Skip to main content
RFP13/25Supplies: Office & Stationery13 Days Remaining

Appointment of a Service Provider Who Is Accredited by the Clothing and Texti...

Issuing Organization

Kwa-Zulu Natal - Ithala Development Finance Corporation

Location

KwaZulu-Natal

Closing Date

30 Jan 2026

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

Tender Type

Request for Bid(Open-Tender)

Delivery Location

29 Canal Quay Road, Point Waterfront - Point Waterfront - Durban - 4000

Organization Type

government department

Published

11 Dec 2025

Tender Description
Appointment of a Service Provider Who Is Accredited by the Clothing and Textile Seta for the Operations of the Shared Clothing and Textile Production Facility in the Amajuba District Within Kwa-zulu Natal for a Period of 36 Months
Requirements & Eligibility
Analysis: RFP13-25 - APPOINTMENT OF A SERVICE PROVIDER FOR THE OPERATION OF A SHARED CLOTHING AND TEXTILE PRODUCTION FACILITY IN THE AMAJUBA DISTRICT WITHIN KWA-ZULU NATAL FOR A PERIOD OF 36 MONTHS - BID DOC - 11-12-2025.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

KwaZulu-Natal Department of Economic Development, Tourism and Environmental Affairs (EDTEA), through its implementing agent Ithala Development Finance Corporation (IDFC), is leading the establishment of Industrial Economic Hubs across the province. One such initiative is the Shared Clothing and Textile Production Facility, located within the Madadeni Industrial Estate in the Newcastle Local Municipality, Amajuba District. The scope of work forms part of a strategic program to drive regional industrialization, enterprise development, and job creation by leveraging the district’s competitive advantage in clothing and textile manufacturing. The facility has been equipped with industrial-grade machinery and is designed to serve as a shared production hub, training center, and business incubator for SMMEs in the sector. The successful service provider shall deliver the project in the following stages: 3.1 STAGE 1 - INCEPTION REPORT: The inception stage of this program will involve, with the input of the Project Steering Committee, developing a comprehensive and implementable business plan for the Shared Clothing and Textile Production Facility. The implementation business plan will serve as a strategic and operational roadmap, covering all key aspects needed to ensure the facility’s sustainability, efficiency, and impact in the local and provincial economy. The comprehensive Implementation Business Plan must include the following: • Define the facility’s vision, mission, and value proposition. • Detail the operational model for running the shared facility effectively. • Provide a market analysis for the clothing and textile sectors in the region. • Propose a financially viable model (including revenue streams, cost recovery, and pricing). • Outline governance, management, and staffing structures. • Develop a sustainability and risk mitigation strategy. • Include monitoring and evaluation (M&E) mechanisms to track performance and impact. • Align with national and provincial policies (e.g., industrialization, SMME development, localization) 3.2 Operational Management and Compliance (Governance and Institutional Framework) The service provider should recommend a governance and oversight structure (including roles of EDTEA, IDFC, facility manager, and other stakeholders) and develop a proposed legal/institutional model for operations. Development of the mechanisms for transparency, accountability, and stakeholder engagement must also be adhered to. The service provider should also ensure that the facility meets the required standard of operations and compliance in the clothing industry. The facility to be ISO9001 accredited within the first 12 months of operation. This shall include: • Quality Management Systems • Environmental Health and Safety standards • Hazardous Material Handling and Storage • Production and Formulation Conversions • Booking and Production Management Systems • Develop and implement operational policies and standard operating procedures in line with industry best practices. • Manage day-to-day operations to ensure efficient production and shared facility utilisation. • Adherence to Production Procedure Manual - The operator will be required to adhere to production procedure manuals in respect of Quality Management, Handling and Storage, Manufacturing, and Booking management. • Capacitating the facility with resources and raw material - the service provider will be required to capacitate the facility with the resources, this will be done to assist SMMEs /Cooperatives who want to buy small portions as most suppliers only sell in big volumes. This will also include the management of fabrics, patterns and other consumables in the facilities. • Recruitment and on boarding of SMME to incubation process -the facilities will be used by SMMEs. The service provider will need to recruit and on board SMMEs/cooperatives into the twelve-month incubation programme in coordination with the client and continue with the incubation programme for SMMES in the current database within EDTEA. Priority to be given to SMMEs/cooperatives that are on EDTEA existing database. Minimum of 50 learners per year are to be onboarded. • Training of SMMEs - Recruited SMMEs will have to be trained in the following; 1. Clothing and Textile Manufacturing - this includes the proper use of fabrics and the variety they come in 2. Financial Management – to ensure that they can manage their finances, 3. Pricing – important to know how to price products correct so that the SMME does not make losses, 4. Packaging and labelling – to ensure that they use the correct packaging for their product as well as using correct labels. 