Search Results
5 results found with an empty search
- DLCA/29/2025
The functional qualification requirements center on supplying and supporting a robust backup solution that meets detailed technical and operational specifications. Functional Qualification Requirements Summary: The successful service provider must supply a backup software application that is compatible with Windows Server 2012 R2 or Higher and the HP LTO-7 Ultrium 15000 tape library and drives. The solution must be capable of automated and scheduled backup and restore functionality. Required features include tape management, encryption, and compression. The solution needs to be able to perform incremental, differential, and full backups. The system must support media rotation and retention policy. An email alert/notification system for backup jobs is mandatory. The solution must ensure compatibility with the existing hardware and network setup. The provider must deliver full licensing for the software application and provide full licensing for 24/7 remote and onsite support for 24 months (two years) . Furthermore, the service provider is responsible for the complete installation and configuration to ensure the solution is fully operational. Deliverables also include providing user manuals, system documentation, and training for system administrators regarding basic usage and troubleshooting. Required Tender Information: The tender number: DLCA/29/2025. The title of the tender: To appoint a suitable service provider to SUPPLY AND SUPPORT A BACKUP SOLUTION. The organ of state that requires these services: DRIVING LICENCE CARD ACCOUNT (DLCA). List of deliverables: Supply and support of backup software compatible with Windows Server 2012 R2 or Higher and HP LTO-7 Ultrium 15000, installation and configuration, automated backup/restore functionality, tape management, encryption, compression, support for incremental/differential/full backups, media rotation/retention policy support, email alerts, full software licensing, 24/7 remote and onsite support for 24 months, user manuals, system documentation, and administrator training. Date published: 03 November 2025 (date compiled). Closing date: 06 November 2025 at 16H00. The location goods to be delivered or where the services are to be provided: 459B Tsitsa Street, Erasmuskloof, Pretoria, 0048. Tender Briefing date and time and is it compulsory: No information regarding a tender briefing is provided in the sources. How the tender document is submitted: Physically (Quotes are to be hand delivered to 459B Tsitsa Street). Quotes must also be in a PDF format.
 - TNPA/2025/10/0013/108773/RFQ
The functional qualification requirements center on demonstrating ownership or having a valid lease agreement for a workshop in East London . Bidders must submit either a title deed (in the bidder’s name) along with a rates clearance certificate or a water/electric bill not older than three months to prove the workshop's physical address, OR a valid lease agreement (in the bidder’s name) which reflects the workshop’s physical address. Furthermore, the proximity of the workshop to the Port of East London is a scored evaluation criterion, with the highest points awarded for a linear distance range of zero to ten kilometers. The tender number: TNPA/2025/10/0013/108773/RFQ. The title of the tender: Provision of services for the machine shop works for dredging fleet in the Port of East London on an as and when required basis for a period of six months. The organ of state that requires these services: Transnet National Ports Authority, Dredging Services, an Operating Division of TRANSNET SOC LTD. List of deliverables: Dismounting of various mechanical components (including propeller blades, hubs, shafts, Blade Carriers, Sliding Shoes, Controllable Pitch Propeller rods, and sliding wear piece); providing labour services for cleaning and machining these components to approved tolerances; replacement/installation of new mechanical components; testing and hot-commissioning of various mechanical components; and providing labour services for condition assessment and report writing of findings and recommendations pertinent to these components. Date published: 30 October 2025. Closing date: 12 November 2025 at 13h00. The location goods to be delivered or where the services are to be provided: Port of East London. Tender Briefing date and time and is it compulsory: No specific briefing date or time is listed, but specific clarification queries related to the RFQ must be submitted before 12H00 on 07 November 2025. How the tender document is submitted: Via an online portal (e submission).
