Questions and Replies

Filter by year

17 November 2017 - NW3277

Profile picture: Gqada, Ms T

Gqada, Ms T to ask the Minister of Public Enterprises

(1) With reference to the Minister of Energy’s reply to question 2966 on 12 October 2017, (a) why does Eskom disagree with the creation of a national basket for maintenance that will require a percentage from municipality revenue as stipulated by her department, (b) what is the alternative plan from Eskom in this regard, (c) how does Eskom intend to deal with the maintenance backlog that the national basket for maintenance attempts to address, (d) what is the total cost of the backlog and (e) what percentage of the tariff increase requested by Eskom will be allocated to maintenance; (2)what is the current allocation of revenue that is allocated to Eskom for maintenance?

Reply:

(1)(a)

Eskom disagreed to being part of the national basket for the following reasons:

  • Eskom does not require additional funding outside the tariff increases to do maintenance of its Distribution infrastructure
  • Eskom has stated its ambition in its corporate plan to reduce its financial loans and government guarantees in the next five years
  • Eskom believes that Distribution should be a self-funding business.

 

(1)(b)

Based on the reasons in (1)(a) Eskom does not require an alternative plan

(1)(c)

From an Eskom perspective, there is no maintenance (repairs and preventative) backlog. Eskom Distribution has a preventative work order compliance rate of 99%.

(1)(d)

Not applicable, as Eskom does not have a backlog.

The maintenance budget (repairs and preventative) for the next 5 years is R25 484m.

(1)(e)

Looking at the make-up of the Eskom’s revenue application, this cannot be specifically broken down as the percentage, due to the application structure being expressed as the c/kwh and driven by the specific cost base

(2)

The 2017/2018 MYPD 3 Determination for the revenue allocation is R205 215m. The allocation for the total maintenance at Eskom level is R14 813m, of which R7 407m is the allocation for Distribution licence maintenance.

Remarks: Reply: Approved / Not Approved

Mr. Mogokare Richard Seleke Ms. Lynne Brown, MP

Director-General Minister of Public Enterprises

Date: Date:

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 - 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 - NW2411

Profile picture: Lees, Mr RA

Lees, Mr RA to ask the Minister of Finance

(a) What are the full details of each current liability of (i) the SA Airways (SAA) and (ii) each of its subsidiaries as at 31 July 2017 and (b)(i) what is the detailed breakdown of all amounts owed to the creditors by (aa) the SAA and (bb) each of its subsidiaries that were only paid in part as at 31 July 2017 and (ii) by what date will the partially-paid amounts be paid in full in each case?

Reply:

SAA is not in a position to make the details requested available, as they are confidential and involve third parties.

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.

17 November 2017 - NW2964

Profile picture: Mazzone, Ms NW

Mazzone, Ms NW to ask the Minister of Public Enterprises

Whether a certain company (name and details furnished) entered into any contracts with (a) Eskom and/or (b) Transnet; if so, in each case, (i) what is the purpose of each specified contract, (ii) what is the value of each contract, (iii) on what date was it signed, (iv) who approved the contract, (v) what was the outcome of the contract and (vi) what is the length of the contract?

Reply:

(a)

ESKOM SOC LTD

No, Eskom does not have a contract with Oliver Wyman. However Eskom has four contracts with Marsh (Pty) Ltd, a sister company to Oliver Wyman.

(i), (ii), (iii), (iv), (v) and (vi)

Not applicable

(b)

TRANSNET SOC LTD

(1)(b)(i)

(1)(b)(ii)

(1)(b)(iii)

(1)(b)(iv)

(1)(b)(v)

(1)9b)(vi)

What is the purpose of the said contract

What is the value of the contract

When was it signed?

Who approved the contract?

What was the outcome of the contract?

What is the length of the contract?

Development of a Zero Based Operating Plan

$2 470 000 or R12 015 000

14 December 2007

CE: TFR at the time

Successful implementation of a Zero Based Train Operating Plan

28 weeks

MultiRail Software agreement – annual licence fees

$880 000 (R4 294 500) once off initial payment – thereafter annual licence fee of $112 000 (R537 402) pa increasing at CPI of New York City index – plus once off expenses of $50 000 (R239 697)

1 July 2008

Chief Information Officer at the time

Successful implementation of the MultiRail Software system

Ongoing annual licence fee until the MultiRail software system is discontinued at TFR

The member should note that as the Shareholder I receive this information in good faith from SOC’s and therefore submit them as such. Should the member have any information to the contrary it would be appreciated if such can be provided.

