Skip to main content
ROC 08-2025/26 Telecommunications

conduct an environmental impact study and water use license - City of

Issuing Organization

Unknown

Location

Northern Cape

Closing Date

23 Feb 2026

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

Tender Type

Request for Bid(Open-Tender)

Delivery Location

REGIONAL OPERATIONS AND COORDINATION - Pretoria - Pretoria - 0001

Published

12 Dec 2025

Tender Description
Tender for the appointment of an environmental assessment practitioner to conduct an environmental impact study and water use license for the dredging and excavation of silt at the Centurion Lake, Hennops river and lower Kaalspruit system.
Requirements & Eligibility
Analysis: ROC 08 -2025_26 TENDER DOCUMENT.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

The project deliverables include the following: The project must be completed within 6 months after appointment. The project deliverables are the following: a) An Environmental authorisation. b) Water Use Licence. 6. STAGES OF EVALUATION The tender will be evaluated in four stages: • Stage 1: Administrative compliance • Stage 2: Mandatory Requirements • Stage 3: Functionality Criteria • Stage 4: Preference Points System 6.1 STAGE 1: ADMINISTRATIVE COMPLIANCE All the bids will be evaluated against the administrative responsiveness requirements as set out in the list of returnable documents. Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) a) To enable The City to verify the bidder’s tax Tax status must be compliant compliance status, the bidder must provide; before the award. • Tax compliance status PIN. or • Central Supplier Database (CSD) b) A copy of their Central Supplier Database CSD must be valid. (CSD) registration; or indicate their Master Registration Number / CSD Number; c) Confirmation that the bidding company’s Was a Municipal Account municipal service charges, rates and taxes Statement, or signed lease are up to date: Original or copy of Municipal agreement or letter from the Account Statement of the Bidder (bidding local councillor provided for the company) not older than 3 months and bidding company? The name account must not be in arrears for more than and / or addresses of the ninety (90) days; or ,signed lease agreement bidder’s statement correspond or In case of bidders located in informal with CIPC document, Address settlement, rural areas or areas where they on CSD or Company profile? are not required to pay Rates and Taxes a Are municipal service charges, letter from the local councillor confirming they rates and taxes up to date (i.e. are operating in that area not in arrears for more than 90 days? d) In addition to the above, confirmation that all Was a Municipal Account the bidding company’s owners / members / Statement, or signed lease directors / major shareholders municipal agreement or letter from the service charges, rates and taxes are up to local councillor provided for the date: • Original or copy of Municipal Account company’s owners / members / Statement of all the South African based directors / major shareholders? owners / members / directors / major Are municipal service charges, shareholders not older than 3 months and the rates and taxes up to date (i.e. account/s may not be in arrears for more not in arrears for more than 90 than ninety (90) days; or a signed lease days? agreement of owners / members / directors / major shareholders or In case of bidders located in informal settlement, rural areas or Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) areas where they are not required to pay Rates and Taxes a letter from the local councillor confirming they are residing in that area e) Duly Signed and completed MBD forms All documents fully completed (MBD 1, 4, 5, 8 and 9) The person signing (i.e. no blank spaces), All the bid documentation must be authorized to documents fully signed by (any sign on behalf of the bidder. Where the director / member / trustee as signatory is not a Director / Member / Owner / indicated on the CIPC Shareholder of the company, an official letter document, alternatively a of authorization or delegation of authority delegation of authority would should be submitted with the bid document. be required, Documents completed in black ink (i.e. no NB: Bidders must ensure that the directors, “Tippex” corrections, no pencil, trustees, managers, principal shareholders, no other colour ink, or non- or stakeholders of this company, declare submission of the MBD any interest in any other related companies forms, will not be considered) or business, whether or not they are bidding for this contract. See Question 3.14 of MBD 4. Failure to declare interest will result in a disqualification f) Audited Financial Statements for the most Applicable for tenders above recent three (3) years or Audited Financial R10m in conjunction with MBD Statements from date of existence for 5) companies less than three years old. NB: The bidder must submit signed audited Are Audited financial annual financial statements for the most recent statements provided (Audited three years, or if established for a shorter financials must be signed by period, submit audited annual financial auditor) Or proof that the statements from date of establishment. bidder is not required by law to prepare audited financial If the bidder is not required by law to prepare statements. signed annual financial statements for auditing purposes, then the bidder must submit proof that the bidder is not required by law to prepare audited financial statements. g) Joint Ventures (JV) – (Only applicable when If applicable. JV agreement the bidder tenders as a joint venture) Where provided? JV agreement the bidder bids as a joint venture (JV), the complete and relevant? required or relevant documents as per (a) to Agreement signed by all (f) above must be provided for all JV parties. parties? All required In addition to the above the bidder must documents as per (i.e. a to f) submit a Joint Venture (JV) agreement must be provided for all signed by the relevant parties. partners of the JV. NB: It is a condition of this bid that the successful bidder will continue with the same Joint Venture (JV) for the duration of the contract unless prior approval is obtained from the City. h) Bidder attended a compulsory briefing A compulsory briefing register session where applicable must be signed by the bidder. Bidders will be disqualified should they fail to attend compulsory briefing session Compulsory Returnable Documentation Submitted Checklist (Guide for (Submission of (YES or NO) Bidder and the Bid these are compulsory) Evaluation Committee) i) Pricing schedule (All items must be quoted Incomplete pricing schedule for in pricing schedule and if not, all items are results in totals being quoted the bidder will be disqualified). Unless incomparable. Bidder must be the tender is awarded per item or per section disqualified. where the bidder only quoted the items or sections, they are interested in. Bidder will be disqualified should they make corrections on the price schedule without attaching a signature or initialising thereto. Bidder will be disqualified should they use tippex/ correction ink, on the price schedule. 7.2 STAGE 2: Mandatory Requirements The City reserves the right to verify submitted documentation, failure to submit the mandatory requirements will result in an immediate disqualification. Bidders will be evaluated based on: a) The bidder must attach a certified copy of registration with Environmental Assessment Practitioners Association of South Africa (EAPASA), in terms of Section 24H on the National Environmental Management Act, 1998, (Act No. ). b) Submission of a detailed project implementation plan indicating the start date, various stages of the project with clear milestones and dates as well as completion date. c) Submission of a comprehensive company profile. The proposal should be submitted with all required information containing technical as well as budget information. 7.3 STAGE 3: Functionality Criteria The minimum points the bidder should attain is 60, bidders who receive lower than the threshold will not be eligible to move to the next stage. ITEM DESCRIPTION SCALE WEIGHT SUB- NO: POINTS 1. CAPABILITY, RELIABILITY AND SCHEDULE OF BIDDER’S EXPERIENCE: (Knowledge, experience and resources as well as references and record of success on conducting EIA studies and Water Use Licences) Bidders are required to submit testimonial for completed projects that will serve as proof for rendering satisfactory service on similar projects on: Attach: Testimonial or Letter for each project from the Client indicating the Client, project description and date completed. The letter or testimonial should be signed, dated and written in the client’s letterhead. 1-2 projects 2 6 12 3-4 projects 4 6 24 5-6 and above projects 5 6 30 2. QUALIFICATIONS OF PERSONNEL Qualifications of team leader or members that will conduct the project. Criteria: Proof of qualifications in any of the following: Environmental Management/Sciences ( Certified copies of qualifications) 4 5 20 a) Degree or Post graduate Diploma (NQF level 8) b) Higher diplomas or master’s degree: (NQF 5 5 25 level 9) 3. KEY PERSONNEL / MANAGEMENT EXPERIENCE: (Bidders are required to submit documents indicating years of experience in: Undertaking Environmental Impact Assessment Studies and Water Use Licences.) Attach: Curriculum Vitae of the Project Leader/ Manager/ indicating the years of experience. 1 year experience 1 9 9 2 years’ experience 2 9 18 3 years’ experience 3 9 27 4 years’ experience 4 9 36 5 years’ experience and above 5 9 45 7.4 STAGE 4: Preferential Point System The preferential points to be used will be the 80/20 points system in terms of the Preferential Procurement Policy Framework Act, 2000 (Act ) Regulations 2022. • 80 points for price • 20 points for specific goals • Bidders are required to submit supporting documents for their bids to claim the specific goal points. • Non-compliance with specific goals will not lead to disqualification but bidders will not be allocated specific goal points. Bidders will score points out of 80 for price only and zero (0) points out of 20 for specific goals. • Cot shall act against any bidder or person when it detects that the specific goals were claimed or obtained on a fraudulent basis. The specific goal for this bid is outlined below. Bidders are to submit supporting documents as outlined below to be eligible for points. Specific goals 80/20 preference Proof of specific goals to be point system. submitted BB-BEE score of Valid Certified copy of BBBEE companies • 8 Points certificate. Sworn Affidavit for • Level 1 • 7 Points B-BBEE qualifying small • Level 2 • 6 Points enterprise or Exempt Micro • Level 3 • 5 Points Enterprises or CIPC BBBEE • Level 4 • 4 Points certificate. • Level 5 • 3 Points • Level 6 • 2 Points • Level 7 • 1 Point • Level 8 • 0 Points • Non-compliant EME and/ or QSE 2 Points Valid Sworn affidavit for B- BBEE qualifying small enterprise or Exempt Micro Enterprises or CIPC BBBEE certificate At least 51% of Women- 2 Points Certified copy of Identity owned companies Document/s and proof of ownership (Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises, CIPC registration or any other proof of ownership) At least 51% owned 2 Points Medical Certificate with companies by People with doctor’s details (Practice disability Number, Physical Address, and contact numbers) and Specific goals 80/20 preference Proof of specific goals to be point system. submitted proof of ownership (Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises, CIPC registration or any other proof of ownership At least 51% owned 2 Point Certified copy of Identity companies by Youth Document/s and proof of ownership (Sworn affidavit for B-BBEE qualifying small enterprise or Exempt Micro Enterprises, CIPC registration or any other proof of ownership Local Economic Municipal Account Participation 4 Points statement/Lease agreement. • City of Tshwane 2 Points • Gauteng 1 Point • National 7. SUBCONTRACTING Allowed but remains the responsibility of the appointed bidder. City will not be part of the payments and subcontractors’ appointment. 