Note: The scope of work should be read in conjunction with the Service Categories outlined in
this document. Bidders are not expected to respond to the full scope but only to the category or
categories relevant to their area of specialization as defined under the Service Categories
section.
The anticipated scope of work will include the following categories of services:
Panel 1: Forensic Investigations
5.1 Service providers will be required, inter alia, to perform the following activities depending
on the scope of work. Conducting investigations, including but not limited to, forensic
investigations into allegations of fraud and corruption which include the following:
(i) Forensic investigators: specialist corporate investigators to conduct forensic
investigations by means of gathering information, evidence, analysing facts,
reporting on findings and remedial action ensuring compliance and admissibility of
evidence.
(ii) Digital Forensics: Specialists in analysing electronic devices, recovering data, and
tracing digital footprints.
(iii) Forensic Accounting: Experts in examining financial records, identifying
irregularities, and uncovering fraudulent activities.
27 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025
DESCRIPTION: PANEL OF SERVICE PROVIDERS RFP NUMBER: H004L2607OTH00075
(iv) Legal Experts: Professionals with knowledge of laws and regulations relevant to
immigration, agriculture, port health, customs and environmental laws
investigations, ensuring compliance and admissibility of evidence.
(v) Cybersecurity Experts: Professionals who can investigate data breaches, network
intrusions, and cyber-related crimes.
(vi) Data Analysts: Experts involved in the interpretation of data gathered using
analytical and logical reasoning to determine patterns, relationships, or trends.
(vii) Questioned documents analysts: forensic expert who analyzes documents to
determine their origin, authenticity, and any alterations.
Panel 2: Ethics management-related services
5.2 The BMA Integrity Management Unit has identified a need to augment or supplement its
current capacity by establishing a panel of service providers to assist in the implementation
of BMA ethics management program. The specialized professional services will be sought
“as and when required” for the provision of the following services:
(i) Conduct Ethics and Corruption Risk Assessment: Ethics Risk Assessment Report.
(ii) Conduct Ethics Maturity assessments and Gap analysis: Ethics Maturity
Assessment and Gap Analysis.
(iii) Assist in the developing and establishing whistleblowing mechanism for the BMA:
Anonymous whistleblowing reporting line.
(iv) Provide Ethics training, awareness, and marketing campaigns: Ethics Training and
Awareness.
6. DURATION
6.1 Service will be required for a period of three years. Successful bidders will be appointed on
the panel and the service thereof will be sourced “as and when” required.
7. PANEL UTILIZATION GUIDELINES
7.1 Once the panel is selected and appointed, formal requests for quotations will be sourced
from the panel.
7.2 In order to source quotations, BMA will develop service and/or project requirements with
clear deliverables.
7.3 Quotations will be sourced from the panel and evaluated according to the Preferential
Procurement Regulations; preference points system as outlined below.
28 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025
DESCRIPTION: PANEL OF SERVICE PROVIDERS RFP NUMBER: H004L2607OTH00075
7.4 There is no guarantee that a service provider on the panel will be contracted for a specific
work assignment/project during the duration of the contract.
7.5 Assignments/projects will be clearly defined in terms of the scope of work and/or
deliverables, duration amongst others.
8. PROPOSAL SPECIFICATION
8.1 Bidders must present their proposals on how they will deliver on the required scope of work
per selected service category.
8.2 Bidders may choose to respond to more than one service category.
8.3 Should the bidders select more than one category of service, the corresponding supporting
evidence for functionality evaluation must accompany the bid in line with the respective
categories (refer to evaluation criteria).
8.4 A company profile or a bidder`s profile must be submitted indicating the following:
(i) Category of service;
(ii) Methodologies which will be deployed to render the selected category of service (the
methodologies must clearly specify the approach covering all audit steps -planning,
execution and reporting);
(iii) Experience in providing similar services in the public sector by demonstrating their
client portfolio, timing and description of services provided;
(iv) Trade references (reference letters) minimum of 2 letters dated not older than 5 years;
(v) Company Structure / Organogram;
(vi) Technological tools / software which will be used to perform the investigations; and
(vii) Company footprint.
8.5 Competencies and capabilities should be demonstrated by the inclusion of the Project
Manager profile. The profile of the project manager/s should be structured under the
following headings:
(i) Personal Details;
(ii) NQF level 8 qualifications in the relevant field ;
(iii) Membership of professional bodies.
(iv) Three (3) years of experience in the relevant field.
(v) References.
8.6 Bidders must structure the team as follows:
(i) Partner/Director
(ii) Project Manager
(iii) Team Lead
29 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025
DESCRIPTION: PANEL OF SERVICE PROVIDERS RFP NUMBER: H004L2607OTH00075
8.7 Bidders must attach valid and copies of qualifications and proof of professional body
registration (letter/confirmation from Professional Body).
8.8 Bidders must demonstrate proof of registration with professional bodies in line with the
below:
Category of Services Professional Body/Association
Ethics Management ▪ Ethics Management Institute; or
▪ Institute of Risk Management South Africa
▪ Association of Certified Fraud Examiners (CFE)
▪ Institute of Commercial Forensic Practitioners (CFP)
▪ Computer Forensics: Computer Hacking Forensic Investigators (CHFI),
▪ Certified Digital Forensics Examiner (CDFE),
▪ Certified Forensic Computer Examiner (CFCE)
▪ Cyber Investigators: Certified Chief Information Security Offers (CCISO),
Forensic Investigations
. ▪ Certified Information Security Manager (CISM),
▪ Certified Ethical Hackers (CEH),
▪ Certified Information Systems Security Professional (CISSP)
▪ Data Analytics: ACL Certified Data Analyst (ACDA),
▪ SAICA, Forensic Accounting
▪ SQL, Arbutus Certification, etc.
9. EVALUATION CRITERIA
Bids will be evaluated as follows:
9.1 STAGE 1: ADMINISTRATIVE COMPLIANCE
Suppliers must ensure that the following documents are attached, signed, and completed:
(i) SBD 1: Invitation to BID
(ii) SBD 4 form: Bidders Disclosure
NB: Only bidders that meet the above requirements will be evaluated at stage two (2).
9.2 STAGE 2: MANDATORY REQUIREMENTS
9.2.1 SERVICE CATEGORIES
9.2.1.1 Bidders are required to indicate their area of specialization by ticking the service category as
per below table. This will form part of the mandatory evaluation criteria.
9.2.1.1 Bidders will be evaluated based on the selected service category/categories summarized below.
30 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025