecessary duplication of audit work.
3. OBJECTIVES
3.1. The objective is to appoint a suitable service provider for Internal Audit services at the Department
in cooperation with Management, the DIA, ARC and the AGSA. The awarded service provider will
be required to attend meetings with the DIA, ARC and Director-General or his/her delegate.
3.2. The awarded service providers should fulfil all requirements pertaining to internal audit in line with
the PFMA, Treasury Regulations and the Institute of Internal Auditors (IIA) Standards, as well as the
scope of the Departmental Internal Audit Charter and Methodology, which will contribute to the
achievement of the Department’s clean audit.
4. SCOPE AND EXTENT OF WORK
4.1. The work of the co-sourced IA service includes the under-mentioned. Any other functions that may
be required by the service provider may be offered and/or clearly defined.
4.2 The co-sourced service provider, in consultation with the Directorate: Internal Audit and the
Audit and Risk Committee (ARC), will provide input for the following:
4.2.1. The rolling three (3)-year strategic IA plan is based on an assessment of key risk areas of
the Department with regard to its current operations, the proposed operations in the
Department’s strategic plan and its risk management strategy.
4.2.2. The risk-based annual operational IA plan.
4.2.3. Plans indicating the scope, cost and timelines of each audit area contained in the annual
operational plan mentioned in 4.2.2 above.
4.2.4. Progress reports to the ARC detailing its performance against the IA plans to allow effective
monitoring and intervention.
4.2.5. The co-sourced service provider will ensure that audits, as planned in the IA plan, are
performed in line with the department's Internal Audit methodology and the Institute of
Internal Audit standards.
4.2.6. The IA function must coordinate with other internal and external assurance providers to
ensure adequate coverage and to minimise duplications.
4.3. The IA function must assist Management in maintaining effective controls by evaluating the control
environment and the system of internal control through audit assignments and providing
recommendations for the enhancement of existing processes through which:
4.3.1. Objectives and values are established and communicated.
4.3.2. Achievement of objectives is monitored.
4.3.3. Accountability is ensured.
4.3.4. Corporate values are preserved.
4.3.5. The adequacy and effectiveness of the system of internal controls are reviewed and
appraised.
4.3.6. The relevance, reliability and integrity of management, financial and operating data and
reports are appraised.
4.3.7. Systems are established to ensure compliance with policies, plans, procedures, statutory
requirements and regulations, which could have a significant impact on operations.
4.3.8. The safeguarding assets are reviewed, and as appropriate, verifying the existence of such
assets.
4.3.9. The economy, efficiency and effectiveness with which resources are employed are
appraised.
4.3.10. The results of operations or programmes are reviewed to ascertain whether the results are
consistent with the Department’s established objectives and goals and whether the
operations or programmes are being carried out as planned.
4.3.11. The adequacy of established systems and procedures is assessed.
4.6 In planning and conducting its work, the service provider should seek to identify serious defects in
the internal controls, which might result in possible maladministration. Any such defects must be
reported immediately to the Director: Internal Audit (DIA)/ CAE, Director-General (DG) and/or the
ARC, without disclosing said defects to any other staff member. This also applies to instances where
fraudulent irregularities are uncovered.
4.7 The awarded service provider shall provide a transfer of skills plan to the in-house internal team,
including the approach to how this will be tracked.
4.8 The proposed experts and audit team to be deployed to the Department should be registered with
the Institute of Internal Auditors and other relevant professional bodies.
4.9 In addition to the above, the skills, including but not limited to the below, are required:
4.9.1. The project requires the services of a service provider possessing practical and technical
competencies in Internal Auditing.
4.9.2. Understanding of the International Standards of Professional Practice in Internal Auditing and
including but not limited to extensive experience in conducting IT and Financial Internal Audits
engagements in the public sector.
4.9.3. A thorough understanding of the Public Finance Management Act (PFMA) and National
Treasury Regulations, and Project Management skills and experience.
5. EXPECTED DELIVERABLES / OUTCOMES
5.1. Performance of audit assignments
5.1.1. All audit assignments are to be carried out according to the annual strategic IA plan, as
approved by Management and the ARC. Each audit assignment should at least consist of
the following:
• Pre-audit survey.
• An engagement/notification letter.
• Audit Planning Memorandum (APM).
• Minutes of opening and closing meetings.
• Risk assessment document.
