Skip to main content
VCW412/FIITA/25TelecommunicationsUrgent - 6 Days

CONDUCT A - Vaal Central

Issuing Organization

Unknown

Location

Western Cape

Closing Date

23 Jan 2026

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

Tender Type

Request for Bid(Open-Tender)

Delivery Location

02 Mzuzu Street - Pellissier - Bloemfontein - 9301

Published

12 Dec 2025

Tender Description
Appointment of a Suitably Qualified Firm to Conduct a Forensic Investigation Into Implementation of the Transfer Agreement
Requirements & Eligibility
Analysis: VCW412_FIITA_25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

The forensic investigation firm appointed will be required to, inter alia to: 4.1. Testing the AGSA Material Irregularity (MI) finding if it meets the definition in terms of the Public Audit Act. 4.2. Determination of the validity (legality) of the actions by the Executive Committee to approve the extension of the VSP application to employees of the receiving entity. 4.3. Establish all facts and circumstances surrounding the decision to extend the VSP to Employees of the receiving entity. PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT 4.4. Determine whether proper assessments of operational requirements and affordability were conducted. 4.5. Identify all person(s) responsible and their level of responsibility 4.6. Quantify any financial loss. 4.7. Provide recommendations on recovery, disciplinary action, and preventative measures, including risks involved. 4.8. Assess compliance with the PFMA and other applicable legislation and their implications. 4.9. Make presentations to the Board of Directors. 5. Performing Forensic Assignments o Reporting (a draft forensic report and a final forensic audit report); o Attending Final Report discussion meetings with the Vaal Central Board meetings. 6. Reporting The structure of the forensic reports should be as follows, but not limited to: o Introduction; o Forensic objective and scope; o Executive summary, highlighting the significant findings; o Detailed findings, root cause, impact, risk ratings, recommendations and management actions plan; o All investigations as carried out according to various forensic techniques as approved by Vaal Central Water Board; o Conclusion. The Firm is to deliver an electronic copy of the engagement file to Vaal Central Water. 7. Quality Assurance review of the work The Professional Firm shall ensure that all work conform to the IIA Standards for Professional Practice this may require that such work be subjected to external quality assurance, as may be considered necessary. Firms to ensure quality review processes are in place and that quality reviews are executed. 8. Monitoring the progress of assignments On completion of each assignment, the Professional Firm shall distribute the reports to VCW Board. 9. Independence an Objectivity of staff In carrying out its work, the Professional Firm must ensure that their staff members maintain objectivity by remaining independent of the activities the forensic investigation. 10. Expertise and Capacity The key criteria to be considered for the suitability of the service provider include the following: o Have the necessary skill, knowledge, capacity and resources to meet the needs of Vaal Central Water, including the availability of: o Forensic audit skills and tools. o Applicable legislative laws. o Have knowledge and comprehensive understanding of the public sector. 11. Professional Membership It is mandatory for the senior resources of the preferred service provider (i.e., Directors, senior managers and specialists) to have the appropriate professional qualification(s) enabling them to perform internal audit services. These must include, but is not limited to the following: o Certified Internal Auditor (Certified by the Institute of Internal auditors of South Africa), or o Chartered Accountant (SA) (Certified by the South African Institute of Chartered Accountants, (SAICA), and PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT All core member of the forensic investigation team must belong to a professional body that regulates the services they offer. Where bid documents can be obtained: Tender documents are downloadable from Friday, 12 December 2025. Website: www.etenders.gov.za - National Treasury Website – eTender Publication Website: www.bloemwater.co.za – Vaal Central Water Website A compulsory briefing session will be held:TUESDAY, 13 JANUARY 2026 TIME: 11:00 VENUE: 2 MZUZU STREET, PELLISIER, BLOEMFONTEIN, 9301 The office coordinates are - 29°08'42.2"S 26°09'23.5"E Completed proposals must be addressed as below and deposited before 12:00 on FRIDAY, 23 JANUARY 2026 AT 12:00 at the Tender Box situated at the Vaal Central Water Reception Area for Attention: Supply Chain Management Department Vaal Central Water 2 Mzuzu Street Pellissier Bloemfontein 9322 Each proposal must be submitted in One (1) envelope clearly marked: APPOINTOF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO IMPLEMENTATION OF THE TRANSFER AGREEMENT with the bidder’s name and address. Vaal Central Water promotes Broad-Based Black Economic Empowerment. The name of the firm submitting the tender shall be clearly shown on all correspondence. An appointment will be made in terms of the approved Supply Chain Management Policy of the Board of Vaal Central Water. Service Providers who meet the specified quality criteria will be further evaluated in line