Returnable Documents: NON-SUBMISSION OF THE MANDATORY DOCUMENTS WILL RESULT IN AUTOMATIC
DISQUALIFICATION
1.1 SARS “Pin” to validate supplier’s tax matters
1.2 Original or Certified copy of Valid BBBEE Certificate (from SANAS accredited Verification Agency)
1.3 All EME’s and 51% black Owned QSE’s are only required to obtain a sworn affidavit on an annual
basis, confirming the following:
1.3.1 Annual Total Revenue of R10 Million or less (EME) or Revenue between R10 Million and R50
Million for QSE Level of Black Ownership
Note 1:
Verification Agencies and Auditors who are accredited by the IRBA (Independent Regulatory
Board for Auditors) are no longer the ‘approved regulatory bodies’ for B-BBEE verification and
therefore IRBA auditors are not allowed to issue B-BBEE certificates after 30 September 2016.
Note 2:
Any misrepresentation in terms of the above constitutes a criminal offence as set out in the B-
BBEE act as amended and SABC shall reject the tender.
1.4 Proof of Valid TV License Statement (Company’s, Shareholders and all Directors’), or affidavit proving
that company and/or officials are not in possession of TV licence. Verification will also be done by the
SABC internally.
1.5 Certified copy of Company Registration Document that reflects Company Name, Registration number,
date of registration and active Directors or Members.
1.6 Certified copy of Shareholders’ certificates.
1.7 Certified copy of ID documents of the Directors or Members.
1.8 Last three years audited/reviewed financial statements OR the Companies Management Accounts.
NB: NO CONTRACT WILL BE AWARDED TO ANY BIDDERS WHOSE TAX AND TV LICENCE MATTERS
ARE NOT IN ORDER.
THE WINNING BIDDER IS REQUIRED TO MAINTAIN OR IMPROVE THE B-BBEE LEVEL AT WHICH THE
TENDER WAS AWARDED.
C O N T E N T S
DOCUMENT A: CONDITIONS TO BE OBSERVED WHEN BIDDING
DOCUMENT B: GENERAL CONDITIONS OF THE BID/PROPOSAL
DOCUMENT C: QUESTIONNAIRE
DOCUMENT D: DECLARATION OF INTEREST
DOCUMENT E: FUNCTIONALITY REQUIREMENTS
DOCUMENT F: CONFIDENTIALITY
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
DOCUMENT G: PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT
REGULATIONS 2017- SBD 6.1
DOCUMENT H: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES - SBD 8
DOCUMENT I: CERTIFICATE OF INDEPENDENT BID DETERMINATION SBD 9
DOCUMENT J: ACCEPTANCE OF CONDITIONS OF BID
DOCUMENT K: VENDOR FORM (SABC SUPPLIER/VENDOR REGISTRATION FORM) - (ATTACHED
SEPARATELY) / PLEASE ALSO REGISTER ON CENTRALISED DATA BASE -
https://secure.csd.gov.za
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
DOCUMENT A
CONDITIONS TO BE OBSERVED WHEN BIDDING
1.0 LODGING OF PROPOSALS
1.1 Bidders are required to complete and sign the RFP Document and initial all pages (including proposal
and brochures).
1.2.2.Electronic submission:
Bids must be submitted electronically must adhere to the following:, The single point of entry for queries is tenderqueries@sabc.co.za., Submissions must be submitted in a PDF format that is protected from any modifications,
deletions or additions via the address rfpsubmissions@sabc.co.za ., All submissions must be prominently marked with the full details of the tender in the email subject
line namely Bidder’s Name, Tender No and Tender Title., Bidders are advised to email submissions at least 60 minutes before the bid closing time to cater
for any possible delay in transmission or receipt of the bid. The onus is on bidder to ensure that
the bid is submitted on time, Tender submissions received after submission date and time will be declared late bid
submissions and will not be accepted for consideration by SABC.
1.4 The SABC will not be responsible for any failure or delay in the email transmission or receipt of the email
including but not limited to:
➢ Receipt of incomplete bid
➢ File size
➢ Delay in transmission or late receipt of the bid
➢ Failure of the Bidder to properly identify the bid
➢ Illegibility of the bid; or
➢ Security of the bid data.
1.5 Bidders must ensure that bids are delivered timeously to the correct address. Bids not received in a
specified manner, and by the specified time and date as set out in this RFP document will be rejected.
2.0 COMPLIANCE WITH CONDITIONS OF PROPOSAL
2.1 No alteration, amendment or variation of the submitted proposal post the closing date of this bid
shall be permitted nor accepted.,
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
3.0 COMPLIANCE WITH TECHNICAL SPECIFICATIONS
3.1 All bidders are required to submit bids in accordance with stipulated technical specification as indicated
on this bid document. Failure to comply with the required technical specification will result in
disqualification of the bid.
4.0 SCHEDULE OF QUANTITIES
4.1 Bidders are required to submit a detailed Schedule of Quantities indicating how the bid amount is
composed. This schedule shall contain itemised descriptions, quantities, and unit prices.
