Skip to main content
RFP 07-11-2025TelecommunicationsUrgent - 5 Days

Appointment of a Service Provider - Cross-border Road

Issuing Organization

Cross-Border Road Transport Agency

Location

Northern Cape

Closing Date

23 Jan 2026

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

Tender Type

Request for Proposal

Delivery Location

350 Witch-Hazel Avenue Eco Point Office Park Block A, Eco Park Centurion Pretoria - 350 Witch-Hazel Avenue Eco Point Office Park Block A, Eco Park Centurion Pretoria - 350 Witch-Hazel Avenue Eco Point Office Park Block A, Eco Park Centurion Pretoria - 0154

Organization Type

GOVERNMENT

Published

12 Dec 2025

Tender Description
Appointment of a Service Provider for Conducting a Rebranding Exercise for the C-brta Following Its 25th Anniversary Campaign During the 2023/24 Financial Year.
Industry Classification
Procurement Type

Request for Proposal

Delivery Location

350 Witch-Hazel Avenue Eco Point Office Park Block A, Eco Park Centurion Pretoria - 350 Witch-Hazel Avenue Eco Point Office Park Block A, Eco Park Centurion Pretoria - 350 Witch-Hazel Avenue Eco Point Office Park Block A, Eco Park Centurion Pretoria - 0154

Requirements & Eligibility
Analysis: RFP 07-11-2025 C-BRTA Rebrand Exercise.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

