Skip to main content
RFQ081/12/25-26ConstructionUrgent - 5 Days

Curry Out White Boxing - Water Research

Issuing Organization

Unknown

Location

National

Closing Date

23 Jan 2026

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

Tender Type

Request for Quotation

Delivery Location

4 Daventry Road - Lynnwood Manor - Pretoria - 0002

Published

15 Dec 2025

Tender Description
Appointment of a Service Provider to Curry Out White Boxing for the Water Research Commission
Industry Classification

Categories

Procurement Type

Request for Quotation

Delivery Location

4 Daventry Road - Lynnwood Manor - Pretoria - 0002

Requirements & Eligibility
Analysis: REQUEST FOR QUOTATION DOCUMENT - RFQ-081-12-25-26 - WHITE BOXING.pdf

Submission Guidelines

1. The service provider must submit A fully compliant Health & Safety file for the project, including method statements and risk assessments aligned with the scope of works. 2. A signed Section 37(2) Agreement between WRC (as the client) and the appointed contractor. 3. The successful service provider must submit OHS safety plan 4. Proof of the contractor’s statutory compliance, including: Letter of Good Standing with the Compensation Fund 5. Valid Public Liability Insurance 6. Competency certificates for all personnel operating on site 7. Contractor appointment letters 8. A work programme indicating timelines, access requirements, and any anticipated disruptions. 9. Service provider must ensure that the following close-out documents are submitted to the WRC 10. Certificate of Compliance (CoC) for all electrical work. 11. Certificate of Compliance for any fire detection. 12. Plumbing CoC 13. HVAC commissioning reports and CoCs (if applicable). 14. Final snag list closure confirmation and handover documentation. 7. PERIOD / DURATION OF PROJECT / ASSIGNMENT Once off 8. PAYMENT: The WRC will be invoiced according to the total project completion of all services rendered payment will be affected 30 days from the date of the invoice. 9. STANDARD CONDITIONS OF THE TENDER i. Bidders must complete SBD 4, SBD 6.1, ii. Bidders must also submit a valid tax clearance certificate; and a valid B-BBEE certificate (original or certified copy) to the WRC offices PRIOR or by the closing date, if the WRC is not already in possession of these certificates; iii. It is the responsibility of prospective bidders to ensure that all bid documents are submitted before the closing time and date of the tender; iv. The WRC reserves the right to award or not to award this contract; v. The WRC will enter into a formal contract with one successful bidder; vi. The WRC reserves the right to terminate the contract should the performance of the service provider be unsatisfactory; vii. Bids received after closing time and date will be classified as LATE and will NOT be considered; viii. Although adequate thought has been given in the drafting of this document, errors may occur which the WRC will not be responsible for; ix. Any change of information provided in the tender document that may affect delivery of the service should be brought to the WRC’s attention as soon as possible. Failure to comply with this may result in the contract being terminated; x. Service providers presenting information intentionally incorrectly or fraudulently will be disqualified; xii. Service providers who have been declared insolvent and wish to do business with the WRC must have been rehabilitated and provide the necessary proof thereof; xiii. The WRC reserves the right to award, cancel or partially award this contract. xiv. The National Treasury General Conditions of Contract will be applicable to this tender (available on the National Treasury website); xv. Bidders must complete and attach all relevant standard bid document; xvi. All prices quoted must be VAT inclusive; where applicable xvii. Only those bidders, who have met the minimum functional criteria, as stipulated above, may be invited to present their proposal as required. Please note that bidders, who may be invited for presentations, may have their technical scores re-evaluated. xviii. For those bidders who have met the minimum functional criteria, as stipulated above, the WRC has the right to visit the business premises to verify the information provided in the tender documents; please note that bidders who may have their premises inspected, may have their technical scores re-evaluated. xix. Short-listed companies could be invited to present and discuss their proposals. xx. A service level agreement will be entered into between the WRC and the successful respondent. 10. CLOSING DATE AND TIME  The closing date for the RFQ is the 23 January 2026 @ 11h00.  Quotations should be sent to quotations@wrc.org.za to reach the WRC before 11h00 on the closing date and time.

