Skip to main content
RFP/11/02/25Professional ServicesUrgent - 5 Days

The Appointment of a Panel of Service Providers That Will Provide Internal Au...

Issuing Organization

Unknown

Location

Northern Cape

Closing Date

22 Jan 2026

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

Tender Type

Request for Bid(Open-Tender)

Delivery Location

82 Grayston Drive - Sandton - Johannesburg - 2196

Published

12 Dec 2025

Tender Description
The Appointment of a Panel of Service Providers That Will Provide Internal Audit Services for Gauteng Partnership Fund (gpf) for a Period of 36 Months
Industry Classification
Procurement Type

Request for Bid(Open-Tender)

Delivery Location

82 Grayston Drive - Sandton - Johannesburg - 2196

Requirements & Eligibility
Analysis: ANNEXURES RFP 11 02 25.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

This agreement is part of the tender document, which shall be signed and submitted along with the tender document. The Chief Executive Officer of the bidding company or his/her authorised representative shall sign the integrity pact. If the winning bidder has not signed this integrity pact during the submission of the bid, the tender/proposal shall be disqualified. 2. OBJECTIVES Now, therefore, the Gauteng Provincial Government and the Bidder agree to enter into this pre-contract agreement, hereinafter referred to as an integrity pact, to avoid all forms of corruption by following a system that is fair, transparent, and free from any influence/unprejudiced dealings before, during and after the currency of the contract to be entered, with a view to: 2.1 Enable the Gauteng Provincial Government to obtain the desired contract at a reasonable and competitive price in conformity to the defined specifications of the works, goods and services; and 2.2 Enable bidders to abstain from bribing or any corrupt practice to secure the contract by assuring them that their competitors will refrain from bribing and other corrupt practices and the Gauteng Provincial Government will commit to preventing corruption, in any form by their officials by following transparent procedures. 3. GOVERNANCE 3.1 The integrity pact seeks to ensure that both parties comply with all applicable provincial, national, continental, and international laws and regulations regarding fair competition and anti-corruption. 4. ENVIRONMENT 4.1 The integrity pact requires that both parties comply with all applicable environmental, health, and safety regulations. 5. PROTECTION OF INFORMATION 5.1 The integrity pact seeks to ensure that both parties undertake to protect the confidentiality of information. Each party, when given access to confidential information as part of the business relationship should not share this information with anyone unless authorised. 6. REPUTATION 6.1 The Gauteng Provincial Government wants to work with bidders who are proud of their reputation for fair dealing and quality delivery. 6.2 The Gauteng Provincial Government wants to ensure that working with government is reputation enhancing for the supplier. 6.3 The Gauteng Provincial Government expects bidders/suppliers to be protective of government’s reputation, and ensure that neither they, nor any of their partners or subcontractors, bring government to disrepute by engaging in any act or omission which is reasonably likely to diminish the trust that the public places in government. 2 | P a g e G P G I n t e g r i t y P a c t f o r B u s i n e s s e s 6.4 The Gauteng Provincial Government further requires its bidders/suppliers to always adhere to ethical conduct even outside their contractual obligation with the Gauteng Provincial Government. 7. VALUES OF THE GAUTENG PROVINCIAL GOVERNMENT 7.1 The value system of the Gauteng City Region is shown below: GAUTENG CITY REGION VALUES SYSTEM CORE VALUES ETHICAL VALUES Patriotism Integrity Purposefulness Accountability Team focused Dignity Integrity Transparency Accountability Respect Passionate Honesty Activism 7.2 The Gauteng Provincial Government commits to ensure that the values system is embedded into the day-to-day operations of its institutions. 8. COMMITMENTS OF THE GAUTENG PROVINCIAL GOVERNMENT The Gauteng Provincial Government commits itself to the following: 8.1 The GPG commits that its officials will at all times conduct themselves in accordance with Treasury Regulations 16A.81, copy of which is attached marked Annexure A, and that: 8.1.1 The GPG is committed to doing business with integrity and proper regard for ethical business practices. 8.1.2 The GPG hereby undertakes that no official of the GPG, connected directly or indirectly with the contract will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour, or any material or immaterial benefit or any other advantage from the bidder, either for themselves or for any person, organisation or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract. 8.1.3 The GPG further confirms that its officials have not favoured any prospective bidder in any form that could afford an undue advantage to that bidder during the tendering stage and will further treat all bidders alike. 8.1.4 The GPG will during the tender process treat all Bidder(s) with equity. 