8. TYPE OF AGREEMENT REQUIRED The client and successful bidder will sign a service level agreement upon the appointment of the successful bidder. 9. VALIDITY PERIOD The validity period for the tender after closure is 90 days. The city shall have right and power to extent any tender validity period beyond any initial validity period set and subsequent extensions. SCM shall ensure that an extension of validity is requested in writing from all bidders before the validity expiry date. Extension of validity shall be finalised while the quotations/bids are still valid. 10. PRICING SCHEDULE Material Item Description Amount no no: (VAT excl.) 1. ENVIRONMENTAL AUTHORISATION (EA) 3036670 a. Draft and final Basic Assessment Report R 3036671 b. Specialist studies R TOTAL AMOUNT (Incl. VAT) 2. WATER USE LICENCE (WULA)/GENERAL AUTHORISATION (GA) IF REQUIRED 3036674 a. Water Use Licence or General Authorisation R (WULA/GA) application including all the accompanying documents 3036675 3. MISCELLANEOUS EXPENSES: i. Advertising costs (one newspaper advert and R site notices printed on sizes specified in the EIA Regulations) i. Printing costs (Only one two documents to be printed in colour) TOTAL AMOUNT (Excl VAT) VAT 15% TOTAL AMOUNT (Incl. VAT) R AWARD: PLEASE INDICATE AWARD Tender will be awarded as whole to one bidder The works are procured on a fixed price basis. The price should be firm inclusive of all items in the project scope, disbursements, specialist work or any work which may be outsourced that is deemed necessary for the successful completion of the project. No bidder will be refunded any additional costs or disbursements incurred in respect of this appointment if not included on the pricing schedule rates. The payment schedule shall be agreed in writing between the department and the bidder and shall consider the delivery of the works and services as well as the handover of the project. 11. MARKET ANALYSIS The City of Tshwane reserves the right to conduct a market analysis. Should the City exercise this option, where a service provider offers a price that is deemed not to be viable to supply goods or services as required, written confirmation will be made with the service provider to determine if it will be able to deliver on the price. If a service provider confirms that it cannot, the service provider will be disqualified based on being non-responsive. If the service provider confirms that it can deliver, a tight contract to mitigate the risk of non-performance will be entered into with the service provider. Further action on failures by the supplier to deliver will be handled in terms of the contract, including performance warnings and listing on the database of restricted suppliers. The City of Tshwane further reserves the right to negotiate a market-related price with the service provider that scored the most points. If the service provider does not agree to a market-related price, the City reserves the right to negotiate a market- related price with the service provider that scored the second-most points. If the service provider that scored the second-most points does not agree to a market- related price, the City will negotiate a market-related price with the service provider that scored the third-most points. If a market-related price is not agreed, the City reserves the right to cancel the tender. 12. DRAFT SERVICE LEVEL AGREEMENTS A service level agreement will be signed upon appointment of the successful bidder. MBD 1 PART A INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CITY OF TSHWANE MUNICIPALITY ROC 08 – CLOSING 23 February CLOSING BID NUMBER: 10:00 2025/26 DATE: 2026 TIME: TENDER FOR THE APPOINTMENT OF AN ENVIRONMENTAL ASSESSMENT PRACTITIONER TO CONDUCT AN ENVIRONMENTAL IMPACT STUDY AND DESCRIPTION WATER USE LICENSE FOR THE DREDGING AND EXCAVATION OF SILT AT THE CENTURION LAKE, HENNOPS RIVER AND LOWER KAALSPRUIT SYSTEM. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7). BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS) Tshwane House Supply Chain Management 320 Madiba Street Pretoria CBD 0002 SUPPLIER INFORMATION NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE CODE NUMBER NUMBER CELLPHONE NUMBER FACSIMILE CODE NUMBER NUMBER E-MAIL ADDRESS VAT REGISTRATION NUMBER TAX COMPLIANCE TCS PIN: OR CSD No: STATUS B-BBEE STATUS LEVEL B-BBEE Yes VERIFICATION Yes STATUS LEVEL CERTIFICATE SWORN [TICK APPLICABLE No AFFIDAVIT No BOX] [A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE] ARE YOU THE Yes No ARE YOU A ACCREDITED FOREIGN Yes No REPRESENTATIV BASED [IF YES ENCLOSE PROOF]E IN SOUTH SUPPLIER AFRICA FOR THE FOR THE [IF YES, ANSWER PART B:3 GOODS GOODS ] /SERVICES /SERVICES /WORKS /WORKS OFFERED? OFFERED? TOTAL NUMBER TOTAL BID OF ITEMS R PRICE OFFERED SIGNATURE OF .................................... DATE BIDDER CAPACITY UNDER WHICH THIS BID IS SIGNED BIDDING PROCEDURE ENQUIRIES MAY BE TECHNICAL INFORMATION MAY BE DIRECTED DIRECTED TO: TO: Supply Chain Regional Operation and DEPARTMENT DEPARTMENT Management Coordination CONTACT CONTACT Relebogile Malatswane Rudzani Kubayi (Mukheli) PERSON PERSON TELEPHONE TELEPHONE 012 358 2735 012 358 8731 NUMBER NUMBER RelebogileM@Tshwane.g EMAIL ADDRESS EMAIL ADDRESS rudzanim@tshwane.gov.za ov.za 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 ONLINE 1.3 THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2022, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT. 