2.1 In July 2020, the President assented to the Border Management Authority (BMA) Act, 2020
into law. Subsequent to the passing of the legislation, border law enforcement functions were
transferred to the Minister of Home Affairs through a Presidential Proclamation. To this end,
the BMA was formally established as an independent National Public Entity in terms of
Schedule 3A of the Public Finance Management Act (PFMA), 1999 on 1 April 2023.
2.2 In terms of the BMA Act, 2020, the BMA is mandated to carry out the following functions:
a) Facilitate and manage the legitimate movement of persons within the border law
enforcement area and at ports of entry;
b) Facilitate and manage the legitimate movement of goods within the border law
enforcement area and at ports of entry; and
25 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025
PANEL FOR PARKHOMES RFP NUMBER: H004L2608OTH00093
c) Co-operate and co-ordinate its border law enforcement function with other organs of
state, border communities, or any other persons.
2.3 The BMA is a Schedule 3A Public Entity in terms of the Public Finance Management Act No
and came into effect on the 1st of April 2023, serving as the third law enforcement
authority in South Africa. Through the process, the BMA managed the transfer of five key
operational functions of immigration, health, agriculture, environmental, and access control
at the 71 ports of entry across the Country. These functions emanated from 4 Government
Departments, namely, the Department of Home Affairs (DHA), the Department of Agriculture,
Land Reform and Rural Development (DALRRD), the Department of Health (DOH), and the
Department of Forestry, Fisheries and the Environment (DFFE).
2.4 The purpose is to ensure employee well-being, productivity and a positive work environment.
3. SCOPE AND EXTENT OF THE WORK
The panel of service providers will be requested to provide quotations for the following
services:
3.1 Supply,deliver and install Park Homes (inclusive of environmental assessment, earth works,
bulk connectivity).
3.2 The successful service provider will be appointed to supply, deliver and install the Park Homes
as indicated below.
3.3 The Park Home specifications will include the following:
3.3.1 OFFICE UNIT
• Aluminium Windows (slide from left to right, standard desk height)
• Counter top (melamine, standard desk height)
• Power skirting
• Doors External (with bugler)
• Doors Internal
• Small kitchen
• Steel sink cabinet combo double (with fitted taps)
26 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025
PANEL FOR PARKHOMES RFP NUMBER: H004L2608OTH00093
• Airconditioning
• Airconditioning - kitchen
• Geyser
• Plugs - normal wall plugs
• Plugs-red
• Plugs-ups
• Vinyl floor - roll out entire unit
• Lights (LED)
• Concrete slab 25MPa
• Pavement to match the existing one
• Connect sewer to the existing line
• Connect electricity to the existing grid
• Issue the Certificate of Compliance (CoC)
• Site clearance (including architectural work, environmental impact reports)
• Connect drinking water to the existing line
3.3.2 RESIDENTIAL UNIT
• Aluminium Windows (slide from left to right, standard desk height)
• Doors External - with bugler
• Doors Internal
• Small kitchen with a stove isolator
• Steel sink cabinet combo double (with fitted taps with a work top)
• Airconditioning bedroom
• Airconditioning (kitchen and dining room)
• Geyser
• Plugs - normal wall plugs
• Shower (standard shower size)
• Vinyl floors (roll out entire unit)
• Lights (LED)
• Concrete slab 25MPa
• Pavement to match the existing one
• Connect sewer to the existing line
• Connect electricity to the existing grid
• Issue the Certificate of Compliance (CoC)
• Site clearance (including architectural work, environmental impact reports)
27 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025