5. Marketing and Sales – It is important for SMMEs/Cooperatives to know which platforms to use to market their products effectively. They are also trained on how to sell their products, 6. Quality Assurance – to teach the SMMEs on the importance of following processes and procedures to ensure that the quality of their products is consistent. 4. ACCREDITATION The service provider must provide an accreditation certificate from FP&M SETA or relevant clothing and textile SETA. 5. PROJECT OBJECTIVES • Effectively manage and maintain the shared facility; • Ensure adherence to quality, safety, and operational standards; • Capacitate the facility with necessary resources and raw materials; • Recruit, onboard, and incubate SMMEs. • Provide targeted training and business development support to participating SMMEs; and • Contribute to the growth of the local clothing and textile value chain. 5.1 Operation Objectives • Ensuring the Adherence to Manufacturing Procedure Manual • Capacitating the facility with resources and consumables • Recruitment and on boarding of SMME to incubation process • Training and capacitating the SMMEs on technical know-how. 6. RESOURCES REQUIRED FOR THE PROJECT Facility Centre Manager 1 Resource Finance Officer 1 Resource Marketing Officer 1 Resource Clothing and Textile Expert/trainer X 2 Admin Support X 1 General Assistant X 1 Kindly provide a detailed CV and qualification of all resources. C8. EVALUATION PROCESS & CRITERIA The evaluation shall be conducted in three (3) stages as follows 1. Administrative Compliance 2. Functionality Evaluation 3. Price and Specific Goals STAGE ONE: ADMINISTRATION COMPLIANCE Yes No Noted If no, indicate deviation All bids duly lodged will be examined to determine compliance with bidding requirements and conditions. Bids with obvious deviations from the requirements/conditions, will be eliminated from further adjudication. Mandatory Requirements Bids will be considered compliant if the following documents have been submitted or condition met (whichever is applicable} • The bidder must be registered as a vendor on the National Treasury Central Supply Database (CSD), which can be found at https://secure.csd.gov.za/ in compliance with National Treasury compliance paragraph 4.2 with instruction note 4a of 2016/2017 • The bidder must be in good standing with SARS prior to the award of the bid. and such information will be verified through Central Supply Database or using SARS efiling pin, in compliance with National Treasury instruction note /2018 • SBD 1 – A completed and duly signed Invitation to bid- A resolution letter MUST be attached as per the requirement of SBD 1. • SBD 4 - A completed and duly signed declaration of Interest. Should a conflict of interest not be declared or identified, the bid would be declared non-responsive. NB Bidder must ensure all pages are complete and all questions answered, you are to indicate not applicable (N/A) where appropriate. • Proof of compulsory site briefing attendance – signed certificate of attendance and attendance register • Accreditation with FP&M SETA or relevant clothing and textile SETA – Bidder to provide a valid certificate of accreditation Failure to provide any mandatory information as requested above will result in the submission being deemed non-responsive. STAGE TWO: FUNCTIONALITY EVALUATION Responsive bids will be evaluated according to the criteria indicated on pages 25-27 STAGE THREE: PRICE AND SPECIFIC GOALS Price evaluation will be performed on bidders who passed stage 1 and 2 above ADJUDICATION OF BID The quotation shall be awarded at the sole and absolute discretion of Ithala. IDFC hereby represents that it is not obliged to award this bid to any bidder. IDFC is entitled to retract this bid at any time as from the date of issue. IDFC is not obliged to award this bid to the bidder that bids the lowest. A bidder shall be disqualified from bidding if any attempt is made either directly to solicit and/or canvass any information from any employee or agent of IDFC regarding this quotation from the date the offer is submitted until the date of award of the quotation. STAGE TWO: FUNCTIONALITY EVALUATION THE QUALITY CRITERIA AND MAXIMUM SCORE IN RESPECT OF EACH OF THE CRITERIA ARE AS FOLLOWS: All bids will be scored on functionality as below, bids that do not meet the minimum threshold value of 70 points will be