The National Industrial Participation (NIP) Programme, which is applicable to all government procurement
contracts that have an imported content, became effective on the 1 September 1996. The NIP policy and
guidelines were fully endorsed by Cabinet on 30 April 1997. In terms of the Cabinet decision, all state and
parastatal purchases / lease contracts (for goods, works and services) entered into after this date, are subject
to the NIP requirements. NIP is obligatory and therefore must be complied with. The Industrial Participation
Secretariat (IPS) of the Department of Trade and Industry (DTI) is charged with the responsibility of
administering the programme.
1 PILLARS OF THE PROGRAMME
1.1 The NIP obligation is benchmarked on the imported content of the contract. Any contract having an
imported content equal to or exceeding US$ 10 million or other currency equivalent to US$ 10 million
will have a NIP obligation. This threshold of US$ 10 million can be reached as follows:
(a) Any single contract with imported content exceeding US$10 million.
or
(b) Multiple contracts for the same goods, works or services each with imported content exceeding
US$3 million awarded to one seller over a 2-year period which in total exceeds US$10 million.
or
(c) A contract with a renewable option clause, where should the option be exercised the total
value of the imported content will exceed US$10 million.
or
(d) Multiple suppliers of the same goods work or services under the same contract, where the
value of the imported content of each allocation is equal to or exceeds US$ 3 million worth of
goods, works or services to the same government institution, which in total over a two (2) year
period exceeds US$10 million.
1.2 The NIP obligation applicable to suppliers in respect of sub-paragraphs 1.1 (a) to 1.1 (c) above will
amount to 30 % of the imported content whilst suppliers in respect of paragraph 1.1 (d) shall incur 30
% of the total NIP obligation on a pro-rata basis.
1.3 To satisfy the NIP obligation, the DTI would negotiate and conclude agreements such as investments,
joint ventures, sub-contracting, licensee production, export promotion, sourcing arrangements and
research and development (R&D) with partners or suppliers.
1.4 A period of seven years has been identified as the time frame within which to discharge the obligation.
2 REQUIREMENTS OF THE DEPARTMENT OF TRADE AND INDUSTRY
2.1 In order to ensure effective implementation of the programme, successful bidders (contractors) are
required to, immediately after the award of a contract that is in excess of R10 million (ten million
Rands), submit details of such a contract to the DTI for reporting purposes.
2.2 The purpose for reporting details of contracts in excess of the amount of R10 million (ten million Rands)
is to cater for multiple contracts for the same goods, works or services; renewable contracts and
multiple suppliers for the same goods, works or services under the same contract as provided for in
paragraphs 1.1.(b) to 1.1. (d) above.
3 BID SUBMISSION AND CONTRACT REPORTING REQUIREMENTS OF BIDDERS AND
SUCCESSFUL BIDDERS (CONTRACTORS)
CIDB OPEN TENDER: Tender Ver 16-04-2025: COTO T26
Province of KwaZulu-Natal Contract No. ZNB02759/00000/00/NEW/INF/25/T
Department of Transport
3.1 Bidders are required to sign and submit this Standard Bidding Document (SBD 5) together with the
bid on the closing date and time.
3.2 In order to accommodate multiple contracts for the same goods, works or services; renewable
contracts and multiple suppliers for the same goods, works or services under the same contract as
indicated in sub-paragraphs 1.1 (b) to 1.1 (d) above and to enable the DTI in determining the NIP
obligation, successful bidders (contractors) are required, immediately after being officially notified
about any successful bid with a value in excess of R10 million (ten million Rands), to contact and
furnish the DTI with the following information:
• Bid / contract number.
• Description of the goods works or services.
• Date on which the contract was accepted.
• Name, address and contact details of the government institution.
• Value of the contract.
• Imported content of the contract, if possible.
3.3 The information required in paragraph 3.2 above must be sent to the Department of Trade and
Industry, Private Bag X 84, Pretoria, 0001 for the attention of Mr Elias Malapane within five (5) working
days after award of the contract. Mr Malapane may be contacted on telephone (012) 394 1401,
facsimile (012) 394 2401 or e-mail at Elias@thedti.gov.za for further details about the programme.
4 PROCESS TO SATISFY THE NIP OBLIGATION
4.1 Once the successful bidder (contractor) has made contact with and furnished the DTI with the
information required, the following steps will be followed:
a. the contractor and the DTI will determine the NIP obligation;
b. the contractor and the DTI will sign the NIP obligation agreement;
c. the contractor will submit a performance guarantee to the DTI;
d. the contractor will submit a business concept for consideration and approval by the DTI;
e. upon approval of the business concept by the DTI, the contractor will submit detailed business
plans outlining the business concepts;
f. the contractor will implement the business plans; and
g. the contractor will submit bi-annual progress reports on approved plans to the DTI.
