The Western Cape Provincial Treasury (WCPT) seeks to appoint a qualified and accredited Travel
Management Company (TMC) to provide comprehensive travel management services to the
Department for a period of three (3) years.
In line with the principles of good governance, fiscal discipline, and operational efficiency, WCPT
requires a service provider that will ensure the effective, cost-efficient, and transparent
management of official travel arrangements.
The TMC will be responsible for delivering services that support the Department’s objective of
maintaining value-for-money travel, efficient logistics coordination, and compliance with National
Treasury cost containment measures.
2. DURATION OF CONTRACT
The successful bidder will be appointed for a period of three (3) years (36 months). The appointed
service provider will be required to commence from the 01 April 2026 to 31 March 2029.
3. TIMELINES OF THE BID PROCESS
ACTIVITY DUE DATE
Advertisement of Bid in the National Treasury e-Tenders Portal: 15 December 2025
https://etenders.gov.za/Tenders
Bid Closure 30 January 2026
Presentation by Bidders that proceeded to Phase 3: Stage 3 TBC
Notification of Successful Bidder 01 March 2026
Notice to all bidders 01 March 2026
Bids will be valid until 90 days after Bid Closure; however, circumstance may arise whereby the Provincial
Treasury may request the bidders to extend the validity (binding) period. Should this occur, the Department
will request bidders to extend the validity (binding) period under the same terms and conditions as originally
tendered by the bidders. This request will be done before the expiry of the original validity (binding)period.
4. CENTRAL SUPPLIER DATABASE
4.1 Bidder must be registered on the Central Supplier Database (CSD) at the time of the award.
Failure to be actively registered on the CSD by the time of award will result in the disqualification
of the bid.
4.2 If you wish to apply for Central Supplier Database (CSD) registration, suppliers may go to
www.csd.gov.za to register.
4.3 Bidders must ensure that all the documentation on the CSD is updated, complete and valid.
4.4. Bidders are also required to submit the latest CSD registration summary report Bidders must ensure
that their tax information on the CSD is up to date. If any of the required information is not provided,
the bidder must submit a valid tax clearance Certificate or Valid tax Compliance Status Pin.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
4.5. The bidder should furthermore note that CSD will be utilised to conform compliance to tax and
other related matters and is therefore the bidder’s responsibility to ensure compliance in all
respects.
5. WESTERN CAPE SUPPLIER EVIDENCE BANK (WCSEB)
5.1 All prospective service providers intending to do business via ePS must additionally be registered
on the Western Cape Supplier Evidence Bank (WCSEB).
5.2 All prospective service providers are invited to register online as a supplier on the Western Cape
e-Procurement Solution. Enquiries regarding the registration process may be referred to
wcseb@westerncape.gov.za.
5.3 It is required that all bidders be registered on the Western Cape Supplier Evidence Bank (WCSEB)
at the time of invitation and award.
5.4 Bidders bear the responsibility of ensuring that any documents that are housed and appear on the
WCSEB, are fully accurately completed and valid at the time of bid closure.
6. INSTRUCTION TO BIDDERS
(a) Bidders are required to submit their bid documents in a sealed envelope clearly marked “WCPT
04/2025/26 for the rendering of a comprehensive travel management service to the Western
Cape Provincial Treasury for a period of three (3) years” be deposited in the bid box marked:
“Provincial Treasury” situated at:
Ground Floor (Foyer)
4 Dorp Street (c/o Dorp and Keerom Street)
Tower Block
Cape Town
8001
Or
(b) may be couriered to:
For attention: Mr Neo Rhapale
Provincial Treasury
4 Dorp Street (c/o Dorp and Keerom Street)
1st Floor, Tower Block
Cape Town
8001
6.1 The hard copy of the bid response will serve as the legal bid document.
6.2 Bidders’ attention is drawn to the sequential submission in the following format:
(a) One (1) original hard copy of all bid documents
(b) One (1) USB flash drive containing all documents included in the original hard copy, as well as
an Excel version of the pricing schedule, must be submitted. The USB flash drive must be clearly
marked with the bidder’s name.
(c) All documents submitted on the USB must be exact copies of the original hard copy
documents. In the event of any discrepancies, the hard copy will be regarded as the official
version.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
(d) Bid documents must be submitted in a sealed envelope or other suitable sealed packaging,
clearly marked with the bidder’s name and address, the bid number, and the closing date.
7. CONTACT DETAILS
For more detailed information regarding the bid procedure, specifications and technical queries
please contact the following person per e-mail:
Name: Mr Neo Rhapale
E-mail address: Neo.Rhapale@westerncape.gov.za
7.1 Potential bidders are required to send any enquiries related to the bid in writing to the
abovementioned official. All enquiries should be sent to the Department on or before the close of
business day, 20th January 2026.
7.2 Bidders should note that all questions received will be consolidated and responses will be published
on the e-tender portal where the bid was advertised.
8. COMMUNICATION
8.1 Provincial Treasury reserves the right to communicate with bidders for purposes including, but not
limited to, seeking clarification on bid submissions, obtaining supplementary information, or
extending the validity period of bids. Notwithstanding the foregoing, any communication—
whether by electronic mail, written correspondence, or any other medium—between a bidder and
any official of a department, the department itself, or any person acting in an advisory capacity
to the Provincial Treasury in relation to this bid, from the closing date until the formal award of the
bid, is impermissible.
9. GENERAL BID CONDITIONS
9.1 All bids are subject to the General Conditions of Contract of Government (GCC).
9.2 Bid documents will only be considered if received by the Department before the closing date and
time.
9.3 Late bids will not be accepted.
9.4 Please note:
(a) It is the bidder’s responsibility to ensure that all the required documents of the bid are
submitted.
(b) No correspondence will be entered into regarding non-submission/attachment of required
documents. Failure to submit the required documents will render the bid non-responsive.
