Skip to main content
H004L2607OTH00075Professional Services

Respond to the Requests - Border Management

Issuing Organization

Unknown

Location

National

Closing Date

11 Feb 2026

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

Tender Type

Expression of interest

Delivery Location

67 Koranna Avenue - Doringkloof - Pretoria - 0081

Published

10 Dec 2025

Tender Description
Border Management Authority (bma) Invites All Interested Parties to Respond to the Requests for Expression of Interest to Appoint a Two (2) Panel of Service Providers: Panel 1: to Conduct Forensic Investigations for a Period of Three (3) Years Panel 2: to Provide Ethics Management-related Services to the Border Management Authority for a Period of Three Years.
Industry Classification
Procurement Type

Expression of interest

Delivery Location

67 Koranna Avenue - Doringkloof - Pretoria - 0081

Requirements & Eligibility
Analysis: TENDER DOCUMENT H004L2607OTH00075.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

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

Compliance Requirements

No specific requirements found B-BBEE Minimum Level: 8
Tender Documents (1)

TENDER DOCUMENT H004L2607OTH00075.pdf

View

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

Discussion