Questions and Replies

Filter by year

23 November 2017 - NW3657

Profile picture: Hunsinger, Mr CH

Hunsinger, Mr CH to ask the Minister of Transport

(1)Whether any problems occurred with the Sicas S7 software at the simulation test facility in Northriding; if so, (a) what are the details of the problems and (b) how will the problems impact on the progress of the software; (2) whether the entire Germiston station with all its fringe stations have been tested; if not, why not?

Reply:

1 There were some small problems experienced with the software during testing but all this have since been addressed. No problems are currently being experienced with the Sicas S7.

The Sicas S7 core software was tested and validated by the Independent Safety Assessor in the Northriding Test Facility

2. The Germiston station is yet to be tested; it is scheduled to be commissioned between June and August 2020 in line with the project timelines.

23 November 2017 - NW3593

Profile picture: McLoughlin, Mr AR

McLoughlin, Mr AR to ask the Minister of Transport

(a) What is the total number of supplier invoices that currently remain unpaid by (i) his department and (ii) each entity reporting to him for more than (aa) 30 days, (bb) 60 days, (cc) 90 days and (dd) 120 days and (b) what is the total amount outstanding in each case?

Reply:

Department

(a)(i) (aa) Nil

(bb) Nil

(cc) Nil

(dd) Nil

(b)(i) (aa) Nil

(bb) Nil

(cc) Nil

(dd) Nil

Airports Company South Africa SOC Limited (ACSA)

Airports Company South Africa SOC Limited (ACSA) monitors accounts payable aging at ACSA’S Exco and Financial Risk Management Committee {FRMC} (subcommittee of the EXCO).

Extracted from the September 2017 FRMC Report (Executive Summary):

Other detail:

Supplier Name  

Current

(ZAR)

30 days

(ZAR)

31 – 60 days

(ZAR)

SIZWE AFRICA IT GROUP (PTY) LTD

9476201,59

-

-

KARL FREDERICK KRAMER T/A DURBAN COMPRESSORS

6188376,00

-

-

PULENG TECHNOLOGIES (PTY) LTD

4025764,08

-

-

SUPERCARE SERVICES GROUP (PTY) LTD

1667932,08

-

-

TIPP FOCUS HOLDINGS (PTY) LTD

-

35388,38

1398553,52

ADB SAFEGATE SOUTH AFRICA (PTY) LTD

474008,46

-

567555,62

OTIS (PTY) LTD

3549,71

-

1004684,28

BOSASA SECURITY (PTY) LTD

991980,77

-1179,26

-

AIRFIELD MAINTENANCE CONTRACTOR CC

665921,34

-

317387,40

BMK CONSULTING ENGINEERS CC

-

955019,04

-

KUDLAKWELANGA TRADING CC

943200,00

-

-

RUWACON (PTY) LTD

917543,14

-

-

AMERICAN EXPRESS CARDS - CLUB CORPORATE TRAVEL

-

552527,50

353621,12

BIRDLIFE SOUTH AFRICA

741000,00

-

-

SANDTON CONVENTON CENTRE

357117,00

285693,60

-

ORICOL ENVIRONMENTAL SERVICES (PROPRIETARY) LIMITED

633905,89

-

-

POSTWINK SALES CC

610185,00

-

-

ULWEMBU LA SE KASI HOLDINGS (PTY) LTD

9183,22

20406,00

496290,55

EXPONANT (PTY) LTD

-

212603,16

302326,86

RAKOMA AND ASSOCIATES INCORPORATED

500745,00

-

5867,00

RED ALERT TSS (PTY) LTD

215857,44

-

203358,89

GAU FLORA NURSERY CC

409643,43

-

-

MULTICHOICE AFRICA (PTY) LTD

-

233104,86

161225,00

SAFETY AND ALLIED PRODUCTS CC

-

-

385092,00

GEORGE MUNICIPALITY

335181,15

-

-

TECHNIQUE ENGINEERING SERVICES (PTY) LTD

325088,35

-

-

SFI GROUP (PTY) LTD

324351,66

-

-

CASNAN CIVILS CC

271120,50

-

-

MINERP HOLDINGS (PTY) LTD

-

-

269238,82

CLUB CORPORATE TRAVEL (PTY) LTD

12655,04

-

250501,38

MUNICIPALITY

195531,47

-

64050,00

TSEBO OUTSOURCING GROUP (PTY) LTD T/A TSEBO CLEANING SOLUTIONS

121227,32

121227,32

-

IKANDO (PTY) LTD t/a iTMASTER

232795,49

-

-

WASTE PLAN (PTY) LTD

231855,45

-

-

FTI CONSULTING SOUTH AFRICA (PTY) LTD

225439,56

-

-

UK RENOVATORS CC

118445,01

106254,10

-

DAWID KRUIPER LOCAL MUNICIPALITY

222355,55

-

-

JOHN BEAN TECHNOLOGIES (PTY) LTD

211160,70

-

8755,20

CONTINUITYSA (PTY) LTD

215335,17

-

-

PARNIS AIRPORT SERVICES A DIV. OF PARNIS

21492,82

-

187683,89

MIKELEC ELECTRICAL CC

200215,19

-

-

LS NAIDOO T/A GOODWILL PLUMBING AND CIVILS

-

-

191308,49

AFRIMAGE PHOTOGRAPHY t/a ALBERT FRONEMAN CONSULTING

-

-

181289,64

AIR TRAFFIC & NAVIGATION SERVICES COMPANY LTD T/A ATNS

177671,37

-

-

ENGEN PETROLEUM LTD

172706,26

-

-

CAPE TOWN PARTNERSHIP NPC

-

-

171000,00

UPLIFT QUALITY SOLUTIONS (PTY) LTD

-

-

164905,56

OMEGA COMMUNICATIONS (PTY) LTD

26014,80

132599,78

-

AMPCOR KHANYISA CC

122853,59

-

32667,92

GADGET GIRLS CC

-

-

150532,44

TOURVEST DESTINATION MANAGEMENT A DIVISION OF TOURVEST HOLDINGS (PTY) LTD

150392,99

-

-

ACTS OF RANDOM KINDNESS SOUTH AFRICA NPC T/A ARK SA

-

-

150000,00

ROSENBAUER SOUTH AFRICA (PTY) LTD

-

-

122177,69

ZGS SOLUTIONS SERVICES (PTY) LTD

-

-

120000,00

SERVEST (PTY) LTD

115676,22

-

-

ODEX ONLINE CC

37273,05

-

70996,28

JN PLUMBING CC t/a COMET PLUMBING

103512,00

-

-

GARY RACHBUCH ATTORNEYS

-

-

96898,88

DOWN LOW CONSTRUCTION AND PROJECTS

96550,00

-

-

BARLOWORLD SOUTH AFRICA (PTY) LTD T/A BARLOWORLD EQUIPMENT

91109,71

-

-

PROTOCOR TWENTY TWO CC T/A AUTOMATION SPECIFICATION

-

-

89837,93

BOWMAN GILFILLAN INC

-

-

89143,22

ASPIRE SOLUTIONS (PTY) LTD

-

-

85500,00

MAJUGO TRADING (PTY) LTD

85500,00

-

-

BEUMER GROUP SOUTH AFRICA (PTY) LTD

-

-

81815,52

SOLID WEDGE SYSTEMS CC

69820,67

-

-

LOURENS ROADMARKING CC

66558,67

-

-

PLAN B CONSULTING CC

-

56528,72

-

SUPERFECTA TRADING 106 CC T/A KZN TOP BUSINESS

-

-

52624,00

BORDER KEI CHAMBER OF BUSINESS

-

51720,00

-

E W TOOLS AND INDUSTRIAL SUPPLIES

-

-

51015,00

KELLY GROUP (PTY) LTD

-

-

49498,02

UNAKHO FIRE AND EMERGENCY TRAINING AND DEVELOPMENT (PTY) LTD

-

-

49200,00

DURBANVILLE PEST CONTROL CC T/A ENVIRO-SAFE

46899,60

-

-

SOUTH AFRICAN PROPERTY OWNERS ASSOCIATION T/A SAPOA

-

-

46603,20

HAMILTON HYDRAULIC SERVICES CC

46155,18

-

-

ENTERPRISES UNIVERSITY OF PRETORIA

45600,00

-

-

WAZISONDA INVESTMENTS (PTY) LTD t/a SAUSAGE SALOON PROTEA GLEN

44689,14

-

-

DISTINCTIVE CHOICE 1272 CC T/A TURNMET

-

-

43465,54

MANAGED INTEGRITY EVALUATION (PTY) LTD T/A MIE

-

-

42750,00

MELEX GOLF CARS (PTY) LTD

42021,25

-

-

AVIATION TRAINING ACADEMY

-

19702,62

21147,00

MOTLA CONSULTING ENGINEERS (PTY) LTD

40286,38

-

-

THE HUMAN RESOURCE PRACTICE CC T/A THE HUMAN RESOURCE CC

-

-

39900,00

35 PHINDZANI TRADING (PTY) LTD

1824,00

-

36000,00

EUROPCAR.

29703,80

-

4369,19

NDENZA OA (SWD) (PTY) LTD T/A CANOA EASTERN CAPE (PTY) LTD

7700,00

25036,13

-

TD MOTHEBE TRADING T/A MOTHEBE SHUTTLE SERVICES

-

13650,00

18050,00

BIDDULPHS REMOVALS & STORAGE (PTY) LTD

27861,60

-

-

PREMIER ATTRACTION 219 CC T/A ICON CIVILS & BUILDING

-

-

27558,36

ANCER (PTY) LTD

27025,00

-

-

ACTIVE MECHANICAL SERVICES GROUP CC T/A AMS GROUP

26710,20

-

-

FORMFUNC STUDIO (PTY) LTD

26239,95

-

-

CARPE DIEM CIVILS CC

25972,40

-

-

CITY OF CAPE TOWN - RCS LEVIES

25692,00

-

-

RAPID SPILL RESPONSE CC

-

-

25362,06

NDODANA CONSULTING ENGINEERS (PTY) LTD

25080,00

-

-

THE H AND H SECURITY TRUST T/A HARTWIG & HENDERSON SECURITY TRUST

-

24612,12

-

YELLOW DOT OFFICE DEPOT (PTY) LTD

-

24461,65

-

INSTITUTE OF PEOPLE MANAGEMENT T/A IPM

12040,00

-

12040,00

SIZISA UKHANYO TRADING 1067

23930,88

-

-

SCHINDLER LIFTS (SA) (PTY) LTD

22160,92

-

-

THE PRIORY FOR SOUTH AFRICA OF THE ORDER OF ST JOHN T/A ST JOHN AMBULANCE

-

-

21950,00

MULTIMINDS 186 CC T/A COOLING SOLUTIONS

21934,51

-

-

BAPHATHE TRADING T/A ARWYP AIRPORT CLINIC

-

-

20960,00

SIYAYA CORPORATION (PTY) LTD T/A SIYAYA TYRES

20508,60

-

-

USIZO TECHNICAL SERVICES CC

19899,38

-

-

GLOBAL PROSPECTUS TRAINING (PTY) LTD

19357,20

-

-

HANAU ELECTRIC (PTY) LTD T/A TELE TRONIC

-

-

17850,53

CARGO LEARNING ACADEMY (PTY) LTD

-

-

17580,00

PA  STATIONERS UPT (PTY) LTD

17341,63

-

-

JABATHA PAPER AND STATIONERY CC

15938,49

1206,80

-

BARLOWORLD SOUTH AFRICA PTY LTD T/A AVIS RENT A CAR

16756,86

-

-

LEGADIMA PERSONNEL

-

-

16279,20

BULKMATECH ENGINEERING (PTY) LTD

-

12038,40

3938,70

HEALTH INSITE SA (PTY) LTD

-

-

15931,50

MAINLINE CIVIL ENGINEERING CONTRACTORS CC

-

15789,00

-

MELCO ELEVATOR SA (PTY) LTD

15576,74

-

-

CREST PARKING & ACCESS CONTROL CC

-

-

15530,22

SAACOSH (PTY) LTD

15162,00

-

-

SEEDITE AND BOGOSI TRADE AND ENTERPRISE CC

-

15142,50

-

ENGINEERING COUNCIL OF SOUTH AFRICA T/A ECSA

-

3072,00

11845,40

SOUTH AFRICAN WEATHER SERVICE

14857,28

-

-

KAMO INDUSTRIAL SUPPLIES

-

-

14136,00

IMAGE EXCELLENCE PERFORMANCE CONSULTANTS GROUP (PTY) LTD T/A IE GROUP

-

-

13651,50

MAINBRANCH INVESTMENTS 39 (PTY) LTD T/A SOARING FALCON SPUR

2749,00

3974,10

6907,35

GET EDUCATED CC T/A GETSMARTER

-

-

12900,00

WJ AUST CC T/A MICROTEQ

12774,28

-

-

SAGE SOUTH AFRICA (PTY) LTD t/a SAGE HR AND PAYROLL A DIV OF SAGE SOUTH AFRICA

-

12654,00

-

RENTOKIL INITIAL (PTY) LTD

12451,89

-

-

ALGOA OFFICE AUTOMATION (PTY) LTD t/a NASHUA EASTERN CAPE

12315,22

-

-

TOP MEDIA AND COMMUNNICATIONS (PTY) LTD

-

11400,00

-

THE GATEWAY HOTEL UMHLANGA (PTY) LTD

-

11375,00

-

COMPLIANCE INSTITUTE OF SOUTH AFRICA

6477,00

4860,00

-

DURBAN CHAMBER OF COMMERCE AND INDUSTRY

-

-

11039,76

DARK FIBRE AFRICA (PTY) LTD

-

-

10624,80

KINGDOM CUISINE (PTY) LTD

-

-

10609,22

APPLECART PROPERTIES 42 CC t/a SAFFRON KITCHEN

-

6963,12

3465,60

MINOLCO (PTY) LTD T/A KONICA MINOLTA SA

10026,84

-

-

GARAGE CARDS - CORPORATE

9435,04

-

-

CENTA FIRE (PTY) LTD

-

-

9405,00

SOUTHERN AFRICAN MUSIC RIGHTS ORGANISATION T/A SAMRO LIMITED

9346,30

-

-

THINK360 KZN (PTY) LTD

9006,00

-

-

SOUTH AFRICAN COUNCIL OF SHOPPING CENTRES

8949,00

-

-

FOODWEAR CC

8744,94

-

-

ILEMBE CONSORTIUM

-

-

8735,08

PARAMOUNT BODY WORKS CC

8265,00

-

-

INSTITUTION OF FIRE ENGINEERS SA

7930,00

-

-

THE INSTITUTE OF RISK MANAGEMENT SOUTH AFRICA

7780,50

-

-

SOUTH AFRICAN CIVIL AVIATION AUTHORITY

5985,00

1785,00

-

INNOVATIVE SPECIALIZED PRODUCTIONS CC

7560,00

-

-

VOLTEX (PTY) LTD T/A LITECOR

7536,06

-

-

GILBARCO AFS (PTY) LTD

7469,85

-

-

ENVIROSERV WASTE MANAGEMENT (PTY) LTD

7318,80

-

-

RICOH SOUTH AFRICA (PTY) LTD

6882,88

-

-

FIHRST MANAGEMENT SERVICES (PTY) LTD (HR)

6770,23

-

-

MR FIX IT

6612,00

-

-

VODACOM SERVICE PROVIDER COMPANY (PTY) LTD

-

6534,90

-

RODE AND ASSOCIATES (PTY) LTD

-

6498,00

-

TERRA FIRMA SOLUTIONS

6298,50

-

-

MASON COMPLETE OFFICE SOLUTIONS (PTY) LTD

6260,43

-

-

COASTAL AND ENVIRONMENTAL SERVICES

-

-

6238,67

WCA WORKERS COMPENSATION ASSISTANCE

6228,30

-

-

BUMBALI (PTY) LTD t/a BUMBALI CONSULTING

-

-

5700,00

CENTA FIREQUIP CC T/A FIREQUIP

-

-

5643,00

AFFIRMATIVE PORTFOLIOS (CC)

5640,05

-

-

MASSTORES (PTY) LTD T/A MAKRO SA

-

-

5564,00

ALL ABOUT FOOD CC

-

-

5270,91

BIDVEST SERVICES (PTY) LTD t/a BIDVEST STEINER - UPINGTON

-

-

5198,40

COMPUTERSHARE PROPRIETARY LIMITED

5130,00

-

-

SACHAR MOBILE PRETORIA

-

-

4960,82

SIGMA LIFTS AND ESCALATORS (PTY) LTD

4939,12

-

-

STEINER HYGIENE (PTY) LTD

4673,09

-

-

COMMERCE EDGE SOUTH AFRICA (PTY) LTD

4503,00

-

-

OMEGA HR SOLUTIONS (PTY) LTD

-

-

4286,40

ALERT STATIONERS CC

4204,55

-

-

BASFOUR 2730 (PTY) LTD T/A NASHUA MANGAUNG

3946,91

-

-

AIRCONDITIONING SERVICES CISKEI PTY LTD

-

-

3663,96

SOUTH AFRICAN BROADCASTING CORPORATION LTD

3626,52

-

-

THE SOUTHERN AFRICAN INSTITUTE OF CHARTERED SECRETARIES AND ADMINISTRATORS T/A ICSA

-

-

3503,00

BLOEMFONTEIN CHAMBER OF COMMERCE & INDUSTRY (BCCI)

-

-

3450,00

FINTECH (PTY) LTD T/A CREDIFON POSTAGE A DIVISION OF FINTECH

3360,00

-

-

BIG FIVE DUTY FREE (PTY) LTD

-

-

3315,34

XYZ CATERING (PTY) LTD t/a BRUCE CATERING

-

-

3269,56

THE SOUTH AFRICAN INSTITUTE OF CIVIL ENGINEERING T/A SAICE

-

-

3103,00

PABALELO SECURITY SERVICES AND PROJECTS

-

-

3078,00

METROFILE (PTY) LTD

677,98

1088,47

1244,54

CSIR

2940,52

-

-

KEYBASE TRAINING SOLUTIONS CC

-

-

2821,50

CHUBB INTEGRATED SYSTEMS

-

-

2793,00

CJ HATTINGH AND SONS CC T/A PMR AFRICA

-

-

2600,02

PETTY CASH

2586,00

-

-

JOHN KNIGHT CATERING (PTY) LTD t/a KNIGHTS CATERING

-

-

2114,70

SOUTH AFRICAN POST OFFICE LTD

1800,00

-

-

ALTRA MEDICAL PRODUCTIONS CC

1394,22

-

-

DALROD OFFICE SUPPLIES (PTY) LTD

1258,67

-

-

AVUSA RETAIL LTD T/A VAN SCHAIK BOOKSTORE

-

-

1106,19

JRS SALES AND CONSULTING CC

1077,32

-

-

NOSA (PTY) LTD

-

-

990,00

UPINGTON TREKKERS

-

-

984,86

SIZWE PAINTS (PTY) LTD

793,61

-

-

BIDVEST PAPERPLUS (PTY) LTD t/a LITHOTECH

771,19

-

-

NELSON MANDELA BAY TOURISM

-

-

720,00

PARK AVENUE STATIONERS CC

679,38

-

-

VUZA MEDICAL (PTY) LTD

-

-

651,50

TRANSFORM EL TRUST T/A TRANSFORM ELECTRICAL WHOLESALERS EL

-

-

603,29

MERCHANT WEST (PTY) LTD

573,77

-

-

JAFF AND COMPANY (PTY) LTD

-

-

501,60

SOUTH AFRICAN INSTITUTE OF CHARTERED ACCOUNTANTS T/A SAICA

-

-

500,00

SOUTH AFRICAN REWARD ASSOCIATION T/A SARA

-

-

500,00

WALKERS MIDAS

-

-

169,25

HUGE CONNECT (PTY) LTD

-

-

158,46

HORSEHOE MOTEL

149,00

-

-

HALSTED AND COMPANY (PTY) LTD

-

-

141,02

MUNASI CIVIL CONTRACTORS CC BUILDING MAINTENANCE

-

-

49,25

VAN WYK G H MR - CORP STAFF

-

-

0,30

MASSTORES (PTY) LTD T/A MASSDISCOUNTERS, GAME, DION, DION WIRED

-

-

0,01

RGL TRADING (PTY) LTD T/A ITEC EAST CAPE

-

-

0,01

GVK SIYA ZAMA BUILDING CONTRACTORS (EP) PTY LTD

-

-

-0,01

BIDVEST WALTONS - A DIVISION OF BIDVEST OFFICE (PTY) LTD

-

-

-814,13

AQUA TRANSPORT AND PLANT HIRE (PTY) LTD

-

-

-2394,00

RESHEBILE AVIATION & PROTECTION SERVICES (PTY) LTD

-

-

-3707,28

AH HUMAN CAPITAL t/a EXECUTIVES ONLINE JOHANNESBURG NORTH

-

-

-19698,42

GOLD CARDS - CORPORATE

-

-

-28814,57

Total

34392826,86

2983737,01

8566653,48

Air Traffic and Navigation Services SOC Limited (ATNS)

STATUS OF SUPPLIER INVOICES AS AT 30 SEPTEMBER 2017

No.