• Systems description/documentation.
• Audit programmes.
• Sampling methodology.
• Mechanisms for follow-up on the progress of the implementation of management-
agreed action plans and feedback to Management and the ARC.
• Mechanism to ensure that working papers are reviewed at the appropriate level.
• Record of work performed (Audit Working Papers).
• Audit findings, root cause, the impact of risk, audit recommendations and
management agreed action plans/dates.
• Reporting (draft IA report and final IA report).
• Presentation of the significant findings and critical audit findings to Management
and/or the ARC.
• Follow-up of previously reported internal/external audit findings.
5.2. Reporting Requirements
5.2.1 The structure of IA reports submitted by the co-sourced IA service provider should be as
follows:
• Introduction.
• Audit objectives and scope.
• Background.
• An executive summary highlighting significant and critical findings.
• Findings, audit recommendations and agreed management action plans, including
implementation dates.
• Conclusion and/or audit opinion.
5.3. The co-sourced service provider is to deliver to the Department electronic copies of the final IA report
for onward submission to the DG, ARC and other interested parties as per the distribution list.
5.4. The service provider will ensure that the working paper files conform to the Standards for the
Professional Practice of the Institute of Internal Auditors (IIA Standards). The original working paper
files, reviewed by the senior official and such, shall become the property of the Department and must
be delivered with the final IA report.
5.5. Audit and Risk Committee Administration Requirements:
(a) The service provider will assist with documenting of the minutes for the Audit & Risk Committee.
6. PERIOD / DURATION OF PROJECT / ASSIGNMENT
6.1. The contract with the service provider will run for a period of three (3) years and will commence as
agreed in the Memorandum of Agreement (MOA) signed between the Department and the service
provider and the issuing of an official purchase order.
7. COSTING / COMPREHENSIVE BUDGET
7.1. A comprehensive budget must be provided, inclusive of all disbursement costs, expenses and VAT
(SBD 3.3 for detailed and Annexure A - Price Schedule Guidance). The service provider must
quote for all activities. Note: Travelling costs and time spent or incurred between home and the
office of the service provider and the DFFE office will not be for the account of the DFFE.
7.2. Bidders must utilise the attached SBD 3.3 and Annexure A - Price Schedule Guidance to provide a
breakdown of the hourly tariff per Resource category for the estimated hours, as required for the
service, the estimated percentage of disbursements not exceeding 7% and Value Added Tax (VAT)
where applicable, per year for the period of three (3) years. The Department has estimated a total of
7000 hours per year for evaluation purposes. In the event that a Expert is required as per 4.4 of the
TOR, then the hourly rate for Engagement Manager/ Project Leader/ Senior Internal
Auditors/Supervisor will be applicable. For minute taking for the Audit and Risk meetings, the Internal
Auditor hourly rate will be applicable.
7.3. The award will be based on the RATES that will be provided by bidders using the breakdown listed
in Annexure A, as such, forms an integral part of the contract. The actual number of hours to be
spent on this project will depend on the actual need during the project execution stage. Failure to
comply will result in your bid being considered non-responsive.
7.4. In the event that an audit requires travel to another province or office of the Department other than
Head Office in Pretoria, reasonable travel expenses may be claimed by the bidder according to
National Treasury rates.
7.5. Expenditure incurred without the prior approval of the Department will not be reimbursed.
7.6. The Department shall not pay for any unproductive or duplicated time spent by the service provider
on any assignment as a result of staff changes, sub-contracting or re-drafting of reports due to errors,
corrections or incorrect/incomplete findings.
7.7. DFFE reserve the right to negotiate with the preferred bidder/s identified in the evaluation process
regarding any terms and conditions, including prices, without offering the same opportunity to any
other bidder/s who has not been awarded the status of the preferred bidder/s.
7.8. DFFE reserve the right to benchmark and negotiate rates with the successful bidder before award.
7.9. The validity period is 120 calendar days from the closing date of the bid. The department reserves
the right to extend the validity of the bid, where a written letter will be sent to every bidder that
responds to the bid. In terms of procedural fairness, the bidder will be allowed to respond, in writing,
to the terms and conditions of the bid and the bid price. Such acceptance of the terms and conditions
of the bid and bid price becomes legally binding in the procurement process. Any bidder that did not
respond to the extension of the bid validity period in writing will not be considered further for the bid
upon the expiry of the initial validity period.