9.5 Only offers by bidders who bid for a complete service in respect of all services specified, will be
considered.
9.6 The Western Cape Provincial Treasury (WCPT) is not bound to accept any of the proposals
submitted.
9.7 All bids submitted must remain valid for 90 days from date of closure.
9.8 The WCPT further reserves the right to request the bidders to deliver presentations to obtain more
clarity on bids submitted.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
9.9 Information in substantiation of the proposals can at any point in time be verified by the WCPT
during the adjudication process. Any information provided will be treated with the utmost
confidentiality.
9.10 Bidders may not contact the WCPT on any matter pertaining to their bid from the bid closure date
to the time the bid is awarded. Any effort by a bidder(s) to influence the bid evaluation, bid
comparisons or bid award decisions, in any manner, will result in rejection of the bid concerned.
9.11 All educational qualifications should be from a South African accredited institution/s otherwise, if
from a foreign institution, they should be accredited by the South African Qualification Authorities
(SAQA).
9.12 Bidders must not have been convicted of criminal offence as per the Criminal Procedure Act and its amendments, and any other relevant legislation.
9.13 Where the service provider will be insourcing/subcontracting resources, this must be clearly
indicated in the bid document. Bidders intending to insource/subcontract must disclose such
information on their WCBD 6.1 form and provide the sub-contractors information. (Please refer to
paragraph 9 of the WCBD 6.1 form).
9.14 The bidder must submit documentary evidence of qualifications relevant to the provision of travel
management services. Acceptable proof includes, but is not limited to:
• Accreditation Certificates from recognized travel industry bodies (e.g., IATA, ASATA);
• Professional Certifications of key personnel (such as Account Managers and Travel
Consultants);
• Curricula Vitae (CVs) of key personnel;
• B-BBEE Certificate or Sworn Affidavit; and
• Central Supplier Database (CSD) Report for any insourced or subcontracted resources.
These documents must be submitted as part of the bid, together with all requirements applicable
to the primary resources.
10. INTELLECTUAL PROPERTY AND CONFIDENTIALITY
10.1 The ownership of and all rights in and to intellectual property owned by either Party prior to the
commencement of the contract shall be and remain vested with the Party who, at the
commencement of the contract, is the owner thereof.
10.2 Subject to clause 10.1, the successful bidder shall retain all intellectual property rights in any
materials or content of any nature developed for the Western Cape Government during the
provision of services under these Terms of Reference. However, the bidder shall grant the Western
Cape Government a perpetual, irrevocable, worldwide, non-exclusive, and non-transferable
license - free of royalties and fees - to use and adapt such intellectual property for any future
programmes it may undertake.
10.3 Ownership of all intellectual property in any reports that was specifically developed or generated
by the successful bidder for the Provincial Treasury pursuant to these Terms of Reference shall vest
in Provincial Treasury.
10.4 The successful bidder shall not use or allow any third party to use any of the documentation and
materials specifically developed by the successful bidder for and with input from the Western Cape
Government pursuant to these Terms of Reference without the prior written consent of the
Provincial Treasury.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
10.5 All information and documentation provided to the successful bidder by the Western Cape
Government officials and/or municipalities in relation to and/or during the rendering of the services
referred to in these Terms of Reference must be kept confidential by the successful bidder, may not
be disclosed by the successful bidder to any third parties, unless prior written permission has been
obtained from the Provincial Treasury and subject to any conditions stipulated by the Provincial
Treasury.
10.6 The successful bidder/s hereby indemnifies the Provincial Treasury from and against any claim that
any material used by the successful bidder/s, in the course of providing the services to the Provincial
Treasury pursuant to these Terms of Reference, infringes any third party’s intellectual property rights.
11. JOINT VENTURES, CONSORTIUMS AND TRUSTS
11.1 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,
certificate.
11.2 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an
unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if
they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every
separate bid.
11.3 Bidders must submit concrete proof of the existence of joint ventures and/or consortium
arrangements. Provincial Treasury will accept signed agreements as acceptable proof of the
existence of a joint venture and/or consortium arrangement.
11.4 The joint venture and/or consortium agreements must clearly set out the roles and responsibilities
of the Lead Partner and the joint venture and/or consortium party. The agreement must also clearly
identify the Lead Partner, with the power of attorney to bind the other party/parties in respect of
matters pertaining to the joint venture and/or consortium arrangement.
12. CONTRACTUAL CONDITIONS
12.1 Successful service providers will enter into a service level agreement with Provincial Treasury.
12.2 The contract value should be inclusive of all costs and VAT.
12.3 The TMC shall ensure that the Self-Booking Tool (SBT) and any related booking systems include an
integrated workflow that automatically identifies and flags non-compliance with the Department’s
travel policies.
12.4 The bidder acknowledges and agrees to fully comply with the Protection of Personal Information
Act (POPIA), 2013 (Act No. ) and all relevant data protection legislation in handling any
personal and sensitive information provided by the Department during the tender process and
thereafter.
12.5 The bidder is required to sign a Non-Disclosure Agreement (NDA) to safeguard the confidentiality
of all information provided by the Department during the tender process. This includes, but is not
limited to, any personal, sensitive, or proprietary information. The bidder shall not disclose any such
information to any third party without prior written consent from the Department.
12.6 All data should be secured at all times and not accessible to or by any unauthorised parties to
comply with POPIA requirements.
12.7 All data within the TMC system, including online transactions, booking information, and personal
data, must be secured at all times and protected against unauthorised access, in compliance with
POPIA requirements. The service provider must implement appropriate technical and
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
organisational measures to ensure system security, including encryption, access controls, regular
security audits, and secure data storage. Prior to the approval, the recommended service provider
will be required to complete and submit the POPIA annexure to demonstrate compliance with the
protection of personal information.