considered non- responsive and will not be considered. CRITERION SUB CRITERION Weight Score Evidence The bidder is required to Detailed proposal on demonstrate their ability to deliver maintenance and operation of work as outlined in the scope of work. the facilities Proposal • Adherence to Production • Procedure Manual • Capacitating the facility with 30 30 resources and raw material • Recruitment and on boarding of • SMME to incubation process • Accredited Training and capacitating the SMME’s on Clothing and Textile • Provide a plan to get the facility accredited with ISO 9001 A partial submission not covering all of 15 the below: • Adherence to Production • Procedure Manual • Capacitating the facility with resources and raw material • Recruitment and on boarding of • SMME to incubation process • Accredited Training and capacitating the SMME’s on Clothing and Textile • Provide a plan to get the facility accredited with ISO 9001 No detailed proposal 0 The bidder is required to demonstrate their relevant experience in the Reference letters should be management and operation of SMMEs on the company letterhead and or Cooperatives development and include the following programs - Name of the client Relevant references must be for work previous - Description of the done in terms of scope and size 30 project of the program in excess of R5 million) - Contract duration/period current/ More than three references for projects 30 in excess of R5 million) - Project value and Three (3) refences in excess of R5 - Contact details of the 20 million) referee Only relevant references for work done in terms of Experience scope and size for design and build projects in excess of R5 million Company projects Less than three (3) reference or project 0 less than R5 million Company resources, qualifications, 40 and professional registration Operations: Minimum requirements (based 1. Facility Centre Manager 10 in years of Post graduate degree in Business experience) Administration or equivalent and minimum 5 years management Detailed CV and experience of SMME development certified copies of qualifications to be provided for each No Post graduate degree in Business resource Administration or equivalent or less than 0 5 years management experience of SMME development 2. Clothing and Textile Expert Diploma in fashion production or 10 equivalent with 3 years’ experience in clothing and textile environment No Diploma in fashion production or equivalent or less than 3 years’ Resources experience in clothing and textile 0 environment 3. Marketing officer Company Diploma in marketing or equivalent with minimum 3 years’ experience in 10 marketing environment No Diploma in marketing or equivalent or less than 3 years’ 0 experience in marketing environment 4. Finance officer BCom degree or equivalent with a 10 minimum of 3 years’ experience in finance environment No BCom degree or equivalent or less than 3 years’ experience in 0 finance environment N.B. No points will be awarded should the bidder not meet any of the above requirements at a minimum Total 100 Bidders are required to obtain a minimum of 70 points to be considered for stage 3 of the evaluation process, Ithala Development Finance Corporation reserves the right to validate all documentation submitted as evidence. STAGE THREE: PRICE (80 points) AND SPECIFIC GOALS (20 points) PRICING SCHEDULE AND FINAL SUMMARY PROPOSED FEES FOR MAINTENANCE AND OPERATION Description Year 1: Amount Year 2: Amount Year 3: Amount SHARED CLOTHING AND TEXTILE PRODUCTION FACILITY IN THE KWA-ZULU NATAL PROVINCE VAT TOTAL TOTAL FOR 36 MONTHS NB - Pricing should exclude municipal bills and rental - Pricing to allow 03 months start up material and consumables for every 12 months cohort training - A detailed cost breakdown must be provided in line with the scope of work in support of the above. Tenderer's signature.............................. C9 SBD6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2022 This preference form must form part of all tenders invited. It contains general information and serves as a claim form for preference points for specific goals. NB: BEFORE COMPLETING THIS FORM, TENDERERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF THE TENDER AND PREFERENTIAL PROCUREMENT REGULATIONS, 2022 1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to invitations to tender: - the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and - the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included). 1.2 To be completed by the organ of state a) The applicable preference point system for this tender is the 80/20 or 90/10 preference point system. b) The 80/20 preference point system will be applicable in this tender if the lowest/ highest acceptable is below R50 million. c) The 90/10 preference point system will be applicable in this tender if the lowest acceptable tender is above R50 million. 1.3 Points for this tender (even in the case of a tender for income-generating contracts) shall be awarded for: (a) Price; and (b) Specific Goals. 