Province
Eastern Cape
Closing Date
17 February 2026 at 12:00
Estimated Value
Est. R 578 000
Construction of sanitation facilities at vaalbank primary junior school in eastern cape province
Most bidders are rejected due to compliance gaps. Use our Readiness Engine to verify your status for this specific Construction.
Check My Readiness3 key dates
Tender Published
3 February 2026
Tender was published
Tender Closing Date
17 February 2026 at 12:00
Final deadline for submission
Closing Date
17 February 2026 at 12:00
Tender closing date
371 items · 371 mandatory
Work load and Capacity
Current project under construction and locality of projects.
Low risk Medium risk High risk
Company has projects Company has projects Company has projects
currently or and all are currently or and behind currently or and behind
not behind of by 10 % or less on the by 11 % or more on the
programme. The total approved programme. approved programme.
number of projects The total number of The total number of
including the work to be projects including the projects including the
awarded will not be work to be awarded will work to be awarded will
exceeding its CIDB not be exceeding its not be exceeding its
grading upper limit CIDB grading upper limit CIDB grading upper limit
Reliability
Completed at least three similar sanitation and building projects with each project
having a value of at least R 3 600 000.00 and above, completed (Practical
Completion) within 30% of the revised contract period (including approved E.O.Ts)
in the past three (3) years. At least two projects must be in the Eastern Cape.
Low risk Medium risk High risk
Completed at least Completed at least two Completed at least two
three projects within projects in between 11% projects in above 20% of
10% of the approved and 20 % of the the approved contract
contract period approved contract period period
Experience and reputation
At least three contactable references from three on 3 similar sanitation and building
projects completed (Final Completion) in the past 3 years. Each project having a
value of at least R 3 600 000 and above
Low risk Medium risk High risk
Company has 3 good Company has at least 2 Company has at least 1
rating on 3 projects fair rating and 1 good good rating and 2 fair
rating from on 3 projects rating from on 3 projects
Price Offered
Price offered does not pose risk to completion of the project and is market related.
It will not detrimentally affect the scope, quality, time of completion of the works as
identified in the Scope of Work. The BEC may or may not interview the bidder should
it deem it necessary based on the objective risk assessment.
An offer that is considered to be significantly low compared to the market related
price/cost norm will be considered a high risk.
Acceptable risk Medium risk High risk
If price is within 10 % If price is between 10 % If price is more than 20 %
above or below of market and 20 % below market below the market value
value value
Bidders maybe be requested to supply additional information regarding their prices
in form of rate build-ups for materials costs, source and cost of plant, labour and
management costs and preliminaries and generals costs.
Construction Implementation Plan (Brief report)
A construction implementation plan must be developed to address the following “
Human resource deployment (Contracts manager/ OHS officer/Skilled
labour/unskilled labour etc) and number to be employed, and their role and
responsibilities on the project.
Materials procurement plan (Which materials will procure, How, where and
when will the materials be procured to support the construction programme.
What plant and equipment will be used and how will they be sourced and
from where?
How will quality control and assurance be managed.
Detailed Construction programme
Cash flow projections to support the detailed construction programme.
. A plan that does not cover all the areas and is less detailed will be considered a
high risk. Contractor may be called in to present the plan and they must be
accompanied by the key staff indicated above on item 1.
Low risk Medium risk High risk
A sound plan that covers A sound plan that covers A sound plan that covers
all of the above key 4 of the above key areas less than 4 of the above
areas and is based on well and is based on key areas well and is
known information known information based on known
information
Legend
Colour Points
Risk Assessment Results
For a bidder to pass the Risk Assessment and considered for award they must
obtain a minimum of 14 points as per the following table:
Risk Area Acceptable Risk
A 3 3 3 3 3 3 3
B 3 3 3 3 3 3 3
C 3 3 3 3 3 3 3
D 3 3 3 2 3 3 2
E 3 3 3 2 2 1 2
F 3 2 1 2 1 1 1
18 17 16 15 15 14 14
Bidders who obtain below 14 on their Risk Assessment as per the table below
WILL NOT be considered for award:
Risk Area NOT ACCEPTABLE RISK
A 3 3 3 3 3 2 2 3 2 3 2 3 2 3 2 1
B 2 3 3 3 3 2 2 2 2 3 2 2 2 1 1 1
C 2 2 3 2 3 2 2 2 2 1 2 1 1 1 1 1
D 2 2 2 2 1 2 2 2 2 1 1 1 1 1 1 1
E 2 2 1 1 1 2 2 1 1 1 1 1 1 1 1 1
F 2 1 1 1 1 2 1 1 1 1 1 1 1 1 1 1
13 13 13 12 12 12 11 11 10 10 9 9 8 8 7 6
Where the bidder price is considered for award but is rated High on the Price
Offered, the bidder will be alerted of this commercial risk and requested to
confirm his offer in writing.