12.8 The successful bidder will be required to initial and sign both the General Conditions of Contract
(GCC) and the Terms of Reference (ToR) prior to the award of the contract.
12.9 Provincial Treasury also reserves the right to conduct any evaluation verifications before the final
award or at any time during the term contract period.
12.10 Provincial Treasury may conduct due diligence before the final award or at any time during the
contract period, and this may include pre-announced/ non-announced site visits to all sectors,
official bookings, including the TMC operational offices.
12.11 The TMC should ensure due diligence risk management on all third parties involved in all sectors’
official bookings, e.g., Property site visits, etc.
12.12 These turnaround times apply to all bookings, queries, incidents, and after-hours requests to ensure
consistent, reliable, and timely service delivery to the Department, and the specific service
turnaround requirements will be discussed and finalised during the SLA negotiation phase with the
successful service provider.
Table: Turnaround times
Service Area Requirement Turnaround Time / Standard
Domestic Confirmation of Within 2 hours
Bookings flight/accommodation/car hire
bookings
International Confirmation of Within 4 hours
Bookings flight/accommodation/car hire
bookings
Queries Acknowledge and respond to queries 1 hour acknowledgment; 4 hours
(General) resolution/update
After-Hours Response to urgent travel queries or 30 minutes response; 1 hour
Support changes outside business hours assistance
Incident Initial response when an incident is 1 hour
Response logged (e.g., stranded traveller,
booking failure, system error)
Incident Time to resolve incidents, unless 24 hours
Resolution escalation is required
Service Ensures TMC services are accessible Must demonstrate operational
Availability 24/7/365 capacity for 24/7 support
Escalation If delays occur, provide clear escalation Escalation within 1 hour
Procedure communication
13. REPORTING AND MONITORING REQUIREMENTS:
13.1 An inception meeting will be held with the successful bidder either via MS Teams or face-to-face
on the first day of the project to establish milestones, deliverables, and timeframes. These milestones
will provide the basis for monitoring progress on the project.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
13.2 Any issues identified by the Service Provider that may hamper the timeous achievement of these
milestones must be escalated immediately to the PT project manager who will endeavour to
address it promptly.
13.3 Performance reviews will be based on monthly reports comparing actual achievements against
the targets agreed upon as signed on the Annual Workplan.
13.4 The following project reports will be required to be submitted in the pre-agreed formats as proof of
delivery of services:
• Inception Report and Annual Workplan
• Project progress reports at key milestones
• Ad-hoc reports and those defined in the Annual Workplan to be determined at inception.
• Project close-out reports
13.5 A close out report is required at the end of the assignment specifying the work done, the outputs
generated, the institutions and individuals consulted, skills transferred, overall successes and failures,
lessons learnt, and recommendation for future assignments of this nature.
14. PENALTIES FOR NON-PERFORMANCE (GCC CLAUSE)
The following clause from the General Conditions of Contract (GCC) applies and cannot be
amended:
"If the supplier fails to deliver any or all of the goods or to perform the services within the
period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies
under the contract, deduct from the contract price, as a penalty, a sum calculated on the
delivered price of the delayed goods or unperformed services using the current prime interest
rate calculated for each day of the delay until actual delivery or performance."
14.1 Application to TMC Services
This clause will apply in cases where the Travel Management Company (TMC) fails to:
• Process bookings or travel arrangements within the agreed turnaround times.
• Respond to queries, incidents, or after-hour requests as per the SLA.
• Provide accurate reporting or required deliverables as outlined in Section 13.4.
14.2 Calculation / Imposition of Penalty
The penalty will be calculated based on the value of the affected service(s) or transaction(s). For
example, if a booking or reporting service is delayed or not performed, the proportionate fee for
that service forms the basis of the penalty.
The current prime interest rate will be applied for each day of delay from the due date until actual
delivery or resolution.
Deductions will be made from the contract payments to the TMC, without prejudice to any other
remedies available to the Department.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
PART A
INVITATION TO BID
ZERO-TOLERANCE TO FRAUD, THEFT AND CORRUPTION (ANTI-FRAUD, THEFT AND CORRUPTION)
THE WCPT IS COMMITTED TO GOVERN ETHICALLY AND TO COMPLY FULLY WITH ANTI-FRAUD, THEFT AND
CORRUPTION LAWS AND TO CONTINUOUSLY CONDUCT ITSELF WITH INTEGRITY AND WITH PROPER REGARD
FOR ETHICAL PRACTICES.
THE WCPT HAS A ZERO TOLERANCE APPROACH TO ACTS OF FRAUD, THEFT AND CORRUPTION BY ITS
OFFICIALS AND ANY SERVICE PROVIDER CONDUCTING BUSINESS WITH THE WCPT.
THE WCPT EXPECTS ALL ITS OFFICIALS AND ANYONE ACTING ON ITS BEHALF TO COMPLY WITH THESE
PRINCIPLES TO ACT IN THE BEST INTEREST OF THE WCPT AND THE PUBLIC AT ALL TIMES.
THE WCPT IS COMMITTED TO PROTECTING PUBLIC REVENUE, EXPENDITURE, ASSETS AND REPUTATION FROM
ANY ATTEMPT BY ANY PERSON TO GAIN FINANCIAL OR OTHER BENEFIT IN AN UNLAWFUL, DISHONEST OR
UNETHICAL MANNER.
INCIDENTS AND SUSPICIOUS ACTIVITIES WILL BE THOROUGHLY INVESTIGATED AND WHERE CRIMINAL
ACTIVITY IS CONFIRMED, RESPONSIBLE PARTIES WILL BE PROSECUTED TO THE FULL EXTENT OF THE LAW.
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE WCPT.