Remarks: Reply: Approved / Not Approved

Mr. Mogokare Richard Seleke Ms. Lynne Brown, MP

Director-General Minister of Public Enterprises

Date: 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 - 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 - NW3514

Profile picture: Hadebe, Mr TZ

Hadebe, Mr TZ to ask the Minister of Environmental Affairs

(1)What (a) total amount did his/her department spend on air travel between Gauteng and Cape Town for employees attending Parliament business in the 2014-15 financial year and (b) is the total number of trips that were undertaken; (2) What is the total amount that his/her department spent on (a) accommodation and (b) car rental in Cape Town for employees attending Parliament business in the specified financial year?

Reply:

(1) Government officials are expected to travel between Gauteng and the Western Cape to carry out official duties, including Ministerial and Departmental support to the Executive who carry out Parliamentary duties according to the Parliamentary Programme.

(2) Costs incurred by Government Officials are readily made available in Annual Reports which are tabled in Parliament annually.

---ooOoo---

16 November 2017 - NW3316

Profile picture: Rawula, Mr T

Rawula, Mr T to ask the Minister of Labour

(1) Whether the (a) chief executive officer and (b) chief financial officer of entities reporting to her 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. Minister of Labour to respond:

As the Department of Labour we have two CEO’s, two Commissioners and two Executive Directors.

Entity

(a) Chief Executive Officers, Commissioner’s and Executive Directors.

(b) Chief Financial Officer employment status

COMPENSATION FUND

Permanent (Commissioner)

Permanent

UIF

Permanent (Commissioner)

Permanent

NEDLAC

Fixed term contract (Executive Director)

Permanent

PRODUCTIVITY SA

Fixed term contract (CEO)

Permanent

SEE*

Fixed term contract (CEO)

Permanent

CCMA

Fixed term contract (Executive Director)

Permanent

  • *SEE is not listed as a public entity, operates as a trading entity within the Department of Labour2. 

2. Minister of Labour to respond:

Entity

(a) Names of each Officer

(b)(i) When was Officer employed?

(b)(ii) When will each Officer’s contract end?

COMPENSATION FUND

Mr. Vuyo Mafata(Commissioner)

Mr. Abraham J Modiba(CFO)

01 April 2016

16 September 2013

Permanent

Permanent

UIF

Mr. Teboho Maruping(Commissioner)

Ms Fezeka Puzi(CFO)

01 December 2016

01 April 2016

Permanent

Permanent

NEDLAC

Mr Madoda P Vilakazi(EX Director)

Mr Mfanufikile Daza(CFO)

01 April 2016

15 December 2014

31 March 2021

Permanent

PRODUCTIVITY SA

Mr Mothunye Mothiba(CEO)

Dr Sibusiso Sabela(CFO)

01 April 2016

01 August 2017

31 March 2020

Permanent

SEE*

Mr. Silumko Nondwangu(CEO)

Mr. Spheni Ngcongo(CFO)

31 August 2017

15 December 2015

31 August 2018

Permanent

CCMA

Mr. Cameron Morajane(Director)

Ms Phetsile Magagula(CFO)

01 April 2016

03 April 2017

31 March 2021

Permanent

  • * SEE is not listed as a public entity, operates as a trading entity within the Department of Labour

16 November 2017 - NW3524

Profile picture: Bergman, Mr D

Bergman, Mr D to ask the Minister of Social Development

What measures are in place at each place of safety to ensure that the boys and girls are kept separate at night time?

Reply:

In relation to placement of children in Temporary Safe Care formerly known as Places of Safety, it is standard practise to separate boys and girls in terms of gender and age. Child and youth care workers are supervising children on a 24 hour basis, 7 days a week. In terms of the national norms and standards for temporary safe care, programmes must promote the safety, security, dignity and well-being of children

16 November 2017 - NW3335

Profile picture: Mhlongo, Mr P

Mhlongo, Mr P to ask the Minister of Labour

(a) What is the total number of persons who are employed in call centres as call centre agents in each (i) province and (ii) city and (b) what is the name of the company in each province and city where the agents are employed?