7.10. NOTE: Where applicable, modification (Increase/ Decrease) of the given total capped hours on the
pricing schedule is strictly prohibited. However, bidders are allowed to be innovative in allocating
the hours across the line items or activities, with the total capped hours remaining the same as
provided by DFFE. Bidders who fail to comply with the requirements will be considered non-
responsive and not further evaluated.
8. INFORMATION SESSION
NO8.1. Is the briefing session applicable?
8.2. Is it a compulsory briefing session? NA
8.3. Request for clarification of the tender document, questions, or queries, if necessary, must be
submitted to the DFFE email as listed under technical enquiries at least seven (07) calendar days
before the stipulated closing date and time of the tender in writing. However, DFFE shall not be liable
nor assume liability for failure to respond to any questions and/or queries raised by the bidder.
9. EVALUATION CRITERIA
9.1. The evaluation for this bid will be carried out in the following phases:
• Phase 1: Pre-compliance.
• Phase 2: Mandatory requirements
• Phase 3: Functionality Evaluation
• Phase 4: Price and Preference Points.
9.2. PHASE 1: PRE-COMPLIANCE
9.2.1. During this phase, bid documents will be reviewed to determine compliance with SCM
returnable documents, tax matters, and whether proof of registration on the Central Supplier
Database (CSD) has been submitted with the bid documents at the closing date and time of
the bid.
9.2.2. The bid proposal will be screened for compliance with administrative requirements as
indicated below:
ITEM NO. ADMINISTRATIVE REQUIREMENTS CHECK/ COMPLIANCE
1 Master Bid Document Provided and bound
2 Electronic Copy (USB) Same as the master bid document
3 SCM - SBD 1 - Invitation to Bid Completed and signed
Attached CSD registration number/ Proof
4 Tax Compliance and CSD Registration
of CSD registration and/ or SARS Tax Pin
5 SBD 3.3 - Pricing Schedule Completed
6 SCM - SBD 4 – Bidders Disclosure Completed and signed
Completed and signed, Valid B-BBEE
Status Level Verification Certificate issued
by SANAS, or Accredited
SCM - SBD 6.1 - Preference Points Claim
Verification Agency, or B-BBEE Certificate
7 Form in terms of the Preferential
issued by CIPC, or a Sworn Affidavit
Procurement Regulations 2022
commissioned by the Commissioner of
Oaths together with their bids and CSD
report
In case of bids where Consortia / Joint
Ventures, Consortia/ Joint Venture JV agreement completed and signed, if
agreement signed by both parties must be applicable
submitted with bid proposal
9 Consent and Indemnity Form Completed and signed
Letter of Authority to sign documents on
10 Completed and signed
behalf of the company.
9.3. PHASE 2: MANDATORY REQUIREMENT
9.3.1. The mandatory requirements will apply, and bidders must submit all requirements indicated
hereunder with the bid documents at the closing date and time of the bid. During this evaluation
phase, the bidder’s responses will be evaluated based on the documents submitted under
mandatory requirements.
9.3.2. Bidders who fail to comply with or meet mandatory requirements will be disqualified and will not
be evaluated further.
9.3.3. Bidders are required to complete the table below by answering YES or NO and attach proof of
the document listed in the table below:
PROOF
REQUIREMENTS ATTACHED:
YES NO
1. Bidder certification or Affiliation requirements
The bidder must have enterprise membership or a Director, or
Partner employed must be a Member of the Institute of Internal
Auditors (IIA).
Provide a copy of a valid membership in the name of the
company or director/partner which is employed, indicating
the following:
• Name of Enterprise or Director, or Partner, and
• Date membership was granted.
2. Bidder certification/ Affiliation requirements
Bidder must have a Certified Internal Auditor (CIA) in the name of
the Director/ Partner in charge of the project.
Provide a copy of a valid professional certificate (CIA) of a
director or partner who is employed, indicating the following:
• Director or Partner name;
• Issuing date; and
• Confirmation from the Institute of Internal Auditors that the
Certification are valid and in good standing at the time of
closing of the bid.
*Note the Director must be clearly identified on
Organigram in bid submission.
9.4. PHASE 3: FUNCTIONALITY CRITERIA
9.4.1. Only bid proposals that meet the mandatory requirements will be evaluated on functionality
criteria.