with the Preferential Procurement Policy Framework Act (PPPFA) principle of 80/20 or 90/10. Vaal Central Water reserves the right not to award the tender to the highest scoring bidder. Tenders may only be submitted on the tender documentation that has been issued. A One-envelope system will be followed. Proposals which are incomplete, filled incorrectly, or telegraphic, telephonic, telex, facsimile, e-mail and late tenders will not be accepted. Should you do not receive any feedback from Vaal Central Water after 60 days of submission, consider your tender unsuccessful. Technical Queries can be directed to: Ms Noxolo Silevu Company Secretary Tel: 051-403 0800 Fax: 051-422 5333 E-mail: noxolos@vcwater.co.za PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT Tender Administrative Queries can be directed to: Supply Chain Management Tel: 051 - 403 0800 Fax: 051 – 422 5333 Email: bids@vcwater.co.za NB: Service Providers to all departments, constitutional institutions and public entities listed in schedule 2 and 3 of the PFMA are required to self-register on the Central Supplier Database. PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT ELIGIBILITY CRITERIA Only those Bidders who satisfy the following criteria are eligible to submit tenders: First Stage: Administrative Compliance 1. Reasons for disqualification Only those Respondents who satisfy the eligibility criteria are eligible to submit bids. Submissions that do not satisfy the eligibility criteria will not be evaluated. The following eligibility criteria are applicable to this bid: A. Bidders who do not adhere to those criteria listed below a PRE-QUALIFIER will be disqualified immediately. Applicable to this Prequalifying Responsiveness Criteria Criteria Tender (Y/N) Fully completed and signed Standard Bidding Documents · SBD Form 1 1 · SBD Form 3.3 Pre-Qualifier Y · SBD Form 4 · SBD Form 6.1 Joint Venture/ Association Agreement (If applicable submit a 2 Pre-Qualifier Y complete and signed JV agreement / Association Agreement). Original (or certified copy) of municipal rates clearance certificate or a certified copy of the lease agreement - Not older 3 Pre-Qualifier Y than 3 months (Vaal Central Water reserves the right to conduct physical verification of premises). Price Proposal – to be completed in full. Pre-Qualifier Y 4 B. Bidders who do not adhere to the indicated response time for clarifications requested by the Employer will be deemed to be non-responsive and their submissions will not be evaluated further. Applicable Clarificatio Responsiveness Criteria to this n Time Tender (Y/N) The Respondent submits a valid Tax Compliance Status PIN letter issued by the South African Revenue Services or has made arrangements to meet outstanding tax obligations. Respondents shall be registered and in good standing with the 1 South African Revenue Services (SARS) and should be able to 7 days Y submit a valid tax compliance pin issued by SARS. Each party to a Consortium/Joint Venture should be able to submit a separate valid Tax Compliance Status PIN letter and attach it to the schedule. PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT The Respondent has not abused the Employer’s Supply Chain 2 Management System or failed to perform on any previous 7 days Y contract and has been given written notice to this effect. The Respondent or any of its Directors/Shareholders is not listed on the Register of Tender Defaulters in terms of the Prevention 3 7 days Y and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector. The Employer will only enter into a formal contract with a respondent who is registered on the National Treasury Central 4 Supplier Database (CSD). The submission of a full CSD report 7 days Y (not summary) is compulsory for any Respondent to be eligible to submit. The Respondent has completed the Declaration of Interest and there are no conflicts of interest which may impact on the Respondent’s ability to perform the contract in the best interests 6 7 days Y of the Employer or potentially compromise the submission process and persons in the employ of the state are permitted to submit bids or participate in the contract. The Respondent submits a valid B-BBEE Compliance Certificate 7 issued by an Accredited Service Provider or Certified Sworn 7 days Y Affidavit. Acceptance of Bid conditions – to be duly completed and signed 8 7 days Y PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT Second Stage: Functionality / Technical Criteria TENDER EVALUATION CRITERIA Scores will be allocated to each of the criteria and sub-criteria based on the indicators contained in these schedules. Notes for Functionality (quality) assessment (reference to table below): 1. The Bidder shall compile a list with relevant proof of each project claimed for points allocation. The list shall: • Clearly describe the scope of works of the project/s with reference to the evaluation indicators in the table below; and • Only projects with corresponding reference letters or completion certificates/ letters from the Client will be considered. PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT NO FUNCTIONALITY CRITERIA SCORE WEIGHT 1. Methodology: 40 Points = Provide detailed 40 Provide detailed methodology that includes legal Methodology covering all 9 topics under process for resolving signs or allegations of scope of work. Demonstrate excellent Material Irregularities and demonstrating understanding of scope, project