Skip to main content
H004L2609OTH00127Construction

5 Contractors or Higher - Border Management

Issuing Organization

Unknown

Location

Northern Cape

Closing Date

18 Feb 2026

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

Tender Type

Expression of interest

Delivery Location

67 KORANNA STREET - DORINGKLOOF - CENTURION -

Published

15 Dec 2025

Tender Description
Request for Expression of Interest for Cidb Grade 1 up to 5 Contractors or Higher for Maintenance, Repairs, Replacement and Facility Manegement on Behalf of the Border Management Authority on an as and When Required Basis for a Period of 36 Months with an Option to Extend for Another 24 Months.
Industry Classification

Categories

Procurement Type

Expression of interest

Delivery Location

67 KORANNA STREET - DORINGKLOOF - CENTURION -

Requirements & Eligibility
Analysis: H004L2609OTH00127 MAINTENANCE PANEL DEC 15.pdf

Submission Guidelines

Returnable Documents:

Compliance Requirements

Attach a copy of NQF Level 6 For the owner/s of the company or company and above qualification on directors as listed on CSD report engineering diploma or degree or project management or any relevant qualification in facility management. Confirmation of CIDB Fill in CIDB Number __________________. registration BMA will confirm the registration status using the number provided. Ensure your account remain active, if found not active the company will be disqualified. All the classes that are inactive will not be considered. For grade 1 to 5 and above GB - General Building CE - Civil Engineering NB: please select your CIDB Classes ME - Mechanical Engineering as per your registration and active EB - Electrical Engineering (Building) classes. EP - Electrical Engineering (Infrastructure) SW - Steel Security Fencing or Burglar Proofing Please indicate by YES on the one SH - Specialised Works: Building you’re selecting and NO on the one SF - Fire Prevention & Protection Systems not selecting. SK - Landscaping, Irrigation and Horticulture SL - Timber Building and Structures Leaving blanks will disqualify your SM - Waterproofing, Roofing and Glazing bid. SN - Water Supply and Drainage SO - Building Excavations, Earthworks SQ - Access Control, Lifts and Escalators SE - Demolition SC - Corrosion Protection SG - Glazing SI - Interior and Shopfitting SN - Plumbing and Drainage SS - Structures ST - Structural Steelwork SU - Ceilings, Partitions & Drywalling SY - Road Markings SZ - Other (Specialised) WM – Waste Management VC – Vector Control CS – Cleaning Services SZ - Other (Specialised) Valid COIDA/FEM/RMA Attach the following certificates: certificates (Attach valid ✓ COIDA certificate or valid letter of ✓ FEM good standing) ✓ RMA Contractors to indicate by ticking National - contractor available to provide preferred BMA regions to operate. service across the country. E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 Northern Region - (Refer to section C3.1.5 Please indicate by YES on the one below for all sites under Northern Region) you’re selecting and NO on the one Eastern Region - (Refer to section C3.1.5 below not selecting. for all sites under Eastern Region) Central Region - (Refer to section C3.1.5 below Leaving blanks will disqualify for all sites under Central Region) your bid. Southern Region - (Refer to section C3.1.5 below for all sites under Southern Region) E3: Indicative scope of work SCOPE OF WORK AND DISCIPLINES REQUIREMENTS STATUS In the event of any discrepancy between the Scope of Works and a part or parts of the SABS 1190 Standardized Specifications, the Bill of Quantities or the Drawings, the Project Specifications shall take precedence and prevail in the Contract. E3.1 DESCRIPTION OF THE WORKS E3.1.1. SCOPE AND CLASS OF WORK AS PER CIDB SPECIFICATIONS: GB - General Building CE - Civil Engineering EB - Electrical Engineering Works – Building EP - Electrical Engineering Works – Infrastructure ME - Mechanical Engineering SB - Asphalt works (supply and lay) SC - Building excavations, shaft sinking, lateral earth support SD - Corrosion protection (cathodic, anodic, and electrolytic) SE - Demolition and blasting SF - Fire prevention and protection systems SG - Glazing, curtain walls and shop fronts SH - Landscaping, irrigation and horticulture works SI - Lifts, escalators and travellators (installation, commissioning and maintenance) SJ - Piling and specialised foundations for buildings and structures SK - Road markings and signage SL - Structural steelwork fabrication and erection SM - Timber buildings and structures SN - Waterproofing of basements, roofs and walls using specialist systems SO - Water supply and drainage for buildings (wet services, plumbing) and SQ - Steel security fencing or precast concrete WM – Waste management, and VC – Vector Control and Cleaning Services Gardening Services and Maintenance II. Tree Pruning and Tree Felling III. De-bushing IV. Borehole Installation and Maintenance Portable Water Supply VI. Collection and Disposal of Pharmaceutical Waste and Health Care Risk Waste E3.1.2 OBJECTIVES The Border Management Authority (BMA) objective