Reply:

(a) The Department of Labour does not use call centre agents services

 (i) Not applicable

(ii) Not applicable

(b) none

16 November 2017 - NW3526

Profile picture: Bergman, Mr D

Bergman, Mr D to ask the Minister of Social Development

(a) How often is roll-call supposed to be done at places of safety for children and (b) who is responsible for ensuring that the roll-call takes place?

Reply:

a) Attendance registers are completed in the morning and at night on a daily basis at Temporary Safe Care formerly called Places of Safety.

b) The centre manager and child and youth care supervisors are responsible for ensuring that the child and youth care workers complete the attendance registers.

16 November 2017 - NW3326

Profile picture: Sonti, Ms NP

Sonti, Ms NP to ask the Minister of Social Development

(1)Whether the (a) chief executive officer and (b) chief financial officer of entities reporting to her 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. (a) The Chief Executive Officer of the NDA, Mrs Thamo Mzobe, is employed on a fixed term contract.

(b) The Chief Financial Officer of the NDA, Ms Cheryl Yeni, is employed permanently, effective from 03 October 2017.

2. (a) Mrs Thamo Mzobe. (Chief Executive Officer)

(b) (i) The Chief Executive Officer was employed on 01 November 2016.

(ii) Her contract will expire on 31 October 2019.

16 November 2017 - NW3587

Profile picture: Matsepe, Mr CD

Matsepe, Mr CD to ask the Minister of Social Development

(a) What is the total number of supplier invoices that currently remain unpaid by (i) her department and (ii) each entity reporting to her 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:

SASSA

(a) (aa) 3 invoices

(bb) 2 invoices

(cc) 5 invoices

(dd) There are no invoices outstanding for 120 days

(b)

Supplier Name

Invoice date

Invoices over 30 days

Invoices over 60 days

Invoices over 90 days

DEPARTMENT OF JUSTICE

17-Mar-17

 

 

R 31 795.37

SITA

31-Mar-17

 

 

R 409 539.57

SHAMROCK AIR CLOSE CORPORATION

28-Sep-16

 

 

R 1 117.20

LEXIS NEXIS

28-Jun-17

 

 

R 3 420

MTN

25-Jul-17

 

 

R 14 214.33

DEPARTMENT OF JUSTICE

8-Aug-17

 

R 41 226.96

 

DEPARTMENT OF JUSTICE

18-Aug-17

 

R 503.00

 

DEPARTMENT OF JUSTICE

17-Jul-17

R 381 344.25

 

 

LYCEUM COLLEGE

19-Sep-17

R 26 250

 

 

AZ TRADING CORPORATION

14-Jun-17

R 4 698.60

 

 

 

 

 

R 412 292.85

R 41 729.96

R 460 086.47

NDA

a) ii) The NDA has a total number for Supplier invoices that remain unpaid as follows:

aa) 0 to 30 Days

  • 1 Supplier, with a total amount outstanding of R7 200.00

bb) 31 to 60 days

  • 2 Suppliers, with a total amount outstanding of R139 828.00

cc) 61 to 90 days

  • 1 Supplier, with a total amount outstanding of R1 197.00

dd) 91 days and over

  • 4 Suppliers, with a total amount outstanding of R40 320.00

16 November 2017 - NW3409

Profile picture: Cassim, Mr Y

Cassim, Mr Y to ask the Minister of Social Development

(1)What procedure must be followed by staff who work at places of safety if a child at the institution goes missing; (2) what are the consequences for staff members who do not follow the relevant procedure?

Reply:

(1) The procedure to be followed by staff who work at Temporary Safe Care formerly called Places of Safety if a child at the institution goes missing, is that they must immediately report the matter to the nearest police station for the case to be investigated. The DSD managers at the district level, Head of the Department and case manager must be informed. The case manager must inform the parent(s) and the children’s court. 

(2) The case must be reported to the Provincial DSD Human Resource Management, (Labour Relations Unit) for an investigation if it has been determined that staff member/s did not follow the relevant procedures and the disciplinary processes must be followed.

16 November 2017 - NW3337

Profile picture: Mente-Nkuna, Ms NV

Mente-Nkuna, Ms NV to ask the Minister of Labour

Whether labour brokers are registered with the Government; if so, what number of (a) labour brokers are registered with the Government, (b) government departments nationally and provincially make use of labour brokers and (c) persons are currently employed by the Government through labour brokers?

Reply:

The term labour broker does not exist in our current legislation. What we have is Temporary Employment Services and or Private Employment Agencies (PEAs/TES) that are registered with the Department of Labour in terms of Section 24(1) of the Skills Development Act, 1998 as Amended as part of our transitional process.