The BEC may interview the bidder should it deem it necessary.
As part of overall risk assessment the Bidders give The Mvula Trust the right
to request for enquiries from previous and/or current employers about
bidder’s performance.
Bidder will not be considered if ;
(i) Has performed poorly (completed projects by more than 25 % of the
approved contract period)
(ii) The project was in penalties and resulted in negative final account
(iii) Bidder has failed to sign final account
(iv) Bidder has been non-responsive on attending to defects (including latent
defects) or
(v) Bidder was terminated on one project or more projects
On previous or current project implemented by The Mvula Trust or other
Implementing Agents on the SAFE and ASIDI programmes on behalf of the
Department of Basic Education.
Other information and documentation that may be requested as part of
evaluation process but need not to be submitted with the tender.
OHS documentation
1.1 Organogram stating all appointments on site
Sec16.1 CEO
Sec 16.1 designated official (signed)
Cr 8.1 Construction manager (signed)(competency and cv attached.)
Cr 8.5 Construction health and safety officer registered with
SACPCMP(signed)(competency and cv attached.)
Cr 9.1 Incident investigator (signed qualification attached)
Risk Assessor (signed and qualification attached)
Fall protection plan developer (signed and qualification attached)
GSR3 First aider (qualification attached)
1.2 Documentation
SHE plan according to scope of works
Method statements according to scope of work
SWP HIRA according to scope of work
Fall protection plan
Emergency preparedness procedures
All relevant inspection registers according to scope of work.
The Mvula Trust does not bind itself to accepting the lowest tender. Risk
assessment will be considered in the awarding of tenders.
C.3.12 Insurance The Employer will not take out any insurance.
provided
by the
Employer
C.3.13 Acceptanc Accept the tender offer; if in the opinion of the employer, it does not present any risk
e of and only if the tenderer:
Tender
Offer is not under restrictions, or has principals who are under restrictions,
preventing participating in the employer’s procurement;
can, as necessary and in relation to the proposed contract, demonstrate
that he or she possesses the professional and technical qualifications,
professional and technical competence, financial resources, equipment
and other physical facilities, managerial capability, reliability,
experience and reputation, expertise and the personnel, to perform the
contract;
has the legal capacity to enter into the contract;
is not; insolvent, in receivership, under Business Rescue as provided
for in chapter 6 of the Companies Act No. 2008, bankrupt or being
wound up, has his/her affairs administered by a court or a judicial officer,
has suspended his/her business activities or is subject to legal
proceedings in respect of any of the foregoing;
complies with the legal requirements, if any, stated in the tender data;
and
is able, in the opinion of the employer, to perform the contract free of
conflicts of interest.
Add the following:
A Tender Offer will only be accepted on condition that such acceptance
is not prohibited in terms of the Public Finance Management Act.
C.3.17 Provide One signed copy of contract shall be provided by the Employer (per cluster) to the
Copies of successful Tenderers. For record purposes the contractors should buy a copy of the
the contract for use as reference during contract administration.
Contract
Part T2: Returnable Documents
T2.1 List of returnable documents
Returnable documents
T2.1.A: Central Supplier Database Registration Report. (If not registered on closing day ,
tenderer will be disqualified)
T2.1.B: CIDB registration print out (Registration will be verified online and if not valid on day of
evaluation and award, tenderer will be disqualified)
T2.1.C: Certificate of Good Standing with Workman Compensation Commissioner (COIDA/FEM).
(Registration will be verified online and if not valid on day of evaluation and award, tenderer
will be disqualified).
T2.1.D: Completed Projects
T2.2 List of returnable schedules
Returnable schedules that will be used to determine responsiveness:
T2.2.A: Record of Addenda to Tender Documents
T2.2.B: Compulsory Questionnaire
T2.2.C: Authority of JVs (if applicable)
T2.2.D: Resolution for signatory
T2.2.E: Subcontracting arrangments
T2.2.F: Compulsory briefing meeting Certificate. No briefing meeting will be held.
T2.2.G: Additional Particulars Concerning Tenders.
T2.2. H: Preference schedule: Specific goal (CSD, CIPC, etc documents to be used when
scoring for specific goals).