9.4.2. The bidder must score a minimum of 75% during Phase 3 (functionality) of the evaluation to
qualify for Phase 4 of the evaluation, where only points for price and preference points will
be considered.
9.4.3. Indicator: Actual score will be divided by 5 and multiplied by the weight.
9.4.4. The following values/ indicators will be applicable when evaluating functionality:
FUNCTIONALITY: (GUIDELINES FOR CRITERIAGUIDELINES FOR
WEIGHT APPLICATION)CATEGORY CRITERIA
Bidder(s) are required to demonstrate relevant experience in Internal
Audit services in the public sector and the competency of the
company for all successfully completed projects.
Bidder (s) should submit a positive reference letter from clients on
previous work successfully completed projects. The completion
certificates/ letters must be in the client’s letterhead, indicating the
type, duration of the project and the role of the bidder in that
particular project. The letter must be signed by the client and have
the details of the contact person.
COMPANY’S RELATED Company experience in successfully executing
EXPERIENCE WITH and implementing co-sourced internal audit Indicator
EVIDENCE OF services projects.
SUCCESSFUL More than 5 successfully completed projects with
COMPLETION OF more than 5 duly signed positive Completion 5
certificates/References Letters.INTERNAL AUDIT
5 successfully completed projects with 5 duly
SERVICES IN THE
signed positive Completion certificates/References 4 20
PUBLIC SECTOR.
Letters
4 successfully completed projects with 4 duly
signed positive Completion certificates/References 3
Letters
3 successfully completed projects with 3 duly
signed positive Completion certificates/References 2
Letters
FUNCTIONALITY: (GUIDELINES FOR CRITERIAGUIDELINES FOR
WEIGHT APPLICATION)CATEGORY CRITERIA
2 successfully completed projects with 2 duly
signed positive Completion certificates/References 1
Letters
Less than 2 successfully completed projects with
less than 2 duly signed positive Completion 0
certificates/References Letters, or no experience
Relevant qualifications (Internal Audit, Risk
Management and Finance/Accounting) for theQUALIFICATIONS OF Indicator
Project Senior Manager/Director who will beTHE
key to the project or engagement.ENGAGEMENT SENIOR
A Masters qualification (s) (NQF 9) 5MANAGER/DIRECTOR
TO BE ASSIGNED TO A Honours degree/Postgraduate Diploma 4 20
THE PROJECT IN qualification (s) (NQF 8)
INTERNAL AUDIT IN A degree or Advanced Diploma qualification (s) 3
THE PUBLIC SERVICE (NQF 7)
A three year national diploma (NQF 6) 2
No qualification (s) attached/ submitted 0
Relevant qualifications (Internal Audit, Risk
Management and Finance/Accounting) for the
Indicator
Engagement Manager /Team leader who will
QUALIFICATIONS OF
be key to the project or engagement.
THE
A Masters qualification (s) (NQF 9) 5ENGAGEMENT
MANAGER/TEAM A Honours degree or Postgraduate Diploma 4 10
LEADER TO BE qualification (s) (NQF 8)
ASSIGNED TO THE A degree or Advanced Diploma qualification (s) 3
PROJECT INTERNAL (NQF 7).
AUDIT IN THE PUBLIC A three-year national diploma (NQF 6). 2
SERVICE No qualification (s) attached/ submitted. 0
Relevant Designation/Occupational
Indicator 10
qualifications for the Engagement Manager
FUNCTIONALITY: (GUIDELINES FOR CRITERIAGUIDELINES FOR
WEIGHT APPLICATION)CATEGORY CRITERIA
/Team leader who will be key to the project or
engagement.
Certified Internal Auditor (CIA) 5
No qualification (s) attached/ submitted. 0
EXPERIENCE OF THE Bidder(s) are required to demonstrate that they have the
SENIOR MANAGER/ necessary resources and technical expertise to undertake
DIRECTOR TO BE and successfully complete the project.
ASSIGNED TO THE
PROJECT IN INTERNAL Bidder(s) should submit a curriculum vitae (Annexure B) for
AUDIT IN THE PUBLIC the Senior Manager/Director proposed to be employed on
SERVICE the project. Curriculum vitae are to include specific details
of the proposed individuals, including inter alia, relevant
experience and to include contactable references, and past
experience in Internal Audit in the public service.
Experience of the Senior Manager/Director in
Indicator
Internal Audit in the Public Service.