in entering framework contracts for social infrastructure building projects, the construction of new buildings or new structure, refurbishment E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 and upgrades of buildings including repairs and maintenance of building facilities over a three- year term, on an as and when instructed basis of behalf of the client departments. These contractors shall be available with the necessary experience and capacity to serve the Employer’s (BMA) urgent needs and requirements whenever such works are required. ii. The Employer’s objectives are to deliver the social public infrastructure using labour-intensive methods. Labor-intensive works comprise the activities described in SANS 1921-5 Earthworks activities which are to be performed by hand/Labor Intensive Specifications and its associated specifications data. Such works shall be constructed by local workers who are temporarily employed in terms of this scope of works. iii. Bidders must note that certain works under this contract may only be constructed using labour–based construction methods and must limit the utilization of their permanently employed personnel to Key Personnel and other personnel must be recruited locally. With the understanding that labourers will be sourced from the area in which the project is executed. iv. It is the intention of BMA to evaluate and award this bid to more than one bidder per CIDB Category. Bidders MUST bid in the CIDB category for which they qualify and must submit the whole original bid document as issued by BMA. Bidders have the option to bid in ONE additional category below their CIDB grading. BMA reserves the right to consider bidders for appointment in a category below their CIDB grading. Failure to meet this requirement for no more than 2 (two) bid pricings will result in the bidder being considered only in the category for which they qualify in terms of the CIDB grading and bid conditions. E3.1.3 OVERVIEW OF THE WORKS The Maintenance, Repairs, Upgrade, Replacement and Facility Management on behalf of the BMA, on an as and when required basis for a period of for 36 months. E3.1.4 EXTENT OF WORKS More than one contractor per each category will be appointed, the work will be allocated to contractors on an equal basis but still taking into consideration the magnitude of the projects, those that will not be performing will be given work according to their performance. The Contractor is required to construct new buildings or structure, and refurbish buildings and facilities, including the electrical and mechanical works and external civil works (and or overall building maintenance works) for BMA ports of entry and or offices on an as an when required basis. The client will endeavour to group the works together where possible. The total estimated duration of the CONTRACT period for this project is from date of award for 36 months frame per project will be finalized upon appointment of the contractor. The client reserves the right, by giving written notice to the Contractor, to stop the progress of a particular project/stage at any time. Should the client exercise this right, the client will pay the Contractor for work done and expenses incurred only up to the time that the notice was given. E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 E3.1.5 LOCATION OF THE WORKS Regions where services are required are as follows: BORDER MANAGEMENT FOUR REGIONS AND HEAD OFFICE REGION: NORTHERN REGION NO . PORT NAME PROVINCE NEAREST TOWN 1 Beitbridge Limpopo Musina 2 Pafuri Limpopo Malamulele 3 Giriyondo Limpopo Phalaborwa 4 Zanzibar Limpopo Alldays 5 Platjan Limpopo Alldays 6 Groblersbridge Limpopo Lephalale 7 Stockpoort Limpopo Lephalale 8 Pontdrift Limpopo Alldays 9 Gateway Airport Limpopo Polokwane 10 Kopfontein North West Zeerust 11 Derdepoort North West Zeerust 12 Skilpadshek North West Zeerust 13 Swartkopfontein North West Zeerust 14 Makopong North West Tosca 15 Bray North West Tosca 16 Ramatlabama North West Mahikeng 17 Makgobistad North West Mahikeng Tshidilamolomo Community 18 Crossing North West Mahikeng 19 Pilanesburg North West Sun City REGION: EASTERN REGION NO . PORT NAME PROVINCE NEAREST TOWN 1 Lebombo Mpumalanga Komartipoort 2 Mananga Mpumalanga Komartipoort 3 Jeppes Reef Mpumalanga Malelane 4 Josefsdal Mpumalanga Mbombela 5 Oshoek Mpumalanga Ermelo 6 Waverley Mpumalanga Ermelo 7 Nerston Mpumalanga Armstadam 8 Emahlathini Mpumalanga Piet Retief 9 Bothashoop Mpumalanga Piet Retief 10 Mahamba Mpumalanga Piet Retief 11 Kruger Mpumalanga Airport Mpumalanga Mbombela E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 12 Durban Harbour KZN Durban 13 Richards Bay Harbour KZN Richards Bay 14 King Shaka Airport KZN Durban 15 Sani pass KZN Underberg 16 Boesmansnek KZN Underberg 17 Kosi Bay KZN Manguzi 18 Onverwacht KZN Pongola 19 Golela KZN Pongola REGION: CENTRAL REGION NO . PORT NAME PROVINCE NEAREST TOWN OR Tambo Airport (Airport terminals, Quarantine, Cargo, Agent 1 building & K9) Gauteng Kempton Park 2 Lanseria Airport Gauteng Lanseria 3 Waterkloof Airforce Base Gauteng Centurion 4 City Deep Gauteng