BID NUMBER: WCPT:04/2025/26 CLOSING DATE: 30 JANUARY 2026 CLOSING TIME: 11:00
DESCRIPTION APPOINTMENT OF A SERVICE PROVIDER FOR THE RENDERING OF A COMPREHENSIVE
TRAVEL MANAGEMENT SERVICE TO THE WESTERN CAPE PROVINCIAL TREASURY FOR THE
PERIOD OF THREE (3) YEARS
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX (MARKED “PROVINCIAL TREASURY”)
SITUATED AT:
Ground Floor (Foyer)
4 Dorp Street (c/o Dorp and Keerom street)
Tower Block,
CAPE TOWN
8000
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT CONTACT Mr Neo Rhapale Mr Neo Rhapale
PERSON PERSON
TELEPHONE TELEPHONE 021 483 3945 021 483 3945
NUMBER NUMBER
E-MAIL E-MAIL
Neo.Rhapale@westerncape.gov.za Neo.Rhapale@westerncape.gov.zaADDRESS ADDRESS
SUPPLIER INFORMATION
NAME OF
BIDDER
POSTAL
ADDRESS
STREET
ADDRESS
TELEPHONE CODE NUMBER
NUMBER
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
CELLPHONE
NUMBER
FACSIMILE CODE NUMBER
NUMBER
E-MAIL
ADDRESS
VAT
REGISTRATION
NUMBER
SUPPLIER WCSEB No. TCS AND CSD No: MAAA
COMPLIANCE PIN:
STATUS
B-BBEE STATUS [TICK APPLICABLE BOX] B-BBEE STATUS LEVEL [TICK APPLICABLE BOX]
LEVEL SWORN AFFIDAVIT
VERIFICATION Yes No Yes No
CERTIFICATE
IF YES, WAS THE [TICK APPLICABLE BOX]
CERTIFICATE
ISSUED BY A Yes No
VERIFICATION
AGENCY
ACCREDITED BY
THE SOUTH
AFRICAN
NATIONAL
ACREDITATION
SYSTEM
(SANAS)
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/SWORN AFFIDAVIT (FOR EMEs& QSEs) MUST BE
SUBMITTED TOGETHER WITH A COMPLETED 6.1 IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR
B-BBEE]
1.1.1.1 ARE 1.1.1.2 ARE YOU A
YOU THE FOREIGN BASED
ACCREDITED SUPPLIER FOR THE
REPRESENTATIVE GOODS/SERVICES/
IN SOUTH WORKS OFFERED?
AFRICA FOR Yes No
THE GOODS/ Yes No
SERVICES/
WORKS [IF YES, ANSWER THE
OFFERED? [IF YES ENCLOSE PROOF] QUESTIONNAIRE BELOW]
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
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 BELOW.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
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 IN THE
MANNER PRESCRIBED IN THE BID DOCUMENT.
1.3 THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE
PREFERENTIAL PROCUREMENT REGULATIONS, 2022, THE GENERAL CONDITIONS OF CONTRACT (GCC)
AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
1.4 THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM
(WCBD7).
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 TAX COMPLIANCE STATUS (TCS) OR PIN MAY ALSO BE MADE VIA E-FILING
THROUGH THE WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA/JOINT VENTURES/SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST
SUBMIT A SEPARATE TCS CERTIFICATE AND CSD NUMBER AS MENTIONED IN 2.3 ABOVE.
2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE
(CSD), A CSD NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH
DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH
MEMBERS WHO ARE PERSONS IN THE SERVICE OF THE STATE.”
NB: FAILURE TO PROVIDE/OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID
INVALID
SIGNATURE OF BIDDER:.................................................................................
CAPACITY UNDER WHICH THIS BID IS SIGNED:...................................................
(Proof of authority must be submitted e.g. company resolution)
DATE:
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
WCBD 3.3
PRICING SCHEDULE – 2025 PRICING ADDENDUM
(Professional Services)
NAME OF BIDDER: BID NO: 04/2025/26
CLOSING TIME: 11:00 CLOSING DATE: 30 January 2026
OFFER TO BE VALID FOR 90 DAYS FROM THE CLOSING DATE OF BID.
APPOINTMENT OF A SERVICE PROVIDER FOR THE RENDERING OF A COMPREHENSIVE TRAVEL MANAGEMENT
SERVICE TO THE WESTERN CAPE PROVINCIAL TREASURY FOR THE PERIOD OF THREE (3) YEARS
1. Bidders must indicate the total estimated cost (in the table below), inclusive of all expenses and VAT.
This total must serve as a summary of the estimated costs, as the detailed cost per transaction type will
be captured in the 2025 Pricing Addendum.
2. The detailed cost per item MUST be completed and submitted using the Excel document titled 2025
PRICING ADDENDUM.
3. The transaction fee must be a fixed amount per service. The fee must be linked to the actual cost of
delivering the service and may not be calculated as a percentage of the value or cost of any third-
party services.
4. The unit pricing indicated in the 2025 Pricing Addendum will be regarded as the official and final price
offered per item on the Transaction Fee Schedule. Where no estimated transaction (EST TRX) is
provided, the bidder must supply a unit cost for that transaction type or service on the 2025 PRICING
ADDENDUM.
5. Prices offered must be fixed for the duration of the contract, with inflationary adjustments permitted
only for Year 2 and Year 3, where applicable.
6. Bidders must provide a price per unit for all transaction types.
7. Prices must be quoted in South African Rand (ZAR) and must be inclusive of VAT (15%).
8. The total price calculation (Note: This section is already populated on the Excel spreadsheet):
• Multiply the estimated number of transactions for each item by the unit price for Year 1, Year 2
and Year 3.
• Add the totals for all three years to determine the total bid price for that fee structure.
• Note: Conferencing is an optional item. For evaluation purposes, conferencing prices will not
be factored into the price comparison.
9. It is compulsory for bidders to provide pricing for both traditional off-site Travel Management Services
and the Self-Booking Tool (SBT).