6 years or more experience 5
5 years or more but less than 6 years’ experience 4
3 years or more but less than 5 years’ experience 3
2 years or more but less than 3 years’ experience 2
1 year or more but less than 2 years’ experience 1
Less than 1 year experience or no experience 0
CAPABILITY/ Bidder(s) should submit a curriculum vitae (Annexure B) for
EXPERTISE AND the Engagement Manager/ Team Leader proposed to be
EXPERIENCE OF THE employed on the project. Curriculum vitae are to include
ENGAGEMENT specific details of the proposed individual, including inter 20
MANAGER/ TEAM alia, relevant experience and to include contactable
LEADER TO BE references, relevant qualifications, professional registration
ASSIGNED TO THE and past experience in Internal Audit in the public service.
FUNCTIONALITY: (GUIDELINES FOR CRITERIA GUIDELINES FOR
WEIGHT APPLICATION) CATEGORY CRITERIA
PROJECT IN INTERNAL Experience of the Engagement Manager/Team Indicator
leader in Internal Audit in the Public Service AUDIT IN THE PUBLIC
6 years or more experience 5 SERVICE
5 years or more but less than 6 years’ experience 4
3 years or more but less than 5 years’ experience 3
2 years or more but less than 3 years’ experience 2
1 year or more but less than 2 years’ experience 1
Less than 1 year experience or no experience 0
TOTAL POINTS ON FUNCTIONALITY 100
9.5. PHASE 4: PRICE AND PREFERENCE POINTS (BELOW 50 MILLION)
9.5.1. The preference point system applicable for this bid is 80/20.
9.5.2. The following preference point system will be followed to advance the categories of persons:
a. For contracts with a Rand value up to R50 000 000, a maximum of 20 points may be
allocated for specific goals as contemplated above, provided that the lowest
acceptable tender scores 80 points for price.
i. The applicable formula to be used is Ps=80[1-(Pt-Pmin)/Pmin]. Provided:
Ps = Points scored for the price of the tender under consideration.
Pt = Price of tender under consideration; and
Pmin = Price of the lowest applicable tender.
ii. A total of 20 points may be awarded to a tenderer as follows:
20 Points: if the Bidder has more than 50% (fifty percent) of Black people,
Women, or people with disabilities
0 Points: for 50% and below ownership by stipulated categories of persons
9.5.3. The bid will be awarded to a bidder with the highest points on price and Preference Points
on condition that they have met all phases of the evaluation criteria and complied with the
tender requirements set out in the tender document. However, a contract may be awarded
to a tenderer that did not score the highest points by section 2(1) of the PPPFA.
9.5.4. A maximum of 20 Points will be allocated for one of the specific goals below:
SPECIFIC GOALS 80/20
>50% ownership by Black people, or 20
>50% ownership by Women, or 20
>50% ownership by people with Disability 20
9.5.5. For service providers to claim preference points, the following must be adhered to:
a) Submit a complete and signed SBD 6.1,
b) Submit a valid B-BBEE Status Level Verification Certificate issued by SANAS, an
Accredited Verification Agency, or B-BBEE Certificate issued by CIPC, or a Sworn
Affidavit commissioned by the Commissioner of Oaths in the presence of the bidder
together with their bids.
c) Submit CSD Registration Report or MAAA number
NB: Failure on the part of a tenderer to submit proof or documentation stated above in terms
of this tender to claim preference points for specific goals with the tender will be interpreted
to mean that preference points for specific goals are not claimed.
10. BID SUBMISSION REQUIREMENTS
10.1. Bidders must ensure that the following submission requirements, which will be needed for evaluation
purposes, are included in their bid proposal and are as follows:
10.1.1. The bidder must draft a table of contents which will indicate where each document is in the
proposal.
10.1.2. The proposal shall consist of one (01) master original document, and an Electronic Copy
(USB) and must indicate the prices on SBD 3.3 and Annexure A for a detailed price
schedule.
10.1.3. The information in the CV (Annexure B) of the proposed Engagement Senior
Manager/Director and Project Manager should include relevant experience in the chosen
area of expertise.
10.1.4. If a resource provided for the project is not assigned a role on the CV Template (Annexure
B) provided by the Department, that resource will not be allocated points, and if there are
two different CVs for a resource, then the CV on the DFFE template will take precedence.