5.0 BID PRICES
5.1 No change in the submitted bid prices shall be accepted and/or approved by the SABC after receipt
and before award of this bid.
5.2 All prices are to be quoted in the Republic of South African Rand with VAT.
5.3 All local suppliers quoting in foreign currency must convert the currency to Rands and indicate the
exchange rate applicable.
5.4 The prices quoted should be inclusive of all costs needed to perform the specified services, not limited
to, all kinds of local guaranteed bonds, taxes and duties, customs, customs clearance, inland
transportation, storage, unpacking, positioning, installation, integration and testing. The prices quoted
should be inclusive of all costs for the duration of the project.
5.5 This bid document is not an offer to purchase, order or contract.
5.6 Prices must be fixed for the first year and shall, where applicable, be subject to an increase of not more
than the applicable CPI.
5.7 Bid prices for supplies in respect of which installation/erection/assembly is a requirement, shall include
ALL costs on a basis of delivery on site as specified.
5.8 Any response submitted by a Bidder is subject to negotiation and review by the SABC.
6.0 SOURCE OF SERVICE AND MATERIAL
6.1 In the case of equipment/goods, which are partially or completely designed and/or manufactured in the
Republic of South Africa, Bidders shall state the local content percentage.
6.2 Documentation certifying the local content percentage shall be submitted.
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
7.0 ACCEPTANCE OF PROPOSALS
7.1 The SABC does not bind itself to accept the lowest or any bid/proposal, nor shall it be responsible for
or pay any expenses or losses which may be incurred by the Bidders in the preparation and delivery of
its/his/her bid/proposal. The SABC reserves the right to accept a separate bid/proposal or separate
bids/proposals for any one or more of the sections of a specification. The SABC also reserves the right
to withdraw the bid at any stage.
7.2 No bid shall be deemed to have been accepted unless and until a formal contract/ letter of award is
prepared and signed by SABC and the winning bidder.
7.3 The SABC reserves the right, should it deem it necessary, to monitor every stage of the contract to
ensure:, that the directors who were awarded the bid are in control of the company and/or that changes
in directors does not affect delivery of the goods/services/work adversely;, that, if there are changes in the control of the company, these should be brought to the attention
of the SABC;, that in the event that the bid or any part thereof is to be subcontracted to another company or
organisation after the bid was awarded, the Bidder/s must immediately advise the SABC and
the SABC shall approve same as it deems fit;, successful delivery of the goods/services/works in terms of the contract, or timeous termination
of the contract should such action be in the best interest of the SABC;, audit the successful Bidder’s contract from time to time.
7.4 This bid will remain valid 180 (one hundred and eighty) days from the date of bid closing.
8.0 DEFAULT BY BIDDERS
8.1 If Bidders purport to withdraw their bid(s)/proposals within the period for which they have agreed that
their bid/proposal shall remain open for acceptance, or fails to enter into a written contract when called
upon to do so, or fails to accept an order in terms of the bid, the SABC may, without prejudice to any
other legal remedy which it may have, accept their bid(s) notwithstanding the purported withdrawal, or
proceed to accept any other less favourable bid or call for bids afresh and may recover from the
defaulting Bidders any additional expense it has incurred for the calling for new bids or the acceptance
of any less favourable bid.
9.0 AMPLIFICATION OF PROPOSALS
9.1 The SABC may, after the receipt of bids, call on the Bidder to amplify in writing any matter which is not
clear in the Bidder's submission and such amplification shall form part of the original bid.
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
9.2 In the event of the Bidders failing to supply such information within the specified timeframe, the bid will
be liable to rejection.
9.3 The SABC reserves the right to:, contact any Bidder during the evaluation process, in order to clarify any information, without
informing any other Bidders. During the evaluation process, no change in the content of the bid
shall be sought, offered or permitted;, cancel this bid at any time on the following conditions:, Change in business requirements of the Corporation.
ii) Budget unavailability
iii) Identified tender irregularity.
iv) Non-responsive bids
Should Bidder(s) be selected for further negotiations, they will be chosen on the basis of the greatest benefit
to the SABC and not necessarily on the basis of the lowest costs.
10.0 IMPORT/EXPORT PERMITS
10.1 Bidders are required to include complete information on equipment and/or components requiring
export/import permits.
11.0 COST OF BIDDING
11.1 The Bidder shall bear all costs and expenses associated with preparation and submission of its
bid/proposal, and the SABC shall under no circumstances be responsible or liable for any such costs,
regardless of, without limitation, the conduct or outcome of the bidding, evaluation, and selection
process.
12.0 COMMUNICATION
12.1 The SABC has provided a single point of entry for any questions or queries that the Bidder may have.
All queries must be submitted in writing and directed to authorised contact person. Unauthorised
communication with any other personnel or member of staff of the SABC, with regard to this
bid is strongly discouraged and will result in disqualification of the respective Bidder’s
bid/proposal submission.
12.2 Should there be a difference of interpretation between the Bidder and SABC; SABC reserves the right
to make a final ruling on such interpretation.