8.1.5 All officials of the GPG shall report any attempted or completed violation of clauses to the following details: 1 Government Notice No. R. published under Government Gazette No. March 2005, as amended 3 | P a g e G P G I n t e g r i t y P a c t f o r B u s i n e s s e s Gauteng Ethics Hotline National Anti-Corruption Hotline Toll-free number 080 1111 633 0800 701 701 SMS call-back 49017 N/A E-mail gpethics@behonest.co.za nach@psc.gov.za Fax 086 726 1681 0800 204 965 Website www.thehotline.co.za www.publicservicecorruptionhotline.org.za Post Chief Directorate: Integrity Public Service Commission Management Private X121 Private Bag X61 Pretoria Marshalltown 0001 2001 Walk-in Office of the Premier Gauteng Provincial Office 55 Marshall Street Public Service Commission Marshalltown Schreiner Chambers 6th Floor Johannesburg 94 Pritchard Street 2001 Johannesburg 8.1.6 Following the report on the violation of the above clauses by the official(s), through any source, the GPG shall investigate allegations of such violations against the official or other role players and when justified: a) Take steps against such official and other role players (necessary disciplinary proceedings, and/or any other action as deemed fit, bar such officials from further dealings related to the contract process). In such a case, while an enquiry is being conducted by the Gauteng Provincial Government the proceedings under the contract would not be stalled. b) Inform the relevant Treasury of steps taken in 8.1.5(a) against such officials; and c) Report any conduct by such official and other role players that may constitute an offence to the South African Police Service. 9. COMMITMENTS OF THE BIDDERS The bidder commits himself/herself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of his/her bid or during any pre-contract or post contract stage to secure the contract or in furtherance to secure it and commits himself/herself to the following: 9.1 The bidder is committed to doing business with integrity and proper regard for ethical business practices. 4 | P a g e G P G I n t e g r i t y P a c t f o r B u s i n e s s e s 9.2 The bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducements to any official of the Gauteng Provincial Government, connected directly or indirectly with the bidding process, or to any person, organisation or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract. 9.3 The bidder further undertakes that he/she has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducements to an official of the Gauteng Provincial Government or otherwise in procuring the contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Gauteng Provincial Government for showing or forbearing to show favour or disfavor to any person in relation to the contract or any other contract with the Gauteng Provincial Government. 9.4 The bidder will not collude with other parties interested in the contract to preclude the competitive bid price, impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. 9.5 The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process. 9.6 The Bidder(s)/Contractor(s) will, when presenting his / her bid, disclose any and all payments he /she has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. 9.7 In case of sub–contracting, the Principal Contractor shall take the responsibility of adoption of Integrity Pact by the Sub-Contractor. 9.8 The bidder shall report any attempted or completed violation of clauses 9.1 to 9.7 including any alleged unethical conduct to the Gauteng Ethics Hotline (details are provided at clause 8.1.4). 9.9 The bidder (or anyone acting on its behalf) warrants that: 9.9.1 It has not been convicted by a court of law for fraud and/or corruption with respect to the procurement/tendering processes; and/or 9.9.2 It has not been convicted by a court of law for theft or extortion; and/or 9.9.3 It is not listed on the National Treasury’s database of Restricted Suppliers or Register of Tender Defaulters. 10. SANCTIONS FOR VIOLATION 10.1 The breach of any aforesaid provisions or providing false information by employers, including manipulation of information by evaluators, shall face administrative charges and penal actions as per the existing relevant rules and laws. 10.2 The breach of the Pact or providing false information by the Bidder, or any one employed by him, or acting on his behalf (whether without the knowledge of the 5 | P a g e G P G I n t e g r i t y P a c t f o r B u s i n e s s e s Bidder), or acting on his/her behalf, shall be dealt with as per the provisions of the Prevention and Combating of Corrupt Activities Act (). 10.3 The Gauteng Provincial Government shall also take all or any one of the following actions, wherever required:  To immediately call off the pre-contract negotiations without giving any compensation to the bidder. However, the proceedings with the other bidder(s) would continue.  To immediately cancel the contract, if already awarded/signed, without giving any compensation to the bidder.  To recover all sums already paid by the Gauteng Provincial Government.  To cancel all or any other contracts with the bidders and GPG shall be entitled to demand and recover from the Contractor liquidated damages of the Contract value.  