10.1.5. Where applicable, contactable reference will be required on the CV for due diligence.
Bidders are encouraged to provide the information to assist the evaluation committee with
the assessment.
10.1.6. Project reference specifying the role played by the service provider in the listed projects or
assignments.
10.1.7. An organigram listing names and roles of resources.
10.1.8. A detailed project plan with a clear indication of who will be responsible for the management
of the assignment as well as its execution. The allocation of team members on the
assignments should be based on the experience in delivering the scope of work as listed.
10.1.9. Standard bidding documents (SBD1, 3.3, 4 and 6.1).
10.1.10. Copy of Central Supplier Database (CSD) report
10.1.11. Tax PIN certificate from SARS.
10.1.12. Letter of Authority to sign documents on behalf of the company.
11. LEGISLATIVE FRAMEWORK OF THE BID
11.1. Tax Legislation
11.1.1 Bidder must at all times be compliant when submitting a proposal to DFFE and remain
compliant for the entire contract term with all applicable tax legislation, including but not
limited to the Income Tax Act, 1962 (Act No. ) and Value Added Tax Act, 1991
(Act No. ).
11.1.2 Bidders who make taxable supplies more than R1 million in any 12-month conservative
period are liable for compulsory VAT registration, but a person may also choose to register
voluntarily, provided that the minimum threshold of R50 000 has been exceeded in the past
12-month period.
11.1.3 Bidders who meet the above requirement must register as VAT vendors, if successful,
within one month of the award of the bid.
11.1.4 SARS Tax Status Pin requirements / or Central Supplier Database (CSD) number, or a
report must be provided.
11.2. Procurement Legislation
11.2.1 Bidders must be cognisant of the legislation and/or standards specifically applicable to the
services.
11.2.2 Bidders are requested to submit a valid B-BBEE Status Level Verification Certificate issued
by a SANAS Accredited Verification Agency, or B-BBEE Certificate issued by CIPC, or a
Sworn Affidavit commissioned by a Commissioner of Oaths together with their bids. The
sworn affidavit must be signed by the deponent (Bidder) in the presence of a Commissioner
of Oaths, where the Commissioner of Oaths must affix his/her signature, together with the
stamp of the office, and affix a date on which the signature was affixed. Furthermore, the
dates of the deponent and the CoO must correspond.
11.2.3 If the application is made by a Joint Venture or Partnership, the B-BBEE accreditation
credentials in the name of the joined entities must be submitted. The joint venture must
meet the requirements of the proposal.
11.3. Privacy and Protection of Personal Information Act
11.3.1 Protecting personal information is important to the Department of Forestry, Fisheries, and
the Environment. To do so, DFFE follows general principles by applicable privacy laws and
the Protection of Personal Information Act (POPIA).
11.3.2 DFFE’s role as the responsible party is, amongst others, to process personal information
for the intended purpose for which it was obtained and in line with legal agreements with
its respective/ prospective service providers and third parties.
11.3.3 DFFE will process personal information only with the knowledge and authorisation of the
bidder/ respondent and will treat the personal information which comes to its knowledge
as confidential and will not disclose it unless so required by law or subject to the exception
contained in the POPIA.
11.3.4 DFFE reserves all the rights afforded to it by the POPIA in the processing of any of its
information as contained in this bid, and the bidder/respondent is required to comply with
all prescripts as detailed in the POPIA relating to all information concerning DFFE.
11.3.5 In responding to this bid, DFFE acknowledges that it will obtain and have access to the
personal information of the bidder/ respondent. DFFE agrees that it shall only process the
information disclosed by the bidder/ respondent in their response to this bid for evaluation
and subsequent award of the tender, and by any applicable law.
12. SPECIAL CONDITIONS OF THE CONTRACT
12.1. On appointment, the performance measures for the delivery of the project will be closely monitored
by the DFFE.
12.2. The service provider/s will have weekly progress meetings or submit progress reports from the start
of the project for the duration of the project. Failure to submit the required reports on time will result
in penalties.
12.3. The Project Manager shall do the ongoing management of the Service Level Agreement.
12.4. Appointed service providers may be subjected to security vetting and screening.
12.5. The service provider/s must guarantee the presence of the senior/manager in charge of fieldwork
throughout the contract.
12.6. Before the appointment of a replacement, the Department must approve such appointment. If the
senior/ manager must leave the project, a period of at least one (01) month is required, in which the