Issuing Organization
Rand Water
Tender Type
Request for Bid(Open-Tender)
Location
Gauteng
Closing Date
09 Mar 2026
Delivery Location
522 Impala Road - Glenvista - Johannesburg South - 2058
Organization Type
GOVERNMENT
Published
05 Feb 2026
Rand Water invites bids for the provision of Digital Technology (IT & OT) Cybersecurity/Security Operational Centre (SOC) Services for a duration of five (5) years. The tender requires bidders to meet mandatory responsiveness criteria, achieve a minimum of 70% in a comprehensive functionality evaluation covering experience, human resources, equipment, project management, and method statement, and will be adjudicated using an 80/20 preference point system for price and B-BBEE. Bids must be submitted physically at Rand Water Head Office by 09 March 2026 at 12:00.
Categories
Request for Bid(Open-Tender)
522 Impala Road - Glenvista - Johannesburg South - 2058
Date & Time
Monday, 09 March 2026 - 12:00
Venue
null
This tender is for the provision of Digital Technology (IT & OT) Cybersecurity/Security Operational Centre (SOC) Services at Rand Water for a duration of five (5) years. Key technical requirements and evaluation criteria include: - **Record of Previous Experience:** Bidders must demonstrate experience with a minimum of three (3) projects over at least three (3) years in providing IT and OT cybersecurity/security operational centre services, supported by contactable client reference letters. - **Human Resource Capacity:** The project team must include a Team Leader (Certified Information Security Manager, Certified Information Systems Auditor, and Certified in the Governance of Enterprise IT, with at least five years' relevant experience and three years in management), a Technical/Risk Lead (certified as an Ethical hacker / Certified Advanced Security Professional / CISSP / CISM, with a minimum of five years’ experience in information and operational technology security solution design, build and maintenance), and a minimum of four (4) Cyber/Security Engineers/Specialists with experience and certifications in cloud and server security, network security, Senior Security Architecture, and operational technology cybersecurity (Scada, PLC, HMI, etc.). CVs for these roles are required. - **Equipment Resource Capacity:** Bidders must detail their equipment resource capacity, including SOC and relevant SIEM Tools, office space, resource utilisation, vehicles, and working tools. - **Detailed Project Programme:** A project programme in Gantt chart format is required, aligned with an implementation period of 6 months per site. It must indicate project start/end dates, duration, milestones, a draft Service Level Agreement (SLA) with availability/uptime, response times, resolution time, accuracy, first resolution, and activities with assigned resources. It should also cover support and maintenance details (dedicated contact, turn-around time, call logging, escalation process, specific method statement, and alignment with contractual requirements). - **Method Statement:** A specific method statement detailing all deliverables in accordance with the scope of work and aligned with contractual requirements is mandatory. This includes a fully completed and signed ANNEXURE A. Evaluation of Annexure A will also be conducted via a presentation during a site visit. - **Functionality Due Diligence:** Bidders will be required to demonstrate the proposed solution at their office to verify it matches the requirements outlined in ANNEXURE A – Table 3.2.
tender is for the provision of Digital Technology (IT & OT) Cybersecurity/Security Operational Centre (SOC) Services at Rand Water for a duration of five (5) years. Key technical requirements and evaluation criteria include:
Category: technical
of Previous Experience:** Bidders must demonstrate experience with a minimum of three (3) projects over at least three (3) years in providing IT and OT cybersecurity/security operational centre services, supported by contactable client reference letters.
MandatoryCategory: technical
Resource Capacity:** The project team must include a Team Leader (Certified Information Security Manager, Certified Information Systems Auditor, and Certified in the Governance of Enterprise IT, with at least five years' relevant experience and three years in management), a Technical/Risk Lead (certified as an Ethical hacker / Certified Advanced Security Professional / CISSP / CISM, with a minimum of five years’ experience in information and operational technology security solution design, build and maintenance), and a minimum of four (4) Cyber/Security Engineers/Specialists with experience and certifications in cloud and server security, network security, Senior Security Architecture, and operational technology cybersecurity (Scada, PLC, HMI, etc.). CVs for these roles are required.
05 Feb
2026
Issue Date
Issue Date
05 Feb
2026
Tender Published
Tender was published
22 Feb
2026
RW10405769-26 BID DOCUMENT.pdf
Rand Water invites bids for the provision of Digital Technology (IT & OT) Cybersecurity/Security Operational Centre (SOC) Services for a duration of five (5) years. The tender requires bidders to meet mandatory responsiveness criteria, achieve a minimum of 70% in a comprehensive functionality evaluation covering experience, human resources, equipment, project management, and method statement, and will be adjudicated using an 80/20 preference point system for price and B-BBEE. Bids must be submitted physically at Rand Water Head Office by 09 March 2026 at 12:00.
Median Estimate
R 1 150 000
Range
Based on General government tender averages. Companies with similar profiles typically bid near the median.
* Estimates are based on historical data and do not guarantee actual award values.
Tenders in this industry often require registration with these bodies.