To submit the details of the bidder to the National Treasury to register on the database for tender defaulters. 11. CONFLICT OF INTEREST 11.1 A conflict of interest involves a conflict between the public duty and private interest (for favor or vengeance) of a public official, in which the public official has private interest which could improperly influence the performance of their official duties and responsibilities. Conflicts of interest would arise in a situation when any concerned members of both parties are related either directly or indirectly, or has any association or had any confrontation. Thus, conflict of interest of any tender committee must be declared in a prescribed form. 11.2 The bidder shall not lend or borrow any money from or enter any monetary dealings or transactions, directly or indirectly, with any member of the tender committee or officials of the Gauteng Provincial Government, and if he/she does so, the Gauteng Provincial Government shall be entitled forthwith to rescind the contract and all other contracts with the bidder. 12. LEGAL ACTIONS 12.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings. 13. VALIDITY 13.1 The validity of this Integrity Pact shall cover the tender process and extend until the completion of the contract to the satisfaction of both the Gauteng Provincial Government and the bidder (service provider). 13.2 Should one or several provisions of the Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intentions. 6 | P a g e G P G I n t e g r i t y P a c t f o r B u s i n e s s e s GPG INTEGRITY PACT FOR BUSINESSES BIDDER/SUPPLIER/SERVICE PROVIDER Signature of the CEO Full name of the CEO Tender number Date 7 | P a g e G P G I n t e g r i t y P a c t f o r B u s i n e s s e s ANNEXURE B SBD1 PART A INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (GAUTENG PARTNERSHIP FUND) BID NUMBER: RFP/11/02/25 CLOSING DATE: 22 JANUARY 2026 CLOSING TIME: 11:00 AM THE APPOINTMENT OF A PANEL OF SERVICE PROVIDERS THAT WILL PROVIDE INTERNAL DESCRIPTION AUDIT SERVICES FOR GAUTENG PARTNERSHIP FUND (GPF) FOR A PERIOD OF 36 MONTHS. BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS) FIRST FLOOR 82 GRAYSTON DRIVE SANDTON 2196 BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO: CONTACT PERSON Sandile Ngwenya CONTACT PERSON Nelisa Memela TELEPHONE NUMBER TELEPHONE NUMBER FACSIMILE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS tenders@gpf.org.za E-MAIL ADDRESS tenders@gpf.org.za SUPPLIER INFORMATION NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE NUMBER CODE NUMBER CELLPHONE NUMBER FACSIMILE NUMBER CODE NUMBER E-MAIL ADDRESS VAT REGISTRATION NUMBER SUPPLIER TAX CENTRAL COMPLIANCE STATUS COMPLIANCE SUPPLIER OR SYSTEM PIN: DATABASE No: MAAA ARE YOU THE ACCREDITED ARE YOU A FOREIGN BASEDREPRESENTATIVE IN Yes No SUPPLIER FOR THE GOODS SOUTH AFRICA FOR Yes No /SERVICES OFFERED? THE GOODS [IF YES, ANSWER THE /SERVICES [IF YES ENCLOSE PROOF] QUESTIONNAIRE BELOW] OFFERED? QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW. Version ANNEXURE B SBD1 PART B TERMS AND CONDITIONS FOR BIDDING 1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION. 1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED (NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN THE BID DOCUMENT. 1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT. 1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7). 2. TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS. 2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS. 2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA. 2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID. 2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED; EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER. 2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED. 2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE.” NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. SIGNATURE OF BIDDER: ................................................... CAPACITY UNDER WHICH THIS BID IS SIGNED: ................................................... (Proof of authority must be submitted e.g. company resolution) DATE: ................................. Version ANNEXURE C SBD4 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 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. ANNEXURE C SBD4 2.2 Do you, or any person connected with the bidder, have a relationship with any person who is employed by the procuring institution? YES/NO 2.2.1 If so, furnish particulars: ............................................................................................. ............................................................................................. 2.3 Does the bidder or any of its directors / trustees / shareholders / members / partners or any person having a controlling interest in the enterprise have any interest in any other related enterprise whether or not they are bidding for this contract? YES/NO 2.3.1 If so, furnish particulars: ........................................................................................ ........................................................................................