plan to understanding of the requirements and be completed within 60 days – expectations of the VCW as outlined in the scope Methodology covering a process with of work. activities; with timelines for deliverables Provide in relation to the outline of scope of work, for the respective category (ies) of a complete list of services the forensic investigator choice linked to the, resources and tools, can provide. demonstrating the bidders capability 1. Testing the AGSA Material Irregularity (MI) knowledge and ability finding if it meets the definition in terms of the Public Audit Act. high quality of work performed in all 2. Determination of the validity (legality) of the essential areas, completion of a major actions by the Executive Committee to approve the extension of the VSP application to goal or project, or made an exceptional employees of the receiving entity. or unique contribution in support of 3. Establish all facts and circumstances surrounding the decision to extend the VSP to unit, department. Employees of the receiving entity. 4. Determine whether proper assessments of operational requirements and affordability were 25 Points = Provide detailed conducted. Methodology covering 5 to 8 topics 5. Identify all person(s) responsible and their level of responsibility under scope of work. Demonstrate 6. Quantify any financial loss. excellent understanding of scope, 7. Provide recommendations on recovery, disciplinary action, and preventative measures, project plan to be completed within 60 including risks involved. days – Methodology covering a process 8. Assess compliance with the PFMA and other applicable legislation and their implications. with activities; with timelines for 9. Indicating timeframes through a Ghant Chart. deliverables for the respective category - A4 Pages (ies) of choice linked to the, resources - No more than 20 pages and tools, demonstrating the bidders - Line Spacing = 1.5 lines capability knowledge and ability - Paragraph spacing = 2 lines high quality of work performed in all - Font =11 essential areas, completion of a major - Covering the scope goal or project, or made an exceptional or unique contribution in support of unit, department. 10 Points = Provide detailed Methodology covering below 5 topics under scope of work. Demonstrate excellent understanding of scope, project plan to be completed within 60 days – Methodology covering a process with activities; with timelines for deliverables for the respective category (ies) of choice linked to the, resources PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT and tools, demonstrating the bidders capability knowledge and ability high quality of work performed in all essential areas, completion of a major goal or project, or made an exceptional or unique contribution in support of unit, department. 0 Points = No methodology and/or poor understanding of scope and/or no project plan. 2. Experience: 30 Points = five and above reference 30 letters Contactable references (in company letter heads) as proof of having conducted forensic 20 Points= two to four reference letters investigations, within the public sector, not older than 10 years. 10 Points= One reference letter VCW is entitled to validate the provided reference letters. 3. Team Qualifications & Skills: 20 Points 20 CV’s for: Project leader, Manager and team members • Project leader is a Certified Fraud detailing the qualifications, skills and membership to Examiner (CFE) or Chartered professional bodies for each of the members listed. Accountant CA (SA) or Admitted attorney or Advocate with more than 10 years of investigative experience. • Skills mix within the assigned team should include: CA (SA), Certified Internal Auditor (CIA) • 100% of the staff members possess forensic investigation, financial, risk management, law and auditing related skills. 10 Points • Project leader is a Certified Fraud Examiner (CFE) or Chartered Accountant CA (SA) or Admitted attorney or Advocate with more than 7 - 9 years of investigative experience. • Skills mix within the assigned team should include: CA (SA), Certified Internal Auditor (CIA) • 75% of the staff members possess forensic investigation, financial, risk management, law and auditing related skills. 5 Points • Project leader is not a CFE or CA (SA) or Admitted attorney or Advocate with no experience of investigative experience. PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT • There is no skills mix within the assigned team. • None of the staff members possess forensic investigation, financial, risk management, law and auditing related skills 4 Locality 10 Points = Has an office within the 10 Free State and Northern Cape area of Supply 5 points = Has an office within the Republic of South Africa Total 100 Minimum Threshold 70 The Bidder must comply with the minimum requirements in accordance with the functionality criteria listed above and must score at least 70 points for Functionality. Bids that fall below the minimum threshold of 70 points will be regarded technically unacceptable and will not be considered. Third Stage : Price Proposal 1. Fees 1.1 Any fees by any name or intention, stated will be inclusive of VAT as well as include all other costs. 