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
12.3 The closing time for clarification of queries is 3 (three) days before the deadline for bid/proposal
submission. The Bidders should take note that questions together with responses will be sent to all
Bidders who attended compulsory Briefing Session.
13.0 AUTHORISED CONTACT PERSONS
13.1 All enquiries in respect of this bid must be addressed to:
Tender Office
SCM Division
Radio Park Office Block
Henley Road
Auckland Park
Johannesburg
South Africa
E-mail: tenderqueries@sabc.co.za
14.0 BROAD-BASED BLACK ECONOMIC EMPOWERMENT
14.1 According to the 2013 B-BBEE Revised Coded of Good Practice the Exempted Micro Enterprise
(EME) is only required to produce a sworn affidavit signed by the Commissioner of Oaths as per the
requirement in the Justice of Peace and Commissioners of Oaths Act,1963(Act No.) or the
Companies and Intellectual Property Commission(“CIPC”) certificate on an annual basis.
14.2 Bidders other than EMEs must submit their original and valid B-BBEE status level verification
certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Verification
Agency accredited by SANAS.
14.3 Only South African Accreditation Systems (SANAS) is the authorised body to issue B-BBEE
certificates
14.4 IRBA and Accounting Officers are not allowed to issue B-BBEE affidavit or certificates to EMEs and
QSEs as it was under 2007 Codes
14.5 EME’s and QSE’s must submit an affidavit confirming that the entity’s turnover is below R10 million
and percentage of black ownership to claim BBBEE points
14.6 QSEs have to comply with all elements
14.7 Start-up enterprises are verified similar to EMEs, but can opt to be rated using the QSE and Generic
Scorecard
14.8 QSE with at least 51% black ownership or above are only required to obtain a sworn affidavit on an
annual basis with a confirmation of turnover and black ownership
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
14.9 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal
entity, provided that B-BBEE status level certificate under the consortium name is submitted.
14.10 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an
unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they
were a group structure and that such a consolidated B-BBEE scorecard is prepared for every
separate bid.
14.11 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates
in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.
A bidder will not be disqualified if they do not submit evidence to claim a specific goal, but rather they will
score zero for specific goal/s if they did not provide evidence supporting the awarding of the points.
15.0 MISREPRESENTATION AND FRONTING IS PROHIBITED
Fronting means a deliberate circumvention or attempted circumvention of the B-BBEE Act and the Codes.
Fronting commonly involves reliance on data or claims of compliance based on misrepresentations of facts,
whether made by the party claiming compliance or by any other person.
It is an offence to misrepresent or provide false information regarding a company’s information or engaging in
a fronting practice. If there is any contravention of some sought, the SABC may open a criminal and/or civil
case/s against the bidder and its directors/members in terms of applicable legislation, and restrict the bidder &
its directors/members from doing business with the SABC for a pre-determined period.
It is important to note that any proposal that does not conform fully to the instructions and requirements in this
RFP will be disqualified.
Bids, which do not meet the technical requirements, will not be considered for further evaluation.
END OF DOCUMENT A
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
DOCUMENT B
GENERAL CONDITIONS OF PROPOSAL
1.0 COMPLIANCE WITH COMPLETION OF PROPOSAL
1.1 The bid forms should not be retyped or redrafted, but photocopies may be prepared and used.
1.2 Bid forms must be signed in the original form; in ink and forms with photocopied signatures or other
such reproduction of signature will be rejected.
1.3 Should bid forms not be filled in by means of mechanical devices, for example typewriters, ink,
preferably black, must be used to fill in bid.
1.4 Bidders shall check the numbers of the pages and satisfy themselves that none are missing or
duplicated. No liability shall be accepted in regard to claims arising from the fact that pages are
missing or duplicated. Incomplete bids will result in disqualification.
2.0 COMPLIANCE WITH TECHNICAL SPECIFICATIONS
2.1 Unless a departure is clearly stated by the Bidder at the time of bidding, the works shall be taken
as complying in detail with the Technical Specifications, and the Bidder shall be held liable on all
the terms and conditions of the contract as if this bid contained no departures. Technical
specifications contained in any brochures, or any other descriptions submitted shall apply for
acceptance test purposes.
3.0 WARRANTY
3.1 If there are any defects arising from failure of goods to meet the specifications within the period
specified in the contract, the Bidder shall replace the defective items at his expense or shall refund
the SABC such costs as the SABC may incur in replacing such defective item. The Bidder shall
also bear the cost of transporting replaced/repaired items to the place of destination.
4.0 INSPECTION
4.1 The Bidder shall permit and assist the SABC's representatives in carrying out any inspections that
are called for in the proposal or specifications.
5.0 PACKAGING
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
5.1 Goods purchased on this bid must be adequately protected and securely packaged during
shipment and until delivery at the destination.
5.2 Goods must be clearly marked with the Bidder’s name, description of contents and the SABC's
order number and delivery address.