Johannesburg 5 Maseru Bridge Free State Ladybrand 6 Makhaleng Bridge Free State Zastron 7 Sepapushek Free State Zastron 8 Vanrooyenshek Free State Wepener 9 Peka Bridge Free State Cloclan 10 Ficksburg Bridge Free State Ficksburg 11 Caledonspoort Free State Fouriesburg 12 Monontsha pass Free State Puthadithjaba 13 Braamfischer Airport Free State Bloemfontein 14 BMA HEAD OFFICE Gauteng PRETORIA REGION: SOUTHERN REGION NO . PORT NAME PROVINCE NEAREST TOWN 1 Cape Town Harbour Western Cape Cape Town 2 Saldanha Bay Western Cape Saldanha Bay 3 Cape Town Airport Western Cape Cape Town 4 Mossel Bay Western Cape Mossel Bay 5 Port Elizabeth Harbour Eastern Cape Gqeberha 6 Port of Ngqura Eastern Cape Gqeberha 7 Port Elizabeth Airport Eastern Cape Gqeberha 8 East London Harbour Eastern Cape East London 9 Qachas Nek Eastern Cape Matatiele 10 Ramatsiliso Eastern Cape Matatiele 11 Ongeluksnek Eastern Cape Matatiele 12 Tele Bridge Eastern Cape Sterkspruit 13 Sendilingsdrift Northern Cape Port Nolloth E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 14 Alexander Bay Northern Cape Port Nolloth 15 Vioolsdrift Northern Cape Springbok 16 Onseepkans Northern Cape Poffader 17 Upington Airport Northern Cape Upington 18 Nakop Northern Cape Upington 19 Rietfontein Northern Cape Upington 20 Gemsbok Northern Cape Upington 21 Tweerevieren Northern Cape Upington 22 Mc Carthysrust Northern Cape Kruman 23 Middelputs Northern Cape Kruman E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 SBD 1 PART A INVITATION TO EXPRESS INTEREST YOU ARE HEREBY INVITED TO EXPRESSN INTEREST FOR REQUIREMENTS OF THE (Border Management Authority) BID NUMBER: HOOLH004L2609OTH00127 CLOSING DATE: 18 FEBRUARY 2026 CLOSING TIME: 11H00 REQUEST FOR EXPRESSION OF INTEREST FOR CIDB GRADE 1 UP TO 5 CONTRACTORS OR HIGHER FOR MAINTENANCE, REPAIRS, REPLACEMENT AND FACILITY MANEGEMENT ON BEHALF OF THE BORDER MANAGEMENT AUTHORITY ON AN DESCRIPTION AS AND WHEN REQUIRED BASIS FOR A PERIOD OF 36 MONTHS WITH AN OPTION TO EXTEND FOR ANOTHER 24 MONTHS. BID RESPONSE DOCUMENTS MUST BE SUBMITTED THROUGH: e-submission SUBMISSION THROUGH ETENDER PORTAIL (click e-submission) BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO: Avhasei TshirangwanaCONTACT PERSON CONTACT PERSON TELEPHONE TELEPHONE NUMBER NUMBER FACSIMILE NUMBER FACSIMILE NUMBER suppliers.enquiries@bma.gov.za (NO Avhasei.Tshirangwana@bma.gov.za QOUTE SHOULD BE SENT TO THIS EMAIL E-MAIL ADDRESS EXCEPT ENQUIRES) E-MAIL ADDRESS SUPPLIER INFORMATION NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE NUMBER CODE NUMBER CELLPHONE NUMBER FACSIMILE NUMBER CODE NUMBER E-MAIL ADDRESS VAT REGISTRATION NUMBER SUPPLIER COMPLIANCE TAX CENTRAL STATUS COMPLIANCE SUPPLIER OR SYSTEM PIN: DATABASE No: MAAA B-BBEE STATUS LEVEL TICK APPLICABLE BOX] B-BBEE STATUS LEVEL SWORN [TICK APPLICABLE BOX] VERIFICATION CERTIFICATE AFFIDAVIT ENSURE YOU ATTACH PROOF Yes No Yes No [A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE] Yes No ARE YOU THE ACCREDITED ARE YOU A FOREIGN BASED Yes No REPRESENTATIVE IN SOUTH SUPPLIER FOR THE GOODS [IF YES, ANSWER THE AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED? [IF YES ENCLOSE PROOF] QUESTIONNAIRE BELOW ] /SERVICES /WORKS OFFERED? QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW. E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 PART B TERMS AND CONDITIONS FOR BIDDING BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION. 1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN THE BID DOCUMENT. 1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2022. THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT. 1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7). TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS. 2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS. 2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA. 2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID. 2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER. 2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED. 2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE.” NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. SIGNATURE OF BIDDER:................................................... CAPACITY UNDER WHICH THIS BID IS SIGNED:................................................... (Proof of authority must be submitted e.g. company resolution) DATE:................................................... E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 SPECIAL INSTRUCTIONS AND NOTICES TO BIDDERS REGARDING THE COMPLETION OF BIDDING FORMS PLEASE NOTE THAT THIS BID IS SUBJECT TO TREASURY REGULATIONS 16A ISSUED IN TERMS OF THE PUBLIC FINANCE MANAGEMENT ACT, 1999. Unless inconsistent with or expressly indicated otherwise by the context, the singular shall include the plural and visa versa and with words importing the masculine gender shall include the feminine and the neuter. Under no circumstances whatsoever may the bid forms be retyped or redrafted. Photocopies of the original bid documentation may be used, but an original signature must appear on such photocopies. The Respondent is advised to check the