Recommended Certifications
Having these can improve your winning chances: , , ,
{ "source": "ai_analysis", "compliance": "Key compliance requirements include:\n- **B-BBEE Status:** Bidders must provide a SANAS accredited B-BBEE certificate or a sworn affidavit for Qualifying Small Enterprises (QSEs) or Exempted Micro Enterprises (EMEs), or a dtic B-BBEE certificate. Points will be awarded based on the B-BBEE status level of contribution, with non-compliant contributors scoring zero.\n- **Tax Compliance:** Bidders are required to provide their 'SUPPLIER TAX CENTRAL SUPPLIER COMPLIANCE STATUS SYSTEM PIN', indicating that tax compliance will be verified.\n- **Central Supplier Database (CSD) Registration:** Bidders must provide their 'CENTRAL SUPPLIER DATABASE No: MAAA......................', indicating CSD registration is mandatory.\n- **Original Equipment Manufacturer (OEM) Partnership:** A letter of partnership or certificate indicating that the bidder has a partnership with a registered OEM is required, and it must be on an OEM letterhead.\n- **Data Hosting Affidavit:** A fully completed, signed, and commissioned Security Operation Centre Data Hosting Affidavit (Annexure B) confirming that data collected will be hosted within the borders of South Africa is mandatory.\n- **Legal Compliance:** The Form of Offer must be fully completed and signed. No correction fluid is permitted on the bid document.", "extractedAt": "2026-02-09T07:44:04.267Z" }
Category: technical
Resource Capacity:** Bidders must detail their equipment resource capacity, including SOC and relevant SIEM Tools, office space, resource utilisation, vehicles, and working tools.
MandatoryCategory: technical
Project Programme:** A project programme in Gantt chart format is required, aligned with an implementation period of 6 months per site. It must indicate project start/end dates, duration, milestones, a draft Service Level Agreement (SLA) with availability/uptime, response times, resolution time, accuracy, first resolution, and activities with assigned resources. It should also cover support and maintenance details (dedicated contact, turn-around time, call logging, escalation process, specific method statement, and alignment with contractual requirements).
MandatoryCategory: technical
Statement:** A specific method statement detailing all deliverables in accordance with the scope of work and aligned with contractual requirements is mandatory. This includes a fully completed and signed ANNEXURE A. Evaluation of Annexure A will also be conducted via a presentation during a site visit.
MandatoryCategory: technical
Due Diligence:** Bidders will be required to demonstrate the proposed solution at their office to verify it matches the requirements outlined in ANNEXURE A – Table 3.2.
MandatoryCategory: technical
compliance requirements include:
MandatoryCategory: compliance
Status:** Bidders must provide a SANAS accredited B-BBEE certificate or a sworn affidavit for Qualifying Small Enterprises (QSEs) or Exempted Micro Enterprises (EMEs), or a dtic B-BBEE certificate. Points will be awarded based on the B-BBEE status level of contribution, with non-compliant contributors scoring zero.
MandatoryCategory: compliance
Compliance:** Bidders are required to provide their 'SUPPLIER TAX CENTRAL SUPPLIER COMPLIANCE STATUS SYSTEM PIN', indicating that tax compliance will be verified.
MandatoryCategory: compliance
Supplier Database (CSD) Registration:** Bidders must provide their 'CENTRAL SUPPLIER DATABASE No: MAAA......................', indicating CSD registration is mandatory.
MandatoryCategory: compliance
Equipment Manufacturer (OEM) Partnership:** A letter of partnership or certificate indicating that the bidder has a partnership with a registered OEM is required, and it must be on an OEM letterhead.
MandatoryCategory: compliance
Hosting Affidavit:** A fully completed, signed, and commissioned Security Operation Centre Data Hosting Affidavit (Annexure B) confirming that data collected will be hosted within the borders of South Africa is mandatory.
MandatoryCategory: compliance
Compliance:** The Form of Offer must be fully completed and signed. No correction fluid is permitted on the bid document.
MandatoryCategory: compliance
tender document mentions 'PART C2: PRICING DATA' which includes 'C2.1. PRICING ASSUMPTIONS' and 'C2.2. PRICING SCHEDULES / BILLS OF QUANTITIES (BoQ)', indicating that pricing details will be required. For alternative bid offers, 'Pricing Data must reflect all assumptions in the development of the pricing proposal' and 'The pricing of the alternative bid offer may not exceed the pricing of the main bid offer'. The evaluation includes an 80/20 preference point system where 80 points are allocated for price. No specific financial capacity, solvency requirements, invoice/payment schedules, or financial guarantees/bonds are detailed in this extract.
MandatoryCategory: financial
Bid Clarification Deadline
Bid Clarification Deadline
27 Feb
2026
Rand Water Final Clarification Response Deadline
Rand Water Final Clarification Response Deadline
27 Feb
2026
Bid Addenda Issue Deadline
Bid Addenda Issue Deadline
09 Mar
2026
Closing Date
Tender closing date
09 Mar
2026
Closing Date
Rand Water Head Office | 522 Impala Road | Glenvista | 2058
To download these documents and access AI-powered analysis, visit the main tender page.
Organization
Rand Water
Contact Person
Bonolo Ramohlala
Phone
011-682-0815
bramohla@randwater.co.za
Address
522 Impala Road - Glenvista - Johannesburg South - 2058
Ask questions, share insights, or request clarifications about this tender. Official responses will be marked clearly.
Join the discussion for this tender
Guidelines
Please keep discussions professional and relevant to this tender. For formal queries that require an official response, please use the "Request Clarification" button.
No messages yet. Be the first to start the discussion!
Learn how to submit a winning bid with these related articles
💡 Want more tendering tips and strategies?
Explore Our Blog