6.0 RISK
6.1 The Bidder will be responsible for losses that SABC incurred due to Bidder’s negligence or
intention and Bidder must provide Liability Insurance. This will be a condition of contract.
7.0 DELIVERY
7.1 Delivery will be to the Stores of the SABC Auckland Park, Johannesburg, Republic of South Africa.
The contractual delivery date must be strictly complied with and each delivery must be preceded or
accompanied by delivery note. If delivery does not take place within the period stipulated, the
SABC may cancel the contract concluded with the bidder without further notice to the Bidder and
with immediate effect without prejudice to any other course of action available to the SABC to
recover any damages out of such delay. Receipt of the goods by the SABC will not be regarded as
acceptance thereof until the goods have been accepted, and tested in compliance with the
Technical Specifications.
8.0 PAYMENT
8.1 Payment, in currency other than South African Rand, will be made by means of a telegraphic or
wired bank transfer.
The Bidder must provide:
− Name and address of their bank.
− Company account number to be credited.
− Sort/swift code of bank.
8.2 The SABC’s standard payment terms are 60 days from date of Invoice.
9.0 ASSIGNMENT OF CONTRACT
9.1 The Bidder shall not have the right to cede any right or delegate any obligation in terms of this
contract to any third party unless with the prior written approval of the SABC.
10.0 PROPOSALS ARE CONSIDERED TO BE BINDING ON THE BIDDERS
10.1 Representations made in the bid/proposal, including claims made in respect of commitments to
dates of delivery, shall be considered binding on the Bidder on acceptance of the bid/proposal by
the SABC and same will be form part of the contract to be concluded, unless specifically noted by
the Bidder in the bid/proposal that same maybe subject to change;
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
11.0 COMPLIANCE WITH SABC POLICIES
11.1. SABC will not procure any goods, services, works or content from any employee or employee-
owned business, to ensure that suppliers competing for the SABC’s business have confidence in
the integrity of SABC’s selection process.
11.2. SABC will not procure any goods, services, works or content from any SABC Independent
Contractor or Independent Contractor-owned business, to ensure that suppliers competing for the
SABC’s business have confidence in the integrity of SABC’s selection process.
11.3. No former employees, SABC’s Non-Executive members and Independent Contractors will be
awarded contracts with the SABC within 24 months after resigning from SABC employment or not
being engaged with the SABC.
11.4. Should former employees, SABC’s Non-Executive members and Independent Contractors resign
from the employment of the SABC or not being engaged with the SABC and become directors of
other businesses bidding with SABC, such bid will not be considered until the cooling off period of
two years has expired.
11.5. “The SABC has a zero tolerance to theft, fraud and corruption. Such activities will be investigated
and stringent action institutes such as laying of criminal charges or even removal from the SABC
database of service providers. Should you suspect or become aware of any suspicious acts of
fraud, theft or corruption involving SABC employees or other suppliers rendering services to the
SABC, contact the SABC whistleblowers’ hotline at “0800 372 831”
12.0 FAILURE TO COMPLY WITH THESE CONDITIONS
12.1 These conditions form part of the bid and failure to comply therewith will invalidate a bid.
13.0 RFP SCHEDULE
13.1 Bidders will be contacted as soon as practicable with a status update. At this time, short-listed
Bidder/s may be asked to meet with SABC representatives. Bidders should provide a list of
persons and their contact details who are mandated to negotiate on behalf of their company.
14.0 ADDITIONAL NOTES
14.1 All returnable documents as indicated in the bid form must be returned with the response.
14.2 Changes by the Bidder to his/her submission shall not be permitted after the closing date.
14.3 The person or persons signing the bids must be legally authorized by the Bidder to do so. A list of
the person(s) authorized to negotiate on your behalf must be submitted along with the bid.
14.4 SABC reserves the right to undertake post-bid negotiations with the preferred Bidder or any
number of short-listed Bidders.
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF
BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
FAILURE TO OBSERVE ANY OF THE ABOVE-MENTIONED REQUIREMENTS WILL RESULT IN THE BID
BEING DISQUALIFIED.
15.0 DISCLAIMERS
15.1 Bidders are hereby advised that the SABC is not committed to any course of action as a result of
its issuance of this Bid and/or its receipt of a bid in response to it. In particular, please note that the
SABC may:
15.2 change all services on bid and to have Supplier re-bid on any changes.
15.3 reject any bid which does not conform to instructions and specifications issued herein
15.4 disqualify bids after the stated submission deadline
15.5 not necessarily accept the lowest priced bid
15.6 reject all bids, if it so deem fit
15.7 award a contract in connection with this bid at any time
15.8 make no award of a contract.
Kindly note that SABC will not reimburse any Bidder for any preparation costs or other work performed in
connection with this bid, whether or not the Bidder is awarded a contract.