4.2 The NIP obligation agreement is between the DTI and the successful bidder (contractor) and,
therefore, does not involve the purchasing institution.
Bid number ...................................... Closing date: ....................................
Name of bidder.......................................................................................
Postal address .......................................................................................
.......................................................................................
Signature...................................... Name (in print)...................................
Date..................................................
CIDB OPEN TENDER: Tender Ver 16-04-2025: COTO T27
Province of KwaZulu-Natal Contract No. ZNB02759/00000/00/NEW/INF/25/T
Department of Transport
SBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT
REGULATIONS 2022
This preference form must form part of all tenders invited. It contains general information and
serves as a claim form for preference points for specific goals.
NB: BEFORE COMPLETING THIS FORM, TENDERERS MUST STUDY THE GENERAL
CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF THE
TENDER AND PREFERENTIAL PROCUREMENT REGULATIONS, 2022
1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to invitations to tender:
- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all
applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all
applicable taxes included).
1.2 To be completed by the organ of state
(delete whichever is not applicable for this tender).
a) The applicable preference point system for this tender is the 80/20 preference
point system.
b) The 80/20 preference point system will be applicable in this tender. The lowest/
highest acceptable tender will be used to determine the accurate system once
tenders are received.
1.3 Points for this tender (even in the case of a tender for income-generating contracts) shall
be awarded for:
(a) Price; and
(b) Specific Goals.
1.4 To be completed by the organ of state:
The maximum points for this tender are allocated as follows:
POINTS
PRICE 80
SPECIFIC GOALS 20
Total points for Price and SPECIFIC GOALS 100
1.5 Failure on the part of a tenderer to submit proof or documentation required in terms of this
tender to claim points for specific goals with the tender, will be interpreted to mean that
preference points for specific goals are not claimed.
CIDB OPEN TENDER: Tender Ver 16-04-2025: COTO T28
Province of KwaZulu-Natal Contract No. ZNB02759/00000/00/NEW/INF/25/T
Department of Transport
1.6 The organ of state reserves the right to require of a tenderer, either before a tender is
adjudicated or at any time subsequently, to substantiate any claim in regard to preferences,
in any manner required by the organ of state.
2. DEFINITIONS
(a) “tender” means a written offer in the form determined by an organ of state in
response to an invitation to provide goods or services through price quotations,
competitive tendering process or any other method envisaged in legislation;
(b) “price” means an amount of money tendered for goods or services, and includes all
applicable taxes less all unconditional discounts;
(c) “rand value” means the total estimated value of a contract in Rand, calculated at the time
of bid invitation, and includes all applicable taxes;
(d) “tender for income-generating contracts” means a written offer in the form determined by
an organ of state in response to an invitation for the origination of income-generating
contracts through any method envisaged in legislation that will result in a legal agreement
between the organ of state and a third party that produces revenue for the organ of state,
and includes, but is not limited to, leasing and disposal of assets and concession contracts,
excluding direct sales and disposal of assets through public auctions; and
(e) “the Act” means the Preferential Procurement Policy Framework Act, 2000 (Act No. ).
3. FORMULAE FOR PROCUREMENT OF GOODS AND SERVICES
3.1. POINTS AWARDED FOR PRICE
3.1.1 THE 80/20 PREFERENCE POINT SYSTEMS
A maximum of 80 points is allocated for price on the following basis:
80/20
Pt−Pmin
Ps= 80(1− )
Pmin
Where
Ps = Points scored for price of tender under consideration
Pt = Price of tender under consideration
Pmin = Price of lowest acceptable tender
CIDB OPEN TENDER: Tender Ver 16-04-2025: COTO T29
Province of KwaZulu-Natal Contract No. ZNB02759/00000/00/NEW/INF/25/T
Department of Transport
4. POINTS AWARDED FOR SPECIFIC GOALS
4.1. In terms of Regulation 4(2); 5(2); 6(2) and 7(2) of the Preferential Procurement Regulations,
preference points must be awarded for specific goals stated in the tender. For the purposes
of this tender the tenderer will be allocated points based on the goals stated in table 1 below
as may be supported by proof/ documentation stated in the conditions of this tender:
4.2. In cases where organs of state intend to use Regulation 3(2) of the Regulations, which states
that, if it is unclear whether the 80/20 or 90/10 preference point system applies, an organ of
state must, in the tender documents, stipulate in the case of—
(a) an invitation for tender for income-generating contracts, that either the 80/20 or
90/10 preference point system will apply and that the highest acceptable tender will
be used to determine the applicable preference point system; or
(b) any other invitation for tender, that either the 80/20 or 90/10 preference point system
will apply and that the lowest acceptable tender will be used to determine the
applicable preference point system,
then the organ of state must indicate the points allocated for specific goals for both the 90/10
and 80/20 preference point system.
CIDB OPEN TENDER: Tender Ver 16-04-2025: COTO T30