Skip to main content
PROC T680Telecommunications

Appointment of a Panel of Service Provider(s) - Services Sector

Issuing Organization

Unknown

Location

Northern Cape

Closing Date

05 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
Appointment of a Panel of Service Provider(s) for the Administration of Comprehensive Business Insurance.
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

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

Requirements & Eligibility
Analysis: PROC-T680-BID-DOCUMENT- COMPREHENSIVE BUSINESS INSURANCE.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

The Services Sector Education and Training Authority (SSETA) hereby invites bids from Insurance Broker registered with the Financial Services Board to administer a comprehensive business, assets and directors’ and officers’ liability insurance services of Services SETA. The Services SETA has properties in Johannesburg, Nelspruit, Port Elizabeth, Bloemfontein, East London, Cape Town Durban, and Kimberly. There are also assets used by staff in Klerksdorp and Polokwane. 3. SCOPE OF WORK/ DELIVERABLE Prospective service provider`s attention is drawn to the fact that this is a request for provision of insurance services through an insurance broker. The successful service provider(s) will be expected to source, negotiate, and recommend an underwriter. The Services SETA’s insurance portfolio has been underpinned by a risk management program that has evolved over time. The primary and strategic objective of this program is to embed the culture of risk management within the organisation through continuous training and development of its employees in a structured and systematic environment. The scope of work/ terms of reference and deliverables required are as follows: ❖ COMPREHENSIVE INSURANCE: • Out Building Insurance This cover should cover the outbuildings, permanent fixtures, fittings or any improvements. This should include gate motor, electric fence, parking shade net and plumbing pipes. • Office contents This should entail cover for all movable assets inside the premises as well as items designed to operate outside the building. • Electronic Equipment Cover for licensed software, printers, computer hardware, audio, electronic simulators and visual equipment as well as shredders. • Out of office/ business all risks Includes cover for laptops, cell phones, notebooks, 3G, cameras, projectors and other promotional items taken or used outside the office. • Public liability Public liability will be for third party claims against officials and board members for business purpose. It covers damages that may occur to a third party`s property or image as a result of official business-related activities of our organisation and physical injuries to public members. • COMPREHENSIVE Motor vehicles and TRUCKS COVER Cover for accidental damage, fire, hijacking and theft etc. Transport to nearest town in case of accident and/or breakdown of SETA officials Roadside assistance in case of breakdown for motor vehicles and trucks (such as wheel changes and replacement) 24hrs assistance for emergencies and breakdowns – national coverage (urban and rural areas), for motor vehicles and trucks (call-center facilities) Towing to also cater for the truck breakdowns Non-accidental damages (such as pot-hole damages) Minor dents and scratches cover • Theft This includes cover for burglaries, robberies and theft of assets located at head office and at the regional offices. • Fidelity The cover provides against losses caused by wrongful acts of officials (official will be defined at contracting phase) in carrying out their duties. • Contingent liability This includes cover for potential obligation that may be incurred depending on the outcome of a future event related to business operations. • Cyber Crime Liability Covers against the risks arising out of operating a computer network. In addition to this, it covers liability arising from on-line publishing (such as a web site) as well as from traditional media (such as brochures); it also provides a form of specialized business interruption cover which covers the Insured’s loss of resources arising out of computer downtime. • Travel cover Cover for travelers’ belongings travelling on behalf of Services SETA. • Funeral cover To provide cover and support staff members or a family member. • Directors and Officers Liability Insurance Public liability claims as a result of PFMA violations, investigations, prosecutions, bodily injury, security, non- executive director’s protection and management liability. • Other The applicant must provide a comprehensive quarterly report Bidders might be invited to make a presentation as part of the selection process 4 THE DURATION OF ASSIGNMENT It is envisaged that the project will be for a period of 3 years, subject to annual renewal process. 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 with the Financial Services Board or Yes No Financial Sector Conduct Authority 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 (This criterion will be conducted on the implementation of the project) 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 T680....................................... 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 must Attach (3) three or more written testimonials letters not Attach three (3) Service provide and attach three older than three (3) years. references letters Provider formal testimonial/ - Three (3) or more testimonial = 0-15 pts references letters with - Two (2) testimonial = 0-10 pts What page (s) or 15 pts logo, letterhead, - One (1) testimonial = 0-5 pts section of your proposal contactable details and - No written testimonial=0pts similar work/services for 3 references letters executed signed by may be found? company representative/ State page (s) Senior Official. number.................or State section/ tab......................on your proposal. Methodology Provide and Provide a detailed Implementation plan/ • Demonstrating your attach a clear process based on best broker practices – and Project Bid proposal and detailed with emphasis on claims process and 65 pts Approach delivery plan/process – reporting document must show Detailed Implementation plan/process with emphasis on What page (s) or an understanding of the claims process and reporting = 0-65 pts section of your proposal project at hand i.e. in terms of provision of Implementation Plan not provided = 0 pts information may be the insurance found? brokerage service for State page (s) comprehensive number.................or business assets and State section/ directors and officer’s tab......................on liability insurance your proposal. Qualifications Track record of projects Attach CVs of insurance broker that shows track record • Attach CV’s and and Skills of completed in field of qualification on your on business insurance and at least 7 years’ experience Human comprehensive business, company proposal Resources assets and directors and 20 pts officer’s liability insurance What page (s) or • More than 7 years’ experience in the business services and attach CV section of your proposal for insurance broker with insurance field = 20pts information may be at least 7 years’ found? • Less than 7 years’ experience in the business experience State page (s) insurance field = 0pts 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 Level......... and points............. Status) 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 48 7. Performance security of 48

Compliance Requirements

No specific requirements found
Tender Documents (1)

PROC-T680-BID-DOCUMENT- COMPREHENSIVE BUSINESS INSURANCE.pdf

View

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

Discussion