Skip to main content
PROC T679)Supplies: General

Provide Security Services - Services Sector

Issuing Organization

Unknown

Location

National

Closing Date

04 Feb 2026

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

Tender Type

Request for Bid(Open-Tender)

Delivery Location

15 Sherborne Road,Parktown,JHB - Parktown - Gauteng - 2193

Published

10 Dec 2025

Tender Description
The Appointment of a Service Provider to Provide Security Services at the Eight Services Seta Provincial Offices (bloemfontein, Kimberley, Klerksdorp, Durban, Cape Town, East London, Port Elizabeth & Nelspruit) for a Period of Three (3) Years
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

15 Sherborne Road,Parktown,JHB - Parktown - Gauteng - 2193

Requirements & Eligibility
Analysis: PROC-T679-BID-DOCUMENT- SECURITY SERVICES AT THE EIGHT SERVICES SETA PROVINCIAL OFFICES_.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

Part A: Armed response and alarm system • The successful service provider must offer 24-hour/365 days a year armed response service. • Further, the alarm and panic buttons must be linked to the armed response. • The service provider must maintain the system for the duration of the contract including request for additional equipment, training, upgrades, etc. • In the case where the armed unit responded to an alert, request or other, proof of response must be provided to Services SETA. A monthly report of all responses and incidents must be provided to the Services SETA with an indication of the nature of the event, response to the event, date and time, responding official(s), etc. Part B: Guarding Services • There should be guarding of the premises with a check point system and proper communication systems between guards and control room. • Guards must be available 24/7, 365. The Service SETA proposes the following: • Day Shift: Two (2) Grade C guards; and • Night Shift: Two (2) Grade C guards • NOTE: The area supervisor is to visit site twice in the morning, twice in the afternoons, twice before 24:00 and twice after 24:00. (Eight (8) VISITS PER DAY) • The potential bidder is, however, incumbent on the service provider to propose alternate numbers and grading of the guards. • Guards must be suitably equipped and be responsible, amongst others, to: • Conduct entrance and exit control at the premises and buildings. • Keep a record and register of persons and assets entering and leaving the building and premises. • Inform the relevant authorities of any threats to security; and • Safeguard and protect people and assets. • Provide, maintain and repair company owned handheld metal detectors. Management and Reporting The service provider will be expected to: • Hold a monthly meeting with the Provincial Manager or Head of Security to discuss status of security in Services SETA building and premises, and • Provide monthly reports on the various areas of security about incidents, responses, threats, guard patrol, equipment etc. 4. THE DURATION OF ASSIGNMENT It is envisaged that the project will be for a period of three (3) years 5. PRECCA CLAUSES IN TERMS OF SECTION 28 COMPLIANCE WITH THE PROVISIONS OF PREVENTION AND COMBATTING OF CORRUPT ACTIVITIES ACT, (PRECCA) 1.1 The Bidder acknowledges and declares that is aware of the Provisions of the aforementioned Act. 1.2 The Bidder declares that its name and/or that of any of its partners, managers, directors or any other person who wholly or partly exercises or may exercise control over the Bidder has never been endorsed as contemplated in Section 28 of PRECCA. 1.3 Should at any time after the conclusion of the Agreement, the Services SETA be made aware of the endorsement of either the Bidder’s name and/or that of any of its partners, managers, directors or any other person who wholly or partly exercises or may exercise control over the Bidder, the Services SETA shall be legally entitled to forthwith cancel the agreement and claim any damages the Services SETA may have incurred as a result of contracting of contract with an entity whose name is endorsed in terms of Section 28 of PRECCA. 6. KINDLY FORWARD THE FOLLOWING BID DOCUMENTS, WHERE A CERTIFIED COPY OF A DOCUMENT IS REQUIRED, IT MUST BE CERTIFIED WITHIN THE LAST THREE (3) MONTHS QUALIFICATION REQUIREMENT QUALIFICATION/ GATEKEEPER REQUIREMENT (MANDATORY) Has the applicable document been attached? 1. The potential bidder must be registered with National Treasury Central Supplier Yes No Database (CSD). 2. Bid document must be signed and duly completed, together with all declaration Yes No of interest/ standard bidding documents (SBD’s 1, 3.3, 4, 6.1 and 7.2). 3. Provide and attach a copy of Company Registration Certificate. Yes No 4. Provide and attach proof of registration/ certification of the organisation with the Yes No Private Security Industry Regulator Authority (PSIRA) 5. Proof of footprint in the city or town the bidder is bidding for. The bidder must comply with the aforementioned qualification requirements above. Failure to abide by any of the requirements will lead to automatic disqualification. OTHER IMPORTANT BID REQUIREMENT Has the applicable document been attached? 1.The tenderer must submit proof of its B-BBEE status level of contributor Yes No PLEASE NOTE: The tenderer failing to submit proof of B-BBEE status level of contributor or is a non- compliant contributor to B-BBEE may not be disqualified, but may only score points out of 80 for price; and scores Zero(0) points out of 20 for specific goals. Services providers are encouraged to comply with B-BBEE requirements for a more competitive advantage under B-BBEE scoring. 2.The potential bidder must be Tax Compliant on National Treasury Central Supplier Yes No Database (CSD) prior to award 3. The Supplier status must be active, when verifying with Central Supplier Database Yes No (CSD). Provide MAAA number ................................... 