Supplier Name

Amount outstanding 30 Days

Amount outstanding 60 Days

Amount outstanding 90 Days

Amount outstanding 120 Days +

Reason for non-payment/Envisaged date of payment

1

GARTNER SOUTH AFRICA

834,071.12

-

-

666,743.82

Paid End October

2

MAYA INNOVATE (PTY) LTD

388,340.32

-

-

-

Paid End October

3

NEOTEL BUSINESS SUPPORT SERVICES PTY LTD

52,998.03

53,572.36

-

-

Paid End October

4

G4S SECURE SOLUTION (SA) (PTY)LTD

82,496.56

-

38,549.10

-

Paid End October

5

OPTICAL FIBRE TRENDS

39,152.10

89,397.66

-

-

Paid End October

6

NGUBANE AND COMPANY JOHANNESBURG INCORPOR

156,682.26

-

-

-

Paid End October

7

MINKATEKO GENERAL MAINTENANCE

61,919.56

48,431.31

-

13,440.00

Paid End October

8

GA ENVIRONMENT (PTY) LTD

89,889.00

-

-

-

Paid End October

9

MADIBA MOTSAI MASITENYANE AND GITHIRI ATT

28,215.00

32,917.50

-

-

Paid End October

10

MOCCS (PTY) LTD

16,512.84

-

-

-

Paid End October

11

OMNIVISION

15,331.81

-

-

-

Paid End October

12

OTIS ELEVATOR COMPANY

10,967.59

-

-

-

Paid End October

13

METROFILE PTY LTD

21,804.13

-

-

-

Paid End October

14

HENRY WILLIAMS PLANTSCAPE

4,836.94

4,836.94

4,836.94

-

Paid End October

15

KPMG SERVICES(PROPRIETATY)LIMITED

5,735.34

-

-

-

Paid End October

16

LOAD MASS CRANE SERVICES

5,304.42

-

-

-

Awaiting credit note

17

NTEBU PELE PROJECTS AND CONTRACTORS CC

4,332.00

-

-

-

Paid End October

18

KEVCOR EQUIPMENT DIVISION

2,872.80

-

-

-

Paid End October

19

H20 PURIFIES CC

1,020.00

1,020.00

-

-

Paid End October

20

THALES(FLIGHTCRAFT AVIATION))

1,559,973.86

2,941,673.67

-

-

Paid End October

21

SA POST OFFICE LTD

4,821.75

-

-

-

Paid End October

22

S A CIVIL AVIATION AUTHORITY (LICENCES)

982,213.98

2,940.00

-

-

Paid End October

23

RED ALERT JOHANNESBURG

187,024.38

13,054.05

-

-

Paid End October

24

RAPDL CONSTRUCTION

21,489.00

-

-

-

Paid End October

25

ROCKETSEED SOUTH AFRICA PTY LTD

64,877.40

-

-

-

Paid End October

26

PTES CONSULTING AND RECRUITMENT SERVICES

21,090.00

105,108.00

-

-

Paid End October

27

SITA INFORMATION NETWORKING COMPUTING

123,472.83

3,126.00

-

4,466.03

Paid End October

28

TWOFOLDS CONSULTING

76,810.01

-

-

-

Paid End October

29

TEMBO'S CATERING

4,770.00

-

25,890.00

19,973.00

Await approval, incumbrance

30

THE INSTITUTE OF RISK MANAGEMENT SOUTH AF

31,122.00

-

-

-

Paid End October

31

SOLID GREEN CONSULTING CC

31,017.12

-

-

-

Paid End October

32

RENTOKIL PTY LTD C.T

17,729.84

-

-

5,016.26

Awaiting statement, requested

33

THE BUSINESS ZONE 25

20,770.82

-

-

-

Paid End October

34

PUBLIC DISPLAY TECHNOLOGIES (PTY) LTD

14,411.41

-

-

-

Paid End October

35

PUREAU FRESHWATER

9,623.88

-

-

-

Approval related problem, to review contracts

36

STOREX PTY LTD

11,970.00

-

-

-

Paid End October

37

SABC TV LICENCES

11,363.27

-

-

-

Account under query, payment by 15 Nov

38

WESTERN OCEAN INVESTMENTS 112 CC

9,975.00

-

-

-

Paid End October

39

WATER FROM AIR

3,003.90

-

-

-

Await confirmation of banking details

40

WALTONS STATIONERY CO

1,574.98

1,723.01

-

-

Await credit note

41

TS PROMOTIONS

4,155.00

-

-

-

Paid End October

42

WP DE JONGH ELELECTRICAL

1,368.00

-

-

2,394.00

Paid End October

43

SAFETY MATE

2,430.87

-

-

-

Paid End October

44

TUINROETE AGR

1,538.45

-

65.52

-

Statement requested

45

WLZ COMMUNICATION T/A HYMAX BORDER

792.30

-

-

-

Paid End October

46

SANDOLL CONSULTANTS PTY LTD

342.00

-

-

-

Paid End October

47

DAWN WING

34,951.15

2,425.58

981.64

37,470.78

Delay in approval of invoices

48

FIDELITY SPRINGBOK SECURIT(JHB)

37,018.03

-

36,516.12

-

Paid End October

49

FIDELITY SUPERCARE CLEANING(CT)

8,117.94

-

-

-

Paid End October

50

BROLL PROPERTY GROUP

12,347.12

-

13,634.81

11,917.88

Account under investigation

51

BATTERY CABIN

23,700.00

-

-

-

Paid End October

52

DR BRATHWAITE & PARTNERS

722.40

10,827.56

4,441.90

3,890.15

Paid End October

53

BIDVEST MANAGED SOLUTIONS (Pty) lTD.

6,369.02

-

6,369.02

-

Paid End October

54

BIDDULPHS REMOVALS

18,183.00

-

-

-

Paid End October

55

DR PETRO LEHMAN

13,690.00

-

-

-

Paid End October

56

DIESEL ELECTRIC SERVICES PTY LTD

11,235.27

-

-

-

Paid End October

57

BASIC COOLING

4,383.30

-

6,156.00

-

Paid End October

58

DR AS NIEMANN & ASSOCIATES

6,562.55

2,887.79

-

-

Paid End October

59

CHUBB ELECTRONIC SECURITY PE

1,991.60

-

-

3,272.63

Queries being attended to

60

ADVENTURE INDUSTRIAL CLEANING

7,210.50

-

-

-

Paid End October

61

ADT FIRE SECURITY

1,378.43

-

1,378.43

2,756.86

Paid End October

62

DR BOSMAN & VENOTE

770.00

2,639.39

-

-

Paid End October

63

DR BOSMAN;BRINK & GROENEVELD

761.16

-

-

-

Paid End October

64

BYTES PEOPLE SOLUTIONS

45.60

-

-

-

Queries being attended to

65

AIRPORTS COMPANY SOUTH AFRICA (CT)

1,851.19

1,851.19

-

-

Paid End October

66

IMITIZA FARM FORT GREY (ESKOM)

5,745.52

-

-

-

Paid End October

67

KINGDOM STATIONERY & COMPUTERS

33,857.21

17,020.66

27,582.99

-

Paid End October

68

LINK FIRE CONTROL SYSTEMS CC

1,760.16

557.46

-

-

Paid End October

69

METROFILE(PTY)LTD

4,172.29

-

-

-

Paid End October

70

NAREN MISTRY ARCHITECHS CC T/A THE CREATI

-

413,414.96

-

-

Paid End October

71

ICAS SOUTHERN AFRICA

-

22,116.00

16,986.00

-

Paid End October

72

KLOPPERS CAW

-

11,394.00

-

-

Paid End October

73

OMEGA PRINT & OFFICE SUPPLIES

-

13,205.76

-

-

Paid End October

74

IDTEK SOLUTIONS

-

8,898.68

-

-

Queries being attended to

75

VOX TELECOMMUNICATIONS (PTY)LTD

-

619,233.59

-

2,470,524.71

Paid End October

76

SALISPACE

-

89,141.16

-

-

Paid End October

77

TAP PROPERTIES (PTY) LTD

-

56,700.00

-

-

Paid End October

78

TRANSCEND CORPORATE ADVISORS(PTY) LTD

-

48,639.70

-

-

Await supplier statement

79

PICKFORDS

-

4,770.90

-

-

Paid End October

80

SMITH GARB & ASSOCIATES CC

-

35,129.10

-

-

Paid End October

81

THUSANANG GAST

-

16,840.99

-

-

Paid End October

82

STUTTAFORD VAN LINERS BLOEMFONTEIN

-

14,521.91

-

-

Paid End October

83

RENTOKIL PTY LTD PE

-

4,561.15

-

-

Await supplier statement

84

RED ALERT CLEANING BLOEMFONTEIN

-

2,537.37

-

7,555.65

Paid End October

85

UNDERWRAPS CATERERS CC

-

3,819.00

-

-

Queries & late approval

86

SIZABANTU PLUMBING CONTRACTORS CC

-

661.20

-

7,331.65

Queries & late approval

87

STUTTAFORD VAN LINES-CAPE TOWN

-

5,808.30

-

-

Late approval of invoice

88

UNISA

-

13,168.75

5,445.00

6,617.50

Queries being attended to

89

UNIVERSITY OF STELLENBOSCH

-

2,515.00

-

-

Queries being attended to

90

S A COUNCIL FOR PROF & TECH SURVEYS

-

1,730.00

-

-

Paid End October

91

RED ALERT ALARMS

-

332.60

-

-

Paid End October

92

DAC SYSTEMS(PTY) LTD

-

37,973.84

-

-

Paid End October

93

COFFEE UNPLUGGED CC

-

1,658.70

11,286.00

18,667.50

Paid End October

94

DR K A INGHAM

-

11,400.00

-

-

Paid End October

95

DATACENTRIX PTY LTD

-

7,182.00

-

-

Paid End October

96

CHUBB ELECTRONIC SECURITY BL

-

639.00

-

4,930.74

Queries being attended to

97

DISCOVERY HEALTHMediacal Aid)

-

1,038.00

-

-

Paid End October

98

AASA

-

183,382.30

-

-

Paid End October

99

KOUGA MUNICIPALITY(HUMANSDORP)

-

3,188.04

-

-

Paid End October

100

MAUREEN'S CATERING CC

-

10,000.00

-

-

Queries being attended to

101

HEIN SCHRODER AND ASSOCIATES

-

-

34,200.00

-

Paid End October

102

ISOLVE BUSINESS SOLUTIONS (PTY) LTD

-

-

13,680.00

-

Paid End October

103

VODAC

-

-

10.00

-

Paid End October

104

SENNHEISER ELECTRONIC SA (PTY) LTD

-

-

56,458.50

-

Queries being attended to

105

TSHIAMO CHEMISTRY PTY LTD

-

-

18,194.40

-

Queries being attended to

106

VAN SCHALK BOOKSTORE

-

-

128.00

13,242.62

Queries being attended to

107

SA BOARD FORPEOPLE PRACTICE

-

-

855.00

-

Queries being attended to

108

CHUBB INTERGRATED SYSTEMS

-

-

17,688.11

35,376.22

Paid End October

109

ESKOM PHILIPSTOWN

-

-

688.26

-

Paid End October

110

GDS TECHNOLOGIES (PTY) LTD

-

-

344,712.00

-

Paid End October

111

MINKATEKO GENERAL MAINTENANCE

-

-

35,317.20

5,597.40

Paid End October

112

MULTI WASTE

-

-

3,429.92

-

Paid End October

113

LEXISNEXIS BUTTERWORTHS

-

-

-

51,605.10

Queries being attended to

114

OPTRON (PTY) LTD

-

-

-

13,942.20

Paid End October

115

MAMABOLO PHAJANE ATTORNEYS

-

-

-

7,974.85

Paid End October

116

ORACLE

-

-

-

6,561.56

Investigating possible duplication

117

LABOURNET CENTRAL (PTY) LTD

-

-

-

5,529.00

Paid End October

118

GOVERNMENT PRINTING WORKS

-

-

-

4,000.00

Paid End October

119

GANGA PLUMBERS CC

-

-

-

513.00

Paid End October

120

HLATSHWAYO DU PLESSIS VAN DER MERWE

-

-

-

1,829.70

Await credit note

121

UNIVERSITY OF WITWATERSRAND

-

-

-

20,584.00

Queries being attended to

122

SIGMA LIFTS & ESCALATORS (PTY) LTD

-

-

-

9,708.87

Paid End October

123

SOUTH AFRICAN GEOMATICS INSTITUTE

-

-

-

943.50

Paid End October

124

PICTO BUSBY

-

-

-

598.62

Supplier statement requested

125

EXORDIA (PRICEWATERHOUSECOOPERS)

-

-

-

526,643.15

Paid End October

126

ALLEGRO CENTRAL VACUUM SYSTEMS

-

-

-

8,753.70

Paid End October

127

CARGO LEARNING ACADEMY(PTY)LTD

-

-

-

3,520.00

Paid End October

128

ALEXKOR LTD

-

-

-

3,442.66

Queries being attended to

129

COMPLIANCE INSTITUTE OF SOUTHERN AFRICA

-

-

-

2,808.01

Await credit note

130

DRS DIETRICH;VOIGT & PARTNERS

-

-

-

485.16

Paid End October

131

EBSCO SUBSCRIPTION SERVICES

-

-

-

158.13

Await credit note

132

ACTION TRAINING ACADEMY

-

-

-

30,287.52

Queries being attended to

133

ACTION TRAINING ACADEMY DBN

-

-

-

3,740.00

Queries being attended to

134

GIJIMA AST HOLDING (PTY) LTD

-

-

-

16,190.28

Queries being attended to

REPORT TOTAL

5,279,037.31

4,981,612.13

725,480.86

4,061,004.41

 

South African Civil Aviation Authority (SACAA)

  1. (i) Not applicable; (ii) and (b): The South African Civil Aviation Authority (SACAA) endeavours to comply with section 38(1)(f) of the Public Finance Management Act, Treasury Regulation 8.2.3 and National Treasury SCM Instruction No 5 of 2016/17 to settle all contractual obligations as well as all valid and approved invoices within a period of 30 days, or as prescribed or agreed.

Debt is settled within 30 days of a valid and approved invoice being presented to the SACAA’s Finance Department and if all the required supporting documents are submitted. An invoice is regarded as a valid invoice only after it has been approved by the business unit receiving the service / product, to certify that goods/services offered were received in order and were of the correct quality and quantity. Invoices that have not been approved and paid within 30 days are as a result of queries between the SACAA and the supplier that must be resolved first. Payments are done weekly by the SACAA’s Finance Department and a creditor’s age analysis is prepared and reviewed monthly. The following invoices are currently recorded as unpaid for more than 30 days:

  1. (ii) CBRTA’

The Cross Border Road Transport Agency pays its debt timeously, at an average of 14 days per creditor. There are however, isolated instances where service providers are not paid within 30 days of receipt of invoices for a variety of reasons, for instance, where the service has not been satisfactory and warrants engagement with the Agency, or where errors have been picked up from the supplier invoices or where the price charged is not in line with what was contracted or quoted.

  1. (ii) The Agency has eighteen (18) suppliers that remained unpaid for more than 30 days as at the end of October 2017. See table below for more information.

(aa) 30 days but below 60 days

  1. 60 days but below 90 days
  1. 90 days but below 120 days
  1. 120 days and more
  1. Amount outstanding

Eight (8) suppliers

Two (2) suppliers

Three (3) suppliers

Five (5) suppliers

 

Atlantis Corporate Travel

 

R29,047.30

Duma Travel

 

R117,407.90

Flight Centre SA (Pty) Ltd

 

R58,810.18

Government Printing Works

 

R749.99

IT Squared

 

R12,494.00

Savage, Jooste & Adams

 

R351,351.30

Shred-IT

 

R1,812.60

Supreme Travel (Pty) Ltd

 

R42,072.22

 

Fidelity Cash Solutions (Pty) Ltd

 

R4,213.04

 

Sage VIP

 

R1,359.45

 

Fidelity Cash Solutions (Pty) Ltd

 

R4,304.24

 

SBV Services (Pty) Ltd

 

R3,287.20

 

Harvey World Travel – Waterkloof

 

R40,170.33

 

Chubb Security SA (Pty) Ltd

R3,157.80

 

Khayalami Security cc

R41,952.00

 

Magna BC

R63,270.00

 

Mdluli Sharp Office Automation

R17,978.78

 

Orange Fox Security Systems

R3,921.09

  1. (ii) RAF’
  1. (ii) The total number of supplier invoices that are currently loaded for payment and remain unpaid by the Road Accident Fund for more than

(aa) 30 days is

(bb) 60 days is

(cc) 90 days is

(dd) 120 days is

 

2712,

264,

185,

149,

and (b) the total amount outstanding in each case is

R35,046,966.09,

R4,130,891.05

R2,497,459, and

R2,339,787.99.

  1. (ii) RTIA’

(a) (ii) Road Traffic Infringement Agency has

(aa) 30 days = 1

(bb) 60 days =1

(cc) 90 days = 1

(dd) 120 days = 1

(b) what is the total amount outstanding in each case?

(aa) 30 days = R63 428.22

(bb) 60 days = R21 204.00

(cc) 90 days = R21 204.00

(dd) 120 days = R24 million

Notes:

120 days category - The R24 million outstanding relates to the SAPO balance that was in dispute since 2015-16 financial year relating to AARTO notices served.

30 - 90 days category – TheR105 836.22 relates to the services that were undertaken prior to the service level agreement being concluded. The services were undertaken based on the issued order to the supplier.

  1. (ii) RTMC’

Supplier Name

30 Days

60 Days

90 Days

120 Days

Total

ICAS

 

63 140,80

178 351,10

248 083,32

489 575,22

Mafuyeka Attorneys

164 640,00

 

 

 

164 640,00

Media24

19 152,00

 

 

 

19 152,00

Nishlan Moodley (all invoices)

157 316,58

 

 

 

157 316,58

Partners in Travel

4 963,56

 

 

 

4 963,56

Sail Rights Commercialization

965 675,08

 

 

 

965 675,08

(b)

1 311 747,22

63 140,80

178 351,10

248 083,32

1 801 322,44

Number of invoices

5

1

1

1

8

  1. (ii) SANRAL

Days outstanding

  1. Number of invoices

Amount (R)

(aa) 30 – 60 days

29

6 601 603

(bb) 60 – 90 days

8

190 499

(cc) 90 – 120 days

4

137 473 788 *

(dd) 120

 

0

     
  1. TOTAL

41

144 265 890

*An amount of R137 126 716 is unpaid due to the vendor not submitting the required documentation for vendor registration.

The remainder of the outstanding invoices are at invoice verification stage with outstanding documentation from suppliers. Engagements continue with suppliers to meet all criteria for invoice processing and payment.

Ports Regulator (RS)

(a)(ii) The Ports Regulator does not have any invoices hat has remained unpaid for more than (aa)30 days, (bb) 60 days, (cc) 90 days and (dd) 120 days. This is caused by the district finance policy of processing the invoice within 7 days after the date of receipt. The invoice are then paid filed, there are instances where the invoice may go beyond the 7 days period by those isolated instances are carefully managed to ensure that it doesn’t exceed the 30 days period

South African Maritime Safety Authority (SAMSA)

1. The total number of suppliers that remain unpaid is 596.

2.

 

Current

30 Days

60 Days

90 Days

Total Amount outstanding

R 4 396 019,71

R 2 495 545,38

R 660 052,48

R 920 874,41

Passenger Rail Agency of South Africa (PRASA)

(a) Number of invoices unpaid –

(aa) more than 30 days - R96,149,129

(bb) more than 60 days – R85,373,156

(cc) more than 90 days – R58,998,210

(dd) more than 120 days – R880,577,150

Disparity between capital and operational expenses leaves shortfall/unpaid invoices on operational expenditure. 56% of outstanding amount is due to Transnet and 6% to municipalities.

Railway Safety Regulator (RSR)

No of days

Number of Suppliers

Amount

30 Days

31

677 548,37

60 Days*

2

7 450,31

90 days*

2

11 820,00

120 days**

8

2 199 887,23

 

TOTAL

2 896 705,91

* Invoices received late from suppliers

** Transactions that are currently disputed and going through a verification process or services not delivered as per specification currently being resolved

23 November 2017 - NW3553

Profile picture: Horn, Mr W

Horn, Mr W to ask the Minister of Transport

(a) What is the approved ranking system currently used by the Road Traffic Management Corporation to rank its officers and (b)(i) on what date and (ii) by whom was the specified system approved?

Reply:

a) The ranking structure of the RTMC is part of the organizational structure and it consists of the ranks of constable, inspectors, supervisors, deputy chiefs and traffic chief

b) (i) approved on the 3rd July 2014

(ii) by the RTMC board

23 November 2017 - NW3552

Profile picture: Horn, Mr W

Horn, Mr W to ask the Minister of Transport

With regard to the Road Traffic Management Corporation advertisement published in 2016 for traffic officers, (a) why were some applicants appointed without drivers’ licences, (b) why were some applicants appointed as senior inspectors when the advert calls for traffic officers (c) why were other applicants with driver’s licences not accepted?

Reply:

a) None of the Traffic Officers were appointed without a driver’s licenses

b) None (Refer to (a) above)

c) Not applicable

23 November 2017 - NW3545

Profile picture: Groenewald, Mr HB

Groenewald, Mr HB to ask the Minister of Transport

Whether the contributions of the Road Traffic Management Corporation to the Government Employees Pension Fund are up to date; if not, (a) why not and (b) by which date will the contributions be up to date?

Reply:

a) Yes, the contributions to GEPF are up to date

b) Not applicable, as all contributions are up to date

c) Not applicable, as all contributions are up to date

17 November 2017 - NW3413

Profile picture: De Freitas, Mr MS

De Freitas, Mr MS to ask the Minister of Transport

(1)(a) What are the details of each tender issued or awarded by (i) his department and (ii) each entity reporting to him in the past three financial years, (b) what was the value of each tender, (c) who won the tender (d) the criteria were used to award the tenders and (e) what mechanisms exist to ensure that the companies that won the tenders have the capacity, capability and resources to fulfil the requirements demanded by each tender?

Reply:

Department

PROJECT DESCRIPTION

CONTRACT AMOUNT

SUPPLIER

(a)(i)

(b)

(c)

To Develop, Establish, Manage the Scrapping Administration Agency (TSA).