Technical Specifications

2.1.The purpose of the assignment is to appoint a service provider who will be required to carry out White Boxing on the 2nd and 3rd floors of the Lynnwood Bridge Office Park. 3. SCOPE OF WORK: REQUIREMENT / SPECIFICATION 3.1 Removal of existing shopfronts. 3.2 Removal of ceilings and floor tiles. 3.3 Demolition of drywall partitions. 3.4 Supply and application of self-levelling screed. 3.5 Supply and application of paint (materials and labour). 3.6 Removal of electrical fittings (lights, downlights, plugs, power skirting). 3.7 Tracing and reconnection of cables to DB box. 3.8 Removal of kitchenettes, water points, waste points, and water meters. 3.9 Removal of stackable partitioning and wooden doors. 3.10 Rubble removals. 3.11 Transport and site clearance. Compulsory site visit • Attendance of site visit prior to submission of quotation is important • Should the service provider wish to attend a site audit they must contact: SCM via email: quotations@wrc.org.za or Tel: 012 761 9300 • Date: 14 January 2026 and 20 January 2026 (excluding weekend and holidays) between 09:00 and 14:00 • NB: please note service providers may come for the site visit at their convenience during the above stipulated times Delivery details • Delivery address: 2nd Floor Bloukrans Building, Lynnwood Bridge, 4 Daventry Road, Lynnwood Manor, Pretoria. 3. EVALUATION PHASES The received proposals will be evaluated in accordance with the PPPFA and evaluated in different phases in order to arrive to the final phase of bid award, and the phases will be as follows: 4.1. Phase One – Screening of the minimum requirements documents 4.2 Phase Two - Mandatory Requirements: Prior to Commencement of White Box – Only bidders that fully complied with all the mandatory requirements in this phase shall progress to the next phase of evaluation. Failure to fully meet the set requirements will be eliminated. 4.3. Phase Three – Specification compliance 4.4. Phase Four – Price and Preference (Specific goals) Suppliers responding to this RFQ will be subject to a below phase evaluation process in accordance with the Preferential Procurement Policy Framework Act (Act No. ) and its 2022 Regulations. 1. Phase 1 – Admin Compliance Evaluation: Screening of the minimum requirements documents. In this phase All bids received will be verified for compliance and completeness of the submitted proposal per the below set of mandatory requirements. • Bid forms must be properly received on the bid closing date and time specified on the invitation, fully completed, dated. • Invitation to Bid (SBD 1) must be fully completed, • Submission of a Valid SARS Tax Clearance Certificate together with Supplier SARS Tax Compliance Status Verification PIN to enable Water Research Commission to verify Tax Compliance status on SARS eFiling. NB: Bidders whom their Tax matters are not in order will not be considered for this bid. • Submission of fully completed SBD 4 (Declaration of Interest), • Submission of fully completed SBD 6.1 (Preference points Claim for Specific goals), • Submission of the original or certified B-BBEE Status Level Verification Certificate or original B-BBEE Sworn Affidavit in case of EME and QSE) • Submission of Central Supplier Database (CSD) Compliance History Report. 2. Phase 2 – Mandatory Requirements: 1. Site visit attendance 2. Proof of CIDB grading 2SE or higher NB: Supplier failure to fully meet the set above mandatory requirements will be eliminated 3. Phase 3 – Price and Specific Goals Evaluation: Qualifying suppliers from technical evaluation phase will be evaluated using the applicable 80/20 preference point system, using the supplier quoted hourly rate and the specific goals as advertised. Points will be allocated based on compliance with specific goals as defined in the PPPFA, including but not limited to empowerment of historically disadvantaged individuals, support for SMMEs, and alignment with the Reconstruction and Development Programme (RDP). List the specific goals applicable to this RFQ: Criteria Weight Proof to be submitted for Sub-criteria allocation of points Total Price 80/100 - Benchmark against lowest quote Specific Goal 20/100 BEE certificate or sworn 20 Points: Specific Goals points will be awarded to affidavit or Companies and bidders according to their ownership percentage, Intellectual Property which is Woman or Youth or People with Disabilities Commission (CIPC) issued owned enterprises (51% and above ownership %) or certificate confirming their B-BBEE Status Level as indicated below: annual total revenue and the B-BBEE Certificate: level of Black Ownership, b. o be awarded to bidders based on the BBBEE woman ownership and status level of contributor as indicated in the disabled ownership, and BBBEE accreditation certification in line with the Central Supplier Database table indicated below. (CSD) full report. BBBEE LEVELS SCORES Level 1 20 Level 2 18 Level 3 16 Level 4 12 Level 5 8 Level 6 6 Level 7 4 Level 8 2 Non-compliant 0

Compliance Requirements

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

REQUEST FOR QUOTATION DOCUMENT - RFQ-081-12-25-26 - WHITE BOXING.pdf

View

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

Discussion