4. Tax Status, the potential bidder must indicate pin number............................. Yes No 7. EVALUATION CRITERIA The value of this bid is estimated to be above R1 000 000 but below R50 000 000 (all applicable taxes included); therefore the 80/20 system shall be applicable. Criterion 1- Qualification Requirement Bidders will first be evaluated in terms of the gatekeeper/minimum requirements. Bidders who do not fulfil all the requirements or do not submit the required documents will be disqualified. Criterion 2-Functionality Evaluation Functionality is worth 100 points. The minimum threshold is 70 points. Bidders who score less than 70 points on functionality will therefore be disqualified; those who score 70 points or more will be further evaluated on Criteria 3. Criterion 3-Price and Preference Evaluation Price and Specific goals (B-BBEE status level of contributor), Evaluation will be conducted on a 80/20 preferential procurement principle. NOTE: For the purpose of comparison and in order to ensure a meaningful evaluation, bidders must submit detailed information in substantiation of compliance to the evaluation criteria mentioned- above. Bidders may be invited to make a presentation as part of the evaluation process FUNCTIONALITY SCORE SHEET NAME OF POTENTIAL BIDDER............................................................................................................................................................... BID REFERENCE NUMBER PROC T679....................................... CRITERION 2- FUNCTIONALITY A B C E F G H D FUNCTIONALITY REQUIREMENT SCORE QUALIFICATION MEASUREMENT (what must be provided/ demonstrated as minimum) Indicate what pages/ Weighted Yes No Score section in proposal? Points Capability of The potential bidder Attach (3) three or more written testimonials letters not Attach three (3) 20pts Service Provider must provide and older than five (5) years. references letters attach three formal - Five (5) testimonial = 0-20pts testimonial/ references - Three (3) testimonial = 0-10pts What page (s) or section letters with logo, - Two (2) testimonial = 0-7.5pts of your proposal for 3 letterhead, contactable - One (1) testimonial = 0-5pts details and similar - No written testimonial =0pts references letters may work/services executed be found? signed by company representative/ Senior State page (s) Official. number.................or State section/ tab......................on your proposal. Methodology The potential bidder Attach company registration: • Demonstrating your must demonstrate the - 5 years’ experience = 0-40pts and Project Bid proposal companies experience - 3 years’ experience =0-30pts 40pts Approach in the field of onsite - 1 year experience =0-10pts What page (s) or section security services - 0 year experience = 0pts of your proposal information may be found? State page (s) number.................or State section/ tab......................on your proposal. Qualifications An overview, including The potential bidder must provide C.V’s with experience in • Attach CV’s and 40pts and Skills of CV’s, of the key security management systems: qualification on your Human personnel and provide company proposal Resources organogram for key -Organogram and 5 or more years’ experience members to be used =0-40pts What page (s) or section on the contract. - Organogram and 3-5 years’ experience =0-30pts of your proposal - Organogram and 1-3 years’ experience information may be (Demonstrate capacity =0-10pts found? of the individual - Organogram and 0-1 years’ experience deployed onsite =0pts State page (s) security services) number.................or State section/ tab......................on your proposal. Note that Evaluation Committee will use their own discretion to assess quality of all bid proposals received in relation to above functionality criteria and may further verify information submitted from relevant sources/ your client and use their own discretion to score your proposal accordingly. 100 Total weighted Points The minimum functionality threshold is 70 points. Bidders who score less than 70 points on functionality will therefore be disqualified; those who score 70 points or more will be further evaluated on Criteria 3. 80 (Price) R.............................,........... Price and Preference points used: 80/20 preferential procurement principle 20 (BEE Status) Level......... and points............. Name of Evaluator: Signature: Date: .............../............................./20 10. GENERAL CONDITIONS OF CONTRACT THE NATIONAL TREASURY Republic of South Africa GOVERNMENT PROCUREMENT: GENERAL CONDITIONS OF CONTRACT July 2010 NOTES The purpose of this document is to: (i) Draw special attention to certain general conditions applicable to government bids, contracts and orders; and; (ii) To ensure that clients be familiar with regard to the rights and obligations of all parties involved in doing business with government. In this document words in the singular also mean in the plural and vice versa and words in the masculine also mean in the feminine and neuter. The General Conditions of Contract will form part of all bid documents and may not be amended. Special Conditions of Contract (SCC) relevant to a specific bid, should be compiled separately for every bid (if (applicable) and will supplement the General Conditions of Contract. Whenever there is a conflict, the provisions in the SCC shall prevail. TABLE OF CLAUSES 1. Definitions 2. Application 3. General 4. Standards 5. Use of contract documents and information; inspection 6. Patent rights of 49

Compliance Requirements

No specific requirements found
Tender Documents (1)

PROC-T679-BID-DOCUMENT- SECURITY SERVICES AT THE EIGHT SERVICES SETA PROVINCIAL OFFICES_.pdf

View

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

Discussion