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 VIEW THE TAXPAYER’S PROFILE AND TAX STATUS. 2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA. 2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3. 2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID. 2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER. 2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED. 3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS 3.1 IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES ☐ NO ☐ 3.2 DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES ☐ NO ☐ 3.3 DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES ☐ NO ☐ 3.4 DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES ☐ NO ☐ 3.5 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 ABOVE. NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE. SIGNATURE OF BIDDER: ....................................... CAPACITY UNDER WHICH THIS BID IS SIGNED: ....................................... DATE: ........................ MBD 4 DECLARATION OF INTEREST 1. No bid will be accepted from persons in the service of the state1. 2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority. 3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 3.1 Full Name of bidder or his or her representative: ....................................... 3.2 Identity Number: ................................................................................. 3.3 Position occupied in the Company (director, trustee, hareholder2) ............... 3.4 Company Registration Number: ............................................................. 3.5 Tax Reference Number: ....................................................................... 3.6 VAT Registration Number: .................................................................... 3.7 The names of all directors / trustees / shareholders members, their individual identity numbers and state employee numbers must be indicated in paragraph 4 below. 3.8 Are you presently in the service of the state? YES / NO 3.8.1 If yes, furnish particulars. ..................................................................... ........................................................................................................ 1 MSCM Regulations: “in the service of the state” means to be – (a) a member of – (i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces; (b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of 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.); (e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature. 2 Shareholder” means a person who owns shares in the company and is actively involved in the management of the company or business and exercises control over the company. 3.9 Have you been in the service of the state for the past twelve months? YES/NO 3.9.1 If yes, furnish particulars. ..................................................................... ........................................................................................................ 3.10 Do you have any relationship (family, friend, other) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid? YES / NO 3.10.1 If yes, furnish particulars. ...................................................................... ........................................................................................................ 3.11 Are you, aware of any relationship (family, friend, other) between any other bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid? YES / NO 3.11.1 If yes, furnish particulars. ..................................................................... ........................................................................................................ 3.12 Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders in service of the state? YES / NO 3.12.1 If yes, furnish particulars. ..................................................................... ........................................................................................................ 3.13 Are any spouse, child or parent of the company’s directors trustees, managers, principle shareholders or stakeholders in service of the state? YES / NO 3.13.1 If yes, furnish particulars. ..................................................................... ........................................................................................................ 3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are bidding for this contract. YES / NO 3.14.1 If yes, furnish particulars: ..................................................................... ...................................................................................................... 4. Full details of directors / trustees / members / shareholders. State Employee Full Name Identity Number Number ................................................... ............................................ Signature Date ................................................... ............................................ Capacity Name of Bidder MBD 6.1 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 preference point system. 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 100 GOALS 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 in regard to 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. FORMULAE FOR DISPOSAL OR LEASING OF STATE ASSETS AND INCOME GENERATING PROCUREMENT 3.1.1. 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 Pt−Pmax Ps= 80(1+ ) or Ps= 90(1+ ) Pmax Pmax Where Ps = Points scored for price of tender under consideration Pt = Price of tender under consideration Pmax = Price of highest acceptable tender