 - CIA RFP 7848-2025
The tender number: CIA RFP 7848-2025 and Bid Reference Number CTIA7848/2025/RFP. The title of the tender: APPOINTMENT OF PLUMBING MAINTENANCE CONTRACTOR FOR A PERIOD OF 60 MONTHS AT CAPE TOWN INTERNATIONAL AIRPORT. The organ of state requires these services: Airports Company South Africa SOC Limited. Date published: Monday 03rd November 2025. Closing date: Monday 1st December 2025 at 14:00. The location goods to be delivered or where the services are to be provided: Cape Town International Airport (CTIA) at various locations, including Landside and Airside areas. Tender Briefing date and time and is it compulsory: A compulsory clarification meeting will take place on Tuesday 11th November 2025 at 10:30am at the Cape Town International Airport Southern Office Block Ground floor Procurement Office. How the tender document is submitted: Physically via depositing the bid documents in the Bid Box located at the Cape Town International Airport Southern Office Block Ground floor Procurement Office, along with one original, one copy, and an electronic format (USB Flash Drive). Submission by telephonic, telegraphic, telex, facsimile, or e-mail tenders will not be accepted. Provide a summary of the functional qualification requirements: Tenderers must first meet Mandatory Administration Criteria , which include possessing a valid & active CIDB contractor grading of 2 SO or higher and attending the compulsory briefing . For the Functionality Evaluation Criteria (maximum 100 points), an overall minimum threshold of 67 points must be achieved for the tender to be eligible for further evaluation on Price and Preference. The functionality criteria are broken down as follows: Company Track Record (Maximum 50 points): Requires proof of company references for similar plumbing maintenance contracts, with a minimum of 4 references not older than 10 years . Scoring is 50 points for more than 5 reference letters, 20 points for 4 reference letters, and zero points for less than 4. References must satisfy specific requirements, including being on a client letterhead, signed by the client, stating the project value and duration, and including client contact information. Company Experience (Maximum 20 points): Assesses the proven number of years of experience on similar scope of works. Scoring is 20 points for 8 years and above, 15 points for 3-7 years, and zero points for less than 3 years. Key Personnel (CVs and certified qualification copies are mandatory; failure to submit results in automatic disqualification): Contract Manager (Maximum 20 points): Assessed on Qualifications (Maximum 10 points for National Diploma/equivalent or higher in Civil engineering and/or Construction Management) and Experience (Maximum 10 points for more than 8 years). Site Foreman / Supervisor (Maximum 15 points): Assessed on Qualifications (Maximum 10 points for National Diploma OR Certificate in Civil engineering and/or Construction Management and/or qualified registered Plumber with a trade test) and Experience (Maximum 5 points for more than 7 years). Health and Safety Officer (Maximum 15 points): Assessed on Qualifications (Maximum 10 points for SACPCMP Certification or similar) and Experience (Maximum 5 points for more than 5 years). Tenderers who fail to achieve the minimum threshold of 67 points will be disqualified and not eligible for further evaluation on price and preference.
 - E1801CXMWPR
The tender number: E1801CXMWPR The title of the tender: THE SUPPLY AND DELIVERY OF A WORKING DESKTOP MODEL DEMONSTRATING THE PRODUCTION OF GREEN HYDROGEN THROUGH ELECTROLYSIS AND UTILISATION WITH A FUEL CELL. (PHYSICAL EQUIPMENT REQUIRED, NOT COMPUTER-BASED MODEL AT ESKOM RESEARCH TEST AND DEVELOPMENT IN ROSHERVILLE, JOHANNESBURG The organ of state is requires these services: Eskom Holdings SOC Ltd (Reg No. 2002/015527/30) Date published: 03 November 2025 Closing date: 25 November at 10h00 – South African Standard Time (SAST) The location goods to be delivered or where the services are to be provided: Eskom Research Test and Development in Rosherville, Johannesburg, specifically at Eskom Research & Innovation Centre, Lower Germiston Road, Rosherville, Johannesburg Tender Briefing date and time and is it compulsory: A non-compulsory clarification meeting will take place via Teams meeting on 10 November 2025, with the time listed as either 09h00 (SAST) or 10h00 (SAST) How the tender document is submitted: Submitted electronically via Eskom E-tendering site (E-Tendering method is applicable), as no hard copy will be accepted Provide a summary of the functional qualification requirements: Functionality requirements are applicable, with technical evaluation forming part of the assessment, and a minimum weighted final score (threshold) of 80% is required for consideration. The criteria are: Company profile (5% weight): Submission of company structure, core business areas, products, services, and breakdown of previous projects. Experience of Company (5% weight): Providing a track record of previous projects (within the last three years) involving the supply/delivery (or any activity) of a hydrogen generation demonstration model . Detailed list of Equipment: Desktop Model (Renewable Power Generation and Electrolysis) (30% weight): Evaluation focuses on representation of the full value chain (renewable power production – electrolysis – end use), acceptability of component technical details, and meeting operational requirements. Overall Desktop Model Assessment (30% weight): Assessment of suitability as an educational tool, completeness and durability, compliance with size constraints (greater than 0.5m x 0.5m but not exceeding 1.5m L x 0.8m B x 1m H), and meeting packaging and transportation requirements. Safety Requirements (20% weight): Consideration of requirements for hydrogen handling and public safety , specifically meeting requirements for operation indoors near the public and detailing standards compliance. Detailed list of Equipment: Desktop Model (End Use) (10% weight): Evaluation focusing on whether both mobility and electricity end uses are demonstrated , and if the technical and operational requirements of the end use option are acceptable.