10. Bidders submitting pricing for only one (1) of these components will be disqualified.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
Service
Year Service Category Cost (ZAR) Cost (ZAR)
Category
Self-Booking
Year 1 R.................................... Off-site R....................................
Services
Self-Booking
Year 2 R.................................... Off-site R....................................
Services
Self-Booking
Year 3 R.................................... Off-site R....................................
Services
15% Value
15% Value
R.................................... Added Tax R....................................
Added Tax (VAT)
(VAT)
TOTAL
TOTAL ESTIMATED ESTIMATED
COST (All COST (All
R.................................... R....................................
applicable costs, applicable
including VAT) costs, including
VAT)
11. Price breakdown
11.1. The pricing schedule is attached as an Annexure (2025 PRICING ADDENDUM)
11.2. Bidders are required to submit both:
• a completed printed version of the Pricing Schedule and
• the Excel version of the Pricing Schedule (2025 PRICING ADDENDUM).
11.3. All pages of the printed Pricing Schedule must be initialled by the bidder. The printed version must
be submitted in hard copy with the bid. The electronic Excel version must be submitted when
requested. Bidders must submit the electronic (Excel) version of their completed Pricing Schedule
within five (5) calendar days of receiving a request from Provincial Treasury.
11.4. The total bid price must be all-inclusive, covering all costs associated with rendering the services
required under this bid.
Any enquiries regarding bidding procedures may be directed to the following official:
Name: Mr Neo Raphale
Email address: Neo.Raphale@westerncape.gov.za
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
WCBD 4
PROVINCIAL GOVERNMENT OF WESTERN CAPE
DECLARATION OF INTERESTS, BIDDERS PAST SCM PRACTICES AND INDEPENDENT BID
DETERMINATION
1. To give effect to the requirements of the Western Cape Provincial Treasury Instructions, 2019:
Supply Chain Management (Goods and Services), Public Finance Manage Act (PFMA) Supply
Chain Management (SCM) Instruction No. /2022 - SBD 4 Declaration of Interest, Section
4(1)(b)(iii) of the Competition Act No. as amended together with its associated
regulations, the Prevention and Combating of Corrupt Activities Act No and regulations
pertaining to the tender defaulters register, Paragraph 16A9 of the National Treasury Regulations
and/or any other applicable legislation.
2. 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.
3. All prospective bidders intending to do business with the Institution must be registered on the
Central Supplier Database (CSD) and the Western Cape Supplier Evidence Bank (WCSEB) if they
wish to do business with the Western Cape Government (WCG) via the electronic Procurement
Solution (ePS).
4. The status of enterprises and persons listed on the National Treasury’s Register for Tender Defaulters
will be housed on the ePS. Institutions may not under any circumstances procure from enterprises
and persons listed on the Database of Tender Defaulters.
5. The status of suppliers listed on the National Treasury’s Database of Restricted Suppliers will be
housed on the ePS; however, it remains incumbent on institutions to check the National Treasury
Database of Restricted Suppliers before the conclusion of any procurement process. For suppliers
listed as restricted, institutions must apply due diligence and risk assessment before deciding to
proceed with procurement from any such supplier.
6. DEFINITIONS
“bid” means a bidder’s response to an institution’s invitation to participate in a procurement
process which may include a bid, price quotation or proposal;
“Bid rigging (or collusive bidding)” occurs when businesses, that would otherwise be expected to
compete, secretly conspire to raise prices or lower the quality of goods and/or services for
purchasers who wish to acquire goods and/or services through a bidding process. Bid rigging is,
therefore, an agreement between competitors;
‘‘business interest’’ means:
(a) a right or entitlement to share in profits, revenue or assets of an entity;
(b) a real or personal right in property;
(c) a right to remuneration or any other private gain or benefit, or
(d) includes any interest contemplated in paragraphs (a), (b) or (c) acquired through an
intermediary and any potential interest in terms of any of those paragraphs;
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
“Consortium or Joint Venture” means an association of persons for the purpose of combining their
expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a
contract;
“Controlling interest” means, 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;
“Corruption”- General offences of corruption are defined in the Combating of Corrupt Activities
Act, 2004 (Act No ) as:
Any person who directly or indirectly -
(a) accepts or agrees or offers to accept any gratification from any other person, whether for the
benefit of himself or herself or for the benefit of another person; or
(b) gives or agrees or offers to give to any other person any gratification, whether for the benefit
of that other person or for the benefit of another person., in order to act personally or by
influencing another person so to act, in a manner:
(i) that amounts to the:
(aa) illegal. dishonest. unauthorised. incomplete. or biased; or
(bb) misuse or selling of information or material acquired in the course of the exercise,
carrying out or performance of any powers, duties or functions arising out of a
constitutional, statutory, contractual or any other legal obligation:
(ii) that amounts to:
(aa) the abuse of a position of authority;
(bb) a breach of trust; or
(cc) the violation of a legal duty or a set of rules;
(iii) designed to achieve an unjustified result; or
(iv) that amounts to any other unauthorised or improper inducement to do or 45 not to do
anything. of the, is guilty of the offence of corruption
“CSD” means the Central Supplier Database maintained by National Treasury;
“employee”, in relation to:
(a) a department, means a person contemplated in section 8 of the Public Service Act, 1994 but
excludes a person appointed in terms of section 12A of that Act; and
(b) a public entity, means a person employed by the public entity;
‘‘entity’’ means any:
(a) association of persons, whether or not incorporated or registered in terms of any law, including
a company, corporation, trust, partnership, close corporation, joint venture or consortium; or
(b) sole proprietorship;
‘‘entity conducting business with the Institution’’ means an entity that contracts or applies or
tenders for the sale, lease or supply of goods or services to the Province;
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
“Family member” means a person’s:
(a) spouse; or
(b) child, parent, brother, sister, whether such a relationship results from birth, marriage or adoption
or some other legal arrangement (as the case may be);
‘‘intermediary’’ means a person through whom an interest is acquired and includes a
representative or agent or any other person who has been granted authority to act on behalf of
another person;
“Institution” means:
a provincial department or provincial public entity listed in Schedule 3C of the Act;
“Provincial Government Western Cape (PGWC)” means:
(a) the Institution of the Western Cape; and
(b) a provincial public entity;
“RWOEE” means:
Remunerative Work Outside of the Employee’s Employment
‘‘spouse’’ means a person’s:
a) partner in marriage or civil union according to legislation;
b) partner in a customary union according to indigenous law; or
c) partner with whom he or she cohabits and who is publicly acknowledged by the person as his or
her life partner or permanent companion;
7. Regulation 13(c) of the Public Service Regulations (PSR) 2016, effective 1 February 2017, prohibits
any employee from conducting business with an organ of state, or holding a directorship in a
public or private company doing business with an organ of state unless the employee is a director
(in an official capacity) of a company listed in schedules 2 and 3 of the Public Finance
Management Act.