521 238 734.00

Taxi Scrapping Administration

Advocate to draft legislation for the No-Fault Policy/Road Accident Benefit Scheme (RABS)

2 312 000.00

HJ De Waal

Establishment of the Single Source Transport Economic Regulator through Developing Policy, Legislation and Implementation Plan

13 036 668.00

DNA Economics

Rural Accessibility/Multi Modal Deprivation Index Project

1 509 702.00

VelaVke Consulting

Provision of Legal Advisory for the Department of Transport's intervention in Limpopo

3 200 000.00

Ntuli Noble

Cleaning Services to the Department for a period of two (2) year

4 121 985.68

Bontle ke Bontle

Extend Scope of Cleaning Services to provide for additional floors allocated to DOT

1 071 536.54

Bontle ke Bontle

Extend Scope of Cleaning Services to provide for additional floors allocated to DOT

684 438.18

Bontle ke Bontle

Travel agent to provide Travel, Accommodation, Conferencing and ad-hoc Car Rental Services to the Department for a period of two (2) years

Negotiated rates apply

Travel with Flair

Extension of Feasibility Study: Moloto Development Corridor

1 034 666.00

SMEC

Supply , Install and Maintain the Switchboard (PABX) and Telephone Management System for the Department of Transport's Head Office

5 679 327.53

Bytes

Formulation and Implementation of SA Road Infrastructure Policy

4 908 125.48

ITS Engineering

Marine Pollution Prevention & Response Vessel capability (Standby Tug)

199 640 000.00

AMSOL

Security Services at the Department

4 384 093.34

Eldna Security Services

Review Road based subsidized transport service

2 843 844.00

Gibb (Pty) Ltd

Multi Modal Transport Planning and Coordination Draft Bill

5 386 000.00

Modiba & Associates Inc

Up scaling of S'hamba Sonke Road Program: Cluster A(Gauteng, North West & Limpopo)

11 244 960.00

PH Bagale (previously Core JV)

Up scaling of S'hamba Sonke Road Program: Cluster C(KZN & Mpumalanga)

9 931 680.00

PH Bagale (previously Core JV)

Up scaling of S'hamba Sonke Road Program: Cluster B(Northern Cape & Free State)

22 019 199.35

Royal Haskoning DHV

Up scaling of S'hamba Sonke Road Program: Cluster D(Eastern Cape & Western Cape)

19 587 508.25

Royal Haskoning DHV

Technical and Secretariat Services for the NTPF

5 621 700.00

Delca Systems

Travel Agent to provide Travel, Accommodation, Conferencing and ad-hoc Car Rental Services to the Department for a period of two (2) years

 

WingsNaledi Corporate Trading (Pty) Ltd

Development of Regional Corridor Development Strategy

2 727 336.57

Arup

Cleaning Services to the Department for a period of two (2) year

7 658 230.46

Bontle ke Bontle

PROJECT DESCRIPTION

CONTRACT AMOUNT

SUPPLIER

(a)(i)

(b)

(c)

RE-APPOINTMENT :Support to Regulating Committee on Fees and Charges by ACSA and ATNS - Cost Extension

1 314 207.00

PWC

Update of the National Freight Logistics Strategy

2 272 704.00

Delca Systems

Update of the National Freight Databank

8 941 872.72

Aurecon SA (Pty) Ltd

Finalize the Draft White Paper on NADP

2 436 164.00

Kaiser International (Pty) Ltd

Review White Paper on National Transport Policy of 1996

5 269 365.00

Genesis Analytics/Aurecon SA & Webber Wentzel Consortium

Assist in Developing a Branch-line Strategy and Pilot Program

6 108 123.00

Ernst & Young Advisory Services

NATURAL CONTINUATION: Forensic Analysis of Putco Sandfontein Contract

4 598 226.88

Transport and Economics Support Services (TESS)

Internal Audit Services for DLCA

1 784 546.00

PriceWaterhouseCoopers Inc (PWC)

Shova Kalula: Supply 2700 bicycles and helmets, vests, pumps, locks etc.

3 996 000.00

Abroo Style Trading CC

Assist Internal Audit with Audit Report Audits

948 157.70

SAB&T Chartered Accountant Inc t/a Nexia SAB&T

Natural Continuation: NATMAP 2050 Review and Update

3 538 560.00

Aurecon SA (Pty) Ltd

CLOSED BID: Finalize the Draft White Paper on NCAP

983 424.00

Kaiser International (Pty) Ltd

Freight Transport Model

4 071 557.88

Kijama Development

Determining the criteria for certifying Auditors and training requirements.

731 300.00

SAATCA

EXPANSION: Review of the National Safety Regulator Act

798 000.00

Mncedisi, Ndlovu & Sedumi

Develop a Regional Transport Market Integration Strategy

1 866 180.00

Letsema Consulting & Advisory Services (Pty) Ltd

Supply of Stationary to the Department for 2 years

 

 

Review of the Taxi Recap Programme

1 784 744.10

AM Consulting Engineers

Shova Kalula: Supply 3450 bicycles and helmets, vests, pumps, locks etc.

5 517 114.00

Foziyus Trading

Develop an Integrated Public Transport Network plan in OR Tambo Municipal District

1 963 650.00

SMEC

Rail Economic Regulator Panel

 

Panel

Rail Economic Regulator Panel: SUB PROG 1.1.1 - DEVELOP A SCOPING REPORT FOR RAIL INFRASTRUCTURE CLASSIFICATION AND INFRASTRUCTURE MODEL

110 500.00

LTS Consulting

Rail Economic Regulator Panel: SUB PROG 1.1.2 - DEVELOP AN INTERNATIONAL BENCHMARKING REPORT FOR INFRASTRUCTURE CLASSIFICATION AND INFRASTRUCTURE MODEL

637 060.40

Gibb (Pty) Ltd

PROJECT DESCRIPTION

CONTRACT AMOUNT

SUPPLIER

(a)(i)

(b)

(c)

Rail Economic Regulator Panel: SUB PROG 3.1 -UNDERTAKE A REVIEW OF THE CURRENT LOCAL RAIL ENVIRONMENT ON THE LEVELS OF SERVICE

643 846.41

Gibb (Pty) Ltd

Rail Economic Regulator Panel: SUB PROG 3.2 - UNDERTAKE LOCAL AND INTERNATIONAL BENCHMARKING IN THE RAIL ENVIRONMENT ON THE LEVELS OF SERVICE

660 769.21

Gibb (Pty) Ltd

Rail Economic Regulator Panel: SUB PROG 8.1.2 - DEVELOP A STAKEHOLDER ENGAGEMENT PLAN AND OUTPUT REPORT FOR RAIL AND ROAD MODAL OPTIMIZATION

630 110.80

Gibb (Pty) Ltd

Develop the White Paper on National Rail Policy and the National Rail Bill

10 600 000.00

Railway Corporate Strategy (RCS)

Lifestyle Audits of DOT Officials

 

Panel

Skills Audit

981 545.47

LTS Consulting

Develop a National Railway Safety Strategy

2 730 120.00

Gibb (PTY) Ltd

Feasibility Study for the Tug Boat Building Project in Preparation of a PPP

9 033 360.00

J Maynard SA

Develop a Salvage Strategy

782 952.00

AUK Marine & Mining

Feasibility Study for the Small Harbour Development in Port St Johns

1 389 875.00

Urban Econ Development Economists

Providing of Cleaning Services, Indoor & Outdoor Plants and Pest Control Services for the Department for a period of two (2) years

9 282 329.44

Pheta Trading Enterprise

Marine Pollution Prevention & Response Vessel capability (Standby Tug)

275 880 000.00

AMSOL

Supply of Stationary to the Department for 2 years

 

Panel

Standardization, Integration & Uniformity (SIU) of Road Sector Asset Management

13 007 819.53

Nexor 312 (Pty) Ltd

Develop an Integrated Public Transport Network plan in Thabo Mofutsenyane Municipal District

1 315 395.91

Gibb (Pty) Ltd

Develop an Integrated Public Transport Network plan in John Taolo Gaetsewe Municipal District

1 330 248.28

Gibb (Pty) Ltd

Road Tariff determination framework

639 526.00

Genesis Analytics

Development of the Harrismith Hub

2 223 456.00

Delca Systems

Development of the SAMSA Funding Model

3 876 008.16

AUK Marine & Mining

Security Services at the Department

9 661 559.09

Maduna Protection & Cleaning Services

Provide Training on Labelling, Packaging etc for Transport of Dangerous Goods

830 957.40

Tshireletso Multi Skills & Training

Shova Kalula: Supply bicycles and helmets, vests, pumps, locks etc

9 967 248.00

Flybrothersa

PARTICIPATION: Participate in SANRAL tender for Media buying for 6 months

 

MediaMix360

PARTICIPATION: Participate in SANRAL tender for Events Management and related Services for 6 months

 

Nitrogen

(d) In all the above mentioned tenders awarded, bidders had to respond to set functionality criteria. The tender documents (Terms of Reference) for each tender specified the evaluation criteria for measuring functionality, as developed by a Bid Specification Committee and with cognisance to the following:

1. It should not be generic;

2. It should be determined separately for each tender;

3. It may not be so low that it jeopardise the quality of the required goods or services; and

4. It may not be so high that is unreasonable to achieve.

Functionality criteria differs from one tender to another, but can include:

  1. Company experience and track record;

2. Skills development;

3. Proposed methodology and approach.

The criteria will also state the points available for each criteria and, if any, each sub-criteria, as well as the minimum qualifying score needed to advance. Normally the threshold will be between 65% and 85% out of 100%;

All tenders that score the minimum qualifying score for functionality is evaluated further in terms of Price and B-BBEE in accordance with the Preferential Procurement Regulations 2016. (All the aforementioned tenders were evaluated before the implementation of the new Regulations on 1 April 2017).

(e) As detailed in Section (d) each tender had specific evaluation criteria for measuring functionality, as developed by a Bid Specification Committee. During evaluation requirements such as capacity, capability and resources are then evaluated.

Additionally, once awarded, Project Managers conclude a Contract and Project Plan in which deliverables and time frames are detailed, against which the project is managed and performance measured.

RAF

(1)(a) The Road Accident Fund (RAF), in the past three financial years awarded the following tenders after inviting competitive bids,

(b) the value of each specified tender was,

(c) the tender was awarded to,

(d) the criteria used to award the aforementioned tenders is the criteria prescribed (at the time) in the Preferential Procurement Policy Framework Act, No. 5 of 2000, more specifically: assessment of mandatory requirements as contained in the tender document; assessment of technical requirements, and, or, functional requirements as contained in the tender document (where same were specified in the tender); price; and BEE status of the service provider, in accordance with the 80/20 or 90/10 preference point system based on the value of the tender,

(e) the following due diligence mechanisms exist to ensure that the service providers that were awarded tenders have the capacity, capability and resources to fulfill the requirements demanded of them:

  1. assessment of the respective bidders’ financial standing;
  1. assessment of the bidders’ technical and, or functional ability in relation to the requirements specified in the tender;
  1. reference checks are performed in respect of previous work done by the bidders;
  1. the National Treasury database of restricted suppliers is checked to exclude restricted suppliers; and,
  1. in certain instances, a mandatory requirement for the service provider to have in place, fidelity cover for the duration of the contract.

2014-15 FY

ICT End to End Performance Assessment

R 688,788.00

Elimu Technology Solutions

   

Supply, Installation and Configuration of Servers for SAP Migration (including high speed storage device and Citrix server capacity and SAP BI servers)

R 19,513,276.68

Aptronics

   

Branding and Promotional Materials (Panel)

R 2,000,000.00

Creative Harvest, Mithethe Trading, Shereno Printers

 

   

Panel of Medical Experts

R 50,000,000.00

budgeted per annum

A Wryly Birch,

Adelaide Phasha,

Adri Roos,

Adroit Roos,

Anneke Greeff,

Annelies Cramer,

Anton Schepers,

Ashnie Maharaj,

Ben Moodie,

Bernard Oosthuizen,

Bongone Ngwato,

Catherine Rice,

Christa du Toit,

Dorietta Vermooten t/a Takkie,

Dr. Annalie Pauw,

Dr. Gavin Fredericks,

Dr. I Malepfani,

Dr. Maxwell Matjane,

Dr. Mudau,

Dr. P N Mafuya,

Dr. Sincha LB Mdaka,

Dr. V P Gqokoma,

EJ Prinsloo,

Elana Human,

Energy Plus,

Esme Noble,

Etienne Joubert,

Fitness 4 Work,

Fryer and Cornelius,

G O Read,

Gail Vlok,

Hanien Du Preez,

Hlunga Consulting,

Ilse du Plessis,

Ithubalethu Health and Wellness,

Janine Mare

Schoeman,

JPV Business Solutions,

K Naidoo,

Karen L Dinah Plaatjie,

KCN Consulting,

Khazimla Occupational Health and Wellness,

Kim Kaverberg,

Kimbali Holdings,

Leazanne Toerien,

Letta Consulting,

Lisha Chetty,

Magdalene Mills,

Mamotshabo Magoele,

Marina Bosman,

Medexec,

Megan Sparvins,

Megan Townshend,

Melloney Smit,

Michelle Hough,

Monique Kok,

Motsepe Thandiwe,

N Runqu Trading,

Nevashnee Panchoo,

Nicolene Kotze,

Nonhlanhla Similane,

Peter Whitehead,

Re Intergrate,

Rehana Paruk,

Rejoice Talifhani Ntsieni,

Remotlotlo Health,

Rita du Plessis,

Robert Macfarlaine,

S De Freitas,

Salomien Pretorius,

Sekwari Management,

Shaida Bobat,

Sharon Truter,

SIMI Healthcare,

SL Naidoo,

SOMA Initiative,

Spear,

Success Moagi,

Sugreen Consulting,

Susan Verhoef,

T Van Zyl,

TC Consulting,

Thandeka Consulting,

TMR Nape,

TNL Consulting,

Tsebo Ke Thebe,

Vanaja Rama,

Women’s Health and Wellness,

Yandisa Ngoangashe,

Ye Ye Ye Human Development

   

Panel of Internal Auditors

R 6,000,000.00

budgeted per annum

 

Sizwe Ntsaluba, KPMG,

Indyebo,

Ernst & Young,

PWC,

Deloitte

   

Panel of Attorneys

R 200 000 000.00

budgeted per annum

AK Essack, Morgan

Naidoo & Co,

Alet Gerber Attorneys,

AV Dawson,

Bate Chubb & Dickson,

Bowes Loon Connellan Incorporated,

Borman Duma Zitha Attorneys,

Dev Maharaj & Associates,

Diale Attorneys,

Diale Mogashoa Attorneys,

Duduzile Hlebela Incorporated,

Dwarika Naidoo & Co.,

Excellent Mthembu Attorneys Incorporated,

Fourie Fismer Incorporated,

Friedman Scheckter;

Gcolotela & Peter Incorporated,

Govindasamy Ndzingi & Govender Incorporated,

Hammann-Moosa Incorporated,

Harja Patel Incorporated,

Harkoo Brijlal & Reddy Incorporated,

Hughes-Madondo Incorporated,

Ighsaan Sadien Attorneys,

Iqbal Mohamed Attorneys,

Joubert Galpin & Searle Incorporated,

Karsans Incorporated,

Kekana Hlatshwayo Radebe Incorporated,

Ketse Nonkwelo Incorporated,

L Mbajwa Incorporated,

Ledwaba Attorneys,

Lekhu Pilson Attorneys,

Lindsay Keller Attorneys,

Livingston Leandy Incorporated,

Mabunda Incorporated,

Mac Ndhlovu Incorporated,

Maduba Attorneys,

Maluleke Msimang & Associates,

Maponya Incorporated,

Maribana Makgoka Incorporated,

Marivate Attorneys,

Mastross Incorporated,

Matabane Incorporated,

Mathipane Tsebane Attorneys,

Mathobo Rambau & Sigogo Incorporated,

Mayat Nurick Langa Incorporated,

Mayats Attorneys,

MF Jassat Dhlamini Attorneys,

Mgweshe Ngqeleni Incorporated,

Mkhonto & Ngwenya Incorporated,

Moche Attorneys,

Mohlala Attorneys,

Molefe Dlepu Incorporated,

Moloto Stofile Incorporated,

Morare Thobejane Incorporated,

Mothle Jooma Sabdia Incorporated,

Mnqandi Incorporated,

MT Silinda & Associates,

Naidoo Maharaj Incorporated,

Ngubane & Partners Incorporated,

Ningiza Horner Incorporated,

Noko Maimela Incorporated,

Nompumelelo Radebe Incorporated,

Nongogo Nuku Incorporated,

Nozuko Nkusani Incorporated,

Poswa Incorporated Attorneys,

Potelwa & Company,

Pule Incorporated,

Rachoene Incorporated Attorneys,

Rahman Attorneys,

Rambevha Morobane Attorneys,

Regan Brown Attorneys,

Rehana Khan Parker & Associates,

Riley Incorporated,

Robert Charles Attorneys,

Sangham Incorporated,

Saras Sagathevan Attorneys,

S.C. Mdhluli Attorneys,

Shereen Meersingh & Associates,

Smith Tabata Attorneys,

Tasneem Moosa Incorporated,

Tau Phalane Incorporated,

TJ Maodi Attorneys Incorporated,

TM Chauke Incorporated (Nelspruit),

Tomlinson Mnguni James Attorneys,

Tsebane Molaba Incorporated,

Twala Attorneys,

Z Abdurahman Attorneys,

Z & Z Ngogodo Incorporated,

Zubeda K Seedat & Co.

   

Panel of Funeral Parlours

R 30,000,000.00

budgeted per annum

Avbob,

Doves,

Sopema,

Mabindisa,

Two Mountains,

Rand Funerals, Thabelo,

Last Mile,

Quma,

Nomatye,

Sokudela, Ncedisizwe,

Ngoma,

Ekuphumleni,

Ulwazi,

Shingas,

Msizi,

Zothani,

Multi First Class,

Mcosi,

Lighthouse,

Wyebank,

Solomons

   

E-Recruitment

R 4,393,048.00

Epi-Use Africa

   

Standby Generator for Block C Eco Glades (re-advertised)

R 843,683.88

Electrical Excellent

   

Dry Goods

R 2,332,036.36

Schick Services,

Tshiamo Trading Enterprise,

DBZN Trading and Projects

   

Offsite Storage (new process)

R 7,819,509.95

Metrofile

   

Audio Visual Maintenance

R 3,444,998.14

Dimension Data

   

Enterprise Project Portfolio Management (Re- advertised)

R 2,944,392.00

Accutech

   

Citrix Licensing

R 2,316,480.00

EOH Mthombo

   

Panel of DC Experts

R 2, 400, 000.00

budgeted per annum

 

Matshekga Labour & Consultants,

Maserumule Incorporated,

Masipa Incorporated,

Luvuyo Dzanibe Qina,

Anisa Khan Attorneys & Converyancers

   

Learning Management System (LMS)

R 1, 847, 789.52

Bytes People Solutions

   

Panel of Assessors

R30,000,000.00

budgeted per annum

Censeo/Santam Charman Mabuza t/a Efficient Tracers, Kaygee Investigators and Security Kutullo Investigation Services,

SKW Matima, Stephen Black and Muthelo Investigators, Tshidiso Trading Enterprise, Tswelopele Business Services and Projects,

Gladko Consulting, Ngangelive Trading and Projects, Qhubeka Forensic Services,

Rheeder Nel Assosiates,

Malesa and Associates,

M.I. Abdulla SB, Buthelezi Stonier,

A Meyiwa Roadmate Technologies t/a Lavela Assessors, Joint Shelf 1185 CC t/a Accident Specialist,

Laurence Palmer Consultants, Crawford & Company,

Inkomfe Trading Enterprise,

Francois Balt,

GD Engelbrecht t/a Independent Analysis,

MVO Consultants, Inquisitor Investigations, Versitrade

   

2015-16 FY

ICT Security Vulnerability Service

R 6,792,264.00

Ernst & Young

   

Insurance Brokerage Services

R 12,791,580.00

Marsh

   

Interface system between SAP and RAF Biometric system

R 2,795,799.84

Epi Use Africa

   

POPI

R 1,800,000.00

Performanta

   

Printing, Scanner and Photocopying

R 19,513,276.68

Altronics

   

SAP Support Services

R 37,462,718.95

.

Gijima Holdings

   

Knowledge Lake Scanning Solution and Support

R 735, 527.81

Intervate Solutions

   

SMS Notification Facility

R 500, 000.00

Vodacom

   

Courier Services

R 551, 622.22

Crossroads Distribution T/A SkyNet

   

Vulnerability Management Services

R 6, 567, 375. 00

Ernst & Young

   

IT Support to HSC, satellite and small provincial offices

R 6, 134, 549.58

EOH Mthombo

   

2016-17 FY

Research Agency Partner

R 3,046,086.88

Genex Insights (Pty) Ltd

   

Panel of Recruitment Agencies

R 3,000,000.00

budgeted per annum

Morvest Professional Services,

Phaki Personnel Management Services,

Moshitoa Selections, Investong Human Capital,

Toro Human Capital, Versatex Trading 505 (Pty) Ltd,

Dalitso Consulting (Pty) Ltd,

Ntirho Business Consulting

   

Panel of Actuaries

R 30,000,000.00

budgeted per annum

JW Jacobson Consulting,

Independent Actuaries and Consultant,

NBC Holdings,

Rose Wood Technologies

   

Statutory Actuary Services

R 5,175,000.00

True South Actuaries and Consultants

.

   

Procurement of McAfee licenses

R 1,742,135.63

Datacentrix (Pty) Ltd

   

Cleaning Services: All Gauteng offices and Durban office

R 12,450,610.08

Monabo Hygiene Services

   

Development of the RABSA logo branding

 

R 6,212,190.60

FCB Africa (Pty) Ltd

   

Back Scanning

R 9,041,257.50

Metrofile (Pty) Ltd

   

Panel of Recruitment Agencies

R 3,000,000.00

budgeted per annum

Pinpoint One Human Resource (Pty) Ltd,

Human Communications (Pty) Ltd,

EOH Abantu (Pty) Ltd

   

Provision of Cleaning Services

R 425,005.57

Enzani General Trade 828

   

Provision of Information Tracing Services

R 3,000,000.00

Crosscheck Information Bureau (Pty) Ltd

   

NAKISA Organisational Management Tool

R 2,795,779.84

EPI-USE AFRICA

   

RTIA

(1)(a) Details of tender

(b) Value

(c) Tender awarded to

(d) Criteria used to award tender

(e) Mechanism

  • Provision of payment platform (2014/15 financial year)
  • Development and implementation of organisational structure (2015/16 financial year)
  • Provision of an integrated audit and risk management system (2015/16 financial year)
  • Provision of advertising and marketing services (2016/17 financial year)
  • Provision of media buying services and (2016/17 financial year)
  • Leasing of mobile offices (2016/17 financial year)
  • The payment mechanism is 3% in terms of AARTO legislation;
  • R984 960.00
  • R751 068.00
  • R22 million
  • R30 million
  • R10 million
  • Pay@Services; Traffic Management Technology Services (Pty)Ltd; ABSA and Nedbank;
  • Phulo Organisational Development Solutions;
  • IDI Technology Solutions(Pty)Ltd;
  • Blueprint South Africa;
  • Media Mix 360 and
  • Mobile Specialised Technologies Group(Pty)Ltd
  • The tenders were advertised in the national newspapers, e-portal from National Treasury and RTIA website;
  • The tenders were advertised in the national newspapers, e-portal from National Treasury and RTIA website;
  • The tenders were advertised in the national newspapers, e-portal from National Treasury and RTIA website;
  • Participation on the contract awarded by other department using Treasury Regulation 16A6.6: The accounting officer or authority may on behalf of the department, constitutional institution or public entity participate in any contract arranged by means of a competitive bidding process by any other organ of state, subject to the written approval of such organ of state and relevant contractors.
  • Participation on the contract awarded by other department using Treasury Regulation 16A6.6: The accounting officer or authority may on behalf of the department, constitutional institution or public entity participate in any contract arranged by means of a competitive bidding process by any other organ of state, subject to the written approval of such organ of state and relevant contractors.
  • Participation on the contract awarded by other department using Treasury Regulation 16A6.6: The accounting officer or authority may on behalf of the department, constitutional institution or public entity participate in any contract arranged by means of a competitive bidding process by any other organ of state, subject to the written approval of such organ of state and relevant contractors.