 - MN: 191/2025
Tender Identification and Scope: Tender Number: MN: 191/2025. Tender Title/Project Description: CONSTRUCTION OF NEW SEWER LINE AND RENOVATION TO GLEDHOW COMPOUND TOILET FACILITY - WARD 15 . Inviting Entity/Organ of State: The KwaDukuza Municipality . Project Location: GLEDHOW COMPOUND TOILET FACILITY - WARD 15. Tender Timelines and Submission: Tender Documents Availability Start Date: 09H00 on 03 NOVEMBER 2025. Tender Documents Availability End Date: 15H00 on 12 NOVEMBER 2025. Tender Closing Date and Time (Expiration): 12h00 on 19 NOVEMBER 2025 . Submission Format: Original Tenders documents shall be placed in sealed envelopes. Submission Location: Tender Box at the Lavoipierre Building (Stores), NO.2 Industria Crescent Lavoipierre Building Stores . Prohibited Submission Methods: Late, electronic or faxed tenders will not be accepted. Mandatory Prerequisites and Compliance Requirements (Functional Qualification Summary): CIDB Registration Requirement: Tenderers must be registered with the CIDB in a contractor grading of 3 GB or higher . Proof of CIDB Status: Must be available by the closing date, failing which the tender will be disqualified. CSD Registration: Tenderers shall be registered on National Treasury’s Central Supplier Database. Tax Compliance Verification: Contractor shall provide the Municipality with a compliance clearance PIN to verify tax compliance status. Defaulters Status: Bidders who are listed in the National Treasury register of defaulters and restricted suppliers will be automatically disqualified. Prohibition on Organ of State Employees: No bids will be considered from persons in the services of any organ of state. Tender Document Fee: A non-refundable fee of R 432.00 (inclusive of VAT) must be paid prior to document collection. Compulsory MBD Forms: Service providers must complete in full all Applicable MBD’s . Pricing Requirement: Prices tendered must be firm and inclusive of VAT. Municipal Account Status Requirement: A copy of the most recent Municipal account/utility bill, or equivalent proof (e.g., landlord letter, Ward Councillor affidavit/letter), must be provided to confirm municipal services are not in arrears. Bank Rating Requirement (If Applicable): An Original or copy of a Bank Rating Letter from a Registered Financial Institution is required for tenders exceeding R3m . Consequence of Non-Compliance: Failing to comply with the mandatory criteria will deem the bid as being non-responsive . Tender Briefing Details: Briefing Requirement: A compulsory clarification meeting will take place. Briefing Compulsion Status: Failure to attend the compulsory clarification meeting will disqualify the tender . Briefing Date and Time: 13 NOVEMBER 2025, starting at 10H00 . Briefing Venue: KwaDukuza Municipality: PMU Boardroom, Lavoipierre Building, 2 Industria Crescent, KwaDukuza, 4450. Attendance Proof Requirement: A Certificate of Attendance at the clarification meeting must be provided. Late Attendance Policy: Doors will be closed at 10H00, and late attendance will not be accepted, meaning tenderers will not be admitted into the venue. Document Possession Requirement for Discussion: Only those tenderers in possession of a tender document shall be permitted to participate in the discussion at the compulsory clarification meeting. Evaluation Criteria: Preference System Used: The 80/20 preference points system will apply in terms of the Preferential Procurement Regulations, 2022. Specific Goals Criteria: EME which are at least 51% owned by black people . Proof of Specific Goals Claim: Proof of such claim must be provided with the BID, otherwise no points will be awarded for specific goals. Locality Consideration (RDP Criteria): Service providers who reside within the Jurisdiction of KwaDukuza will be considered. Local Labour Requirement: The employment of local labour shall be sourced within the wards of the KwaDukuza Municipality in terms of EPWP. Legal Framework: Bids will be evaluated according to the Council’s Supply Chain Management Policy, MFMA, Council’s Preferential Procurement Policy and other Applicable Legislation.
 