1.2 It is understood that forensic investigation assignments are based on hourly rates and that budgets are compiled once the appointed bidder has assessed the likely extent of the work. Financial proposal will be compared on the basis of hourly rates per each staff level and allocated % total time spend by each staff level ( expected total cost). Firms are required to submit a table of hourly rates as per the table below based on an estimate of 600 hours to be spend per annum. The average hourly rate should also be indicated. It should be noted that the final number of hours to be spend will only be determined upon approval of the final audit plan. Item (where applicable) Hourly Rate (including overheads and VAT) Engagement Partner/Director R Associate Director R Senior Manager R Manager R Assistant Manager R Supervisor R Senior Auditor R Trainee Auditor R Specialists (e.g. Legal Expertise) R *If a particular category does not exist for the firm, it may be omitted. It is recognised that it is difficult for a prospective bidder to be certain about the extent of the work based solely on the terms of reference. However, to assist with assessments, a firm must provide a typical distribution of time for members of the forensic investigation team on a job of this nature. This should be expressed in percentage of the total person-hours billed on a typical job. PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT Item (where applicable) Hourly Rate (including overheads and VAT) Engagement Partner/Director % Associate Director % Senior Manager % Manager % Assistant Manager % Supervisor % Senior Auditor % Trainee Auditor % Specialists (e.g. Legal Expertise) % Total 100% 1.3 Any proposed increases of fees for the duration of the assignment should be clearly indicted as a percentage (%). I/We, the undersigned, hereby confirm that all fees and any prices, for or any remuneration quoted as well as cover conditions are firm and binding for the period of the assignment. Signed at ______________________ on this the _______day of ________________20___________ Full names and signatures Who also confirms that he/she is duly authorised to do so Witness 1. Witness 2. PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT SPECIAL CONDITIONS OF CONTRACT 1. Definitions Unless otherwise indicated the following words shall bear the following meanings: 1.1 The “Company” shall mean Vaal Central Water except where it is clear that it refers to the Forensic Investigation entity 1.2 The “tender or bid” shall mean a tender or bid for the supply of Forensic Audit services for Vaal Central Water at agreed fees, terms and conditions. 1.2 The “tenderer or bidder” shall mean any duly accredited person or persons or any body, incorporated or otherwise, entity submitting a tender to arrange Forensic Investigation services to Vaal Central Water. 1.3 The “contract period” shall commence 7 days after appointment. 2. Failure to perform 2.1 If - (a) Vaal Central Water should suffer any damage as a result of the tenderer’s failure to perform as instructed or required and expected, it is agreed that the tenderer will pay to Vaal Central Water the following amounts, in each case to be determined by the Chief Executive of Vaal Central Water, as liquidated damages and not as a penalty; i) in the event of (a) an amount equal to any additional costs over and above the tender price incurred by Vaal Central Water together with all related costs and expenses involved; or ii) in the event of (b), an amount not exceeding the actual damage and costs sustained or incurred by Vaal Central Water; or iii) including any possible claim instituted against the tender professional indemnity insurance. 2.2 The Chief Executive of Vaal Central Water will also determine the manner in which and the time when such payment of additional costs and or damages are to be paid to Vaal Central Water, and the decision of the Chief Executive of Vaal Central Water will be final and binding in each case and on all parties. 3. Alternatives The tenderer may submit an alternative proposal, which, in his opinion, are to Vaal Central ’s advantage economically and technically but it should be clearly indicated as such. 4. Variation In the event that tenderers are offering any services and or products differing or varying from the requirements of this specification, all such variations shall be clearly indicated and described in the tender response. PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT OTHER INFORMATION REQUIRED 1. Particulars of professional indemnity insurance Provide full details of your professional indemnity insurance arrangements. State underwriter, limits of any one occurrence and deductible as well as maturity dates and retrospective cover period. 2. Fidelity guarantee insurance Provide full details of your fidelity guarantee insurance arrangements. State underwriter, limits of any one occurrence and deductible as well as maturity dates and retrospective cover period. 3. Audited financial statements Please attach a copy of your most recent and available audited financial statements. 4. Similar portfolios 4.1 If you are currently dealing with any similar State Owned Entity, please provide full details, including names of contactable references and by providing such information approval is therefore granted that these clients may be contacted by Vaal Central Water for reference purposes. Name of entity Contact person Tel. no. E-mail PROJECT NUMBER: VCW412/FIITA/25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT 5. Membership of associations Are you a member any professional body or association, if yes please provide details?