(a) Therefore, by 31 January 2017, all employees who are conducting business with an organ of
state should either have:
(i) resigned as an employee of the government institution;
(ii) ceased conducting business with an organ of state; or
(iii) resigned as a director/shareholder/owner/member of an entity that conducts business
with an organ of state.
8. Any legal person, or their family members, may make an offer or offers in terms of this invitation to
bid. In view of potential conflict of interest, in the event that the resulting bid, or part thereof, be
awarded to family members of persons employed by an organ of state, it is required that the
bidder or his/her authorised representative declare his/her position in relation to the evaluating/
adjudicating authority where the bidder is employed by the Institution.
9. The bid of any bidder may be disregarded if that bidder or any of its directors abused the
institution’s supply chain management system; committed fraud or any other improper conduct
in relation to such system; or failed to perform on any previous contract.
10. Section 4(1)(b)(iii) of the Competition Act No. , as amended, prohibits an agreement
between, or concerted practice by firms, or a decision by an association of firms, if it is between
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
parties in a horizontal relationship and if it involves collusive bidding (or bid rigging). Collusive
bidding is a per se prohibition meaning that it cannot be justified under any grounds.
11. Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must
take all reasonable steps to prevent abuse of the supply chain management system and
authorises accounting officers and accounting authorities to:
a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution’s
supply chain management system and or committed fraud or any other improper conduct in
relation to such system.
b. cancel a contract awarded to a supplier of goods and services if the supplier committed any
corrupt or fraudulent act during the bidding process or the execution of that contract.
12. Communication between partners in a joint venture or consortium will not be construed as
collusive bidding.
13. In addition and without prejudice to any other remedy provided to combat any restrictive
practices related to bids and contracts, bids that are suspicious will be reported to the
Competition Commission for investigation and possible imposition of administrative penalties in
terms of section 59 of the Competition Act No and or may be reported to the National
Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting
business with the public sector for a period not exceeding ten (10) years in terms of the Prevention
and Combating of Corrupt Activities Act No or any other applicable legislation.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
SECTION A DETAILS OF THE ENTITY
CSD Registration Number MAAA
Name of the Entity
Entity registration Number
(where applicable)
Entity Type
Tax Reference Number
Full details of directors, shareholder, member, partner, trustee, sole proprietor or any persons having a
controlling interest with a right or entitlement to share in profits, revenue or assets of the entity should be
disclosed in Table A below.
Table A
DESIGNATION
(Where a director PERCENTAGE
IDENTITY PERSONAL TAX
FULL NAME is a shareholder, INTEREST IN THE
NUMBER REFERENCE NO.
both should be ENTITY
confirmed)
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
SECTION B: DECLARATION OF THE BIDDER’S INTEREST
The supply chain management system of an institution must, irrespective of the procurement process
followed, prohibit any award to an employee of the state, who either individually or as a director of a
public or private company or a member of a close corporation, seek to conduct business with the
WCPT, unless such employee is in an official capacity a director of a company listed in Schedule 2 or 3
of the PFMA as prescribed by the Public Service Regulation 13(c).
Furthermore, an employee employed by an organ of state conducting remunerative work outside of
the employee’s employment should first obtain the necessary approval by the delegated authority
(RWOEE), failure to submit proof of such authority, where applicable, may result in disciplinary action.
Are any persons listed in Table A identified on the CSD as employees of an organ
B1. of state? NO YES
(If yes, refer to Public Service Circular EIM 1/2016 to exercise the listed actions)
Are any employees of the entity also employees of an organ of state?
B2. NO YES
(If yes complete Table B and attach their approved “RWOEE”)
Are any family members of the persons listed in Table A employees of an organ
B3. of state? NO YES
(If yes complete Table B)
TABLE B
Details of persons (family members) connected to or employees of an organ of state should be disclosed
in Table B below.
INSTITUTION
DEPARTMENT/ DESIGNATION/ EMPLOYEE NO./
FULL NAME OF EMPLOYEE IDENTITY NUMBER ENTITY OF RELATIONSHIP TO PERSAL NO.
EMPLOYMENT BIDDER** (Indicate if not
known)
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
SECTION C: PERFORMANCE MANAGEMENT AND BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
To enable the prospective bidder to provide evidence of past and current performance.
C1. Did the entity conduct business with an organ of state in the last twelve
months? NO YES
(If yes complete Table C)
C2. TABLE C
Complete the below table to the maximum of the last five contracts.
PROVINCIAL
DEPARTMENT TYPE OF CONTRACT/
PERIOD OF VALUE OF
NAME OF CONTRACTOR OR SERVICES OR ORDER
CONTRACT CONTRACT
PROVINCIAL COMMODITY NUMBER
ENTITY
C3. Is the entity or its principals listed on the National Database as companies or persons NO YES
prohibited from doing business with the public sector?