National Treasury has developed a system (PPPFA) called Functionality or Technical Criteria to enhance the system and to ensure that the companies with the best ability are evaluated according to the Regulations. This is a safety measure built into the system to keep the companies with limited ability but with the lowest price from winning a tender.

A company’s ability to execute a competitive bid is measured through its ability to perform and deliver. This ability is measured in many different ways but most of the common areas are;

  • Experience;
  • Human Resource;
  • Financial Resource and
  • Goods or Services delivery capability.

RTMC

Response for RTMC is provided in the attached spreadsheet.

C-BRTA

Response for C-BRTA is provided in the attached spreadsheet.

SANRAL

Response for SANRAL from (a) to (c) is provided in the attached spreadsheet.

(d) SANRAL used the following criteria to award the tenders as follows:

1. CONSULTING ENGINEERS

 

Tender Evaluation Criteria

1.1

Only those tenderers who satisfy the following criteria are eligible to submit tenders:

(a) Registered as a Consulting Engineering Firm.

(b) Meet the minimum requirements for the key persons as stated in the Scope of Works.

(c) National Treasury Central Supplier Database

Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

(d) Criteria for preferential procurement

Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4, and is ………….. (Note to compiler: Insert “an EME or a QSE”)

Failure to satisfy the eligibility criteria is a breach of the Conditions of Tender and as such, results in instant disqualification.

1.2

A two envelope procedure apply as follows:

1.

The completed CD and electronically provided Booklet marked with the tenderer’s company name, the project number and description and marked “TECHNICAL PROPOSAL”.

and

The completed CD and electronically provided Booklet marked with the tenderer’s company name, the project number and description and marked “FINANCIAL PROPOSAL”.

1.3

The Preference Points System:

The value of W1 is:

  1. 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000.00; or
  1. 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000.00.

The value of A will be calculated utilising the following formula:

A = (1 – (P – Pm) / Pm)

Where:

P is the comparative offer of the tender offer under consideration and

Pm is the comparative offer of the most favourable comparative offer

In the event that the calculated value is negative, the allocated score shall be 0 (zero).

1.4

Up to 100 minus W1 tender evaluation points will be awarded to tenderers who submit responsive tenders and who are found to be eligible for the preference claimed. Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2017) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000).

Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status Level of contributor

Number of Points for financial value up to and including

R50 000 000

Number of Points for financial value above

R50 000 000

1

20

10

2

18

9

3

14

6

4

12

5

5

8

4

6

6

3

7

4

2

8

2

1

Non-compliant Contributor

0

0

Eligibility for preference points is subject to the following conditions:

  1. A tenderers’ scorecard shall be a B-BBEE Verification Certificate issued in accordance with the revised Notice of Clarification published in the Notice 444 of 2015 published in Government Gazette 38799 on 15 May 2015 by the Department of Trade and Industry; and
  1. The scorecard shall be submitted as a certificate attached to Returnable Schedule Form D1; and
  1. The certificate shall :
  1. Be an original or an original certified copy of the original; and
  1. Have been issued by a verification agency accredited by the South African National Accreditation System (SANAS); or
  1. Have been issued prior to 30 September 2016 by a registered auditor who was approved by the Independent Regulatory Board of Auditors (IRBA); or
  1. Be in the form of a sworn affidavit in the case of an Exempted Micro Enterprise (EME) or Qualifying Small Enterprise (QSE); and
  1. Be valid at the tender closing date; and
  1. Have a date of issue less than 12 (twelve) months prior to the tender closing date (see Tender Data 4.15); and
  1. Compliance with any other information requested to be attached to Returnable Schedule Form D1; and
  1. If a tenderer claims a preference score without submitting an acceptable verification certificate (s) and/or all of the information in compliance with Returnable Schedule Form D1, a period of 1 working day will be granted to submit this information; and
  1. Failure to submit a valid verification certificate(s) and/or all the information in compliance with Returnable Schedule D1, will result in the award of 0 (zero) points for preference; and
  1. In the event of a Joint Venture (JV), a consolidated B-BBEE Verification Certificate in the name of the JV shall be submitted, as well as a valid B-BBEE verification certificate for each member of the JV; and .
  1. If the tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, 0(zero) points for preference will be awarded, unless the intended subcontractor is an EME that has the capability to execute the subcontract.

2 CONSTRUCTION TENDERS

 

Tender Evaluation Criteria

2.1

Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders as follows:

  1. CIDB registration

Registered with the CIDB, at close of tender, in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry Development Regulations, for a CE class of construction work. Tenderers whose CIDB registration expires within 21 days after close of tender, need to demonstrate that there is a reasonable chance of being registered in the appropriate grading designation, by submitting a copy of their application for CIDB registration, with their tender submission. Tenders received from such tenderers who are not capable of being registered in the required contractor designation, within 21 days after close of tender, will not be considered. Note that in terms of the Construction Industry Development Board Act, 2000 (Act No. 38 of 2000) a registered contractor must apply for renewal of registration three months before the existing registration expires.

 

For the sake of clarity and subject to satisfactory proof of a tenderer’s ability to perform the work specified at the tendered value, the Employer lists in the table below the margins it considers reasonable. However, in the event that the sum tendered exceeds the margins shown then such tender shall be deemed non-responsive.

 

Category of tender

Upper limits per CIDB Regulation 17

Employer’s allowable margins (Incl. VAT)

CE 1

R0.2m

R0.24m

CE 2

R0.65m

R0.78m

CE 3

R2m

R2.4m

CE 4

R4m

R4.8m

CE 5

R6.5m

R7.8m

CE 6

R13m

R15.6m

CE 7

R40m

R48.0m

CE 8

R130m

R156.0m

 

Joint Ventures are eligible to submit tenders provided that:

  • every member of the joint venture is registered with the CIDB;
  • the lead partner has a contractor grading designation of not lower than one level below the required grading designation in the class of construction works under consideration and possesses the required recognition status; and
  • the combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a CE class of construction work or a value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry Development Regulations.
 
  1. National Treasury Central Supplier Database

The tenders are required to be registered and listed on the National Treasury Central Supplier Database. Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

   
   
 
  1. Criteria for preferential procurement

Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4, and is an EME or a QSE

   
   

2.2

The Preference Points System:

The value of W1 is:

  1. 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000,00; or
  1. 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000,00.

 

The value of A will be calculated utilising the following formula:

A=(1-(P-Pm)/Pm)

Where P is the comparative offer of the tender offer under consideration and Pm is the comparative offer of the most favourable comparative offer

In the event that the calculated value is negative, the allocated score shall be 0.

2.3

The conditions stated in clauses 5.13(a) to ((f) of the Conditions of Tender as well as the following additional clauses 5.13(g) to (k) shall be applied as objective criteria in terms of section 2(1)(f) of the Preferential Procurement Policy Framework Act, 2000 and as compelling and justifiable reasons in terms of Conditions of Tender clause 5.11:

  1. the tenderer is registered with the Construction Industry Development Board with an appropriate contractor grading designation;
  1. the tenderer or any of its directors is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;
  1. the tenderer has not abused the Employer’s supply chain management system;
  1. the tenderer has not failed to perform on any previous contract and has not been given a written notice to this effect; and
  1. the tenderer is registered on the National Treasury Central Supplier Database.

In addition to the requirements under paragraph (b) of the Conditions of Tender, in the event that a due diligence is performed as part of the tender evaluation, the due diligence report will be used to evaluate the tenderer’s ability to perform the contract as stated in paragraph (b).

 

3 ROUTINE ROAD MANTENANCE: CONSULTING ENGINEERS TENDERS

 

Tender Evaluation Criteria

3.1

Only those tenderers who satisfy the following criteria are eligible to submit tenders:

  1. Registered as a Consulting Engineering Firm.
  1. Meet the minimum requirements for the key persons as stated in the Scope of Works.
  1. National Treasury Central Supplier Database.

Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

  1. Criteria for preferential procurement.

Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4 and is ………….. an EME or a QSE.

Failure to satisfy the eligibility criteria is a breach of the Conditions of Tender and as such, results in instant disqualification.

3.2

A two envelope procedure will apply as follows:

1.

The completed CD and electronically provided Booklet marked with the tenderer’s company name, the project number and description and marked “TECHNICAL PROPOSAL”. and

The electronically provided Booklet and completed CD marked “FINANCIAL PROPOSAL”

3.3

The Preference Points System:

The value of W1 is:

  1. 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000.00; or
  1. 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000.00.

The value of A will be calculated utilizing the following formula:

A = (1 - (P - Pm) / Pm)

Where:

P is the comparative offer of the tender offer under consideration; and

Pm is the comparative offer of the most favourable comparative offer.

In the event that the calculated value is negative, the allocated score shall be 0 (zero).

3.4

Up to 100 minus W1 tender evaluation points will be awarded to tenderers who submit responsive tenders and who are found to be eligible for the preference claimed. Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2017) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000).

Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status

Level of Contributor

Number of Points for

Financial value

up to and including

R50 000 000.00

Number of Points for

Financial value

above

R50 000 000.00

1

20

10

2

18

9

3

14

6

4

12

5

5

8

4

6

6

3

7

4

2

8

2

1

Non-compliant Contributor

0

0

Eligibility for preference points will be determined as follows:

  1. A tenderer’s scorecard shall be a B-BBEE Verification Certificate issued in accordance with the revised Notice of Clarification published in the Notice 444 of 2015 published in Government Gazette 38799 on 15 May 2015 by the Department of Trade and Industry; and
  1. The scorecard shall be submitted as a certificate attached to Returnable Schedule Form D1; and
  1. The certificate shall:
  1. Be an original or an original certified copy of the original; and
  1. Have been issued by a Verification Agency accredited by the South African National Accreditation System (SANAS); or
  1. Have been issued prior to 30 September 2016 by a registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA); or
  1. Be in the form of a sworn affidavit in the case of an Exempted Micro Enterprise (EME) or Qualifying Small Enterprise (QSE); and
  1. Be valid at the tender closing date; and
  1. Have a date of issue less than 12 (twelve) months prior to the tender closing date (see Tender Data 4.15); and
  1. Compliance with any other information requested to be attached to Returnable Schedule Form D1; and
  1. If a tenderer claims a preference score without submitting an acceptable Verification Certificate(s) and/or all of the information in compliance with Returnable Schedule Form D1,, a period of 1 (one) working day will be granted to submit this information; and
  1. Failure to submit a valid Verification Certificate(s) and/o all the information in compliance with Returnable Schedule Form D1, will result in the award of 0 (zero) points for preference; and
  1. In the event of a Joint Venture (JV), a consolidated B-BBEE Verification Certificate in the name of the JV shall be submitted, as well as a valid B-BBEE Verification Certificate for each member of the JV; and
  1. If the tender documents indicate that the tenderer intends sub-contracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, 0 (zero) points for preference will be awarded, unless the intended sub-contractor is an EME that has the capability to execute the sub-contract.

4. ROUTINE ROAD MANTENANCE: CONSTRUCTION TENDERS

 

Tender Evaluation Criteria

4.1

Only those tenderers who satisfy the following criteria are eligible to submit tenders:

a) CIDB grading

Registered with the CIDB, at close of tender in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25 (1B) or 25 (7A) of the Construction Industry Development Regulations, for a CE class of construction work are eligible to have their tenders evaluated.

Tenderers whose CIDB registration expires within 21 days after close of tender, need to demonstrate that there is a reasonable chance of being registered in the appropriate contractor grading designation, by submitting a copy of their application for CIDB registration, with their tender submission. Tenders received from such tenderers who are not capable of being registered in the required contractor grading designation, within 21 days after close of tender, will not be considered. Note that in terms of the Construction Industry Development Board Act, 2000 (Act No 38 of 2000) a registered contractor must apply for renewal of registration three months before the existing registration expires.

Designation

CIDB maximum value of contract per Regulation 17

Employer’s maximum value of contract per Regulation 25 (7A)

1

R 200 000

R 240 000

2

R 650 000

R 780 000

3

R 2 000 000

R 2 400 000

4

R 4 000 000

R 4 800 000

5

R 6 500 000

R 7 800 000

6

R 13 000 000

R 15 600 000

7

R 40 000 000

R 48 000 000

8

R 130 000 000

R 156 000 000

Joint Ventures are eligible to submit tenders provided that:

  1. every member of the joint venture is registered with the CIDB;
  1. the lead partner has a contractor grading designation of not lower than one level below the required grading designation in the class of construction works under consideration and possesses the required recognition status; and
  1. the combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a CE class of construction work or a value determined in accordance with Regulation 25 (1B) or 25 (7A) of the Construction Industry Development Regulations.

b) National Treasury Central Supplier Database

Tenderers who are not registered on the National Treasury Central Supplier Database at close of tender, shall submit a copy of their application of registration, with their tender submission. Tenders received from such tenderers who have not submitted proof of their registration within 21 days after the closing date for tender submissions, will not be considered.

c) Criteria for preferential procurement

Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4,

and is an EME or a QSE

4.2

The Preference Points System:

The value of W1 is:

  1. 90 where the financial value, inclusive of VAT, of the lowest responsive tender offer received has a value in excess of R50 000 000.00; or
  1. 80 where the financial value, inclusive of VAT, of the lowest responsive tender offer has a value that equals or is less than R50 000 000.00.

The value of A will be calculated utilizing the following formula:

A = (1 - (P - Pm) / Pm)

Where:

P is the comparative offer of the tender offer under consideration; and

Pm is the comparative offer of the most favourable comparative offer.

In the event that the calculated value is negative, the allocated score shall be 0 (zero).

5. NON-ENGINEERING EVALUATION TENDER CRITERIA

Each tender whether RFT or RFP will be evaluated as follows:

5.1 TENDER EVALUATION AND SELECTION

SANRAL will evaluate tenders and select the Service Provider on, inter alia, the following basis:

  • The Service Provider plan to assist SANRAL to meet its goals for the provision of the required services;
  • The ability of the Service Provider to meet the requirements of the Preferential Procurement Policy Framework Act. Prospective Service Provider/s must submit their shareholding structure. Bidders are encouraged to ensure that their bids include a significant BBBEE component.
  • The Service Provider’s relevant experience, qualifications and success in providing the goods and services outlined in this RFT/RFP;
  • The Firm's financial proposal as outlined in the RFT/RFP including discounts, service charges, other charges and fees;
  • The quality of the proposal, specifically, responsiveness to requirements and adequacy of information provided;
  • The qualification and experience of the personnel/staff that will be delivering the services to SANRAL;
  • The contractual terms which would govern the relationship between SANRAL and the Selected Service Provider;
  • Any other factors relevant to the Service Provider's capacity and willingness to satisfy the SANRAL requirements.

 

5.2 Evaluation and Adjudication

The evaluation and adjudication of the Tenders will strictly be dealt with in terms of the PFMA, Treasury regulations and Supply Chain Management. An Evaluation Committee consisting of senior officials from the South African National Roads Agency SOC Limited and complying with the SANRAL’s Supply Chain Management Policy will evaluate the bid tenders. The panel will individually evaluate each of the tenders received against the criteria listed in this section. A recommendation from the Evaluation Committee will be forwarded to the Adjudication Committee of the SANRAL who in terms of SANRAL’s Supply Chain Management Policy will adjudicate and award the contract.

SANRAL reserves the right to request one or more tenderers, who have scored, according to SANRAL, the highest scores for their tenders, to enter into negotiations with SANRAL regarding the award.

5.3 Test for responsiveness

SANRAL shall determine, on opening and before detailed evaluation, whether each Tender received:

  • meets the requirements of this Request for Tender;
  • has been properly and fully completed and signed, and
  • is responsive to the other requirements of the tender documents.

A responsive Tender is one that conforms to all the terms, conditions and specifications of the Tender documents without material deviation or qualification. A material deviation or qualification is one which, in the SANRAL’s opinion, would:

  • detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work;
  • change the SANRAL’s or the Tenderer’s risks and responsibilities under the contract, or;
  • affect the competitive position of other Tenderers presenting responsive tenders, if it were to be rectified.

SANRAL may reject a non-responsive Tender, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation, unless it can be subsequently rendered responsive by correction that does not prejudice the other Tenderers.

5.4 Weight Evaluation Criteria

The evaluation will follow the following sequence: - (wherein either two or single envelope may be applicable)

Phase One

  • Determine the compliance through tender content;
  • Determine compliance through the returnable schedules;
  • Adjudication on functionality, scoring of each function; and
  • Determine the score for each tenderer compared with the minimum score required;

Phase Two

  • Price (pricing schedule); and
  • BEE compliance.

5.4.1 The Preference Points System:

Points are based on a tenderer’s scorecard measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003) and the Regulations (2017) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000).

Points awarded will be according to a tenderer’s B-BBEE status level of contributor and summarised in the table below:

B-BBEE Status Level of contributor

Number of Points for financial value up to and including

R50 000 000

Number of Points for financial value above

R50 000 000

1

20

10

2

18

9

3

14

6

4

12

5

5

8

4

6

6

3

7

4

2

8

2

1

Non-compliant Contributor

0

0

Eligibility for preference points is subject to the following conditions:

  1. A tenderer’s scorecard shall be a B-BBEE Certificate issued in accordance with the revised Notice of Clarification published in Notice 444 of 2015 of Government Gazette No.38799 on 15 May 2015 by the Department of Trade and Industry ; and
  1. The scorecard shall be submitted as a certificate attached to Returnable Schedule Form C1; and
  1. The certificate shall:
  • be an original or an original certified copy of the original; and
  • have been issued by a verification agency accredited by the South African National Accreditation System (SANAS); or
  • have been issued prior to 30 September 2016 by a registered auditor who was approved by the Independent Regulatory Board of Auditors (IRBA); or
  • be in the form of a sworn affidavit in the case of an Exempted Micro Enterprise (EME) or Qualifying Small Enterprise (QSE); and
  • be valid at the original advertised tender closing date; and
  • Have a date of issue less than 12 (twelve) months prior to the original advertised tender closing date (see Tender Data 4.15); and
  1. Compliance with any other information requested to be attached to Returnable Schedule Form C1; and
  1. In the event of a joint venture (JV), a consolidated B-BBEE verification certificate in the name of the JV shall be submitted, as well as the individual B-BBEE verification certificates for each member of the JV on which the JV certificate was calculated; and
  1. If a tenderer claims a preference score without submitting an acceptable verification certificate(s) and/or all the information in compliance to Returnable Schedule Form C1, a period of 1 working day will be granted to submit this information ; and
  1. Failure to submit a valid verification certificate(s) and/or all the information in compliance to Returnable Schedule Form C1, will result in the award of 0 (zero) points for preference; and
  1. If the tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, 0 (zero) points for preference shall be awarded, unless the intended subcontractor is an EME that has the capability to execute the subcontract.

The conditions stated in the Conditions of Tender shall be applied as objective criteria in terms of section 2(1)(f) of the Preferential Procurement Policy Framework Act, 2000 and as compelling and justifiable reasons in terms of Conditions of Tender:

  1. the tenderer or any of its directors is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;
  1. the tenderer has not abused the Employer’s supply chain management system;
  1. the tenderer has not failed to perform on any previous contract and has not been given a written notice to this effect; and
  1. the tenderer is registered on the National Treasury Central Supplier Database.

In addition to the requirements under the Conditions of Tender, in the event that a due diligence is performed as part of the tender evaluation, the due diligence report will be used to evaluate the tenderer’s ability to perform the contract.

(e) In addition to the requirements under the Conditions of Tender, in the event that a due diligence is performed as part of the tender evaluation, the due diligence report will be used to evaluate the tenderer’s ability to perform the contract.

Airports Company South Africa SOC Limited (ACSA)

  1. – c) Answer – please refer to the attached Annexure.

d) The ACSA organisation, as a schedule 2 has adopted the PFMA and PPPFA regulation as a means of executing its procurement administration. These regulatory prescripts are in place to ensure that the procurement process is fair, equitable, transparent, competitive and cost effective.

Further the PPPPFA sets out the standards, including the evaluation process to be employed in the evaluation and the selection of the most suitable service provider whilst ensuring that the 5 pillars as set out in section 217A of the act are upheld. The evaluation criteria are defined by a team of subject matter experts.

e) The ACSA has employed a three-bid committee system. These independent committees are assembled to ensure that the procurement process in the evaluation, recommendation and the final award is fair, transparent, competitive, equitable and cost effective. The evaluation criteria by its nature are set to determine a match against the set requirements, thus ensuring that the award to make to a supplier has the capacity and capability to undertake the contract of a defined magnitude. This holistic capacity and capability assessment is not only focused on the technical aspects, it also has a strong focus on the financial strength, legal standing, and many other aspects that are deemed necessary on a tender by tender basis.

Further to the above, ACSA has a performance management system in place. This system ensures a continuous evaluation of the performance of the service provider through the life span of the contract.

Question (a), (b), (c).

Table 1 below illustrate details of tenders issued and awarded in the 2017/2018 financial year.

 

Table 2 below illustrate details of tenders issued and awarded in the 2016/2017 financial year.

Table 3 (a) below illustrate details and values of tenders issued and awarded in the 2015/2016 financial year:

Table 3 (b) below illustrate details and values of tenders issued and awarded in the 2015/2016 financial year:

Question (d) what criteria were used to award the tenders?

The ATNS SCM process provide suppliers with the opportunity to compete for business in an open and transparent manner within the confines of the law. The following evaluation stages are applied when selecting suppliers:

  • Stage on
  • e (1) is the evaluation of Preferential Procurement requirement to assess compliance to Transformation requirements as per the ATNS Supply Chain Management Policy. Bidders meeting the Preferential Procurement requirements will proceed to the second stage of evaluation.
  • Stage two (2) is the evaluation of compliance to Technical Specification requirement. The technical evaluation scores are weighted at 100% as indicated in the tender instructions. Bidders meeting minimum qualifying set threshold for technical evaluation will proceed to third stage of evaluation.
  • The final stage (3) of evaluation is evaluation in terms of the preference point system. All bidders meeting the minimum qualifying threshold will be evaluated applying the 80/20 or 90/10 preference point system to adjudicate the bids. The preference point system ranks tenders on the basis of calculated scores for price and BBBEE contribution.