(a) A total of 492 private employment agencies/temporary employment services were registered with the Department of Labour as at 30 September 2017.

(b) Currently we do not have data as that will only become possible once PEAs/TES regulations are finalized and gazetted. The Department

of Labour will as soon as the regulations are finalised, keep records

on who uses PEAs/TES and statistics of people employed, placed or assisted across all sectors by these agencies.

(c) Covered above.

16 November 2017 - NW3494

Profile picture: Steyn, Ms A

Steyn, Ms A to ask the Minister of Agriculture, Forestry and Fisheries

(a) What was the total cost of developing Operation Phakisa on Agriculture, Land Reform and Rural Development? (b) What is the total number of stakeholders who were involved in the development? (c) What is the (i) name and (ii) professional designation of each stakeholder?, and What is the current status of the specified project?

Reply:

a) What was the total cost of developing Operation Phakisa on Agriculture, Land Reform and Rural Development?

Expenses

Paid

1. Birchwood (venue & accommodation)

R 7 786 000

2. Travel (for selected stakeholders such as farmers, union representatives and NGOs) to and from the 5 week Lab

R 1 491 423

3. Pre and Post Lab facilitation: managing the content and programme of the Phakisa process

R 29 483 533

4. Research in support of Lab discussions and outputs

R 3 398 230

 

R 42 159 186

 

b) What is the total number of stakeholders who were involved in the development?

The participants were selected from various disciplines within the industry to ensure appropriate representation. The participants represented research institutions, public and private sector, as well as labour organizations. Each participant was selected based on their professional expertise, insights and overall value they could contribute towards the Lab. There were approximately 161 participants registered to attend the Lab; however, the Lab had an average overall attendance of 82% participants.

 

The table below summarizes the registered participants at the Lab.

Area of Business

Number of participants

Academia/ Research Institutions

7

Institutional Body

10

NGO/ CBO

9

Private business and organized Business

45

Organized Labour

14

Public Sector (including Provincial Government)

76

TOTAL

161

c) What is the (i) name and (ii) professional designation of each stakeholder?

No.

Title

Name

Surname

Department

Type of Institutions

Job Title

 

Mr

Sifiso

Dlamini

CSIR MERAKA

Academia / Research Institutions

Researcher

 

Mr

Mario

Marais

CSIR

Academia / Research Institutions

Principal Researcher

 

Ms

Grace

Oloo

University of Venda

Academia / Research Institutions

Senior Lecturer

 

Dr

Sannah

Mativandlela

ARC

Academia / Research Institutions

Programme manager

 

Dr

Mduduzi

Ngcobo

ARC

Academia / Research Institutions

Research Team manager

 

Dr

Dr Rorisang

Patoso

ARC

ACADEMIA / RESEARCH INSTITUTIONS

 RESEARCHER

 

Mr

Toi

Tsilo

ARC

ACADEMIA / RESEARCH INSTITUTIONS

 RESEARCHER

 

Mr

Harry

Moeng

Land Bank

Institutional Body

Head: Distressed Farms

 

Mr

Phuti

Moloto

Credit (Land Bank)

Institutional Body

Manager

 

Mr

Seatla

Nkosi

Industrial Development Corporation

Institutional Body

Senior Specialist

 

Mr

Johann

Marshall

IDC of SA LTD

Institutional Body

Senior Specialist

 

Prof

Victor

Mmbengwa

National Agricultural Marketing Council (NAMC)

Institutional Body

Manager: Smallholder markert access

 

Dr

Abongile

Balarane

National Agricultural Marketing Council

Institutional Body

Grains specialist

 

Ms

Sinovuyo

Matai

PPECB

Institutional Body

General Manager: North Operations

 

Mr

Daniel

Motiang

Agricultural Research Council

Institutional Body

Manager

 

Ms

Zodwa

Mobeng

Onderstepoort Biological Product

Institutional Body

Comapany Secrectary

 

Mr

Thozamile

Gwanya

ECRDA

Institutional Body

Chief Executive Officer

 

Ms

Mawetu

Stirling

CAMISSA

NGO/CBO

NATIONAL RESEARCHER

 

Ms

Palesa

RAMAISA

NARYSEC

NGO/CBO

Participant

 

Mr

Siyabonga

Mbambo

NYDA

NGO/CBO

Senior Manager Operations

 