Compliance Requirements

No Specific Requirements Found B-bbee Minimum Level: 1 B-bbee Details: B-bbee Status Level Yes Status Level Yes Verification Certificate Sworn [tick Applicable Box] No Affidavit No If Yes, Who Was the Certificate Issued By? an Accounting Officer as Contemplated in the an Accounting Officer as Close Corporation Act (cca) Contemplated in the Close a Verification Agency Accredited by the South Corporation Act (cca) and African Accreditation System (sanas) Name the Applicable in the a Registered Auditor Tick Box Name: [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] Project Number: Vcw412/fiita/25 Appointment of a Suitably Qualified Firm to Conduct a Forensic Investigation Into the Implimentation of the Transfer Agreement Are You a Foreign Based Yes No Supplier for Are You the Accredited the Goods Yes No Representative in South /services Africa for the Goods [if Yes Enclose /works [if Yes Answer /services /works Offered? Proof] Offered? Part B:3 Below ] Signature of Bidder .................................... Date Capacity Under Which This Bid Is Signed (attach Proof of Authority to Sign This Bid; E.g. Resolution of Directors, Etc.) Total Number of Items Total Bid Price Offered (all Inclusive) Bidding Procedure Enquiries May Be Directed Technical Information May Be Directed To: To: Department/ Public Entity Contact Person Contact Person Telephone Number Telephone Number Facsimile Number Facsimile Number E-mail Address E-mail Address 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. Bidders Must Register on the Central Supplier Database (csd) to Upload Mandatory Information Namely: ( Business Registration/ Directorship/ Membership/identity Numbers; Tax Compliance Status; and Banking Information for Verification Purposes). B-bbee Certificate or Sworn Affidavit for B-bbee Must Be Submitted to Bidding Institution. 1.4. Where a Bidder Is Not Registered on the Csd, Mandatory Information Namely: (business Registration/ Directorship/ Membership/identity Numbers; Tax Compliance Status May Not Be Submitted with the Bid Documentation. B-bbee Certificate or Sworn Affidavit for B-bbee Must Be Submitted to Bidding Institution. 1.5. This Bid Is Subject to the Preferential Procurement Policy Framework Act 2000 and the Preferential Procurement Regulations, 2017, the General Conditions of Contract (gcc) And, If Applicable, Any Other Legislation or Special Conditions of Contract. 2. Tax Compliance Requirements Project Number: Vcw412/fiita/25 Appointment of a Suitably Qualified Firm to Conduct a Forensic Investigation Into the Implimentation of the Transfer Agreement 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 Tax Compliance Status (tcs) 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 Bidders May Also Submit a Printed Tcs Together with the Bid. 2.5 in Bids Where Consortia / Joint Ventures / Sub-contractors Are Involved, Each Party Must Submit a Separate Proof of Tcs / Pin / Csd Number. 2.6 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 Bidder a Resident of the Republic of South Africa (rsa)? Yes No 3.2. Does the Bidder Have a Branch in the Rsa? Yes No 3.3. Does the Bidder Have a Permanent Establishment in the Rsa? Yes No 3.4. Does the Bidder Have Any Source of Income in the Rsa? Yes No If the Answer Is “no” to All of the Above, Then, IT Is Not a Requirement to Obtain a Tax Compliance Status / Tax Compliance 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. Project Number: Vcw412/fiita/25 Appointment of a Suitably Qualified Firm to Conduct a Forensic Investigation Into the Implimentation of the Transfer Agreement Sbd 3.3 Pricing Schedule (professional Services) Name of Bidder: ...................................................bid No.: .......................................... Closing Time 12:00 Closing Date: 23 January 2026 Offer to Be Valid for ............days From the Closing Date of Bid. Item Description Bid Price in Rsa Currency No **(all Applicable Taxes Included) the Accompanying Information Must Be Used for the Formulation of Proposals. 