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?