Question (e) what mechanisms exists to ensure that the companies that won the tenders have the capacity, capability and resources to fulfil the requirements demanded by each tender?

ATNS, the Air Traffic and Navigation Services State Owned Company of South Africa, is a high technology organisation. ATNS encourages black company participation by a form of Joint venture agreement or consortium agreement between the OEM and South African Black Owned Companies. These are some of the requirements assessed to ensure that bidders have the capacity to deliver on the project.

Technical Resources requirements:

        • Tenderers shall have successfully completed projects of a similar nature in at least the past 3 years and shall provide a list of such projects together with end user certificates substantiating the claims made by the Tenderer.
        • Tenderers shall have dedicated resources with 5 or more years’ experience in the proposed technology. CVs of proposed resources shall be included.
        • The Tenderer shall identify, describe and quantify the technical resources for design, manufacture, integration, installation and support of this project as follows:
        • description of engineering organisation and resources, naming and quantifying disciplines and equipment;
        • description and location of manufacturing facilities, naming products and quantifying production capacity and current demand;
        • description of construction organisation, naming skills and equipment; and
        • description of parts replacement and repair organisation and support facilities.

South African Civil Aviation Authority (SACCA)

Tender Details

Value of contract in 2014/15 (a)(ii); & (b)

Criteria for award of tender (d)

Mechanisms deployed for the tender award

Supplier/ Awarded to (c)

Description (a)(i)

2014/15

   

AE Soft (Pty) Ltd

Laptop and Desktop

R3,088,350.00

Open tender process. A 90/10 principle is applied

The Bid Specification Committee deploys a risk aversion strategy in the functionality during the approval of the specifications. The risk aversion include but not limited to methodology (how), experience (including references), and successes attained during the delivery, where possible site inspections (at service provider premises or were services are rendered) are also conducted.

MTN

Cell Phone Provider

Usage based

Open tender process. A 90/10 principle is applied

 

Kingdom Caterers

Canteen & Catering Services

R414,000.00

Open tender process. A 80/20 principle is applied

 

Betts Townsend

Re-Advertisement. Project Manager for CAA Premises

R720,000.00

Open tender process. A 80/20 principle is applied

 

Travel with Flair

Travel Agency

Booking based

Open tender process. A 90/10 principle is applied

 

Empic & Synova JV

Enterprise Business System (EBS)

R94,091,131.20

Open tender process. A 90/10 principle is applied

 

Metrofile (Pty) Ltd

Document Imaging, Scanning and Retrieving Solution

R3,927,072.00

Open tender process. A 90/10 principle is applied

 

Continuity SA (Pty) Ltd

Business Continuity Operational Disaster Site

R5,796,848.00

Open tender process. A 90/10 principle is applied

 

Business Enterprise @ University of Pretoria

Organizational Structure Review

R1,670,100.00

Open tender process. A 90/10 principle is applied

 

Business Enterprise @ University of Pretoria

National Aviation Transformation Strategy (NATS)

R948,480.00

Open tender process. A 80/20 principle is applied

 

Tender Details

Value of contract in 2015/16 (a)(ii); & (b)

Criteria for award of tender (d)

Mechanisms deployed for the tender award

Supplier/ Awarded to (c)

Description (a)(i)

2015/16

   

Vox Telecommunications

Least Cost Routing

R198,242.34

Open tender process. A 80/20 principle is applied

The Bid Specification Committee deploys a risk aversion strategy in the functionality during the approval of the specifications. The risk aversion include but not limited to methodology (how), experience (including references), and successes attained during the delivery, where possible site inspections (at service provider premises or were services are rendered) are also conducted.

Superior Pilot Services

Cadets Pilot Training

R3,325,699.20

Open tender process. A 90/10 principle is applied

 

Aerodata AG

FIU Strategy

R 1,795,319.00

Open tender process. A 90/10 principle is applied

 

ExecuJet

Aircraft Maintenance, Hangarage, Office Acc and FOB services

Service based

Open tender process. A 90/10 principle is applied

 

Fidelity Security Services (Pty) Ltd

Security (Guarding) Services

R8,531,320.68

Open tender process. A 90/10 principle is applied

 

Docufile Records

Off-Site Storage

R503,195.65

Open tender process. A 80/20 principle is applied

 

Sisonke Printers & Signage (Pty) Ltd

Aeronautical Information Publication

R451,192.39

Open tender process. A 80/20 principle is applied

 

Business Enterprise @ University of Pretoria

National Aviation Transformation Strategy (NATS)

R948,480.00

Open tender process. A 80/20 principle is applied

 

Tender Details

Value of contract in 2016/17 (a)(ii);& (b)

Criteria for award of tender (d)

Mechanisms deployed for the tender award

Supplier/ Awarded to (c)

Description (a)(i)

2016/17

   

Superior Pilot Services

Cadet Pilot Training Service Provider

R11, 012, 810.00

Open tender process. A 90/10 principle is applied

The Bid Specification Committee deploys a risk aversion strategy in the functionality during the approval of the specifications. The risk aversion include but not limited to methodology (how), experience (including references), and successes attained during the delivery, where possible site inspections (at service provider premises or were services are rendered) are also conducted.

Servest Group (Pty) Ltd

Cleaning, Pest Control and Hygiene Services

R1, 408, 824.00

Open tender process. A 90/10 principle is applied

 

ACSA Cape Town

Cape Town Lease

R6, 237, 619.12

Open tender process. A 90/10 principle is applied

 

Introstat (Pty) Ltd

IT Equipment

R4, 165, 076.79

Open tender process. A 90/10 principle is applied

 

Sizwe IT Group

Core Network Switch Replacement

R537, 465.19

Open tender process. A 80/20 principle is applied

 

Vox Telecommunications (Pty) Ltd

Internet Solutions

R17, 121, 910.46

Open tender process. A 90/10 principle is applied

 

Microsoft

Microsoft Licenses (Sole Supplier)

R7, 461, 805.00

Open tender process. A 90/10 principle is applied

 

Computer Security and Forensic Solutions (Pty) Ltd

ICT Security

R2, 034 444.00

Open tender process. A 90/10 principle is applied

 

Deloitte & Touché

Audits of Aviation Fuel Levies

R938, 670.00

Open tender process. A 80/20 principle is applied

 

Capitol Caterers (Pty) Ltd

SCM Canteen Services

R1, 529, 481.15

Open tender process. A 90/10 principle is applied

 

NexisLexis (Pty) Ltd

Provision and uploading of Act, Technical Standards and Regulations on CAA intranet and website

R1, 374, 369.75

Open tender process. A 90/10 principle is applied

 

Sethewo (Pty) Ltd

Maintenance and Support of Great Plains

R919, 296.00

Open tender process. A 80/20 principle is applied

 

Century Avionics

Supply and Installations of Flight Data Recorder

R1, 046, 795.06

Open tender process. A 90/10 principle is applied

 
  1. ii Railway Safety Regulator

2014/15 Financial Year

No

Services

C

B

D

 

HR Supports Services

Work Dynamics

R 1 584 600.00

Predetermined functionality criteria

90/10 Evaluation Criteria

 

Travelling Management Services

Fly-Now

Rate based

 
 

Fleet Management Services

Khula Fleet

R14 857 278.15

 
 

Rail Infrastructure Risk Management Project

Mzumbo Consulting

R8 421 225.6

 
 

Development of 4 Rail Regulations

Muthwa Law consulting& Bulumko Inc.

R685 00.00

 
   

ENS Africa

R480 000.00

 
   

MPM Holdings

R777 857.00

 
   

MNC Incorporated

R700 000.00

 

2015/16 Financial Year

No

1 a

1 b

1 c

1 d

 

Development of regulations on occurrence management and board of inquiries in terms of Section 50 of the NRSR Act 16 of 2002

Ramphele Attorneys

R719 000.00

Predetermined functionality criteria

90/10 Evaluation Criteria

 

Development of regulations on safety of person, including person with disabilities on board stationary or rolling stock, infrastructure or at station in terms of Section 30(d) of the NRSR Act no. 16 of 2002 as amended for the RSR

MNS Attorneys

R737 100,00

 
 

Development of Regulations on Construction Activities in terms of Section 31(e) of The National Railway Safety Regulator Act no. 16 of 2002 as Amended for the Railway Safety Regulator submission.

MNS Attorneys

R844 200.00

 
 

Provision of RSR Q Rail Management Quality System Project.

Business Assessment Services

R2 234 870.82

Predetermined functionality criteria

90/10 Evaluation Criteria

 

Maintain and support a managed wide area network infrastructure for a period of 36 months with an option to extend for a further 24 months.

VOX Telecommunications

R4 184 661.84

 
 

RSR application hosting for a period of 36 months.

Telkom SA

R5 049 011.69

 
 

Provision of tablets and 3G to RSR for a period of 24 months.

Telkom SA

R5 352 744.00

 
 

Appointment of a service provider for the development of High speed Rail Standard for the RSR.

GIBB Engineering and Architecture

R5 490 945.09

 
 

Provision of fully serviced accommodation for the regions.

Full Facilities Management

R195 912 468.00

 

2016/17 Financial Year

No

1 a

1 b

1 c

1 d

 

To Conduct A Motorist And Pedestrian Level-Crossing Risk Behavior Study.

MTO Safety

R2 995 920.00

Predetermined functionality criteria

90/10 Evaluation Criteria

E1 The Railway Safety Regulator has established a Project Management Office to assist project managers with the tracking of deliverables by the service provider to ascertain that projects are delivered on time, at the allocated cost, within the scope agreed to and assess the performance of the bidder.

E2 The office of the CFO through scm is also responsible for supplier performance and monitoring.

E3 Another mechanism is the Internal Audit function that audits these matters on a quarterly basis.

E4 Further, the RSR established a Compliance Unit in order for completeness and compliance to be verified before payments are made to suppliers.

E5 Predetermined functionality criteria applied to ensure that the companies that won the tenders have the capacity, capability and resources to fulfil the requirements

Ports Regulator of South Africa (PRSA)

Year

Tender Description

Appointed Supplier

BBBEE level

Amount

2012/13

Procuremnt of Internal Audit Services

Deloitte

2

R 906 000.00

2013/14

Procurement of IT Hardware

Intergr8

4

R 111 116.84

 

Procurement of Human Resources Management

PWC

2

R 1 246 986.00

 

Procurement of Offsite Data Storage

Metrofile

5

R 50 400.00

 

Procurement of Financial Consulting Services

KPMG

3

R 277 824.00

 

Procurement of Multi-function Printer

Green Dot

3

R 91 147.56

2014/15

Procument of IT Management Services

Teksys Computers

4

R 194 119.20

2015/16

Procerment of Internal Audit Services

A2A Kopano Incorporated

1

R 824 686.50

2016/17

Procurement of IT Hardware

IT Master

2

R 389 994.51

 

Procurement of Multi - Function Printer

Olivetti Direct Office Technologies

3

R 132 924.00

 

Procurement of Valuation of Assets Services

Meridian Economics

4

R 1 915 086.00

(d) The bid for each contract specified the minimum requirements that must be met for each tender, also the bid had a minimum score of functionality that must be met before the bidder can be evaluated on price.

(e) The terms of reference for the bid specified that the bidder must demonstrate their ability to deliver the service required, this is also monitored during the contract period.

Passenger Rail Agency of South Africa (PRASA)

See attached Annexure

  • Refer to the spreadsheet attached.

(d) Each tender was advertised in the newspapers and i-tender

  • They were evaluated through Bid Evaluation Committees and adjudicated through Bid Adjudication Committees.
  • Depending on the thresholds and is as follows:
    • R 25 million and below approved by the Divisional and Subsidiary CEO’s
    • R 50 Million and Below approved by the Group CFO and Group CEO
    • R 50 Million and above approved by the of the Board.
  • Once approved PRASA enter into negotiations with the approved service provider.

(e) On construction related works construction guarantees and Bid Bonds (from the Financial institutions) are required;

  • Depending on the nature of requirements (Goods, Services and works) PRASA has incorporated probity services on the tenders that are more than R 10 million;
  • All service providers that have passed the technical thresholds are subjected to security screening;
  • Company experience and the CV’s of the Resources proposed form part of the mandatory requirements;
  • All previous projects that have been completed will require referral letter from the clients;
  • The industry certification /professional bodies IDB/IATA/ASATA/PR.Eng/SAICA/ESCA) also form part of the evaluation criteria;
  • Latest Annual Financial Statements to the liquidity ratios; and
  • During the project period the Supplier Assessment and Evaluation form are sent to End-user and the Service Provider to ensure that all requirement are met.

South African Maritime Safety Authority (SAMSA)

2014/2015 FINANCIAL PERIOD

Supplier Name

Description

80/20 or 90/10

Value

SLA or Contract

SIZWENTSALUBAGOBODO

Internal Audit Services

90/10

R 2 456 928.00

Signed SLA and contract monitoring & reporting

FARANANI

SOFTWARE LICENCE FEE

90/10

R 3 115 672.43

Signed SLA and contract monitoring & reporting

INTERNET SOLUTIONS

IT SYSTEM

90/10

R 12 186 107.36

Signed SLA and contract monitoring & reporting

7

MAINTENANCE OF SECURITY SYSTEM (CAMERAS)

80/20

R 1 582 534,77

Signed SLA and contract monitoring & reporting

NASHUA MOBILE

CELLPHONE VOICE & DATA SERVICE

90/10

R 2 908 777.27

Signed SLA and contract monitoring & reporting

PMB CHANGE A LIFE

CSI PROJECT (DUZI CANOEING PROJECT)

90/10

R 1 000 000.00

Signed SLA and contract monitoring & reporting

BLAUPAU MANAGEMENT CONSULTINGCC

HUMAN DEVELOPMENT STRATEGY FOR MARITIME SECTOR

90/10

R 1 950 000.00

Signed SLA and contract monitoring & reporting

CSIR

RESEARCH SERVICE

Inter-governmental procurement

R 1 670 328.00

Signed SLA and contract monitoring & reporting

COMPUTER INITIATIVES T/A VOX

GP UPGRADE

90/10

R 1 642 985.00

Signed SLA and contract monitoring & reporting

2015/2016 FINANCIAL PERIOD

Supplier Name

Description

80/20 or 90/10

Value

SLA or Contract

MTN

CELLPHONE VOICE & DATA SERVICE

90/10

R 4 184 525,13

Signed SLA and contract monitoring & reporting

VODACOM

CELLPHONE VOICE & DATA SERVICE

NT Transversal Contract

R 9 706 305,09

Signed SLA and contract monitoring & reporting

FARANANI

SLA MAINTENANCE FEE - GO LIVE

90/10

R 1 838 232.00

Signed SLA and contract monitoring & reporting

2016/2017 FINANCIAL PERIOD

Supplier Name

Description

80/20 or 90/10

Value

SLA or Contract

BYTES TECHNOLOGY GROUP SA (PTY) LTD

PHOTOCOPIER MACHINE LEASE

NT Transversal Contract

R 724 230,72

Signed SLA and contract monitoring & reporting

PLAZA AQUAD

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 1 719 780.60

Signed SLA and contract monitoring & reporting

RICKETT SALES (PTY) LTD

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 4 916 879.68

Signed SLA and contract monitoring & reporting

RICKETT SALES (PTY) LTD

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 4 770 517.20

Signed SLA and contract monitoring & reporting

GROWTHPOINT

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 6 250 169.16

Signed SLA and contract monitoring & reporting

TRANSNET NATIONAL PORTS AUTHORITY

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 7 812 711.45

Signed SLA and contract monitoring & reporting

INTERPARK (SOUTH AFRICA) (PTY) LTD

PARKING

Negotiated Lease Agreement/ Deviation Approved by NT

R 1 354 320.00

Signed SLA and contract monitoring & reporting

JHI REAL ESTATE (19 TH FLOOR)

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 27 621 270.60

Signed SLA and contract monitoring & reporting

JHI REAL ESTATE ((18 TH FLOOR)

RENTAL OFFICE BUILDING

Negotiated Lease Agreement/ Deviation Approved by NT

R 14 484 130.60

Signed SLA and contract monitoring & reporting

INDWE RISK MANAGEMENT

INSURANCE FOR SAMSA DIRECTORS

90/10

R 1 729 065.10

Signed SLA and contract monitoring & reporting

SIKELA XABISA

INTERNAL AUDIT

90/10

R 3 094 789.00

Signed SLA and contract monitoring & reporting

17 November 2017 - NW3411

Profile picture: De Freitas, Mr MS

De Freitas, Mr MS to ask the Minister of Transport

With reference to the Prasa signalling systems and maintenance work after the Elandsfontein train crash, (a) why has maintenance work on the signalling systems stopped in some areas in Gauteng, (b) what is being done to resume and complete this work in each area respectively and (c) what are the timelines and deadlines for each area in this regard?

Reply:

a) The maintenance of the signalling system has never stopped in some areas in Gauteng. It has intensified working hand in hand with the Rail Safety Regulator (RSR) with a dedicated joint team of inspectors from RSR and Metro-rail signalling technicians.

b) Refer to (a) above

c) Refer to (a) above

17 November 2017 - NW3299

Profile picture: Mulaudzi, Adv TE

Mulaudzi, Adv TE to ask the Minister of Transport

(1)Whether the (a) chief executive officer and (b) chief financial officer of entities reporting to him are employed on a permanent basis; if not, (2) whether the specified officers are employed on a fixed term contract; if so, (a) what are the names of each of the officers and (b) when (i) was each officer employed and (ii) will each officer’s contract end?

Reply:

1. Transport Entities CEO’s are appointed on a five (5) years fixed term contract. Some of the entities CFOs are appointed on a permanent basis and others on a five (5) years fixed term contract.

2. Department of Transport entities CEO’s and CFO’s employment status

 

Name of Entity

Name of CEO

Contract Expiry Date

Name of CFO

Contract Expiry Date

1

SANRAL

Mr Skhumbuzo Macozoma

30 November 2021

Ms Inge Mulder

Permanent

2

PRASA

Mr Lindikaya Zide

Acting

Ms Yvonne Page

Acting

3.

ATNS

Mr Thabani Mthiyane

30 June 2018

Mr Mtome Moholola

Acting

4.

SAMSA

Mr Sobantu Tilayi

Acting

Mr Phumlani Myeni

Permanent

5.

SACAA

Ms Poppy Khoza

30 Novemeber 2018

Mr Asruf Seedat

30 November 2021

6

ACSA

Mr Bongani Maseko

30 May 2018

Mr Dirk Kunz (Acting)

Acting

7

Ports Regulator

Mr Mahesh Fakir

30 April 2019

Mr Thokozani Mhlongo

31 October 2020

8

C-BRTA

Mr Sipho Khumalo

30 June 2021

Mr Nchaupe Maepa

Acting

9

Road Accident Fund

Ms Lindelwa Jabavu

Acting

Mr Rodney Gounden

31 August 2022

10

RSR

Mr Nkululeko Poya

31 October 2021

Mr Regardt Gouws

Permanent

11

RTMC

Adv Makhosini Msibi

31 December 2018

Ms Liana Moolman

Permanent

12

RTIA

Mr Japh Chuwe

30 September 2021

Ms Palesa Moalusi

Contract

31 July 2018

17 November 2017 - NW3437

Profile picture: Mulaudzi, Adv TE

Mulaudzi, Adv TE to ask the Minister of Transport

(1)How many officials and/or employees in his department were granted permission to have businesses and/or do business dealings in the past three financial years; (2) are any of the officials and/or employees that have permission to have businesses and/or do business dealings doing business with the Government; if so, (a) what was the purpose of each business transaction, (b) when did each business transaction occur and (c) what was the value of each business transaction?

Reply:

1. 2014/2015 – 7 employees (work outside employment in the Public Service)

   2015/2016 – 4 employees (work outside employment in the Public Service)

  2016/2017 – 8 employees (work outside employment in the Public Service)

2. 

 a) None

 b) Not applicable

 c) Not applicable

17 November 2017 - NW3547

Profile picture: Groenewald, Mr HB

Groenewald, Mr HB to ask the Minister of Transport

(a) How is the performance of the boards of entities that report to him measured, (b) what sanction takes place should the performance targets not be met, (c) how did each board of each entity that report to him perform against set targets and measurables in the past three financial years and (d) who monitors the performance of boards?

Reply:

a) At the beginning of the financial year each entiy is required to submit a Shareholders compact. The shareholders compact, documents the mandated key performance measures and indicators to be achieved by the entities as agreed by the Accounting Authority and Executive Authority. The Executive Authority monitors the extent to which the Board as a whole, achieves the objectives and specific performamce targets. Procedures have been established where all the Accounting Authorities in SOE’s reports to the Executive Authority on a quarterly basis for monitoring and evaluation purposes.

b) In instances where an entity has not met its performance targets, careful consideration must be given, taking into account the reasons provided by the entities for non-achievement. Where it is found that Board members are lacking in certain skills sets they will be recommended for skills training or equipping programmes relevant to requirements. Sanctions would only become applicable where an entity has deliberately and knowingly acted negligently with state funds or resources or where supply chain processes were overlooked. In such instances, investigations are undertaken, followed by disciplinary action(s) where applicable or necessary.

c) Boards’ performance for the past three (3) financial years has been satisfactory, with other entities performing exceptionally well.

d) Board performance is monitored by the Corporate Governance Section within the Department. In addition, Boards also undergo Board evaluations, these can be done by an independent company or alternatively Board members can evaluate each other. Board evaluations conducted by Board members evaluating each other are usually done on a confidential basis. During these evaluations Board members are required to evaluate not only the positives but the negatives of each Board member over the course of the financial period under review. The outcomes of these Board evaluation reports are submitted to the Shareholder on an annual basis.

14 November 2017 - NW3423

Profile picture: Figlan, Mr AM

Figlan, Mr AM to ask the Minister of Transport

(a) What are the processes, procedures and mechanisms with regard to the issuing of small-scale and ad hoc work required to be done by the Passenger Rail Agency of South Africa, (b) how is the work issued, (c) how are suppliers identified and decided upon, (d) what amount has been spent in this regard in each month in the past three financial years and (e) what was the nature of the work in each case?