Mr

Gino

Govender

Earthrise Trust

NGO/CBO

Trustee

 

Mr

Adriaan

Markus

RAAWU

NGO/CBO

Labour Organiser

 

Mr

Petrus

Viljoen

Agri Land Group (Pty) Ltd

NGO/CBO

Cheif Executive Officer

 

Mr

Ndivhuho Navillee

Phungo

YARD

NGO/CBO

EXECUTIVE DIRECTOR

 

Ms

Clara

Lukhele

National Movement of Rural Women

NGO/CBO

Administrator/ Coordinator

 

Ms

Henriette

Abrahams

Sikhula Sonke

NGO/CBO

General Secretary

 

Mr

De Wet

Boshoff

AFMA (MFSC)

Organised Business

Executive Director

 

Mr

Dirk

Kok

AFMA/SACOTA

Organised Business

Manager: Operastional Services

 

Mr

Ishmael

Tshiame

GFADA

Organised Business

General Manager

 

Mr

Mawetu

Sonkosi

Nerpo

Organised Business

Project Coordinator

 

Dr

Gert

Dry

WRSA

Organised Business

Past President

 

Dr

Gerhard

Neethling

Red Meat Abattoir Association

Organised Business

General Manager

 

Mr

Anwhar

Madhanpall

South African Sugar Association

Organised Business

General Manager: Land Reform and Rural Development

 

Mr

Philip

Bowes

Vinpro (Wine Industry)

Organised Business

Transformation Manager

 

Dr

Konanani

Liphadzi

Fruit South Africa

Organised Business

CEO

 

Dr

Andre

Jooste

Potatoes South Africa

Organised Business

CEO

 

Mr

Rudolf

Badenhorst

Potatoes South Africa

Organised Business

Manager: Market Development

 

Mr

Kevin

Maart

Deciduous Fruit Development Chamber

Organised Business

General Manager

 

Mr

khethokuthula

Nzimande

South African Sugar Association

Organised Business

Operations Manager

 

Mr

Theo

Boshoff

Agri SA

Organised Business

Legal Officer

 

Mr

christo

vd Rheede

Agri SA

Organised Business

Deputy Executive Director

 

Ms

Thozama

Gwente

The South African Wine Industry Trust

Organised Business

Chairperson

 

Mr

William

Fortuin

The South African Wine Industry Trust

Organised Business

Trustee

 

Mr

Leon

de Beer

NWGA

Organised Business

CEO

 

Mr

Hamlet

Hlomendlini

Agri SA

Organised Business

Senior Economist

 

Mr

Jannie

Hendricks

BAWSI

Organised Labour

Member

 

Mr

kaviraj

appadu

ilo

Organised Labour

senior programme officer

 

Mr

Dhalmini

Bhekithemba

Ceppwawu

Organised Labour

National Co-ordinator

 

Mr

Mxolisi Patric

Jama

NAFU

Organised Labour

District Leader

 

Ms

Pumza

Vitshima

NAFU-EC

Organised Labour

NAFU-EC President

 

Ms

Thuliswa

Ndzibongwana

NAFU-EC

Organised Labour

EC-Youth-Co-ordinator

 

Ms

Chwayita

Mboni

NAFU-EC

Organised Labour

NAFU-EC Rural Women

 

Ms

Florence Nomzi

Joel

Nafu

Organised Labour

Rural Women

 

Ms

IDA

JACOBS

FAWU

Organised Labour

ORGANISER

 

Ms

Mahuhudi

Masipa

NAFUSA

Organised Labour

Dep SG and Head of Transformation

 

Mr

ABRAHAM PAUL

DANIELS

FAWU

Organised Labour

NATIONAL EDUCATOR

 

Mr

Manila. Elliot

Malishe

NAFUSA

Organised Labour

Secretary

 

Ms

Ntuthu

Mbiko Motshegoa

AFASA Women's Desk

Organised Labour

Womens's Desk

 

Ms

Brenda

Tlhabane

AFASA

Organised Labour

Women's Desk

 

Mr

Willem Abraham

Olivier

Tongaat Hulett Starch (Pty) Ltd

Private Sector

Maize Co-Ordinator, Purchasing

 

Mr

Teko

Kole

Afri-Grow

Private Sector

Operations Manager

 

Mr

Vusumzi

Stok

Afri-Grow

Private Sector

Operations

 