Compliance Requirements

Bid Description Department Contact person briefing Closing datenumber session Tender for the appointment of an Venue: Tshwane environmental House 320 Madiba assessment Street, Training practitioner to Room conduct an Technical enquiries: Regional environmental impact Rudzani Kubayi (Mukheli) ROC 08 – Operational 23 February study and water use (rudzanim@tshwane.gov.za Date: 27 January 2025/26 and 2026 at 10:00 license for the or 012 358 8731) 2026 at 10:00 Coordination dredging and excavation of silt at the Centurion Lake, Hennops river and lower Kaalspruit system. THE DOCUMENT IS DOWNLOADABLE ON THE TSHWANE WEBSITE (www.tshwane.gov.za) and on the E-tender portal (www.etenders.gov.za). Each tender shall be enclosed in a sealed envelope that bears the correct identification details and shall be placed in the tender box located at: “Note: Bidders are required to submit electronic copies of the bid either by memory stick/USB together with the hard copy of the Bid/Proposals” Tshwane House 320 Madiba Street Pretoria CBD 0002 Documents must be deposited in the bid box not later than 10:00 on 23 FEBRUARY 2026 Bidders must contact the following officials for any enquiries: Technical enquiries: Rudzani Kubayi (Mukheli) (rudzanim@tshwane.gov.za or 012 358 8731) Supply chain enquiries: Relebogile Malatswane (RelebogileM@tshwane.gov.za or 012 358 2735) Bids will remain valid for a period of 90 days after the closing date. The validity period for the tender after closure is 90 days. CoT shall have right and power to extent any tender validity period beyond any initial validity period set and subsequent extensions. SCM shall ensure that an extension of validity is requested in writing from all bidders before the validity expiry date. Extension of validity shall be finalised while the quotations/bids are still valid INDEX Number Details Document . Very important notice on disqualifications Certificate of authority for signatory B-BBEE Minimum Level: 8 Points Allocation: 7 Points B-BBEE
Tender Documents (1)

ROC 08 -2025_26 TENDER DOCUMENT.pdf

View

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

Discussion