2. Bidders Are Required to Indicate a Ceiling Price Based on the Total Estimated Time for Completion of All Phases and Including All Expenses Inclusive of All Applicable Taxes for the Project R....................................................................... 3. Persons Who Will Be Involved in the Project and Rates Applicable (certified Invoices Must Be Rendered in Terms Hereof) 4. Person and Position Hourly Rate Daily Rate ------------------------------------ R-------------------- R------------------ ------------------------------------ R-------------------- R------------------ ------------------------------------ R-------------------- R------------------ ------------------------------------ R-------------------- R------------------ ------------------------------------ R-------------------- R------------------ 5. Phases According to Which the Project Will Be Completed, Cost Per Phase and Man-days to Be Spent -------------------------------- R-------------- --------------days -------------------------------- R-------------- --------------days -------------------------------- R-------------- --------------days -------------------------------- R-------------- --------------days -------------------------------- R-------------- --------------days 5.1 Travel Expenses (specify, for Example Rate/km and Total Km, Class of Air Travel, Etc.). Only Actual Costs Are Recoverable. Proof of the Expenses Incurred Must Accompany Certified Invoices. Description of Expense to Be Incurred Rate Quantity Amount Project Number: Vcw412/fiita/25 Appointment of a Suitably Qualified Firm to Conduct a Forensic Investigation Into the Implimentation of the Transfer Agreement ------------------------------------------------- -------- ------- R----------- ------------------------------------------------- -------- ------- R----------- ------------------------------------------------- -------- ------- R----------- ------------------------------------------------- -------- ------- R----------- ------------------------------------------------- -------- ------- R----------- Total: R.......................................................... ** ”all Applicable Taxes” Includes Value- Added Tax, Pay as You Earn, Income Tax, Unemployment Insurance Fund Contributions and Skills Development Levies. 5.2 Other Expenses, for Example Accommodation (specify, E.g. Three Star Hotel, Bed and Breakfast, Telephone Cost, Reproduction Cost, Etc.). on Basis of These Particulars, Certified Invoices Will Be Checked for Correctness. Proof of the Expenses Must Accompany Invoices. Description of Expense to Be Incurred Rate Quantity Amount ------------------------------------------------- -------- ------- R---------- ------------------------------------------------- -------- ------- R---------- ------------------------------------------------- -------- ------- R---------- ------------------------------------------------- -------- ------- R---------- Total: R.......................................................... 6. Period Required for Commencement with Project After Acceptance of Bid ........................................................................ 7. Estimated Man-days for Completion of Project ......................................................................... 8. Are the Rates Quoted Firm for the Full Period of Contract? *yes/no 9. If Not Firm for the Full Period, Provide Details of the Basis on Which Adjustments Will Be Applied For, for Example Consumer Price Index ......................................................................... ......................................................................... ......................................................................... ......................................................................... Project Number: Vcw412/fiita/25 Appointment of a Suitably Qualified Firm to Conduct a Forensic Investigation Into the Implimentation of the Transfer Agreement Sbd 4 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 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: ........................................................................................ ........................................................................................ 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. Project Number: Vcw412/fiita/25 Appointment of a Suitably Qualified Firm to Conduct a Forensic Investigation Into the Implimentation of the Transfer Agreement
Tender Documents (1)

VCW412_FIITA_25 APPOINTMENT OF A SUITABLY QUALIFIED FIRM TO CONDUCT A FORENSIC INVESTIGATION INTO THE IMPLIMENTATION OF THE TRANSFER AGREEMENT.pdf

View

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

Discussion