Reply:

a) All small-scale work is procured through quotation process for both CAPEX and OPEX. SME’s and suppliers registered on the database are invited to submit quotations for goods or services required. During 2014 financial year up to July 2016, PRASA supplier database was used to source quotations for small-scale and ad-hoc works such as unplanned maintenance. Since July 2016, the Central Supplier Database managed by National Treasury is used to source quotations for all small –scale works.

b) Invites are sent to suppliers registered on the Central Supplier Database to renders services or provide goods for OPEX and CAPEX. The supplier information is obtained from the Central Supplier Database.

c) On rotational basis, suppliers are selected from the Central Supplier Database and invited to quote for services or goods required by the business.

d) Refer to Annexure A.

e) The nature of work relates to repairs and maintenance, office stationer, cleaning services and property relates services. Refer to Annexure A

10 November 2017 - NW3333

Profile picture: Mulaudzi, Adv TE

Mulaudzi, Adv TE to ask the Minister of Transport

What is the total number of vehicles in each gross vehicle mass category that are registered in each metropolitan municipality?

Reply:

It should be noted that vehicles are categorised on the National Traffic Information System in the following manner:

  • Heavy load vehicle with a GVM exceeding 3500Kg which is equip to draw
  • Heavy load vehicle with a GVM exceeding 3500Kg, not equipped to draw
  • Heavy passenger motor vehicle designed to carry 12 or more persons
  • Light load vehicle with a GVM 3500Kg or less
  • Light passenger motor vehicle designed to carry less than 12 persons
  • Motorcycle, Motor-tricycle, Motor Quadru-cycle
  • Special Vehicles
  • Unknown: In this instance, the GVM is known but the vehicle category is unknown. This is old data and it is usually farming equipment that is specially classified.

Annexure A Table 1 contains a summary of the above-mentioned categories per metropolitan municipality. Data as found on the NaTIS as on 30 September 2017.

Annexure A

Table1:

 

 

 

Vehicle Population per Category and Metropolitan Municipality as at 30 September 2017

 

Metropolitan Municipality

Heavy load veh(GVM>3500Kg equip to draw)

Heavy load veh(GVM>3500Kg, not to draw)

Heavy passenger mv (12 or more persons)

Light load vehicle (GVM 3500Kg or less)

Light passenger mv(less than 12 persons)

Motorcycle / Motortricycle / Quadrucycle

Special Vehicle

Unknown

Grand Total

Bloemfontein

6607

5485

2906

50211

102801

7535

4870

685

181100

Buffalo City

2195

2137

4098

40264

94900

2839

2645

281

149359

City of Cape Town

19741

13899

19204

263116

915221

56544

15120

1556

1304401

Ekurhuleni

47848

36604

24863

315273

768452

36745

24067

643

1254495

eThekwini

20542

16413

22829

180856

569450

16763

9218

666

836737

Johannesburg

27727

21557

39927

367802

1175211

50612

16030

847

1699713

Mogale City*

5383

3489

4951

59097

118303

6124

4515

184

202046

Nelson Mandela Bay

4847

5100

5088

69036

181752

11645

4537

856

282861

Pretoria

21236

15470

24546

313808

763596

39256

21625

874

1200411

Sedibeng*

10145

7250

7458

92034

194083

10097

8347

256

329670

Grand Total

166271

127404

155870

1751497

4883769

238160

110974

6848

7440793

* Not officially declared as Metropolitan Municipalities but regarded as substantial.

10 November 2017 - NW3415

Profile picture: Dreyer, Ms AM

Dreyer, Ms AM to ask the Minister of Transport

(a) What plans are in place to integrate minibus taxis into an integrated public transport system,(b) what are the time frames, time lines and milestones in this regard,(c)(i) what consultation has taken place (ii) with whom (d) what are the main features of the integration?

Reply:

a) In terms of public transport strategy the incumbent operators (taxi and bus operators) should be the core of the integrated public transport system. Currently, the Integrated Public Transport Networks (IPTNs) are being operated by the incumbent operators as envisaged in the strategy. In most of the cities minibus taxi are feeding to the trunk or will feed to the trunk once the system is up and running.

b) The system is being rolled out in phases, as a result of that various cities are at different stages in terms of their system roll out.

c) (i) Consultation has taken place with various affected taxi associations and operators

(ii) It is mandatory for municipalities to consult all affected operators (minibus taxi and bus operators) when planning to implement the IPTNs.

d) In some corridors minibus taxi operators withdraw their operations and join the Vehicle Operating Company (VOC), whereas in certain cases minibus taxis remain in operation either as a feeder to the trunk of the public transport system or compete with the public transport system.

 

10 November 2017 - NW3418

Profile picture: Steenkamp, Ms J

Steenkamp, Ms J to ask the Minister of Transport

(a)(i) Which taxi associations received government grants in the past three financial years and (ii) what were the grant amounts in each case, (b) what criteria are used to decide on qualifying taxi associations, (c) what is the purpose of the grant in each case, (d)(i) what key performance areas and specific actions are the taxi associations expected to perform and (ii) how often and how do the taxi associations report to his department, (e) what disqualified a taxi association from receiving future grants and (f)(i) which grants have been denied, (ii) to which taxi associations and (iii) why in each case in the past three financial years?

Reply:

(a) Taxi Associations operate at local level and by their very own nature are self-sustainable. The Department of Transport does not provide any direct financial assistance in the form of grants to Taxi Associations and neither are we aware of any provincial or local government that provides grants to these Associations.

(b) Refer to response number (a);

(c) Refer to response number (a);

(d) Refer to response number (a);

(e) Refer to response number (a);

(f) Refer to response number (a).

10 November 2017 - NW3419

Profile picture: Steenkamp, Ms J

Steenkamp, Ms J to ask the Minister of Transport

(1)With reference to the payment of overtime for officers and staff members in the Road Traffic Management Corporation since 2015, (a) why has some overtime payments owed not been paid to the officials concerned and (b) when will these payments be paid; (2) will interest on these overdue payments be paid to those affected; if not, why not; if so, what amount in percentage interest will be paid; (3) will those affected be compensated in a different way; if not, why not; if so, what are the details of how they will be compensated?

Reply:

  1. All overtime due to officers and staff members has been paid and there is no outstanding payment.
  2. See (1) above
  3. See (1) above

10 November 2017 - NW3528

Profile picture: Brauteseth, Mr TJ

Brauteseth, Mr TJ to ask the Minister of Transport

(1)What subsidy has his department paid to the Brakpan Bus Company over the past three financial years; (2) whether he has been informed of a 2014 feasibility study into future options of the specified bus company; if not, what is the position in this regard; if so, which option does his department support; (3) (a) what are the relevant details of the kind of oversight that this department has over the bus company, in view of the subsidy paid by the taxpayer; (4) (a) what (i) fraud and/or (ii) corruption has been identified in the running of the bus company and (b) why is the bus company running at a loss?

Reply:

(1) Subsidized bus services are managed and administered by Provincial Departments of Transport and subsidy is paid by Provinces through the Public Transport Operations Grant, which is a supplementary grant. The Brakpan Bus Company contract is managed by Gauteng Department of Roads and Transport and their subsidy allocation for the past three financial years is:

  • 2014/15 – R11 554 076.00
  • 2015/16 – R18 291 488.00
  • 2016/17 – R23 293 376.00

2. Brakpan Bus Service is a municipal owned bus company and any decision about the future of the company is the prerogative of the municipality as long as it is aligned with all legislative prescripts governing public transport. The Department is conscious of the fact that Gauteng Department of Roads and Transport has appointed CSIR to conduct a due diligent exercise for all subsidized bus contracts in the Province, including Brakpan, with the aim of designing new public transport contracts in future.

3. The bus company is monitored by the Province through a Supervisory and Monitoring Firm (SMF) appointed by Gauteng Department of Roads and Transport to ensure that the operator complies with all contractual obligations.

4. a) The running and performance of the bus company is solely the obligation of the municipality as the owner.

b) Same as (a) above.

10 November 2017 - NW3538

Profile picture: De Freitas, Mr MS

De Freitas, Mr MS to ask the Minister of Transport

Whether the next Chief Executive Officer (CEO) of the Road Accident Fund has been appointed; if so, (a) who has been appointed, (b) what criteria were used to appoint the new CEO, (c) (i) how many applications were received and (ii) what are the names of each candidate and (d) why were the unsuccessful applicants not successful in each case?

Reply:

The next Chief Executive Officer of the Road Accident Fund has not been appointed, and paragraph (a)(b)(c)(i)(c)(ii) are therefore not applicable

10 November 2017 - NW3546

Profile picture: Groenewald, Mr HB

Groenewald, Mr HB to ask the Minister of Transport

(a) What steps has been taken by his department to ensure that all (i) metered taxis and (ii) e-hailed taxis are operating legally, (b) what number of the specified taxis were found to be operating illegally in the past three financial years and (c) what are the details of sanctions that were imposed on the illegal taxis?

Reply:

a) On the 19th July 2017 I met with the Minister of Police and the Acting National Commissioner and his team to discuss the state of affairs between the metered taxis and /app-based operators and to propose a more focussed enforcement strategy.

In addition, I met with the MEC for Gauteng Department of Roads and Transport and the MMC’s of the relevant metropolitan municipalities on the 24th July 2017.

Furthermore, I met with the Gauteng Metered Taxi Council, the Concerned Metered Taxi Operators and the app-based operators on the 27th July 2017 in Midrand.

I also arranged a walk-about programme on 11th September 2017 in Sandton to sensitize operators that they must abide by the prescripts of the law which requires them to have a valid operating licence and that there will be no compromise on law enforcement.

b) During the above engagements, the Gauteng Province indicated they have received 6001 applications for e-hailing services as at 15 September 2017. Only 2077 applications were approved and only 1 was rejected. The Gauteng province further indicated that 3923 applications are still pending before the Gauteng Provincial Regulatory Entity (GPRE).

Regarding the metered taxi service, the GPRE received 3326 applications and 1368 of those applications were approved. GPRE also rejected 1958 applications.

During the October month the Province embarked on an outreach program where a total of 1078 applications were received and 162 licences were issued after this program. However, the information changes all the time as the Province is busy processing the licences to assist those who want to comply.

c) The National Land Transport Act, 05 of 2009 creates an offence to anyone who provides a public transport service without the necessary operating licence. If found to be providing public transport services without the licence, the relevant vehicle must be impounded and a determined fine must be paid before the vehicle is released by law enforcement. The fine varies from Province to Province since this power rests with the MECs and it goes up on a second and third offence.

10 November 2017 - NW3422

Profile picture: Figlan, Mr AM

Figlan, Mr AM to ask the Minister of Transport

(1)With regard to bridges constructed by the SA National Roads Agency in the past three financial years, (a)(i) what total number has been built and (ii) where were they built in each specified financial year, (b) what were the total costs in each case and (c) to which companies were the tenders awarded in each case; (2) on what date (a) did the construction of each bridge commence and (b) was each bridge completed; (3) (a) what public participation and consultation processes took place in each case and (b) what impact did the consultations have on each project?

Reply:

1. (a) (i) 21 bridges have been built over the past 3 years by SANRAL.

(ii) Please see attached Table for relevant details on location.

(b) Please see attached Table for relevant details of the project under which bridge was built. Bridges are normally constructed as part of a road construction project, a price is tendered for the complete project and not each bridge individually.

(c) Please see attached Table for relevant details.

2. (a) Please see attached Table for relevant details on the project start and end dates. Please note that the start dates refer to date when consultant was first appointed.

(b) Please see attached Table for relevant details on year built of each bridge.

3) (a) The public participation process for each project is guided by the relevant requirements of the National Environmental Management Act and related Regulations.

(b) The impact of consultations on each project is varied and can range from no impact to complete realignment of a route been required, and these recommendations are captured in the Record of Decision issued by Department of Environmental Affairs for each project.

 

10 November 2017 - NW3426

Profile picture: Groenewald, Mr HB

Groenewald, Mr HB to ask the Minister of Transport

With reference to his reply to question 2529 on 4 September 2017 pertaining to statistics from arrests during the 2016-17 festive season, (a) why does the Road Traffic Management Company (RTMC) not keep record of the data requested and (b) from what other source does the RTMC obtain this data?

Reply:

a) The recording of blood test results from Police Forensic laboratories is a mandate of SAPS. Traffic Officers only serve as complainants on the matter and the docket is processed by SAPS detectives. All 2016/17 cases are still pending.

b) The data is kept on SAPS CAS system and Department of Justice Register.

10 November 2017 - NW3428

Profile picture: Hadebe, Mr TZ

Hadebe, Mr TZ to ask the Minister of Transport

(a) How is the current tariff system of the National Ports Authority calculated and (b) how does it compare to international tariff systems and structures?

Reply:

(a) The tariffs of the NPA are calculated on the basis of a comprehensive Tariff Methodology based on the widely used internationally best practice Required Revenue approach. The current tariff decision is based on the third tariff methodology published by the Regulator having been aproved and published in March 2017 after a number of rounds of public consultation. See annexure A: Port Tariff Methodology For Tariff Years 2018/19 – 2020/21

The tariff strategy published in July 2015 sets out a transparent and rational approach to an efficient and cost reflective pricing structure. Long term tariff targets are published on an annual basis to increase transparency and stability in the sector and significant progress have been made in the rebalancing of port tariffs on a sustainable basis. The tariff strategy is fairly unique as very few port pricing systems are publicly regulated but does reflect an advanced approach to port infrastructure pricing. Please see Annexure B: Tariff Strategy for the South African Ports System 2015/16.

10 November 2017 - NW3548

Profile picture: Hoosen, Mr MH

Hoosen, Mr MH to ask the Minister of Transport

With regard to the functions taken over from Tasima, (a) who has taken over these functions, (b) what are the functions, (c) how is it ensured that functions are properly executed, (d) what (i) are the costs since taking over these functions, (ii) additional staff have been appointed for this purpose and (iii) are their functions and (e) when were they appointed?

Reply:

a) The Road Traffic Management Corporation’s Road Traffic Information Systems (RTIS) Unit took over all functions related to the operation and managements of the NaTIS with effect from 05 April 2017.

b) The functions include, but are not limited to, the following:

  1. Software Development
  2. Business Engagement
  3. Business Intelligence
  4. NaTIS User Training
  5. NaTIS Infrastructure Support
  6. Project Office – deployment of new NaTIS sites, replacement of equipment, deployment of communication services
  7. NaTIS Site Support – Hardware and network support
  8. System Support – End-user Software Trouble shooting
  9. Information System Security and Governance, Risk and Compliance
  10. NKP Physical Security

c) The Corporation employed a compliment of technical staff with over 700 years accumulated NaTIS experience in 2015. This staff compliment has been augmented with existing support functions in Finance, Human Capital, Risk Management, etc to ensure that all functions are properly executed.

d)

(i) Costs to date

Road Traffic Information Systems costs incurred, YTD September2017

 

 

 

 

 

Economic classification

 

 

 

Amount

Compensation of Employees

 

 

 

R39 011 781.40

 

 

 

 

 

Goods & Services

 

 

 

R56 878 696.10

 

 

 

 

 

Capital Expenditure

 

 

 

R 1 528 044.60

 

 

 

 

 

Total spent on eNaTIS

 

 

  R

97 418 522.10

 

 

 

 

 

(ii) No additional staff have been appointed in the RTIS Unit since the takeover. Corporation continues to review its staff requirements in terms of its strategic mandate.

(iii) Not applicable, see (d)(ii) above as no new staff have been appointed.

e) Not applicable, see (d)(ii) above.

10 November 2017 - NW3555

Profile picture: James, Ms LV

James, Ms LV to ask the Minister of Transport

With reference to a certain court case (details furnished), (a) what are the costs of the specified court case to date, (b) what are the reasons for the costs, (c) what are the relevant details of the cost orders to date and (d)(i) why is a certain company (name furnished) applying for leave to appeal the ruling and (ii) what has he found to be the reason for the specified application?

Reply:

(a) The costs are unknown at this stage as the Department is yet to receive the accounts of the Departmental Advocates from the State Attorney.

(b) The costs are for the services rendered to the Department by the Advocates.

(c) The Court ordered the Department to pay the costs of Comair and the Court Order became suspended when the Department filed the leave to appeal through the State Attorney.

(d)(i) Another Court could come to a different conclusion as the High Court may have erred in concluding that the Air Services Licensing Council has taken a decision to suspend a license of an applicant (Comair), when there was an existing interim order directing the Air Service Licensing Council not to take a decision.

(d)(ii) The Air Service Licensing Council ought to be allowed the space to make a decision on the shareholding issue to ensure clarity and finality on the matter.

10 November 2017 - NW3556

Profile picture: James, Ms LV

James, Ms LV to ask the Minister of Transport

With reference to the provincial regulating entities and the applications for licenses, (a) what (i) are the reasons for delays in these applications, (ii) is being done to get up-to-date on applications and (iii) is the average turn-around time in processing applications, (b) how is this average turn-around time calculated, (c) what is being done to reduce turn-around times in future and (d) what mechanisms, processes and procedures have been put in place in this regard?

Reply:

a) (i) Slowness of the system, National Land Transport Information System (NLTIS), used to process applications for operating licences and failure by operators to submit required or additional information for upliftment of licences.

(ii) In the short term, officials work overtime to process as many applications as possible. The medium term solution is to redesign the NLTIS.

(iii) Approximately 90 days for the processing of applications. However, the turnaround time differs in each Province, subject to capacity constraints in each Provincial Regulatory Entity (PRE).

b) Calculated using the first-come-first-processed scheduler. Complete application will take a minimum of 5 days at phase 1: helpdesk, 35 days at registration and publication phase, 10 days for board preparations and adjudication and 10 days for board minutes and upliftment of operating licences.

c) PREs have developed standard procedure manuals. The PRE committee has delegated the over the counter transactions to officials to reduce the turnaround time.

d) The Department is in a process of redesigning the system (NLTIS).

10 November 2017 - NW3299

Profile picture: Mulaudzi, Adv TE

Mulaudzi, Adv TE to ask the Minister of Transport

(1)Whether the (a) chief executive officer and (b) chief financial officer of entities reporting to him are employed on a permanent basis; if not, (2) whether the specified officers are employed on a fixed term contract; if so, (a) what are the names of each of the officers and (b) when (i) was each officer employed and (ii) will each officer’s contract end?

Reply:

1. Transport Entities CEO’s are appointed on a five (5) years fixed term contract. Some of the entities CFOs are appointed on a permanent basis and others on a five (5) years fixed term contract.

2. Department of Transport entities CEO’s and CFO’s employment status

 

Name of Entity

Name of CEO

Contract Expiry Date

Name of CFO

Contract Expiry Date

1

SANRAL

Mr Skhumbuzo Macozoma

30 November 2021

Ms Inge Mulder

Permanent

2

PRASA

Mr Lindikaya Zide

Acting

Ms Yvonne Page

Acting

3.

ATNS

Mr Thabani Mthiyane

30 June 2018

Mr Mtome Moholola

Acting

4.

SAMSA

Mr Sobantu Tilayi

Acting

Mr Phumlani Myeni

Permanent

5.

SACAA

Ms Poppy Khoza

30 Novemeber 2018

Mr Asruf Seedat

30 November 2021

6

ACSA

Mr Bongani Maseko

30 May 2018

Mr Dirk Kunz (Acting)

Acting

7

Ports Regulator

Mr Mahesh Fakir

30 April 2019

Mr Thokozani Mhlongo

31 October 2020

8

C-BRTA

Mr Sipho Khumalo

30 June 2021

Mr Nchaupe Maepa

Acting

9

Road Accident Fund

Ms Lindelwa Jabavu

Acting

Mr Rodney Gounden

31 August 2022

10

RSR

Mr Nkululeko Poya

31 October 2021

Mr Regardt Gouws

Permanent

11

RTMC

Adv Makhosini Msibi

31 December 2018

Ms Liana Moolman

Permanent

12

RTIA

Mr Japh Chuwe

30 September 2021

Ms Palesa Moalusi

Contract

31 July 2018

10 November 2017 - NW3420

Profile picture: Steenkamp, Ms J

Steenkamp, Ms J to ask the Minister of Transport

(a) Why have the requests for more regular meetings of the Air Services Licensing (ASL) Council not been granted or accredited to, (b) how many requests for additional ASL Council meetings have been received in the past three financial years, (c) why have none of the requests been responded to and (d) what has he found to be the legislative implications of not acceding to the requests?

Reply:

Civil Aviation Branch

(a) The Air Services Licensing Council (ASL) normally meets monthly to consider applications for licenses. In terms of section 8(1) of the Air Services Licensing Act (Act No. 115 of 1990) (hereinafter referred to as “the Áct”), it is the prerogative of the Council to hold meetings at such times and places as may from time to time be determined by the Chairperson of the Council. The Council is, therefore, not required to request approval for the scheduling of additional meetings.

(b) and (c) Meetings of the Air Services Licensing Council are planned and organized monthly over a period of twelve months. Council is mandated in terms of the Act to hold meetings at such times and places as may be determined by the Chairperson, aligned with budgeted funds. Various additional meetings were held during the past three financial years, details as follows: In the 2015/16 financial year, Council held 14 scheduled monthly- and 3 additional meetings (total of 5 additional meetings for the year); during the 2016/17 financial year, Council held 12 scheduled monthly- and 3 additional meetings and in 2017/18 (to date), Council held 7 scheduled meetings and 2 additional meetings.

(d) No legislative implications are inherent in this regard, since all meetings of the Council are conducted within the mandate of the Act.

BACKGROUND INFORMATION:

The Air Services Licensing Council is a statutory body established in terms of Section 3 of the Air Services Licensing Act (Act No. 115 of 1990). The Council is concerned with the licensing and control of the domestic air services. In addition, it is responsible for the promotion of high standards of safety and to ensure that the domestic air services are rendered within the legislative framework.

In terms of Section 7, “A member of the council shall receive, from moneys appropriated by Parliament for this purpose, such remuneration and allowances as may be determined by the Minister of Transport, with the concurrence of the Minister of Finance, in general or in any particular case.” Provision is made within the Branch Civil Aviation’s budget for the normal activities of the Council, which include monthly scheduled meetings as well as a nominal allocation for additional meetings to address licence applications as well as aviation industry-related meetings. Planning of additional meetings and other activities of the Council must, however, be done with due regard to the available budget as well as the cost cutting measures currently in place within the public service.

The Council conducts both scheduled and additional meetings as and when required. Various additional meetings were held during the past three financial years, details as follows:

  • In the 2015/16 financial year: Council held 14 scheduled monthly- and 3 additional meetings (total of 5 additional meetings for the year);
  • During the 2016/17 financial year, Council held 12 scheduled monthly- and 3 additional meetings; and
  • In 2017/18 (to date), Council held 7 scheduled meetings and 2 additional meetings.