END OF DOCUMENT B
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
DOCUMENT C
QUESTIONNAIRE TO BE COMPLETED WHEN BIDDING
If the information required in respect of each item cannot be inserted in the space provided, additional information
may be provided on a separate sheet of paper with a suitable reference to the questionnaire number concerned., Company’s Treasury CSD unique registration
reference number., Have your company been issued with a SARS
Compliance Status PIN., If yes, please provide PIN number. The
provision of the PIN will be construed as your
permission to SABC Procurement to access
your tax status on-line., Are you registered in terms of section 23(1) or
23(3) of the Value-added Tax Act, 1991 (Act )?, If so, state your VAT registration number and
original current tax clearance certificate to be
submitted, Are the prices quoted fixed for the full period of
contract?, Is the delivery period stated in the bid firm?, What is the address in the Republic of South
Africa where an item of the type offered by you
may be inspected preferably under working
conditions? (Where Applicable), What is the approximate value of stock in the
Republic of South Africa for this particular
item? (If required)., Where are the stock held?, What facilities exist for servicing the items
offered?
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS., Where are these facilities available?, What are the names and addresses of the
factories/suppliers where the supplies will be
manufactured and may be inspected, if
required?, ALSO INDICATE WHICHEVER IS NOT APPLICABLE
END OF DOCUMENT C
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
DOCUMENT D
SBD-4
DECLARATION OF INTEREST
1.0 Any legal person, including persons employed by the state, or persons having a kinship with persons
employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation
to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible
allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the
state, or to persons connected with or related to them, it is required that the bidder or his/her authorised
representative declare his/her position in relation to the evaluating/adjudicating authority where-, the bidder is employed by the state; and/or, the legal person on whose behalf the bidding document is signed, has a relationship with persons/a
person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known
that such a relationship exists between the person or persons for or on whose behalf the declarant
acts and persons who are involved with the evaluation and or adjudication of the bid.
2.0 In order to give effect to the above, the following questionnaire must be completed and submitted with the
bid.
2.1 Full Name of bidder or his or her representative:
..........................................................................................................
2.2 Identity Number: .....................................................................................
2.3 Position occupied in the Company (director, trustee, shareholder2):
..........................................................................................................
2.4 Company Registration Number: .................................................................
2.5 Tax Reference Number: .........................................................................
2.6 VAT Registration Number: ........................................................................
2.6.1. The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference
numbers and, if applicable, employee / personnel numbers must be indicated in paragraph 3 below.
1“State” means –, any national or provincial department, national or provincial public entity or constitutional institution within the
meaning of the Public Finance Management Act, 1999 (Act No. ), any municipality or municipal entity;, provincial legislature;
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS., national Assembly or the national Council of provinces; or, Parliament.
2”Shareholder” means a person who owns shares in the company and is actively involved in the management of the
enterprise or business and exercises control over the enterprise.
2.7 Are you or any person connected with the bidder YES / NO
presently employed by the state?
2.7.1 If so, furnish the following particulars:
Name of person / director / trustee / shareholder/ member:
...........................................................................................................
Name of state institution at which you or the person connected to the bidder is employed
...........................................................................................................
Position occupied in the state institution:
...........................................................................................................
Any other particulars:
...........................................................................................................
...........................................................................................................
...........................................................................................................
2.7.2 If you are presently employed by the state, did you obtain YES/NO
the appropriate authority to undertake remunerative
work outside employment in the state?
2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO
(Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the
bid).
2.7.2.2 If no, furnish reasons for non-submission of such proof:
........................................................................................................
........................................................................................................
........................................................................................................
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
2.8 Did you or your spouse, or any of the company’s directors / YES /NO
trustees / shareholders / members or their spouses conduct
business with the state in the previous twelve months?
2.8.1 If so, furnish particulars:
............................................................................................................
............................................................................................................
............................................................................................................
............................................................................................................
2.9 Do you, or any person connected with the bidder, have YES / NO
any relationship (family, friend, other) with a person
employed by the state and who may be involved with
the evaluation and or adjudication of this bid?
2.9.1 If so, furnish particulars.
............................................................................................................
............................................................................................................
............................................................................................................
2.10 Are you, or any person connected with the bidder, YES/NO
aware of any relationship (family, friend, other) between
any other bidder and any person employed by the state
who may be involved with the evaluation and or adjudication
of this bid?
2.10.1 If so, furnish particulars.
............................................................................................................
............................................................................................................
............................................................................................................
2.11 Do you or any of the directors / trustees / shareholders / members YES/NO
of the company have any interest in any other related companies
whether or not they are bidding for this contract?
2.11.1 If so, furnish particulars:
............................................................................................................
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
............................................................................................................
3.0 Full details of directors / trustees / members / shareholders.
Personal Tax Reference State Employee Number /
Full Name Identity Number Number Pers. Number
4.0 DECLARATION
I, THE UNDERSIGNED (NAME)
............................................................................................................
CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I
ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH
23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE
FALSE.
.................................... ....................................
Signature Date
........................................ ....................................