Mr

Charles

Erasmus

WIVCRT

Private Sector

Transformation Convenor

 

Mr

Gafieldien

Benjamin

AFRIWU

Private Sector

General Secretary

 

Mr

Elmo

Abrahams

E PARTNERS

Private Sector

Executive Member

 

Mr

Michael

Mokhoro

SALBA/Vinpro

Private Sector

Stakeholder Relations Manager

 

Mr

Landile

Nkungwana

sefa

Private Sector

Agricultural Relationship Manager

 

Mr

Egan

Duminy

LenQua Group

Private Sector

Executive Member

 

Dr

Riaan

Du Preez

Afrivet

Private Sector

Manager: Scientific Affairs

 

Mr

Moshe

Molefe

Afrigrow Agriholdings (Pty) LTD

Private Sector

Group CEO

 

Dr

Otto

Mbangula

Afrigrow Agriholdings (Pty) LTD

Private Sector

Executive Director: Livestock Production & Farmer Support

 

Ms

Mariette

Kotze

HORTGRO

Private Sector

Information Manager: Agricultural Economics

 

Mr

Lungani

Hlongwa

TigerBrands

Private Sector

Policy analyst

 

Mr

Piers

Kenyon

enteprisEvolution Technology Holdings

Private Sector

MD

 

Mr

George

Mothoa

SEFA

Private Sector

Agricultural Specialist

 

Ms

Maleshoane

Mokhachane-Moeti

Mokhachane CPA

Private Sector

Farm manager

 

Ms

Elizabeth

Mhlongo

SANParks

Private Sector

Senior GM: Socio- Economic Development

 

Mr

Jerry

Seakhoaa

FABRIC

Private Sector

Public Relations Officer

 

Ms

Jolene

Samuels

The Vineyard Academy

Private Sector

Marketing

 

Mr

Pitso

Sekhoto

Makolobane Farmers Enterprises

Private Sector

CEO

 

Mr

Louis H. W.

Verhoef

Agratech Trade

Private Sector

Manager

 

Mr

Moshakge

Molokwane

People and Packs

Private Sector

MANAGER

 

Mr

Humlet

Hlomendlini

AgriSA

 private sector

Economist

             
 

Mr

Johan

Pietersen

Matuba Wines

 private sector

Wine Maker

 

Mr

owen

wilcox

National Treasury

Public Sector

 CHIEF DIRECTOR PUBLIC FINANCE

 

Mr

Dennis Nekhavhambe

Nekhavhambe

DAFF

Public Sector

 ECONOMIST

 

Mr

M

Selepe

DAFF

Public Sector

 DEPUTY DIRECTOR

 

Ms

Thandi

Manzi

Eastern Cape

Public Sector

 EXTENSION OFFICER

 

Mr

Bongani

Mbali

CCMA

Public Sector

Commissioner

 

Ms

Mlalelwa

Mabona

DSD

Public Sector

ASD

 

MS

ZANELE

BAMBO

DSBD

Public Sector

DEPUTY DIRECTOR

 

Mr

JULY

MOTSOENENG

Department of Small Business Development

Public Sector

Deputy Director

 

Mr

Walter

Mokgobu

DAFF

Public Sector

Agronomist

 

Ms

Nobuhlobo

Mafu

Agriculture, Rural Development, Land and Environmental Affairs
(DARDLEA)

Public Sector

Deputy Director

 

Mr

NJANYANA JOHN

RADEBE

Rural Development and Land Reform

Public Sector

NARYSEC participant

 

Ms

Roberta

Burgess

Department of Agriculture, Land reform and Rural Development

Public Sector

Senior Manager

 

Mr

Risimati Samuel

Khandlhela

Traditional Affairs

Public Sector

Senior Manager

 

Mr

Patrick

Tonyane

Agriculture:NC

Public Sector

Manager

 

Mr

khulekani

mtshali

DARD

Public Sector

Agricultural Advisor

 

Mr

Gift

Pasipavunda

DRDLR

Public Sector

Chief Town and Regional Planner

 

Mr

THEBE

MOTHUSI

READ

Public Sector

DIRECTOR

 

Mr

Dumisani

Nzama

KZN Dept Of Agriculture& Rural Development

Public Sector

Production Scientist Grade B

 

Ms

dina elizabeth

mosito

agriculture and rural dev

Public Sector

production scientist

 

Ms

Rirhandzu Nomia

mkhari

Limpopo Department of Agriculture and rural development

Public Sector

Agricultural Scientist

 