10 November 2017 - NW3424

Profile picture: Groenewald, Mr HB

Groenewald, Mr HB to ask the Minister of Transport

With regard to airline compliance reports required by the SA Civil Aviation Authority (SACAA), (a) which airlines have failed to comply in the past three financial years, (b) what reasons were given for the noncompliance in each case, (c) what were the specified airlines requested to do to rectify each noncompliance issue, (d) what steps have the airlines taken in this regard, (e) which of the airlines failed to do any rectifications, (f) what did the SACAA do in each case and (g) what are the cost implications in each case?

Reply:

South African Civil Authority (SACAA)

The airline industry in South Africa needs to comply with the Civil Aviation Regulations of South Africa. According to these regulations, each airline must be certified to operate by complying with the requirements for an Air Operator Certificate (AOC). On an annual basis each airline must renew its certificate by participating in a renewal audit. The SACAA also conducts surveillance audits to ensure that all operators (airlines) comply with the SACAA’s safety and security regulations. Airlines from foreign countries are also subjected to ramp inspections; these are surprise inspections, conducted at the airports and the purpose of these inspections are to ensure that foreign airlines comply with the regulations of South Africa to operate in this country. These requirements are known upfront by all operators from foreign States wishing to conduct civil aviation activities in South Africa.

(a) In terms of local airline operators, in the past three financial years, only South African Express failed to comply with the requirements emanating from the audit conducted into their operations which affected the renewal of their Air Operator Certificate (AOC).

In relation to Foreign Air Operators:

  1. Air Zimbabwe;
  2. Qatar Airways;
  3. Turkish Airlines; and
  4. Saudi Airlines; did not qualify with the regulatory requirements for a Foreign Operator Permit (FOP).

(b) The reasons given for the non-compliance in each case is as follows -

  1. South African Express failed to comply with the requirements emanating from the audit conducted into their operations that related to the effective management of their safety management system;
  2. Whilst the aforementioned airlines were not in possession of the required Foreign Operator Permits.

(c) South African Express was expected to address the non –compliances identified during the safety oversight inspection as per the timelines communicated by the SACAA to them and the four Foreign Operators were required to obtain the Foreign Operator Permits.

(d) Following the grounding of the airline, South African Express eventually addressed the non-compliances identified by the SACAA in terms of the regulations. Their approval was subsequently reinstated. The four Foreign Air Operators did manage to obtain their Foreign Operator’s Permits after complying fully with the SA Civil Aviation Regulations in this regard.

(e) None, all the airlines addressed their non–compliances.

(f) South Africa Express: Air Operator Certificate (OAC) was suspended and the above-mentioned foreign airlines were restricted from exercising the privileges of an approved Foreign Air Operator.

(g) The SACAA did not incur any additinal cost for these oversight activities as this forms part of our planned oversight activites. (Shoud we mot list thepenalties for the FOP non-complainces though just in case or is it too much information?)

NW3816E

10 November 2017 - NW3425

Profile picture: Groenewald, Mr HB

Groenewald, Mr HB to ask the Minister of Transport

(a) (i) How often are toll prices of long distance and inter-provincial toll roads revised and (ii) what criteria are used to arrive at a decision to revise the prices, (b) how many price increases have taken place in respect of each toll road in the past three financial years and (c) what are the details of the increases in each case?

Reply:

a) (i) Toll prices are revised once every year effective 1 March, or closest subsequent date, determined by the Minister’s approval of the tariffs and their publication in the gazette.

a) (ii) The average CPI during the previous 12 months (November to October) or, in the case of concessions (public private partnerships), the year on year CPI, as determined by the respective concession agreements.

b) Three price increases in the past three financial years, one per year, effective 7 March 2015, 1 March 2016 and 3 March 2017. GFIP e-tolls were not adjusted in 2015; they were adjusted in 2016 and 2017.

c) Details of the increases are as follows:

  • The previous year’s unrounded tariffs were adjusted for Consumer Price Index:
    • The CPI for 2015: 6.0167%
    • The CPI for 2016: 4.6750%
    • The CPI for 2017: 6.0417%
  • The adjusted tariffs were rounded off, to the closest 20 cents, 50 cents or Rand

10 November 2017 - NW3427

Profile picture: Hadebe, Mr TZ

Hadebe, Mr TZ to ask the Minister of Transport

With reference to his reply to question 2551 on 4 September 2017 pertaining to the grounding of aircraft on 18 August 2017 and 19 August 2017, (a) why was the SAA aircraft in question not in possession of a Foreign Operator’s Permit, (b) what is being done to ensure that this is not repeated and (c) what audit has been conducted to ensure that all aircraft have up-to-date Foreign Operator’s Permits in future?

Reply:

South African Civil Aviation Authority (SACAA)

((a) Foreign Operator’s Permits (FOP) are only issued to foreign air operators by the State they wish to operate. In this case SAA needs to comply with other State’s requirements in terms of FOPs. South African air operators needs to be in possession of an Air Operator’s Certificate (AOC) in terms of the Civil Aviation Regulations, and therefore SACAA does not have a jurisdiction on the FOP issued by Foreign States. The air operator namely, SAA, will therefore be in an ideal position to respond to this question.

(b) Based on the previous response this question will be best responded to by the operator or National Treasury.

(c) The SACAA conducts scheduled and random safety oversight audits and/or inspections on foreign air operators that operate in South Africa. This audit extends to all foreign aircraft flying into and out of South Africa. It is during these inspections that we verify whether the foreign aircraft are in possession of the required permit or generally qualify with all other safety and security regulations in terms of the Civil Aviation Regulations of South Africa.

In addition, the SACAA on 2 August 2017 hosted a Round Table with all Foreign Operators to educate them on all the requirements for an FOP and how to comply with the South African regulations in this regard. NW3819E

10 November 2017 - NW3429

Profile picture: Hadebe, Mr TZ

Hadebe, Mr TZ to ask the Minister of Transport

(a) What are the current arrangements regarding the shared rail infrastructure between the Passenger Rail Agency of South Africa (Prasa) and Transnet, (b)(i) how often is the specified arrangement reviewed and (ii) how are such reviews conducted, (c)(i) what is the total length of the shared infrastructure and (ii) what is the length of the rail that has been transferred for use by (aa) Prasa and (bb) Transnet, (d) what are the current financial arrangements in this regard, (e) what amounts were (i) paid to Transnet and (ii) received from Transnet in each month in the past three financial years?

Reply:

a) METRORAIL

PRASA owns the majority of rail infrastructure in the Metropolitan areas, with some rail corridors owned by Transnet on which Metrorail is currently the main operator. Arrangements are as per original allocation of assets in 1990 when PRASA was formed, while traffic over these corridors have changed since 1990 and where PRASA has become the majority user. Metrorail is dependent on Transnet for operational performance and maintenance on these corridors owned by Transnet, as follows:

KwaZulu Natal

  • Umgeni – Effingham – Duff’s Road.
  • Duff’s Road – Stanger.
  • Train control system of entire KZN region controlled by Transnet.

Western Cape

  • Cape Town – Kraaifontein/Wellington/Worcester.
  • Cape Town – Monte Vista.

Gauteng

  • Vereeniging – Houtheuwel.
  • Greenview – Pienaarspoort.
  • Oberholozer – Miday.
  • Meyerton – Vereeniging.

Eastern Cape

  • Entire Port Elizabeth network.
  • Entire East London network.

In coastal regions such as KZN, Western Cape and Eastern Cape infrastructure ownership and train control are regarded strategic assets for Transnet in terms of access to harbours, and in other regions ownership interest for Transnet is driven by control of freight traffic through the PRASA used network.

The current infrastructure arrangements also include 167 stations owned by Transnet and used by PRASA at a nominal lease amount, plus bulk service charges payable to municipalities and recovered from PRASA.

MAIN LINE PASSENGER SERVICES (SHOSHOLOZA MEYL)

The MLPS business has been transferred to PRASA in 2008/09 whereas MLPS is totally reliant on Transnet for track access at market related costs. The MLPS business uses Transnet infrastructure for all long distance passenger rail services and PRASA is totally dependent on Transnet for its service performance and support.

The MLPS business uses 100 Transnet stations, of which some were to be transferred and others leased to PRASA. These arrangements were not concluded and PRASA pays Transnet pro rata usage for bulk services at these stations payable to municipalities.

Usage of shared infrastructure between Transnet and PRASA is governed by various agreements (Interface, Commercial and Safety agreements).

b) (i) and (ii)

Most of the current agreements between the parties have expired, while agreements have been extended until new agreements are negotiated. PRASA and Transnet have agreed to review and rationalise the agreements, including reviewing the original asset allocation between the parties based on the principle of the main user to retain ownership. The process has not been concluded and requires policy interventions on the appropriate model for asset allocation and access charge regimes for use of each other’s assets. PRASA presented that the current market related access charges proposed by Transnet is unaffordable to PRASA. The Department of Transport has commenced with a study on the determination of fair/appropriate access charges.

(c) (i) and (ii)

  • Shared infrastructure Metrorail: 400km.
  • Shared infrastructure MLPS: 6 000 – 8 000km
  • PRASA owned rail infrastructure: 2 200km
  • Transnet owned Freight Rail Infrastructure: 22 000 (including branch lines and heavy haul lines)

(d)

Interface arrangements are governed through access and commercial lease agreements.

A Mutual use agreement governs usage and charges for shared infrastructure between Metrorail and Transnet.

An Access and Haulage agreement governs usage and charges for MLPS, while MLPS is totally reliant on Transnet for network access.

Transnet has been moving to market related rates over the past 5 years. PRASA presents that the proposed rates are unaffordable to PRASA in terms of its subsidy allocations and PRASA has therefore negotiated zero percentage increases since 2011/12 until new agreements are concluded.

(e)

At fixed 2011/12 Rates

PRASA pays Transnet per annum

R’m

PRASA receives from Transnet per annum

R’m

Metrorail train control

90

21

Metrorail operational support

120

 

Property expenses

50

10

MLPS haulage

200

 

Shared Infrastructure

36

60

TOTAL

496

91

Notes:

  1. Transnet’s new price proposals for market related rates include increases of up to 150% on above rates paid by PRASA over the past 5 years.
  2. Due to the lack of funding for the MLPS business over the past 5 years, a considerable debt has been accrued by PRASA and owed to Transnet on the above access/service charges valued at R600m.

10 November 2017 - NW3500

Profile picture: Hunsinger, Mr CH

Hunsinger, Mr CH to ask the Minister of Transport

(1)Has Swifambo Rail Leasing (SRL) taken back the Vossloh Espana-built locomotives; if not, (a) why not and (b) where are the locomotives currently; if so, by what date; (2) what (a) has happened to the balance of the budget, (b) alternatives are being considered upon failure of the judgement and return of locomotives to SRL and (c) is the setback in terms of loss to upgrade the services to passengers in relation to the initial refurbishment plan?

Reply:

1. No

(a) Swifambo is appealing the judgement

(b) The Locomotives are currently staged in the following depots:

Braamfontein: 6 locomotives,

Bloemfontein: 3 locomotives,

Beaufort West: 1 locomotive,

East London: 2 locomotives, and

Port Elizabeth: 1 locomotive.

2. (a) The whole matter has been put on hold pending the appeal

(b) See (a) above

(c) The availability and reliability of locomotives are the biggest challenge to ensure reliable inter-city services in the Main Line Passenger Services (MLPS) business, as well as for Metrorail operations in the Eastern Cape. The original PRASA locomotive programme intended to address this challenge. While the height of the locomotives provides some limitations on certain lines, the AFRO4000 locomotives could be deployed on corridors without over-head power structures or with power over-head power structures of correct profile.

PRASA has entered into an agreement with Transnet to purchase 7 x 7E refurbished locomotives for use in the Eastern Cape. Due to the lack of available locomotives for the MLPS business, PRASA will approaching the market for the lease of locomotives especially for the upcoming high peak season over December/January.

10 November 2017 - NW3550

Profile picture: Hoosen, Mr MH

Hoosen, Mr MH to ask the Minister of Transport

(a) On what date will a new Board of the Passenger Rail Agency of South Africa (Prasa) be appointed, (b) why has a new board not been appointed, (c) how is Prasa functioning without a board, (d) how are financial documents signed off in the absence of a board?

Reply:

(a) The Interim Board of PRASA was appointed with effect from 19 October 2017.

(b) Not applicable.

(c) Not applicable.

(d) All the financials will be signed off by the PRASA Board of Control.

10 November 2017 - NW3551

Profile picture: Horn, Mr W

Horn, Mr W to ask the Minister of Transport

(a) Why did Road Traffic Management Corporation officers who have been trained since 2015 receive non-credit bearing certificates, (b) what is being done to ensure that the affected officers receive accredited training and (c) why were some officers awarded accredited courses without drivers’ licenses?

Reply:

a) Officers who were issued with non-credit bearing certificates did not fully meet the entry requirements for the Examiners of Vehicle course.

An Executive decision was taken to expose these officers to non-credit bearing up-skilling learning areas to address other critical skills which necessary to ward off the escalating carnage on the country’s roads.

b) The affected official were put on progamme by the Corporation to obtain the required driving licenses, and are scheduled to be enrolled for the credit bearing course in Examiner of Vehicle which is due to start on the 13 November 2017.

c) All officers who were enrolled for the accredited course possessed the relevant driving licenses in line with the applicable legislation

10 November 2017 - NW3554

Profile picture: James, Ms LV

James, Ms LV to ask the Minister of Transport

(a) Why have the outstanding overtime payments of Road Traffic Management Corporation officers and staff not been made, (b) by which date will the payments be made and (c) why have staff members been requested to take time off in lieu of overtime payment?

Reply:

a) All overtime has been paid and

b) N/A

c) The policy allows staff members to take time off in lieu of overtime

10 November 2017 - NW3412

Profile picture: De Freitas, Mr MS

De Freitas, Mr MS to ask the Minister of Transport

With reference to the Prasa signalling systems and maintenance work thereof, (a) what are the details of the work that is still outstanding in the 2017-18 financial year in each province, (b) why have these maintenance projects not been completed, (c) what is being done to resume and complete the maintanance work in each area respectively, (d) what are the timelines and deadlines for each area in this regard, (e) what are the amounts already paid in respect of each project and (f) (i) what are the total outstanding amounts in respect of each project and (ii) when will the outstanding amounts be paid in each case?

Reply:

Capital Expansion program for Resignalling

(a)(b) (c) (d)(e)

In 2013, PRASA commenced with a 7 year rollout of the new modern signaling system to replace existing signaling interlocking, which consist mainly of obsolete mechanical and electro-mechanical systems, with electronic interlocking as the technology of the future. In the Gauteng region, Stages 1 and 2 have been integrated into one overall programme whose contract was awarded to Siemens at an investment totaling R3.8 billion (exclude inflation). In the Durban and Western Cape regions, the signalling contracts were awarded to Bombardier for R1.3 billion (exclude inflation) and Thales/Maziya for R1.8 billion (exclude inflation), respectively. The overall investment amounts to approximately R7 billion across the three regions.

The scope of work of the signaling programme across the three regions includes the construction of central control centres for trial monitoring and control. Further, the programme includes the installation of new interlocking systems to improve operational capacity, safety and flexibility.

The overall Gauteng signalling work is currently at 48.9 per cent completion against a planned target of 55.9 per cent. The lagging behind against the planned target is due to additional scope of works which include the implementation of the Automatic Train Protection system between Pienaarspoort and Pretoria station in line with the introduction of a new service. To date, 19 (of 92) stations (Midway, Lenz, Lawley, Stretford, Grasmere, Residensia, Irene, Olifantsfontein, Kaalfontein, Leralla, Tembisa, Randfontein, Robinson, Krugersdorp, Luipaardsvlei, Roodepoort, Boksburg East, Dunswart, Benoni) have already been commissioned

The Gauteng Nerve Centre (GNC) building is 100 per cent complete and already operational. The GNC currently operates Irene, Olifantsfontein, Kaalfontein, Leralla and Tembisa Corridor. The Southern line (Midway – Residensia) is next to being migrated to the GNC before the end of the current financial year. In total, eight Centralized Traffic Control Center’s (CTC’s) across Gauteng will be migrated to the GNC. The remaining mini control centres (Pretoria North, Germiston, George Goch, New Canada and Dunswart) will be migrated over a period ahead.

Project expenditure for Gauteng up to October 2017 amounts to R3 billion (including inflation adjustments).

The overall progress in Western Cape is at 68.3 percent completion, which includes design work, ordering of long lead items, pilot installations of signalling and communication, trenching and cable laying and installation of track side equipment for first two phases. The works currently underway and yet to be concluded include the construction of the Cape Metrorail Control Centre (CMCC) at Bellville and the installation of new interlocking systems at various rail lines. In addition, the works currently underway includes telecoms, power supply, OHTE and Perway adjustments across the different railway lines. Project expenditure up to October 2017 amounts to R842 million.

In KwaZulu Natal, the current works of the project includes the establishment of the Durban Central Traffic Control (CTC) at Rossborough and the installation of new interlocking systems from KwaMashu – Durban – Umlazi, Isipingo- Umbogwintini, Pinetown line and Crossmoor line. The overall Signalling work in Kwa-Zulu Natal is at 58.7 percent completion, consisting of detailed designs, track work installations, civil works, ordering of bulk material items and installation of first new point sets and signalling equipment. It is anticipated that the Pinetown line will be commissioned with a new signalling system by the fourth quarter of the current financial year. Project expenditure up to October 2017 amounts to R653 million.

Rehabilitation Program

The above renewal programme is a long term plan that will renew the system once all the projects are completed. In the interim, minor rehabilitation projects and maintenance of the existing system are taking place to ensure continuity of operations while the projects are being rolled out.

The Details of work covered during the 2017/18 financial year covers the following

  • Replacement of vandalized and stolen signalling system which directly affects train services
  • Constructive maintenance on worn-out signaling equipment affecting system reliability. Majority of this work is covered by a resignalling program discussed above
  • Routine maintenance and minor corrective work covered under operational maintenance

The above interventions are aimed sustaining the reliability and safety of the current (old) signalling system; however there remains a backlog of maintenance and repairs. This outstanding work is caused by ongoing theft and vandalism of signalling equipment and lack of human capital to deal with obsolete equipment and constraints in the operational funding for maintenance.

These challenges are addressed through major renewal program discussed above and the capital intervention program (minor rehabilitation projects). The Gauteng signalling rehabilitation amounts to R32.5 mil, KwaZulu Natal amounts to R8mil and Western Cape amounts to R19.5mil. In total the signalling rehabilitation program amounts to R60 mil covering all three regions; the actual spending is R22mil with projects still in execution and planned to be completed by end of the financial year. The outstanding amount of R38mil will be fully utilized by end of the 2017/18 financial year with the completion of the various rehabilitation projects.

10 November 2017 - NW3421

Profile picture: Figlan, Mr AM

Figlan, Mr AM to ask the Minister of Transport

With reference to the bridge over the N3 that collapsed in August 2017, (a) what was the cost of the repair, (b) on what dates were inspections of the bridge undertaken in the past three financial years, (c) what did each respective report reflect, (d) who prepared the reports respectively, (e) (i) on what date was the report on the August 2017 collapse finalised, (ii) what did the report reflect and (iii) who prepared the report and (f) what early warning systems have been put in place before any bridge collapses?

Reply:

a) The bridge has not been repaired yet.

b) A detailed inspection was done in 29 July 2016 by consulting firm Arcus Gibb according to requirements of the Committee of Transport Officials (COTO) of South Africa.

c) The inspection report reported "minor" defects with minimum "relevancy". No repairs were necessary.

d) The 29 July 2016 inspection report was done by consulting firm Arcus Gibb.

e) (i) The report was completed on 31 August 2017.

(ii) The report reflected that an 18.1 ton coil of steel came off a truck and impacted the pier above the protective barrier. The pier complied with the then TPA impact requirements when the bridge was constructed in 1978. The report also highlighted that the large impact was considered an extremely rare occurrence. The report did not deal with why the steel coil came off the truck. The report concluded that the collapse of the bridge was as a result of this impact and not any maintenance issues. All reinforcing and pre-stressing steel was not corroded and lack of maintenance did not lead to the collapse.

(iii) The bridge collapse report was compiled by the consulting firm Superstructures Consulting Engineers.

f) Although the highway is monitored with 24-hour CCTV, these systems cannot detect and warn against a bridge collapse caused by vehicle accident as experienced with this incident.

06 November 2017 - NW3430

Profile picture: James, Ms LV

James, Ms LV to ask the Minister of Transport

(a) Why does a certain person (Collins Letsoalo name furnished) have a security detail, (b) what is the security detail comprised of, (c) since what date has the security detail been in place, (d) what are the total costs in each case and (e) from which budget is the security being paid?

Reply:

  1. Mr Collins Letsoalo does not have any security detail.
  2. (See (a) above
  3. (See)(a) above
  4. (See) (a) above

06 November 2017 - NW3231

Profile picture: Hunsinger, Mr CH

Hunsinger, Mr CH to ask the Minister of Transport

(1)Has the commissioning process with Siemens for the Gauteng Nerve Centre (GNC) rail signalling system been completed; if not, (a) why not and (b) what has been the cost of noncompletion to the GNC; if so, when; (2)is the GNC fully functional and connected in line with the intended design; if not, what are the reasons; (3) has the full staff component necessary to operate the GNC been trained; if not, (a) why not and (b) by what date will this happen; (4) whether the full extent of the rail network of the Passenger Rail Agency of SA (Prasa) is currently monitored from the GNC in accordance with the initial plans; if not, (a) why not and (b)(i) what measures have been put in place to extend the service to cover the full extent of the Prasa rail network and (ii) at what cost?

Reply:

1. The Gauteng Nerve Centre (GNC) building has been commissioned and was officially opened for operation in October 2015. To date, the GNC operates the Irene, Olifantsfontein, Kaalfontein, Leralla and Tembisa corridor on a new signaling system. Currently, PRASA is moving the southern line which includes Midway – Residensia Corridor into the GNC.

2. The GNC is functional and connected as stated above, in line with the intended project rollout. As more stations are equipped with the new signaling system, they will progressively be migrated to the GNC for control.

3. Yes, the GNC's traffic operators are trained in accordance with the corridor commissioning program. To date, 82 train control officers have been trained. Further, 42 engineering technicians were trained to maintain the new signaling system

4. The requirement of the GNC is to control the entire Gauteng region only, in accordance with the operational plan. It should, however, be stated that other regions such as the Western Cape and KwaZulu Natal will also be equipped with new modern control centres similar to the one in Gauteng.