Compliance Requirements

3 THE GPF'S UNDERTAKINGS GPF's Representative, shall: Respond to 1 Respond to a request for clarification received earlier than the closing clarification time for clarification of queries. The response is notified to all bidders. Issue 2 If necessary, issue Addenda that may amend, amplify, or add to the bid Addenda documents, to each bidder. If a biddes applies for an extension to the deadline for bid submission, in order to take Addenda into account in preparing a bid, the GPF may grant such an extension and GPF's Representative shall notify the extension to all bidders. of 38 Return late 3 Return bids received after the deadline for bid submission unopened to bids the bidder submitting a late bid. Bids will be deemed late if they are not on the designated fax or in the designated bid box at the date and time stipulated as the deadline for bid submission. Bid opening 4 Open the bids in the presence of the bidders’ representatives who choose to attend at the time and place stated in the Bid Data. Bids for which an acceptable notice of withdrawal has been submitted will not be opened. 5 Announce at the opening the name of each bidder only. Die unsuccessful bidder may request a debriefing meeting with the Supply Chain Manager on request. Two- 6 Where stated in the bid data that a two-envelope system is to be envelope followed, open only the technical proposals in the presence of bidder’s system representatives and announce the name of each bid. 7 Evaluate the quality of the technical proposals, then advise bidders who remain in contention for the award of the contract. Return unopened financial proposals to bidders whose technical proposals failed to achieve the minimum criteria. Non- 8 Not disclose to bidders, or to any other person not officially concerned disclosure with such processes, information relating to the evaluation and comparison of bids and recommendations for the award of a contract, until after the award of the contract to the successful bidder. Grounds for 9 Consider rejecting a bid if there is any effort by a bidder to influence the rejection processing of bids or contract award. of 38 Disqualificati 10 Instantly disqualify a bidder (and his bid) if it is established that the on bidder offered an inducement to any person with a view to influencing the placing of a contract arising from this invitation to bid. Test for 11 Determine before detailed evaluation, whether each bid properly responsivene received ss • meets the requirements of these Conditions of Bid, has been properly signed, and is responsive to the requirements of the bid documents. 12 Judge a responsive bid as one which conforms to all the terms, conditions, and specifications of the bid documents without material deviation or qualification. A material deviation or qualification is one which, in the GPF's opinion would detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Contract Data, change the GPF's or the bidder’s risks and responsibilities under the contract, or affect the competitive position of other bidders presenting responsive bids, if it were to be rectified. Non- 13 Reject a non-responsive bid, and not allow it to be subsequently made responsive responsive by correction or withdrawal of the non-conforming deviation bids or reservation. Arithmetical 14 Check responsive bids for arithmetical errors, correcting them as errors follows: Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern. If a bill of quantities applies and there is a discrepancy between the rate and the line item total, resulting from multiplying the rate by the quantity, the rate as quoted shall govern. Where there is an obviously gross misplacement of the decimal point in the rate, the line item total as quoted shall govern, and the rate will be corrected. of 38 Where there is an error in the total of the Prices, either as a result of other corrections required by this checking process or in the bidder’s addition of prices, the total of the Prices, if any, will be corrected. The corrected price will be communicated to the bidder. The bidder may withdraw the bid, but may not change the bid price. 15 Reject a bid if the bidder does not accept the corrected total of the Prices (if any). Evaluating 16 Evaluate responsive bids in accordance with the procedure and criteria the bid stated in the Bid Data. The evaluated bid price will be disclosed only to the relevant GPF bid committee and will not be disclosed to bidders or any other person. Clarification 17 Obtain from a bidder clarification of any matter in the bid which may not of a bid be clear or could give rise to ambiguity in a contract arising from this bid if the matter were not to be clarified. Acceptance 18 Notify GPF's acceptance to the successful bidder before the expiry of of bid the validity period, or agreed additional period. Providing the notice of acceptance does not contain any qualifying statements, it will constitute the formation of a contract between the GPF and the successful bidder. Notice to 19 After the successful bidder has acknowledged the GPF’s notice of unsuccessful acceptance, notify other bidders that their bids have not been accepted, bidders following the GPF’s current procedures. Prepare 20 Revise the contract documents issued by the GPF as part of the bid contract documents to take account of documents • Addenda issued during the bid period, inclusion of some of the bid returnables, and of 38 other revisions agreed between the GPF and the successful bidder, before the issue of the GPF's notice of acceptance (of the bid). The schedule of deviations attached to the form of offer and acceptance, if any. Issue final 21 Issue the final contract documents to the successful bidder for contract acceptance within one week of the date of the GPF's notice of acceptance. Sign Form of 22 Arrange for authorised signatories of both parties to complete and sign Agreement the original and one copy of the Form of Agreement within two weeks of the date of the GPF's notice of acceptance of the bid. If either party requires the signatories to initial every page of the contract documents, the signatories for the other party comply with the request. Complete 23 Unless alternative arrangements have been agreed, arrange for both Adjudicator's parties to complete and sign the Form of Agreement and Contract Data Contract with the selected adjudicator. Provide 24 Provide to the successful bidder the number of copies stated in the Bid copies of the Data of the signed copy of the contracts within three weeks of the date contracts of the GPF's acceptance of the bid. of 38 ANNEXURE F GOVERNMENT PROCUREMENT GENERAL CONDITIONS OF CONTRACT of 38 B-BBEE Minimum Level: One Points Allocation: 135% B-BBEE
Tender Documents (1)

ANNEXURES RFP 11 02 25.pdf

View

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

Discussion