Position Name of bidder
END OF DOCUMENT D
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
DOCUMENT E
TECHNICAL SPECIFICATION
1 INTRODUCTION AND BACKGROUND
The South African Broadcasting Corporation (SOC) Limited (“The SABC”) is a public broadcaster (Schedule
2: “Major Public Entity” in terms of the Public Finance Management Act No. , “PFMA”), with a
mandate to inform, educate and entertain the public of South Africa. Founded on the statute of The
Broadcasting Act (The Act) the SABC’s obligations are captured in the Independent Communications
Authority of South Africa (“ICASA”) Regulations and license conditions, providing five television channels and
nineteen Radio stations.
The business of the SABC is further defined by the Act in terms of two distinct services,
the Public Broadcasting Services (PBS) and the Public Commercial Services (PCS). Each
radio station and television channel are licensed independently by ICASA and each is
required to adhere to its respective licence conditions and the provisions of the Act.
The SABC is seeking proposals from qualified Business Optimization Consulting Company to provide expert
advice and solutions that enhance organisation-wide operational efficiency, streamline processes and foster
innovation within our organization.
2 PROJECT DRIVERS, Need for enhanced operational efficiency in a competitive media landscape, Requirement for sustained and sustainable process improvements, Alignment with SABC's strategic turnaround objectives, Compliance with PFMA and ICASA regulatory requirement
3 STRATEGIC OBJECTIVES, Efficiency: Optimise business processes to reduce operational costs without compromising strategy
delivery, Effectiveness: Enhance service delivery across all divisions, Sustainability: Implement improvements that deliver long-term value, Capability: Build internal capacity for continuous improvement
4 REQUIREMENTS AND SCOPE OF WORK
4.1 The consulting company is expected to perform an organisation-wide business review of the
following services:, Perform an Operational Analysis: Conduct a comprehensive analysis of current business processes
and operational frameworks., Conduct a process improvement: Identify inefficiencies and recommend strategies for improvement,
including the application of Lean Management Principles and Six Sigma methodologies:
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
o DMAIC – (Define, Measure, Analyse, Improve, Control) for improving existing processes;
and
o (DMADV - Define, Measure, Analyse, Design, Verify) for designing new processes., Cost Optimisation Plan: Provide a clear starting point, end point and when the results will be realised., Implement Change Management: Develop change management plans to facilitate the
implementation of new processes and systems., Conduct Necessary Training & Development: Provide training to staff on best practices and new
operational strategies to ensure smooth transitions and adoption., Develop Performance Metrics: Develop an automated reporting dashboard for Exco and the
executing teams
Service Area Key Activities Expected Outcomes
Comprehensive current state analysis, Detailed as-is analysis report with
S1: Operational Analysis
process mapping, bottleneck identification quantified inefficiencies
Lean Six Sigma application
Streamlined processes with 20%-
S2: Process Optimisation (DMAIC/DMADV), workflow redesign,
25% efficiency gains
automation opportunities
Business process re-engineering aligned to
S3: Strategy Alignment Integrated improvement roadmap
SABC's strategic objectives
Stakeholder engagement, communication Smooth implementation with
S4: Change Management
planning, resistance management >90% stakeholder adoption
Training programs, knowledge transfer,
S5: Capability Building Sustainable internal capability
internal champion development
4.2 Deliverables
The consulting company must deliver the following tangible outcomes:, A comprehensive report outlining the findings of the business process analysis., Recommendations on prioritised improvement opportunities with business cases., A structured implementation plan with proposed timelines, roles, and responsibilities., Documentation of KPIs, along with a performance tracking framework., At least one customised training modules and guides for key stakeholders and staff members.
5 TENDER RESPONSE FORMAT
Vendors are requested to respond to the tender in the following formats:
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
5.1 Pricing Breakdown Model
5.1.1 All goods or services must be specified, broken down into individual elements.
5.1.2 Bidders must provide a detailed cost breakdown by pricing all items for the delivery of the services
as per the specification. All deviations should be stipulated as options with the indicative unit prices.
5.1.3 Bidders must submit unit and total pricing in SA Rands (Excluding VAT), and where applicable, use
the foreign currency rate to calculate the Rand value.
6 EVALUATION CRITERIA
Bidders should note that only bidders who submitted the mandatory valid documents of the bid shall be
evaluated further for Functionality (where indicated), Price and Specific Goals
Responses will be evaluated using a predetermined set of evaluation criteria. The evaluation criteria is
designed to reflect the SABC’s requirements in terms of identifying a suitable service provider and ensure the
selection process is transparent and afford all the bidders a fair opportunity for evaluation and selection.
6.1 First Phase- Functionality Evaluation
The evaluation is based on functionality, which will be evaluated using the following criteria and points:, The tender submission will be evaluated on functionality out of a maximum of 125., A threshold of 90 out of the 125 has been set, All bidders achieving less than the set threshold will not be evaluated further and will be deemed non-
Responsive.
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
Functionality Criteria:
Evaluation Area Evaluation Criteria Min. Max.