1.4 To be completed by the organ of state: The maximum points for this tender are allocated as follows: POINTS PRICE 80 SPECIFIC GOALS 20 Total points for Price and SPECIFIC GOALS 100 1.5 Failure on the part of a tenderer to submit proof or documentation required in terms of this tender to claim points for specific goals with the tender, will be interpreted to mean that preference points for specific goals are not claimed. 1.6 The organ of state reserves the right to require of a tenderer, either before a tender is adjudicated or at any time subsequently, to substantiate any claim regarding preferences, in any manner required by the organ of state. 2. DEFINITIONS (a) “tender” means a written offer in the form determined by an organ of state in response to an invitation to provide goods or services through price quotations, competitive tendering process or any other method envisaged in legislation. (b) “price” means an amount of money tendered for goods or services and includes all applicable taxes less all unconditional discounts. (c) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes; (d) “tender for income-generating contracts” means a written offer in the form determined by an organ of state in response to an invitation for the origination of income-generating contracts through any method envisaged in legislation that will result in a legal agreement between the organ of state and a third party that produces revenue for the organ of state, and includes, but is not limited to, leasing and disposal of assets and concession contracts, excluding direct sales and disposal of assets through public auctions; and (e) “the Act” means the Preferential Procurement Policy Framework Act, 2000 (Act No. ). 3. FORMULAE FOR PROCUREMENT OF GOODS AND SERVICES 3.1. POINTS AWARDED FOR PRICE 3.1.1 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−Pmin Ps= 80(1− ) or Ps= 90(1− Pt−Pmin ) Pmin Pmin Where Ps = Points scored for price of tender under consideration Pt = Price of tender under consideration Pmin = Price of lowest acceptable tender 3.2. FORMULAE FOR DISPOSAL OR LEASING OF STATE ASSETS AND INCOME GENERATING PROCUREMENT 3.2.1. POINTS AWARDED FOR PRICE A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10 Pt−Pmax Ps= 80(1+ ) or Ps= 90(1+ Pt−Pmax ) Pmax Pmax Where Ps = Points scored for price of tender under consideration Pt = Price of tender under consideration Pmax = Price of highest acceptable tender 4. POINTS AWARDED FOR SPECIFIC GOALS 4.1. In terms of Regulation 4(2); 5(2); 6(2) and 7(2) of the Preferential Procurement Regulations, preference points must be awarded for specific goals stated in the tender. For the purposes of this tender the tenderer will be allocated points based on the goals stated in table 1 below as may be supported by proof/ documentation stated in the conditions of this tender: 4.2. In cases where organs of state intend to use Regulation 3(2) of the Regulations, which states that, if it is unclear whether the 80/20 or 90/10 preference point system applies, an organ of state must, in the tender documents, stipulate in the case of— (a) an invitation for tender for income-generating contracts, that either the 80/20 or 90/10 preference point system will apply and that the highest acceptable tender will be used to determine the applicable preference point system: or (b) any other invitation for tender, that either the 80/20 or 90/10 preference point system will apply and that the lowest acceptable tender will be used to determine the applicable preference point system, then the organ of state must indicate the points allocated for specific goals for both the 90/10 and 80/20 preference point system. Table 1: Specific goals for the tender and points claimed are indicated per the table below. Note to tenderers: The tenderer must indicate how they claim points for each preference point system. Specific goals allocated points in terms of this tender PRICE – 80 points SPECIFIC GOALS – 20 points Percentage Proof / Evidence to be submitted by Points claimed by of Specific Specific goals the tenderer bidder (Max total of 20) Goal target ≥51%Black Ownership 5 CSD, CIPC registration ≥33%Women Ownership 5 CSD, CIPC registration ≥33%Youth Ownership 5 CSD, CIPC registration - Youth is defined as person under the age of 35 ≥25% Persons with 5 CSD report support by Certificate of disability Ownership disability issued by a medical practitioner. TOTAL POINTS 20 DECLARATION WITH REGARD TO COMPANY/FIRM 4.3. Name of company/firm............................................................................... 4.4. Company registration number: ..................................................................... 4.5. TYPE OF COMPANY/ FIRM  Partnership/Joint Venture / Consortium

Compliance Requirements

No specific requirements found
Tender Documents (1)

RFP13-25 - APPOINTMENT OF A SERVICE PROVIDER FOR THE OPERATION OF A SHARED CLOTHING AND TEXTILE PRODUCTION FACILITY IN THE AMAJUBA DISTRICT WITHIN KWA-ZULU NATAL FOR A PERIOD OF 36 MONTHS - BID DOC - 11-12-2025.pdf

View

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

Discussion