C4. Is the entity or its principals listed on the National Treasury Register for Tender NO YES
Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities
Act (No. )?
(To access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon
“Register for Tender Defaulters” or submit your written request for a hard copy of the Register to facsimile
number (012) 326 5445.)
C5. If yes to C3 or C4, were you informed in writing about the listing on the NO YES N/A
database of restricted suppliers or Register for Tender Defaulters by National
Treasury?
C6. Was the entity or persons listed in Table A convicted for fraud or corruption during NO YES
the past five years in a court of law (including a court outside the Republic of South
Africa)?
C7. Was any contract between the bidder and any organ of state terminated during the NO YES
past five years on account of failure to perform on or comply with the contract?
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
SECTION D: DULY AUTHORISED REPRESENTATIVE TO DEPOSE TO AFFIDAVIT
This form must be signed by a duly authorised representative of the entity in the presence of a
commissioner of oaths.
I, .................................................................................................................. hereby swear/affirm;
i. that the information disclosed above is true and accurate;
ii. that I have read understand the content of the document;
iii. that I have arrived at the accompanying bid independently from, and without consultation,
communication, agreement or arrangement with any competitor.
iv. that the entity undertakes to independently arrive at any offer at any time to the Institution without any
consultation, communication, agreement or arrangement with any competitor. In addition, that there
will be no consultations, communications, agreements or arrangements with any competitor regarding
the quality, quantity, specification, prices, including methods, factors or formulas used to calculate
prices, market allocation, the intention or decision to submit or not to submit the bid, bidding with the
intention not to win the bid and conditions or delivery particulars of the products or services to which
this bid invitation relates;
v. that the entity or its representative are aware of and undertakes not to disclose the terms of any bid,
formal or informal, directly or indirectly, to any competitor, prior to the date and time of the official bid
opening or of the awarding of the contract; and
vi. that there have been no consultations, communications, agreements or arrangements made with
any official of the procuring institution in relation to this procurement process prior to and during the
bidding process except to provide clarification on the bid submitted where so required by the
institution; and that my entity was not involved in the drafting of the specifications or terms of reference
for this bid.
....................................................................
DULY AUTHORISED REPRESENTATIVE’S SIGNATURE
I certify that before administering the oath/affirmation I asked the deponent the following questions and
wrote down his/her answers in his/her presence:
1.1 Do you know and understand the contents of the declaration? ANSWER: .............................
1.2 Do you have any objection to taking the prescribed oath? ANSWER: ..........................
1.3 Do you consider the prescribed oath to be binding on your conscience?
ANSWER:.......................
1.4 Do you want to make an affirmation? ANSWER: .........................
2. I certify that the deponent has acknowledged that he/she knows and understands the contents
of this declaration, which was sworn to/affirmed and the deponent’s signature/thumbprint/mark
was place thereon in my presence.
.....................................................................................................
SIGNATURE FULL NAMES Commissioner of Oaths
Designation (rank) ........................... ex officio: Republic of South Africa
Date:...................................................................... Place ...................................................
Business Address:
....................................................................................................................................
.......................................................................................................................................
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
WCBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2022 AND IN
TERMS OF THE WESTERN CAPE GOVERNMENTS INTERIM STRATEGY AS IT RELATES TO PREFERENCE POINTS
This preference form must form part of all the invited bids. It contains general information and serves as a
claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of
Contribution
NB: BEFORE COMPLETING THIS FORM, BIDDERS (TENDERERS) MUST STUDY THE GENERAL CONDITIONS,
DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF THE TENDER, PREFERENTIAL PROCUREMENT
REGULATIONS, 2022 AND THE BROAD BASED BLACK ECONOMIC EMPOWERMENT ACT AND THE CODES
OF GOOD PRACTICE
1. DEFINITIONS
1.1 “acceptable tender” means any tender which, in all respects, complies with the specifications and
conditions of tender as set out in the tender document.
1.2 “affidavit” is a type of verified statement or showing, or in other words, it contains a verification,
meaning it is under oath or penalty of perjury, and this serves as evidence to its veracity and is
required for court proceedings.
1.3 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment
insurance fund contributions and skills development levies;
1.4 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the
Broad-Based Black Economic Empowerment Act;
1.5 “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good
practice on black economic empowerment issued in terms of section 9(1) of the Broad-Based
Black Economic Empowerment Act;
1.6 “bid” means a written offer on the official bid documents or invitation of price quotations and
“tender” is the act of bidding/tendering;
1.7 “Code of Good Practice” means the generic codes or the sector codes as the case may be;
1.8 “consortium or joint venture” means an association of persons for the purpose of combining their
expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a
contract;
1.9 “contract” means the agreement that results from the acceptance of a bid by an organ of state;
1.10 “EME” is an Exempted Micro Enterprise with an annual total revenue of R10 million or less.
1.11 “Firm price” means the price that is only subject to adjustments in accordance with the actual
increase or decrease resulting from the change, imposition, or abolition of customs or excise duty
and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor
and demonstrably has an influence on the price of any supplies, or the rendering costs of any
service, for the execution of the contract;
1.12 “Large Enterprise” is any enterprise with an annual total revenue above R50 million;
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
1.13 “non-firm prices” means all prices other than “firm” prices;
1.14 “person” includes a juristic person;
1.15 “price” means an amount of money tendered for goods or services, and includes all applicable
taxes less all unconditional discounts;
1.16 “proof of B-BBEE status level contributor” means:
(a) The B-BBEE status level certificate issued by an authorised body or person;
(b) A sworn affidavit as prescribed in terms of the B-BBEE Codes of Good Practice; or
(c) Any other requirement prescribed in terms of the Broad- Based Black Economic Empowerment
Act.