Points Points
Company Profile Description of the company including: 15 15, Size- company turnover > R100 million, History- > 10 years of management consulting
and, Areas of expertise- advisory services or business
consulting
Bidder to provide signed reference letters- letters should 20 35
be on a company letterhead, clients name, services
provided, signed by the client, contact details (email and
telephone number), similar project value to be above R1
billion and letter dated within the last 5 years (from 2020
till 2025/6), 5 reference letters- 35 points
Relevant Experience • 3 reference letters- 20 points
This bid is only open to only service providers who have 20 20
done this work in media and broadcasting entities with
revenues exceeding R2bn, 200 employees and
companies with multiple divisions or subsidiaries.
Bidder to provide annual reports / financial statements of
the client for a period of two years (from 2024 to date).
Project Approach Bidder to provide a detailed project approach and project 10 20
plan that is feasible. The delivery plan must be concluded
in less than 6 months. Project plan should have team
composition/resource allocation, timelines, milestones and
deliverables (findings and recommendations)., Executive Summary: A brief overview of the
consultant's understanding of the project and
their approach (10 points), Project plan as detailed above - (10 points)
Project approach to address requirements scoped on
section 4.1
Assessment of the qualifications and experience of the 20 30
Team Capability team members involved in the project., Team composition/organogram (10 points), Team member profile/CV: provide profile of key
team members who will be involved in the
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
project, outlining their expertise in finance
transformation strategy at similar
scale/complexity as SABC’s needs (10 points), Qualifications: provide recently certified
qualifications relating to the area of expertise,
minimum NQF Level 7 (10 points)
Training Bidder to provide at least three training sessions 5 5
conducted for key executing stakeholders and staff
members.
90 125
Total
6.2 Second Phase- Price and Specific Goals
6.2.1 The 80/20 preference point system will apply to evaluate responses.
6.2.2 The award of the tender / RFP will be based on functionality evaluation.
6.2.3 The Price and Specific goals will be applicable to award the highest scoring bidder.
6.3 PRICE AND SPECIFIC GOALS APPLICATION DURING CONTRACT IMPLEMENTATION
6.3.1 PRICE
The 80/20 preference point system
A maximum of 80 points is allocated for price on the following basis:
Pt-Pmin
Ps= 80 ( 1- Pmin )
Where:
Ps = Points scored for comparative price of bid under
Consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
6.4 SPECIFIC GOALS
SPECIFIC GOALS 80/20
EME/SME 51% owned by Black people 10
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
51% owned by Black people; 5
51% owned by Black people who are women 3
Black Youth 2, NB: All tenders will be issued to the market with all specific goals, and these will be scored
in accordance with the evidence as submitted by the bidder. The bidder who does not meet
the specific goals will not be disqualified but score zero.
6.5 Objective Criteria
➢ The SABC reserves the right not to award this tender to any bidder based on the proven poor record of
accomplishment of the bidder in previous projects within the SABC.
➢ The SABC will not award contract/s to the bidders who are blacklisted or have committed other acts of
fraud and misrepresentation of facts e.g., tax compliance, company financials, etc. will be eliminated
from the bid process.
➢ The SABC reserve the right not to award this tender to any bidder who fails the financial stability
assessment.
➢ No SABC former employees shall be awarded contracts with the SABC within 24 months after
termination of employment with the SABC.
➢ Should employees resign or retire from the employment of the SABC and become directors of other
businesses tendering with the SABC, such tender shall not be considered until the cooling off period of
24 (twenty-four) months has expired.
➢ Should the employee be dismissed from the SABC employment, such employee shall be prohibited
from conducting business with SABC for a period of 5 (five) years from the date of dismissal.
➢ Should the employee be found guilty in a court of law due to criminal conduct/act, such employee will
not be considered to do/conduct business with SABC, until the criminal record has been legally
expunged.
➢ The SABC shall not procure any goods, services, works or Content from any Board member or Board
member owned business, to ensure that suppliers competing for the SABC’s business have confidence
in the integrity of SABC’s selection process.
➢ Should the SABC’s Board members no longer serve on the SABC Board but become directors of other
companies, the SABC shall not conduct business with those companies until the cooling off period of 24
(twenty-four) months has expired.
➢ Should the Board member be found guilty in a court of law due to criminal conduct/act, such Board
member will not be considered to do/conduct business with SABC, until the criminal record has been
legally expunged.
➢ The SABC shall not procure any goods, services, works or Content from any independent contractor or
independent contractor owned business, to ensure that suppliers competing for the SABC’s business
have confidence in the integrity of SABC’s selection process.
➢ Should the Independent Contractor no longer be contracted to the SABC but become directors of other
companies, the SABC shall not conduct business with those companies until the cooling-off period of 24
(twenty-four) months has expired.
➢ Should the Independent Contract be found guilty in a court of law due to criminal conduct/act, such
employee will not be considered to do/conduct business with SABC, until the criminal record has been
legally expunged.
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE PROVISION OF BUSINESS
OPTIMISATION FOR A PERIOD OF 12 MONTHS.
END OF DOCUMENT E
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE
PROVISION OF BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
DOCUMENT F
CONFIDENTIALITY
All information related to this bid both during and after completion is to be treated with strict confidence. Should the
need however arise to divulge any information gleaned from the service which is either directly or indirectly related to
the SABC, written approval to divulge such information will have to be obtained from SABC.