number of pages and to satisfy himself that none are missing or duplicated. Bids submitted must be complete in all respects. The bidder is advised to check the number of pages and to satisfy himself that none are missing or duplicated. Bids shall be lodged at the address indicated not later than the closing time specified for their receipt, and in accordance with the directives in the bid documents. (e-submission) Each bid shall be addressed in accordance with the directives in the bid documents and shall be lodged in a separate sealed envelope, with the name and address of the bidder, the bid number and closing date indicated on the envelope. The envelope shall not contain documents relating to any bid other than that shown on the envelope. If this provision is not complied with, such bids may be rejected as being invalid. (e-submission) All bids received in sealed envelopes with the relevant bid numbers on the envelopes are kept unopened in safe custody until the closing time of the bids. Where, however, a bid is received open, it shall be sealed. If it is received without a bid number on the envelope, it shall be opened, the bid number ascertained, the envelope sealed and the bid number written on the envelope. (e-submission) A specific box or email address is provided for the receipt of bids, and no bid found in any other box or elsewhere subsequent to the closing date and time of bid will be considered. No bid sent through the post will be considered if it is received after the closing date and time stipulated in the bid documentation, and proof of posting will not be accepted as proof of delivery. No bid submitted by telefax, telegraphic or other means will be considered. Bidding documents must not be included in packages containing samples. Such bids may be rejected as being invalid. Any alteration made by the bidder must be initialled with an ink pen. Use of correcting fluid is prohibited; bidder may be disqualified. Bids will be opened in public as soon as practicable after the closing time of bid. Where practical, prices are made public at the time of opening bids. If it is desired to make more than one offer against any individual item, such offers should be given on a photocopy of the page in question. Clear indication thereof must be stated on the schedules attached. For any incomplete form may results in disqualification or non-allocation of points. E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 RIGHTS TO ESTABLISH (a) Once the Panel is established, service providers will be rotated in a fair, equitable and transparent manner. Service providers can be rotated randomly or may be listed chronological or sequentially. (b) Once a Panel has been established, BMA may choose to expand the Panel by adding more service providers onto the Panel to accommodate new market entrants. To do this, a new bid process, with the same terms of reference, functionality and bid requirements as the initial bidding process, must be advertised. (c) Once a panel is established, the Panel is subject to Supply Chain Management process, via the Supply Chain Management Unit. Therefore, when goods and/or services are required, the End User will send a detailed scope of work to Supply Chain Management Unit for processing. (d) To ensure market related prices are provided by service providers on the Panel, BMA may reserve the right to ascertain the reasonableness of the prices by comparing market related prices for various goods and services. The prices submitted by service providers may be compared to the market related benchmarked prices. If BMA is of the view that the prices submitted by service providers are unreasonable then BMA may negotiate further with the bidder, in line with this SCM policy. (e) During the second stage, SCM will invite all service providers or stipulate the minimum number of service providers to be invited from the Panel, per transaction. If the bid process resulted to panel members that are less than three, meaning only two remained, allocation of work should be alternated, or the bid process can be restarted. If only one service provider remained during adjudication, the panel can be treated as a direct contract with just one service provider, or the bid process can be restarted. (f) Specific goals will be determined at the time of invitation of quotations/bid, as per the strategic objectives of the entity, at the time of invitation of the quotation/bid. (g) SCM can follow any of these processes to invite quotes from the panels. Invite all bidders or the minimum of 3 is selected Select on rotational basis Awarded service provided may be eliminated from the next round of rotation. Any other method within the threshold of Section 217 of the Constitution (h) Once the panel has been established, the procurement guidelines will be developed to detail the guidelines. PRICE NEGOTIATION BMA reserves the right to negotiate with the shortlisted Respondents prior and/or post award. The terms and conditions for negotiations will be communicated to the shortlisted Respondents prior to invitation to negotiations. The negotiation terms