The appointed service provider will be required to deliver a comprehensive rebranding exercise for the C- BRTA, which shall include but not be limited to the following: 5.1. Research and Insights • Conduct research to understand the C-BRTA’s mandate, operational environment, and stakeholder perceptions. • Use the findings to inform the development of a corporate narrative and brand positioning. 5.2. Corporate Identity Development • Develop a new corporate identity (CI) that reflects the Agency’s future vision and strengthens its authority in the cross-border road transport industry. • Design a new logo (logo mark and word mark) with a supporting creative rationale. • Develop a brand position statement and an overarching brand promise/narrative. 5.3. Corporate Identity Manual • Produce a comprehensive CI manual that outlines brand elements such as typography, colour palette, imagery, and correct brand usage guidelines. 5.4. Corporate Templates ➢ Design standard templates, including but not limited to: • Company letterheads • PowerPoint presentations • Business cards • Corporate folders 5.5. Stakeholder Engagement and Consultation • Facilitate a minimum of two (2) consultative workshops with C-BRTA management. • Provide regular feedback sessions to share progress and gather input. • Present the final rebranding outputs and rollout plan to the Agency’s leadership. 5.6. Rollout Plan and Launch Support • Develop a rollout plan for the implementation of the new CI across the Agency. • Conceptualise and deliver a creative concept for the external launch of the new CI. 5.7. Project Management and Reporting • Develop a detailed project plan with timelines to guide delivery. • Provide progress reports in line with C-BRTA’s reporting requirements. • Ensure completion and delivery of the project by 06 March 2026. 6. METHODOLOGY/ APPROACH TO THE REBRANDING EXERCISE The successful service provider must demonstrate an extensive experience on similar projects and must provide a portfolio of evidence with contactable references. In addition, they must develop a detailed project plan with timelines to guide the entire project and showcase their delivery model. The first phase of the project will entail conducting research to understand the C-BRTA’s mandate and its operational environment. This will enable the appointed Agency to work with the leadership of the Agency to come up with a corporate narrative which will translate into an overall brand narrative/promise that will underpin the new Corporate Identity (CI). This will be followed by the actual process of developing the new Corporate Identity/brand with related deliverables as outlined in the project deliverables. 7. TIMEFRAMES: The Project must be complete by 06 March 2026 8. REPORTING REQUIREMENTS The service provider will report to C-BRTA in line with the approved project plan. 9. Pricing Schedule PRICING SCHEDULE – FIRM PRICES Name of bidder: RFQ No: RFP 07-11-2025 Closing Time: 11:00 Closing date:23/01/2026 OFFER TO BE VALID FOR 60 DAYS FROM THE CLOSING DATE OF RFP. NO ITEM DESCRIPTION SERVICE DESCRIPTION QUANTITY PRICE (INCLUDING VAT) 1. Research and Conduct research to understand the C-BRTA’s 1 R Insights mandate, operational environment, and stakeholder perceptions. Use the findings to inform the development of a corporate narrative and brand positioning. 2. Corporate Identity Develop a new corporate identity (CI) that reflects 1 R Development the Agency’s future vision and strengthens its authority in the cross-border road transport industry. Design a new logo (logo mark and word mark) with a supporting creative rationale. Develop a brand position statement and an overarching brand promise/narrative. 3. Corporate Identity Produce a comprehensive CI manual that outlines 1 R Manual brand elements such as typography, colour palette, imagery, and correct brand usage guidelines. 4. Corporate Templates Design standard templates, including but not 1 R limited to: Company letterheads PowerPoint presentations Business cards corporate folders 5. Stakeholder Facilitate a minimum of two (2) consultative 1 R Engagement and workshops with C-BRTA management. Consultation Provide regular feedback sessions to share progress and gather input. Present the final rebranding outputs and rollout plan to the Agency’s leadership. 6. Rollout Plan and Develop a rollout plan for the implementation of the 1 R Launch Support new CI across the Agency. Conceptualise and deliver a creative concept for the external launch of the new CI. 7. Project Management Develop a detailed project plan with timelines to 1 R and Reporting guide delivery. Provide progress reports in line with C-BRTA’s reporting requirements. Ensure completion and delivery of the project by 06 March 2026. TOTAL COST INCLUDING R VAT 10. EVALUATION CRITERIA The bids will be evaluated using the 80/20 preference points system in terms of the Preferential Procurement Regulations 2022. The following three (3) steps will be followed to evaluate this bid (Functionality, Price, and Specific Goals and Administrative Compliance). 10.1. STEP 1: FUNCTIONALITY a) Service Providers who fails to obtain a score of 70 points or more in the functionality phase shall not be considered for further evaluation on price and specific goals. b) Bidders are requested to comply to all requirements stated in the table below: Evaluation Criteria Points Contextual Framework and Technical Understanding: 1. Project Proposal and Methodology The service provider must provide a detailed proposal and demonstrate their knowledge on 30 Points how the service provider will deliver this project in line with the scope of work this includes timelines. The project proposal and methodology must also demonstrate the following: • Rebranding experience and approach per scope of work. • Corporate narrative which will translate into an overall brand narrative/promise that will underpin the new Corporate Identity (CI). Scoring Matrix: Excellent: Satisfies the requirements, the response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirements will be met in full = 30 points Acceptable: Satisfies the requirement. The response shows an acceptable level of understanding of the requirement and provides some satisfactory level of details on how the requirements will be fulfilled = 20 points Minor Reservations: Satisfies the requirement with minor reservations. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas = 10 points Unacceptable: Does not meet the requirement. Does not comply and/or insufficient information provided = 0 points 2. Company Reference letters Service providers must have solid industry experience with developing corporate identity including designing logo, developing corporate identity manuals, position statements and brand management and advertising. As proof the service provider must provide contactable reference letters from their previous or current clients for completed projects that are in line with this RFP for the past three (3) to five (5). The reference letters must be on the client’s letter head and state the scope of work covered, clients contact details and signed by the client. 30 Points Scoring Matrix Three (3) or more valid reference letters attached = 30 points Two (2) valid reference letters attached = 20 points One (1) valid reference letter attached = 10 points No reference letter attached = 0 points 3. Team Leader’s education and experience Scoring Matrix for Team Leaders Qualification 10 Points Minimum qualification in Marketing/Communications/Brand Management and Graphic Design Master’s degree or higher = 10 points. • Honours degree in = 8 points. Bachelor’s degree = 6 points. Diploma in related field = 4 points. No formal qualification or a related field = 0 points • Proof: attach certified copy of qualification Scoring Matrix for Team Leaders Experience 10 Points Proven experience in corporate branding, advertising, corporate identity development and project management for Communication/Marketing related projects. With expertise in the following; • Leading and conducting corporate rebranding/identity development projects • Leading Brand management projects • Leading Corporate Communication, Marketing and advertising projects • Leading Graphic Design (Brand and Visual Communication) 8 and more years’ experience in leading and conducting corporate rebranding/identity development exercises and brand management projects = 10 points 5 - 7 years’ experience in leading and conducting corporate rebranding/identity development exercises and brand management projects = 8 points 3 -4 years’ experience in leading and conducting corporate rebranding/identity development exercises and brand management projects = 6 points 1-2 years’ experience in leading and conducting corporate rebranding/identity development exercises and brand management projects = 4 points 0 year experience in leading and conducting corporate rebranding/identity development exercises and brand management projects = 0 points Proof: Attach CV clearly detailing experience, skills and competencies in organizational culture surveys and change management. CV to include contactable references 4. Project Team The service provider must submit FOUR (4) brief Curriculum Vitae(s) (CVs) of key 10 Points personnel of the service provider team indicating 5 years or more relevant experience coupled with a three-year tertiary qualification (bachelor’s degree /diploma) in multimedia, marketing, communications, public relations and /or other related fields. Note to Service providers: At least one member of the key personnel working on the campaign should have a graphic design experience. Each member must have a minimum of 5 years’ experience coupled with a three-year tertiary qualification (bachelor’s degree / diploma) in order to be scored. • In the case where the team member has less than 5 years’ experience, the service provider will be allocated a score of zero. Scoring Matrix 5 years’ relevant experience and more for all four (4) team members = 10 points Less than five (5) years’ experience = 0 points Proof: Attach CV clearly detailing experience, skills and competencies in conducting corporate rebranding/identity development exercises and brand management projects. CV to include contactable references. 5. Experience of the company Client Name Project Project Project Duration Scope Description Cost of Project 10 Points Points allocation guide: More than relevant 5 3-4 relevant 1-2 relevant 0 relevant projects projects projects projects 10 points 8 points 5points 0 points Total Score: 100 10.2. STEP 2: PRICE AND SPECIFIC GOALS (80+20) a) Only Bidders that have complied to all functionality requirements will be evaluated for price and Specific goals. Price and Specific goals will be evaluated as follows: b) In terms of the Preferential Procurement Policy Framework Act, 2000 (Act ), responsive bids will be adjudicated on the 80/20-preference point system in terms of which points are awarded to bidders based on the bid price (maximum 80 points) and Specific goals evaluation (maximum 20 points) Price Evaluation (80 Points) Criteria Points Price Evaluation The following formula will be used to calculate the points for price: Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Specific Goals (20 Points) Specific goals Points allocation A maximum of 20 points may be allocated to a bidder for specific goals in accordance with the table below: Number of Means of Number of points verification points claimed The specific goals allocated (80/20 system) allocated No points in terms of this (To be (80/20 tender completed by system) the tenderer) A BBBEE Level 1 – 4 BBBEE or Sworn affidavit submitted 10 with the bid B Women owned Enterprises Central Supplier 5 Database C Enterprises owned by Medical report disabled people 5 D Total point claimed D= A + B + C 10.3. STEP 3: ADMINISTRATIVE COMPLIANCE Documents that must be Non-submission of any of the items against which a YES submitted is denoted shall result to immediate disqualification Invitation to Bid – SBD 1 Complete and sign the supplied pro forma document. Tax Status Submit proof of Central Supplier Database report. NB: The bidder will be given Seven (7) days to correct tax non-compliance prior award, failure will result to a disqualification. Bidders Disclosure Form Complete and sign the supplied pro- – SBD 4 forma document. Preference Point Claim Complete and sign the supplied pro- Form forma document. Non-submission will lead to a zero (0) score on Specific Goals. – SBD 6.1 BIDDER’S DISCLOSURE 1. 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. 2. 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 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: ................................................................................................ ................................................................................................ 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. 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/NO 2.3.1 If so, furnish particulars: ........................................................................................ ........................................................................................

Compliance Requirements

No specific requirements found B-BBEE Minimum Level: 1
Tender Documents (1)

RFP 07-11-2025 C-BRTA Rebrand Exercise.pdf

View

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

Discussion