The bidders must ensure that confidential information is: maintained confidential; not disclosed to or used by any
unauthorised person; so as to prevent any disclosure or unauthorised use with at least the standard of care that
bidders maintain to protect their own confidential information; only used for the purpose of considering and
responding to this RFP; and not reproduced in any form except as required for the purpose of considering and
responding to this bid. Bidders must ensure that: access to confidential information is only given to those of its
partners, officers, employees and advisers who require access for the purpose of considering and responding to this
RFP; and those partners, officers, employee and advisers are informed of the confidential information section and
keep that information confidential. This bid remains at all times the property of the SABC. No rights other than as
provided in this bid and in respect of the confidential information are granted or conveyed to bidder/s
NAME OF BIDDER:__________________________________________________________
PHYSICAL ADDRESS: __________________________________________________________
______________________________________________________________________________
Bidder’s contact person: Name : __________________________________
Telephone : ______________________________
Mobile : _________________________________
Fax.: ____________________________________
E-mail address : __________________________
END OF DOCUMENT F
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE
PROVISION OF BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
DOCUMENT G
SBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS
2022
This preference form must form part of all bids invited. It contains general information and serves as a claim form for
preference points for Specific Goals.
NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,
DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE
PREFERENTIAL PROCUREMENT REGULATIONS, 2022.
1.0 GENERAL CONDITIONS
1.1 The following preference point systems are applicable to all bids:, the 80/20 system for requirements with a Rand value above R50 000 (all applicable taxes included).
1.2 Preference points for this bid shall be awarded for:
(a) Price; and
(b) Specific Goals
1.2.1 The maximum points for this bid are allocated as follows:
POINTS
1.2.1.1 PRICE 80
1.2.1.2 Specific Goals 20
Total points for Price and Specific goals must not exceed 100
2.0 DEFINITIONS
2.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance
fund contributions and skills development levies;
2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -
Based Black Economic Empowerment Act;
2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based
on its overall performance using the relevant scorecard contained in the Codes of Good Practice on
Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic
Empowerment Act;
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE
PROVISION OF BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of
state for the provision of services, works or goods, through price quotations, advertised competitive
bidding processes or proposals;
2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic
Empowerment Act, 2003 (Act No. );
2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts
that can be utilized have been taken into consideration;
2.7 “consortium or joint venture” means an association of persons for the purpose of combining their
expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;
2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state;
2.9 “EME” means any enterprise with an annual total revenue of R10 million or less as per the Amended
Codes of Good Practice (COGP).
2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase
or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other
duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably
has an influence on the price of any supplies, or the rendering costs of any service, for the execution of
the contract;
2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid
documents, of a service or commodity that is designed to be practical and useful, working or operating,
taking into account, among other factors, the quality, reliability, viability and durability of a service and
the technical capacity and ability of a bidder;
2.12 “non-firm prices” means all prices other than “firm” prices;
2.13 “person” includes a juristic person;
2.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the
time of bid invitations, and includes all applicable taxes and excise duties;
2.15 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on
Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic
Empowerment Act;
2.16 “trust” means the arrangement through which the property of one person is made over or bequeathed to
a trustee to administer such property for the benefit of another person; and
2.17 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for
such property to be administered for the benefit of another person.
3.0 ADJUDICATION USING A POINT SYSTEM
Confidential and Proprietary Information of 44 Bid Document
RFP NUMBER: RFP/FIN/2026/10251027/1
RFP TITLE: REQUEST FOR PROPOSALS FOR THE APPOINTMENT OF A SERVICE PROVIDER FOR THE
PROVISION OF BUSINESS OPTIMISATION FOR A PERIOD OF 12 MONTHS.
3.1 The bidder obtaining the highest number of total points will be awarded the contract.
3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into
account all factors of non-firm prices and all unconditional discounts;.
3.3 Points scored must be rounded off to the nearest 2 decimal places.
3.4 If two or more tenderers score an equal total number of points, the contract must be awarded to the
tenderer that scored the highest points for specific goals.
3.5 If two or more tenderers score equal total points in all respects, the award must be decided by the drawing
of lots.
4.0 AWARDED FOR PRICE
4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
Pt − P min Pt − P min Ps = 80 1 − or Ps = 90 1 −
P min P min
Where
Ps = Points scored for comparative price of bid under consideration
Pt = Comparative price of bid under consideration
Pmin = Comparative price of lowest acceptable bid
4.2 Points awarded for Specific Goals
In terms of Regulation 4 (1) 5 (1) and 6 (1) of the Preferential Procurement Regulations, preference points must be
awarded to a bidder for submitting evidence for specific goals claimed in accordance with the table below:
4.3 SPECIFIC GOALS TABLE
SPECIFIC GOALS 80/20 90/10
EME/SME 51% owned by Black people 10 4
51% owned by Black people; 5 3
51% owned by Black people who are women 3 2
Black Youth 2 1
Confidential and Proprietary Information of 44 Bid Document