SBD 1: Invitation to bid
SBD 2: Valid Tax Compliance Status Pin. (Validity will be verified online- during supply chain
management processes)
SBD 4: Bidder’s Declaration. (bidder will be disqualified if this disclosure is found not to be
true and not complete in every respect)
SBD 6.1: PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL
PROCUREMENT REGULATIONS 2022 (failure to complete will result in tenderer awarded 0 for
specific goals)
C1.1 Form of Offer and Acceptance (must be completed for this cluster - Failure to complete
and sign will result into disqualification.
T2.3 OBJECTIVE RISK ASSESSMENT CRITERIA
T2.3.1 - Technical qualifications & Technical Competence
T2.3.2 – Workload Company Capacity (Refer to T2.1.E)
T2.3.3 - Reliability
T2.3.4 - Experience and Reputation
T2.3.5 – Price offered
T2.3.6 – Construction Implementation Plan
Returnable schedules that will be incorporated into the contract:
Part C1.1 : Form of Offer and Acceptance
Part C1.2 : Agreements, Conditions of Contract and Contract Variables, (which includes this
agreement)
Part C1.3 : Form of Guarantee
Part C2 : Pricing data (Pricing instruction and Bill of Quantities)
Part C3 : Scope of work
Part C4 : Site information and drawings and documents or parts thereof, which may be incorporated
by reference into the above listed Parts.
Insurances and Securities
Waiver of lien
Appointment letter (conditional) and acceptance letter by the contractor
Supplementary documents as requested in the appointment letter
T2.1. A: Central Supplier Database (CSD) Registration
Report. (Please attach recently printed proof of
registration here, should not be older than 30 days)
If not registered on day of evaluation and award, tenderer will be disqualified. If the CSD
report submitted is older than 30 days the bidder will be given 48 hrs to submit a report that
is not older than 30 days, failure to submit the report as requested, then the bidder will not
be considered further.
T2.1. B: Copy of CIDB print-out
(Please attach proof of registration here)
Tenderer to attach CIDB print-out. (Registration will be verified on line and if not valid on
day of evaluation and award, tenderer will be disqualified).
T2.1. C: Certificate of Good Standing with Workman’s
Compensation Commissioner. (COIDA/FEM) (Please
attach proof of registration here)
Tenderer to attach Certificate of Good Standing with Workman’s Compensation
Commissioner. (Registration will be verified on line and if not valid on day of evaluation and
award, tenderer will be disqualified).
T2.1. D - Technical qualifications
The bidder to complete the table below and submit the following key person CV’s and qualifications
CV’s Contract manager with 3 years built environment qualification (Building, Quantity Surveying or Civil Engineering) with at
least 3 year’s relevant experience
OHS officer registered with SACPCMP
Foreman at least with 5 year’s relevant experience (1 per school)
Provide details of key personnel below
Name and Surname Position Qualification CV Certified No. of years of
attached certificate relevant
attached experience
Contract
Manager
OHS Officer
Foreman
Signed on behalf of the Date
Tenderer
T2.1. E – Completed Projects
The bidder to complete the table below and submit at least three letters of award and three completion certificates (Practical/Final
Completion Certificates)
Provide details of completed projects
Name of Project Client Client Contact Person & Contact No.
Tenderer’s signature Date
T2.2. A - Record of Addenda to tender documents
We confirm that the following communications received from The Mvula Trust before the submission of this
tender offer, amending the tender documents, have been taken into account in this tender offer: Addenda to
be attached with tender documents is compulsory.
Date Title or Details
10.
Attach additional pages if more space is required.
Date
Signed
Name Position
Enterprise
name
T2.2. B - Compulsory Enterprise Questionnaire
The following particulars must be furnished. In the case of a joint venture, separate enterprise questionnaires in
respect of each partner must be completed and submitted.
Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .
Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .
Section 4: Particulars of sole proprietors and partners in partnerships
Name* Identity number* Personal income tax number*
Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
Section 5: Particulars of companies and close corporations
Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .
Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .
Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .
Section 6: Record in the service of the state
Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director,
manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the
last 12 months in the service of any of the following:
a member of any municipal council an employee of any provincial department, national or
a member of any provincial legislature provincial public entity or constitutional institution
a member of the National Assembly or the within the meaning of the Public Finance
National Council of Province Management Act, 1999 (Act )
a member of the board of directors of any a member of an accounting authority of any national
municipal entity or provincial public entity
an official of any municipality or municipal entity an employee of Parliament or a provincial legislature
If any of the above boxes are marked, disclose the following:
Name of sole proprietor, Name of institution, public office, board or Status of service
partner, director, manager, organ of state and position held (tick appropriate column)
principal shareholder or Current Within last
stakeholder 12 months
insert separate page if necessary
Section 7: Record of spouses, children and parents in the service of the state
Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner in a
partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently
or has been within the last 12 months been in the service of any of the following:
a member of any municipal council an employee of any provincial department, national or
a member of any provincial legislature provincial public entity or constitutional institution
a member of the National Assembly or the within the meaning of the Public Finance Management
National Council of Province Act, 1999 (Act )
a member of the board of directors of any a member of an accounting authority of any national
municipal entity or provincial public entity
an official of any municipality or municipal an employee of Parliament or a provincial legislature
entity
Name of spouse, child or Name of institution, public office, board or Status of service
parent organ of state and position held (tick appropriate
column)
Current Within last
12 months
insert separate page if necessary
The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise:
authorizes The Mvula Trust to obtain a tax clearance certificate from the South African Revenue Services that
my / our tax matters are in order;
ii) confirms that the neither the name of the enterprise or the name of any partner, manager, director or other
person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of
Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;
iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise,
control over the enterprise appears, has within the last five years been convicted of fraud or corruption;
iv) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender
offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of
work that could cause or be interpreted as a conflict of interest; and
iv) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my
belief both true and correct.
Date
Signed
Name Position
Enterprise
name
T 2.2. C - Certificate of Authority for Joint Ventures
This Returnable Schedule is to be completed by joint ventures. (COMPULSORY FOR COMPLETION IF
APPLICABLE))
We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise
Mr/Ms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , authorised signatory of the company . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , acting in the capacity of
lead partner, to sign all documents in connection with the tender offer and any contract resulting from
it on our behalf.
NAME OF FIRM ADDRESS DULY AUTHORISED
SIGNATORY
Lead partner
Signature. . . . . . . . . . . . .
Name ........
Designation
...............................
Signature. . . . . . . . . . . . .
Name ........
............................... Designation
Signature. . . . . . . . . . . . .
Name ........
............................... Designation
Signature. . . . . . . . . . . . .
Name ........
Designation
...............................
T2.2.D: RESOLUTION FOR SIGNATORY
CONSTRUCTION OF SANITATION INFRASTRUCTURE AT
Project title:
SCHOOLS IN EASTERN CAPE PROVINCE
A: CERTIFICATE OF AUTHORITY FOR SIGNATORY (COMPULSORY FOR COMPLETION)
Signatory for companies shall confirm their authority hereto by attaching a duly signed and dated copy of the relevant resolution of the
board of directors to this form on the company letter head.
An example is given below:
“By resolution of the board of directors passed at a meeting held on
Mr/Ms , whose signature appears below, has been duly authorised to
sign all documents in connection with the tender for Contract No. TENDER NO. TMT-DBE-25/26-SAFE6-ECCL13R
and any Contract which may arise there from on behalf of (Block Capitals)
SIGNED ON BEHALF OF THE COMPANY:
IN HIS/HER CAPACITY AS: _______
DATE:
SIGNATURE OF SIGNATORY:
WITNESSES:
N/A
B-BBEE Level
—
Industry Sectors
—
Provinces
TMT-DBE-2526-SAFE6-ECCL13R - VAALBANK PJS.pdf
THE MVULA TRUST tender in Eastern Cape. Closing 2/17/2026. CONSTRUCTION OF SANITATION FACILITIES AT VAALBANK PRIMARY JUNIOR SCHOOL IN EASTERN CAPE PROVINCE ...
Not sure if you qualify? Check your readiness for this specific tender in 2 minutes.
Organization
THE MVULA TRUST
Contact Person
Anele Nqambi
Phone
043-726-2255
anele@themvulatrust.org.za
Address
69 Devereux Avenue - Vincent - East London -
17 February 2026 at 12:00
Location
Eastern Cape
Closing Date
17 February 2026 at 12:00
Organization
THE MVULA TRUST
Urgent: Closing Soon
This tender closes in less than 3 days
Mandatory Requirements
This tender has mandatory submission requirements
Are you a news editor or niche publisher? Embed this tender data directly on your site for free.
Get Embed CodeMedian Estimate
R 578 000
Range
Based on CIDB Grade 4CE limit. Companies with similar profiles typically bid near the median.
* Estimates are based on historical data and do not guarantee actual award values.