1.17 QSE is a Qualifying Small Enterprise with an annual total revenue between R10 million and
R50 million;
1.18 “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid
invitation, and includes all applicable taxes;
1.19 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or
employing, another person to support such primary contractor in the execution of part of a project
in terms of the contract;
1.20 “tender” means a written offer in the form determined by an organ of state in response to an
invitation to provide or services through price quotations, competitive tendering process or any
other method envisaged in legislation;
1.21 “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;
1.22 “the Act” means the Preferential Procurement Policy Framework Act, 2000 (Act No. );
1.23 “the Regulations” means the Preferential Procurement Regulations, 2022;
1.24 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice
on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black
Economic Empowerment Act and promulgated in the Government Gazette on 11 October 2013;
1.25 “trust” means the arrangement through which the property of one person is made over or
bequeathed to a trustee to administer such property for the benefit of another person; and
1.26 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in
order for such property to be administered for the benefit of another person.
2. GENERAL CONDITIONS
2.1 The following preference point systems are applicable to all bids:
• the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes
included); and
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
• the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes
included).
2.2 Preference point system for this bid:
(a) The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included)
and therefore the 80/20 preference point system shall be applicable;
2.3 Preference points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contribution.
2.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE 80
B-BBEE STATUS LEVEL OF CONTRIBUTOR 20
Total points for Price and B-BBEE must not exceed 100
2.5 Failure on the part of a bidder to fill in, sign this form and submit in the circumstances prescribed in
the Codes of Good Practice either a B-BBEE Verification Certificate issued by a Verification Agency
accredited by the South African Accreditation System (SANAS) or an affidavit confirming annual
total revenue and level of black ownership together with the bid or an affidavit issued by
Companies Intellectual Property Commission, will be interpreted to mean that preference points
for B-BBEE status level of contribution are not claimed.
2.6 The organ of state reserves the right to require of a bidder, either before a bid is adjudicated or at
any time subsequently, to substantiate any claim in regard to preferences, in any manner required
by the purchaser.
3. ADJUDICATION USING A POINT SYSTEM
3.1 Subject to Section 2 (1) (f) of the Preferential Procurement Policy Framework Act, 2000, the bidder
obtaining the highest number of total points will be awarded the contract.
3.2 A tenderer must submit proof of its B-BBEE status level of contributor in order to claim points for B-
BBEE.
3.3 A tenderer failing to submit proof of B-BBEE status level of contributor or is a non-compliant
contributor to B-BBEE will not be disqualified but will only score:
(a) points out of 80 for price; and
(b) 0 points out of 20 for B-BBEE
3.4 Points scored must be rounded off to the nearest 2 decimal places.
3.5 In the event that two or more bids have scored equal total points, the successful bid must be the
one scoring the highest number of preference points for B-BBEE.
3.6 As per section 2(1)(f) of the Preferential Procurement Policy Framework Act, 2000, the contract may
be awarded to a bidder other than the one scoring the highest number of total points based on
objective criteria in addition to those contemplated in paragraph (d) and (e) of the Act that justifies
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
the award to another tenderer provided that it has been stipulated upfront in the tendering
conditions.
3.7 Should two or more bids be equal in all respects; the award shall be decided by the drawing of
lots.
4. FORMULAE FOR PROCUREMENT OF GOODS AND SERVICES
4.1 POINTS AWARDED FOR PRICE
4.1.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEM
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
Pt − P min Pt − P min Ps = 80 1 − or Ps = 90 1 −
P min P min
Where
Ps = Points scored for price of bid under consideration
Pt = Price of tender under consideration
Pmin = Price of lowest acceptable tender
5. FORMULAE FOR DISPOSAL OR LEASING OF STATE ASSETS AND INCOME GENERATING PROCUREMENT
5.1 POINTS AWARDED FOR PRICE
A maximum of 80 or 90 points is allocated for price on the following basis
80/20 or 90/10
Where
Ps = Points scored for price of tender under consideration
Pt = Price of tender under consideration
Pmax = Price of highest acceptable tender
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management
6. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION
6.1 In terms of WCG interim strategy, preference points must be awarded to a bidder for attaining the
B-BBEE status level of contribution in accordance with the table below:
B-BBEE Status Level of Number of points Number of points
Contributor (90/10 system) (80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor 0 0
6.2 An EME must submit a valid, originally certified affidavit confirming annual turnover and level of
black ownership or an affidavit issued by Companies Intellectual Property Commission.
6.3 A QSE that is less than 51 per cent (50 per cent or less) black owned must be verified in terms of the
QSE scorecard issued via Government Gazette and submit a valid, original or a legible certified
copy of a B-BBEE Verification Certificate issued by SANAS.
6.4 A QSE that is at least 51 per cent black owned (51 per cent or higher) must submit a valid, originally
certified affidavit confirming turnover and level of black ownership as well as declare its
empowering status or an affidavit issued by Companies Intellectual Property Commission.
6.5 A large enterprise must submit a valid, original or originally certified copy of a B-BBEE Verification
Certificate issued by a verification agency accredited by SANAS.
6.6 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,
provided that the entity submits their B-BBEE status level certificate.
6.7 A trust, consortium or joint venture (including unincorporated consortia and joint ventures) must
submit a consolidated B-BBEE status level verification certificate for every separate tender.
6.8 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates
in terms of the specialised scorecard contained in the B-BBEE Codes of Good Practice.
7. BID DECLARATION
7.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the
following:
8. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPH 5
8.1 B-BBEE Status Level of Contribution....... = ............... (maximum of 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in
paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification
Agency accredited by SANAS or an affidavit confirming annual total revenue and level of black
ownership in terms of the relevant sector code applicable to the tender.
www.westerncape.gov.za
Please initial............... Provincial Treasury | Supply Chain Management