E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 and conditions may include presentations and/or site visits. This phase is meant to ensure the conditions of bid and projects will be implementable for the achievement of the project objectives. BMA supports the spirit of economic empowerment and recognizes that real empowerment can only be achieved through individuals and businesses conducting themselves in accordance with the Constitution and in an honest, fair, equitable, transparent and legally compliant manner. Against this background the BMA does not support any form of fronting. REMUNERATION The service provider will be remunerated 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 4 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. E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 RESOLUTION TO SIGN ON BEHALF OF COMPANY RESOLUTION of a meeting of the Board of “Directors / Members / Partners of: ...................................................................................................................................................... ................................ (legally correct full name and registration number, if applicable, of the Enterprise) held at: ......................................................... (place) on..............................................(date) RESOLVED that: The Enterprise submits a Tender to BMA in respect of the following: Tender Reference Description: ................................................................................................................................... (Project description as per Tender Document) Mr/Mrs/Ms .................. in *his/her capacity as: .............................................................(position) And who will sign as follows: ________________________________________ (Signature) and is hereby, authorised to sign the Tender and all other documents and/or correspondence in connection with and relating to this bid, as well as to sign any Contract, and any and all documentation, resulting from the award of any project to the Enterprise mentioned above. No NAME CAPACITY SIGNATURE *Delete which is not applicable. 2. NB: This resolution must be signed by all the Directors / Members / Partners of the Tendering Enterprise. 3. Should the number of Directors /Members / Partners exceed the space available above, additional names and signatures must be supplied on a separate of 31 E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 SBD 4 BIDDER’S DISCLOSURE PURPOSE OF THE FORM Any person (natural or juristic) may make an offer or offers in terms of this invitation to bid. In line with the principles of transparency, accountability, impartiality, and ethics as enshrined in the Constitution of the Republic of South Africa and further expressed in various pieces of legislation, it is required for the bidder to make this declaration in respect of the details required hereunder. Where a person/s are listed in the Register for Tender Defaulters and / or the List of Restricted Suppliers, that person will automatically be disqualified from the bid process. Bidder’s declaration 2.1 Is the bidder, or any of its directors / trustees / shareholders / members / partners or any person having a controlling interest1 in the enterprise, employed by the state? YES NO 2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if applicable, state employee numbers of sole proprietor/ directors / trustees / shareholders / members/ partners or any person having a controlling interest in the enterprise, in table below. Full Name Identity Number Name of State institution 1 the power, by one person or a group of persons holding the majority of the equity of an enterprise, alternatively, the person/s having the deciding vote or power to influence or to direct the course and decisions of the enterprise. E1.1 Part E1: Submission procedures Notice and Invitation to submit an Expression of Interest Reference no H004L2609OTH00127 MAINTENANCE PANEL H004L2609OTH00127 2.2 Do you, or any person connected with the bidder, have a relationship with any person who is employed by the procuring institution? YES NO 2.2.1 If so, furnish particulars: ................................................................................................ ................................................................................................ 2.3 Does the bidder or any of its directors / trustees / shareholders / members / partners or any person having a controlling interest in the enterprise have any interest in any other related enterprise whether or not they are bidding for this contract? YES NO2.3.1 If so, furnish particulars: (please declare all companies under the directors’ names on CSD, declare using MAAA numbers as listed on CSD) ........................................................................................ ........................................................................................ B-BBEE Minimum Level: 6
Tender Documents (1)

H004L2609OTH00127 MAINTENANCE PANEL DEC 15.pdf

View

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

Discussion