06 November 2017 - NW3373

Profile picture: Hunsinger, Mr CH

Hunsinger, Mr CH to ask the Minister of Transport

(1)What is the total number of control operators, train control supervisors, CCTV operators, system supervisors, technical supervisors, maintenance technicians, CIS operators, security and supporting staff currently employed at the Gauteng Nerve Centre rail signalling system; (2) whether the (a) integrated communication module, (b) trunk radio and Global System for Mobile Communications – Railway, (c) Overhead Track Equipment monitoring system and (d) CCTV monitoring of stations system are fully operational; if not, in each case, why not?

Reply:

1. The total number of:

    1. Control operators is 158
    2. Train control supervisors is 106
    3. CCTV operators is 17
    4. System supervisors is20
    5. Technical supervisors is 48
    6. Maintenance technicians is 909
    7. CIS operators is 20
    8. Security is 701 (Internal PRASA Staff); and
    9. Supporting staff currently employed at the Gauteng Nerve Centre rail signaling system = 9 Other support staff are not sitting directly in the GNC and are not included in the nine. Negotiations are underway with labour on their migration to the GNC.

2. (a) Integrated communication module

PRASA has the following communications systems which are currently used in train communications systems and also planned to be used in future:

  1. Trunk radio communications: Communications between Train Driver to Train Control Officer
    1. GRM-R (Global System for mobile communication in Railway) will be used for communications between Train Drivers to Train Control Officer. (The system is yet to be handed over to the regions).
  2. OTN (Optic telecommunications network) for signalling transmissions network which is being rolled out on the re-signalling project.
  3. Rail Communications system which is meant for the Public Address system and which need to undergo a major repairs within Gauteng region.
  4. LAN LINES (fixed telephones which are used for communications by Train Control Officers and Train drivers and are recorded).
  5. Integrated System Access control Management Systems (ISAMS) the project is ongoing and handed over in Tshwane region.
  6. Email Communications systems for the end user broader communications in PRASA.

All these communications systems except trunk radio systems are transmitted by the optic fibre backbone meaning any failure to the optic fibre network it will affect communications provided no redundancy in place. The systems are also power depended for an effective communications.

(b) Trunk Radio and Global System for Mobile Communications – Railway,

  1. Trunk Radio : Gauteng North the system is working fully. In Gauteng South the system has just been repaired and the new hand set bought. They are being programmed and the system will be fully operational 11th November 2017
  2. Global System for Mobile Communications: Not in place. PRASA is in the process of commissioning GSMR

(c) Overhead Track Equipment monitoring system and

There is no overhead Track Equipment Monitoring System but there is a power supply monitoring system (Telecontrol) and is working in full giving on line real time monitoring information.

(d) CCTV monitoring of stations system;

The CCTV monitoring system is fully operational in major junction stations and centers with the exception of some of the smaller stations where they are installed but not linked to the respective control rooms for monitoring due to repeated cable theft incidents.

06 November 2017 - NW3374

Profile picture: Hunsinger, Mr CH

Hunsinger, Mr CH to ask the Minister of Transport

(1)(a) What number of the (i) 70 Vossloh Espana-built locomotives were delivered to South Africa and (ii) specified locomotives were damaged, (b) (i) when, (ii) how and (iii) at what repair cost was each locomotive damaged and (c) what amount has been paid to a certain company (details furnished) up until the last delivery of locomotives; (2) has the specified company been approached to pay back the money that was paid to it; if not, why not; if so, by what date?

Reply:

(1) (a) (i) PRASA received 13 locomotives

(ii) One locomotive was damaged

(b) (i) The damage occurred on 18 August 2015

(ii) as a result of a derailment at Modderrivier outside Kimberly

(iii) The cost of repairs are estimated at R50 million; the final figure could not be established due to the current legal proceedings.

(c) PRASA has paid R2.6 billion to the supplier of the locomotive

(2) PRASA has issued a summons against the said company for repayment of the R2.6 billion.

02 November 2017 - NW3058

Profile picture: Alberts, Mr ADW

Alberts, Mr ADW to ask the Minister of Transport

(1)Whether, with reference to fines being issued in terms of the National Road Traffic Act, Act 93 of 1996, and the Criminal Procedure Act, Act 51 of 1977, the specified fines and/or summonses are issued against the identity number of the alleged offender; if so, what legal grounds support this authorisation; (2) whether, in the case of business concerns, the fines and/or summonses are issued against the (a) identity number of the alleged offender or (b) registration number of the business concern; if so, what legal grounds support this authorisation; (3) whether, in the case of business concerns, the fines and/or summonses are sent to the address of the (a) invividual offender or (b) business concern; if so, what legal grounds support this authorisation; (4) whether, in the case of individuals and business concerns that have appointed a representative to receive and handle fines and/or summonses on their behalf, the fines and/or summonses are issued against the identity number of the representative; if not, what is the position in this regard; if so, what legal grounds support this authorisation; (5) whether, in the case of individuals and business concerns that have appointed a representative to receive and handle fines and/or summonses on their behalf, the fines and/or summonses are sent to the address of the (a) individual offender, (b) business concern or (c) representative; if not, what is the position in this regard; if so, what legal grounds support this authorisation?

Reply:

1. In terms of Section 73 National Road Traffic Act 93 of 1996

The Act presumes that the owner drove or parked a vehicle, where in any prosecution in terms of the common law relating to the driving of a vehicle on a public road or in terms of this Act, it is necessary to prove who was the driver of such vehicle it shall be presumed, in the absence of evidence to the contrary that such vehicle was driven by the owner thereof.

In terms of the Criminal Procedure Act 51 of 1977, Section 56 (1)

If an accused is alleged to have committed an offence and a peace officer on reasonable grounds believes that a Magistrate's Court, on convicting such accused of that offence, will not impose a fine exceeding the amount determined by the Minister from time to time by notice in the Gazette, such peace officer may, whether or not the accused is in custody, hand to the accused a written notice which shall- (a) specify the name, the residential address and the occupation or status of the accused; (b) call upon the accused to appear at a place and on a date and at a time specified in the written notice to answer a charge of having committed the offence in question; (c) contain an endorsement in terms of Section 57 that the accused may admit his guilt in respect of the offence in question and that he may pay a stipulated fine in respect thereof without appearing in court; and (d) contain a certificate under the hand of the peace officer that he has handed the original of such written notice to the accused and that he has explained to the accused the import thereof.

(2) The business concern appoints a proxy who is deemed to be the registered owner of the vehicle. Therefore, if a fine is issued irrespective of who the driver is the fine is issued against such proxy.

(3) (4) (5) Response provided in Question 2 above is also applicable to Question 3, 4 and 5.

02 November 2017 - NW3080

Profile picture: Hunsinger, Mr CH

Hunsinger, Mr CH to ask the Minister of Transport

(1)Did his department attain possession and control of the eNatis system, if not, why not; if so, when; (2) has the software audit been carried out to establish the integrity of the program; if not, why not; if so, (a) by whom, (b) at what cost and (c) what are the details of the findings of the audit; (3) What was the total legal expenses for (a) his department and (b) all related entities, in the Tasima (Pty) Ltd litigation process?

Reply:

(1) The Constitutional Court on 9 November 2016, in line with the Shareholders Committee resolution to transfer the NaTIS to the Road Traffic Management Corporation (Corporation) ordered the hand-over of the system and the services to the Corporation. On 05 April 2017, subsequent to an application brought to the effect by the Corporation, the Sherriff executed the Order of Tuchten J and evicted Tasima from the premises. Thereafter the Sherriff handed possession and control of the system to the Corporation.

(2) The NaTIS is a National Key Point and as such all physical, logical and network security assessments are conducted by the SAPS NKP unit and the National Communications branch of the State Security Agency (SSA). The initial physical security assessment was completed in July 2017. The Logical and Network Security assessment is subject to confirmation from SSA and is planned for completion in this quarter. The Auditor-General (AG) also includes the NaTIS audit in its annual Information Systems Audit of the Department of Transport. As of 2017/8 the AG will include it in the audit of the Corporation.

(3) (a) The total legal expenses for the Department spent on the Tasima litigation

Financial Year

Amount (R)

2017/18

466 287

2016/17

7 443 436.24

2015/16

7 356 858.60

2014/15

131 328.00

2013/14

622 765.00

2012/13

677 202.00

Total to date

16 697876.84

(b) The total spend on legal fees for the Corporation related to the Tasima (Pty) Ltd matter is:

Financial Year

Amount (R)

2017/18

3 858 342,63

2016/17

2 290 492,83

2015/16

16 651 202,05

2014/15

1 204 248,00

2013/14

1 463 619,63

Total to date

25 467 905,14

31 October 2017 - NW3230

Profile picture: Hunsinger, Mr CH

Hunsinger, Mr CH to ask the Minister of Transport

What is the total amount that has been spent on consulting fees related to the National Transport Master Plan since September 2008?

Reply:

The total amount that was spent on consulting fees for National Transport Master Plan was R35 923 481.23

31 October 2017 - NW3145

Profile picture: De Freitas, Mr MS

De Freitas, Mr MS to ask the Minister of Transport

(a) Why have three board members of Airports Company of South Africa (ACSA), who were fired by his predecessor, been reappointed onto the board of ACSA,(b) what issues and /or circumstance have changed since the firing and subsequent reappointment of the three board members and (c) why were different board members not considered to replace the specified board members?

Reply:

a) There was no record showing that the removed Board members were afforded an opportunity to make representations to the Former Minister before they could be removed as Board members.

The Minister was also informed by the Popo Molefe and others court case pertaining to PRASA where the North Gauteng High Court, Pretoria ruled that Popo Molefe and others were incorrectly removed from their positions, as they were not afforded and opportunity to make representation to the former Minister on why should not be removed from the Board of PRASA. The Court thus ordered their reinstatement.

b) There are no issues or circumstances that have changed so far as the ACSA board is still quorating

c) Please refer to answer (a) above and further that there was a possibility of another court application against their removal, which would have interdicted their process of appointing new board of directors.

31 October 2017 - NW3209

Profile picture: Madisha, Mr WM

Madisha, Mr WM to ask the Minister of Transport

How does he justify the 72% increase in the vehicle renewal transaction fee that he has determined to be paid to the Road Traffic Management Corporation in the 2017-18 financial year in terms of Regulation 3 of the Road Traffic Management Regulations?

Reply:

The Road Traffic Management Corporation was established by the Act of Parliament, the RTMC Act 20 of 1999. At the establishment phase it was conceptualised that the Corporation will be funded in line with provisions of Section 24 (1) of the Act which provides for and prescribes the sources of funding. The Corporation is funded in the following manner:

  • Monies prescribed, subject to section 48 (1)(b) which must include transaction fees charged by the Corporation for the sale of services;
  • Penalties and fines payable to the Corporation as an issuing authority in terms of section 32 of the Administrative Adjudication of Road Traffic Offences Act, 1998 (Act No. 46 of 1988);
  • Interest on invested cash balances and
  • Monies appropriated by Parliament.

Transaction fees were introduced in terms of the RTMC Act and approved by then Finance Minister Trevor Manuel in 2007 for the operation and maintenance of NATIS. At the introduction phase the fees were introduced at R30 and they were to increase by R6 annually.

Since the initial phase the fees were only revised by R6 in 2009 as per the provisions of Section 48 of the RTMC Act. This revision brought into effect the First Amendment of the Regulations in the Government Gazette No. 930 of 23 September 2009. The significance of the regulation amendment, was that the Regulations was amended to provide that the Minister of Transport, may henceforth, increase the Transaction Fee amount annually by Notice in the Government Gazette and in the process repealed the previous 5-year fee structure.

Subsequently there were no revisions and or increases of the transactional fees due to the impasse that related to the legal battles and other administrative challenges amongst others and the transaction fees remained R36 from 2009 to 2016.

Post the challenging period articulated above the transactional fees were only increased to R42 in January 2016, the same amount it should have been in 2010.

The current increase of R30 falls far below the required thresh-hold of required increase which should have been at R96,00 as per the then approval by the Minister of Transport. Mindful of the affordability test it become prudent that the increase be R30,00 as opposed to the once off R54, 00 increases.

The design of the NATIS has remained constant over the years and the system was never upgraded and no improvements were ever made. The current environment requires a complete overhaul and upgrading of the e-Natis and we are required by the provisions of the enabling legislation that the maintenance of the system should be done in line with the Act. The Act provides that the Corporation should ensure that phase out, where appropriate, public funding and phase in private sector investment in road traffic on a competitive basis; securing, where appropriate, full cost recovery based on the user-pays principle and introduce commercial management principles to inform and guide road traffic governance and decision-making in the interest of enhanced service provision

There is an urgent need to upgrade the architecture of the NATIS to make it more supportive to the current needs of users and registering authorities. The non-implementation of the annual increase has made the Corporation to lose the revenue of R2billion and this caring government deemed it prudent not to burden the public and not applied the increase retrospectively.

31 October 2017 - NW3212

Profile picture: Carter, Ms D

Carter, Ms D to ask the Minister of Transport

With reference to remuneration packages at the Road Traffic Management Corporation, what are the reasons for the exorbitant and above-inflation increases in the packages of (a) the Chief Executive Officer, which has increased by 31,6% from R5,950,000 in 2015-16 financial year to an enormous R7,830,000 in the 2016-17 financial year, (b) executive senior management, which have increased by an average of 19,11% and (c) non-executive Board members, which increased by an average of 22,16%?

Reply:

a) The total package of the Chief Executive Officer for 2016/17 financial year is R4, 905m compared to R4 5m in the 2015/16 financial year. This resulted into a 9% increase which was applicable to all employees. Included in the total package is the basic salary of R2,781m and the other benefits inclusive of Provident Fund, Non-Pensionable Allowance, Medical and Housing of R2,124m. Performance bonus is generally what is due to employees, however the contract of employment of the CEO makes specific provision for performance bonus, which bonus is determined by the Board from time to time and the CEO was granted R2,925m post assessment of his performance and performance of the organisation. It should be noted that the package of the CEO did not increase with 31.6% but with 9%.It should be noted that there were changes on year to year non-recurring items (performance bonus)

b) The packages of the Executive Senior Management increased by 9% across the board, which includes the basic salary and other benefits inclusive of Provident Fund/Pension Fund, Non-Pensionable Allowance, Service bonus provision, Car allowance, Medical and Housing. It should be noted that included in the Other benefits is non-recurring items like Subsistence, reimbursive kilometres and Performance bonus.

c) There was no increase to the individual remuneration (retainer and meeting attendance) of non-executive Board members. It should be noted that the increase reflected when comparing the financial years relates to all non-executive Board members and meeting attendance year to year as they are not the same as a result a bottom line comparison does not give a true reflection. The following are the main reasons for year to year differences in the total amount for all totals non-executive Board members:

  • two non-executive Board members (DH Ewertse and TMN Kgomo) served the full term of the financial year compared to 2015/16. The two members were appointed with effect from 1 December 2015 and served four (4) months in 2015/16, as the remaining period before the end of the financial year.
  • three of the non-Executive Board Members retired in December 2016, and replaced by three new non-executive Board members appointed with effect from January 2017.

24 October 2017 - NW3081

Profile picture: Hunsinger, Mr CH

Hunsinger, Mr CH to ask the Minister of Transport

With reference to the Moloto Rail Project, have any formal contracts been entered into with China or any Chinese companies; if so, (a) what is the total value of each contract, (b) what are the details of conditions applicable to each contract, (c) who approved the deal that was entered into by PRASA in respect of the specified contract and (d) what is the scope of the involvement of China in the project, including (i) being the supplier and (ii) in the execution of the project?

Reply:

1. No contract has been entered into between the Department of Transport or PRASA and the people Republic of China or Chinese companies

a) Refer to 1 above.

b) Refer to 1 above.

c) Refer to 1 above.

d) Refer to 1 above.

20 October 2017 - NW3024

Profile picture: Steenkamp, Ms J

Steenkamp, Ms J to ask the Minister of Transport

(1) What is the (a) total amount that was paid out in bonuses to employees in his department and (b) detailed breakdown of the bonus that was paid out to each employee in each salary level in the 2016-17 financial year; (2) what is the (a) total estimated amount that will be paid out in bonuses to employees in his department and (b) detailed breakdown of the bonus that will be paid out to each employee in each salary level in the 2017-18 financial year?

Reply:

The response below outlines payment of performance bonuses to employees as well as a breakdown of bonuses in each salary level for the 2016/17 financial year. Furthermore, the total estimated amount to be paid in bonuses to employees for 2017/18 financial year is provided. It should be noted that a breakdown of bonuses for the 2017/18 financial year would only be possible after all employees have been assessed at the end of the performance cycle i.e. 31 March 2018.

1(a) The total amount that was paid out in bonuses to employees in the Department of Transport for the 2016/17 financial year is R8 652.15 million.

1(b) Detailed breakdown of bonus according to each salary level for 2016/17:

Salary level

Total number of Beneficiaries

Amount

3

12

R 43 402.56

4

16

R 54 237.56

5

26

R 83 529.77

6

74

R 409 128.99

7

54

R 363 139.61

8

72

R 565 331.81

9

62

R 584 158.92

10

49

R 562 119.22

11

58

R 832 364.34

12

61

R 1 160 331.95

13

50

R 2 597 918.06

14

18

R 1 396 486.40

Grand Total

551.93

R 8 652 149.19

2 (a) In line with legislation and prescripts that regulate Performance Management and Development System in the Public Service, at least 1,5% is annually budgeted for payment of performance bonuses for employees. However, the Minister has the prerogative, in special circumstances to exceed the 1,5% allocated budget.

It is based on the above background that the 2017/18 projected amount for payment of performance bonuses to the deserving employees’ amount to: R6, 750,315.00.

2 (b) The Department is currently not in a position to provide detailed breakdown of the bonus that will be paid out to each employee in each salary level in the 2017-18 financial year, as this is dependent on the individual performance outcome which will only be determined at the end of the financial year (i.e. 31 May 2018).

11 October 2017 - NW3549

Profile picture: Hoosen, Mr MH

Hoosen, Mr MH to ask the Minister of Transport

(a) Which directorate and/or entity is responsible for the Moloto Rail Development Corridor project, (b) what (i) are the deadlines, milestones and timeframes for this project and (ii) processes, procedures and mechanisms exist to ensure that the deadlines, milestones and mechanisms are met, (c) who is financing this project , (d) what are the (i) conditions of the funding and (ii) total monetary value of the project, (e) how will it be paid off, (f) who are the partners in this project, (g) how are they partners in each instance and (h) what are the conditions respectively?

Reply:

a)  The Rail Transport Branch and PRASA as an implementing agency, is currently responsible for the Moloto Rail Development Corridor Project.

b) (i) The Moloto Rail Development Project is currently not funded. The Department submitted an application for funding to National Treasuary.

(b) (ii) Refer (b) (i)

(c) Refer to (b) (i)

(d) (i) (Refer to (b) (i)

(e) Refer to (b) (i)

(f) Refer to (b) (i)

(g)Refer to (b) (i)

(h) Refer to (b) (i)

28 September 2017 - NW2765

Profile picture: Figlan, Mr AM

Figlan, Mr AM to ask the Minister of Transport

(a) How many officials of entities reporting to him were transferred from one entity to another in the past 3 financial years, (b) (i) when did the transfers take place and (ii) why, (c) at what level were these officials, (d) how were they absorbed and integrated and (e) what are the cost implications to the entities involved?

Reply:

NAME OF THE ENTITY

(a) HOW MANY OFFICIALS OF ENTITIES REPORTING TO HIM WERE TRANSFERRED FROM ONE ANOTHER IN THE PAST THREE YEARS

(b) (i) WHEN DID THE TRANSFER TAKE PLACE and

(ii) WHY?

(c) AT WHAT LENVEL WERE THESE OFFICIALS

(d) HOW WERE THEY ABSORBED AND INTEGRATED

(e) WHAT ARE THE COST IMPLICATIONS TO THESE ENTITIES

1. Railway Safety Regulator

No Officials were transferred

This question falls away

This question falls away

This question falls away

This question falls away

2. Road Traffic Management Corporation

One hundred and ninety for (194) Officials were transferred

b (i) March 2017

b (ii) for the primary purpose of integrating and harmonisation of Road Traffic Law Enforcement Services

Two Officials in the Top Management, twenty Officials who are professionally qualified, ninety five Skilled Officials, fifteen Semi Skilled Officials and six Unskilled Officials. The total is one hundred and thirty eight

The integration was expected in terms of Section 197 of the Labour Relations and tripartite agreement between RTMC, CBRTA and Recognised Labour

R20 520 017.00

3. South African Civil Aviation Authority

No Officials were Transferred

Question falls away

This Question falls away

This question falls away

This Question falls away

4. Cross Border Roads Transport Agency

138 officials were transferred to the Road Transport management Corporation

b (i) the transfer took place on the 31st March 2017 with the effective date of the 1st April 2017

b (ii) The transfer occurred in order to consolidate all law enforcement functions under the Transport Portfolio

1 official at Top management

1 official at senior management

7 officials at professional/qualified/ experienced/ specialist

123 skilled officials

6 unskilled officials

The officials were absorbed and integrated in term of section 197 of the Labour Relations Act

Salaries cost R68.1m

Operating cost R11.3m

Fixed Assets R1.2m

5. Air Traffic Navigation Services

No officials were transferred

Question falls away

Question falls away

Question falls away

Question falls away

6. Road Traffic Infringement Agency

No officials were transferred

Question falls away

Question falls away

Question falls away

Question falls away

7. South African Maritime Safety Authority

No officials were transferred

Question falls away

Question falls away

Question falls away

Question falls away

8. Airports company of South Africa

No employees were transferred

Question falls away

Question falls away

Question falls away

Question falls away

9. Road Accident Fund

No officials were transferred

Question falls away

Question falls away

Question falls away

Question falls away

10. South African National Roads Agency limited.

One Official was transferred from DOT SANRAL

b (i) the transfer occurred on the 1st March 2017

b (ii) the Transfer was done to fill the position of the executive PA to SANRAL Chief Executive Officer.

The Official was at the level of an Administrative Officer

The official was converted to SANRAL employment terms and conditions in accordance with SANRAL‘s HR Policies

None other than the complete takeover of the salary obligations from DOT to SANRAL

11. Ports Regulator

There was no transfer that took place

Question falls away

Question falls away

Question falls away

Question falls away

12. Passenger Rail Agency of South Africa.

There was no transfer that took place.

These questions falls away

Question falls away

Question falls away

Question falls away