PANEL FOR PARKHOMES RFP NUMBER: H004L2608OTH00093
• Connect drinking water to the existing line
3.4 The service will be rendered in the four (4) Regions at the ports of entry and the borderline as
indicated in the table below:
Port of Entry Addresses
Northern Region
1. Beitbridge N1 Musina
2. Groblersbridge N 11 Tomburg
3. Gateway drive N1 Makhado road
Polokwane International Airport
Polokwane
4. Ramatlabama Nelson Mandela Drive/N18 Mahikeng
5. Skilpadshek
N4 Lobatse Road, Zeerust
6. Kopfontein
R49 Gaborone Road Zeerust
7. Platjan Alldays
8. Pondrift R521 Alldys road
9. Giriyondo Kruger National Park Phalaborwa
10. Pafuri Kruger National Park
11. Bray Bray Border Post,R375 Paddon Road
12. Stockpoort R510 Lephalale
13. Swartkopfontein B48 Witkleigat Road, Swartkopfontein
Border Post. Zeerust, 2888
14. D4141 Road (Bray Road)
Tshidilamolomo
Tshidilamolomo Village Mafikeng
15. Makopong R375 Road (Tosca Road) Makopong
16. Makgobistad D4141 Road (Bray Road)
28 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025
PANEL FOR PARKHOMES RFP NUMBER: H004L2608OTH00093
Makgobistad Village Mafikeng
17. Pilanesburg International Airport Peter Wagner Avenue, Sun City
Mogwase Road, 0314
18. Derdepoort
R47 Road Zeerust
Eastern Region
1. Golela MR8 Pongola,3170
2. Lebombo N4 (road), Komatipoort, Mpumalanga
3. Emahlathini R33; 24km NE of Piet Retief,
Mpumalanga
4. End Route R570 Malelane Jeppe's Reef
Road,Jeppes Reef Border Post
,Shongwe Mission ,1331
5. Mahamba
R543 Road Mahamba BP
6. Sani Pass Sani Pass Port of Entry. Sani Pass
Road. Underberg.
7. R65 Nerton Port of entry, Nerston
Amsterdam,2375
8.. Onverwacht Onverwacht Border Post, Near P313
Road, Pongola, 3170
9. Durban Habour Customs and Excise Building, Bay
Terrace, South Beach, Durban, 4001
Central Region
1. Monontsha Pass Phuthaditjhaba, Witsieshoek,
Free state, 9869
2. Ficksburg Ficksburg, Free State
9370
3. Sephapu's Gate
33km SE of Wepener, Free State
Southern Region
1. Mdeni Road (R393) Palmietfontein
Telle Bridge
Sterkspruit 9602
2. Namibia Road, Rietforntein, Mier,
Rietfontein
8811
29 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025
PANEL FOR PARKHOMES RFP NUMBER: H004L2608OTH00093
3. Qachasnek R56 Moshoshoe Road, Matatiele
4. Onseepkans 1 Main Street Onseepkans 88
4.1 LOGISTICS REQUIREMENTS
• Travelling and accommodation costs for the service providers and/or staff (if necessary)
during the project will be the expense of the service provider.
4.2 CONFIDENTIALITY OF INFORMATION
• All information shared during this bidding process and implementation of this project should the
service provider be appointed, remains the property of BMA, and should be kept with the highest
confidentiality and cannot be used or shared for any other purpose.
4.3 PAYMENT METHOD
✓ The service provider will be paid in South African Rands, on a fixed price (Inclusive
of VAT) for the service rendered.
✓ Payment will be made within 30 days of receipt of the approved invoice according
to an agreed payment schedule.
✓ Payment will be against the key deliverables as set out in section 3 above, provided
professional-level quality standards have been met. Disputes as to what constitutes
a reasonable standard will be referred to an agreed provider of arbitration services.
✓ Disbursements must not exceed 10% of the total amount paid to the service provider
and will be paid only if original receipts are provided against a list of expenses that
are agreed in advance of the costs being incurred.
10.1 The successful service provider will be reporting to BMA through the Corporate
Support Managers. The service provider will be required to sign a Service Level
Agreement which will remain in force for the period of contract.
11. RULES OF BIDDING, RFP SUBMISSION REQUIREMENTS AND EVALUATION RULES OF
BIDDING
30 | P a g e
Supply Chain Management Bid Pack
Invitation to Bid Standardized 30 September 2025