Dr

Julian

Jaftha

Agriculture, forestry & fisheries

Public Sector

Chief Director: Plant Production & Health

 

Mr

Mapurunyane Krauzer

Bapela

Department of Rural Development and Land Reform

Public Sector

Director

 

Mr

Deka

Bothwell

National Treasury

Public Sector

Director

 

Mr

Thabane Mhlonipheni

Mvelase

KZN: Department of Agriculture

Public Sector

Senior Agric Advisor

 

Mr

Thabo

Ramashala

Agriculture,Forestry & Fisheries

Public Sector

Director

 

Mr

Simphiwe

Mhlontlo

EC Dept of Rural Development and Agrarian Reform

Public Sector

Scientific Manager

 

Ms

Sibongile

Hlekiso

Cooperative Governance

Public Sector

Senior Manager:LED Support

 

Mr

Ayanda

Ngqandu

Rural Development and Land Reform

Public Sector

Director

 

Mr

Mfundo

Macanda

EC Rural Development & Agrarian Reform

Public Sector

Director

 

Mr

HILTON JOE

TOOLO

RURAL DEVELOPMENT AND LAND REFORM

Public Sector

CHIEF DIRECTOR

 

Ms

Zwianzo

Nemavhola

Agriculture

Public Sector

Scientist Manager

 

Dr

Cebisa Luxolo

Mnqeta

DRDAR

Public Sector

Director

 

Ms

Maria

Mphahlele

DRDLR

Public Sector

Deputy Director

 

Mr

Lukhanyo

Nkombisa

CGA-GDC

Public Sector

General Manager

 

Mr

LOMAS

MAVULWANA

GDARD

Public Sector

PRODUCTION SCIENTIST

 

Mr

WAKHENI

MABUSELA

GDARD

Public Sector

SAA

 

Ms

Elder Mtshiza

Mtshiza

DAFF

Public Sector

CD:CASP

 

Mr

TENDAMUDZIMU

RASIKHANYA

DEPARTMENT OF WATER AND SANITATION

Public Sector

DEPUTY DIRECTOR:POLICY DEVELOPEMNT AND IMPLEMENTATION

 

Mr

Vela

Mngwengwe

Rural Development and Land Reform

Public Sector

Chief Director

 

Mr

Makala Ngaka

Ngaka

Department of Agriculture, Forestry and Fisheries

Public Sector

Deputy Director

 

Mr

Abram

Shiya

DAFF

Public Sector

Assistant Director

 

Ms

Priscilla

Namukasa

Rural Development and Land Reform

Public Sector

Professional GISc. Practitioner

 

Mr

Petrus Louw

Pienaar

Western Cape Department of Agriculture

Public Sector

Senior Agricultural Economist

 

Ms

Nompumelelo

Pakade

DRDLR

Public Sector

Head of Special Projects and AdviseDMKC

 

Ms

Lesego

Kok-Ngonyama

FS-DARD

Public Sector

Scientist Production Gr A

 

Ms

Mavis

Masemola

FS-DARD

Public Sector

Agric Adviser

 

Mr

Pilot

Nchabeleng

FS-DARD

Public Sector

Senior Manager-Research

 

Mr

Joel

Mamabolo

DAFF

Public Sector

Director

 

Mr

MASIPHULA

MBONGWA

DRDLR

Public Sector

SPECIAL ADVISOR TO MINISTER

 

Ms

Santhurie

Naidoo

Dept of Rural Development and Land Reform

Public Sector

CHief Director

 

Mr

LULAMA

ZANTSI

RURAL DEVELOPMENT AND LAND REFORM

Public Sector

CHIEF DIRECTOR

 

Mr

Bonga

Msomi

Agriculture

Public Sector

Chief Director

 

Mr

MALIBONGWE

GCWABE

RURAL DEVELOPMENT AND LAND REFORM

Public Sector

LAND REFORM ADVISOR

 

Ms

Shaun

Feldman

Department of Labour

Public Sector

Deputy Director

 

Mr

Richmond Ntuli

Ntuli

Labour

Public Sector

Director: Governance & Projects

 

Mr

wandisile

kahlane

DRDLR

Public Sector

Deputy Director

 

Mr

MOSES

RANTHO

NKANGALA DISTRICT MUNICIPALITY

Public Sector

RURAL &AGRICULTURAL SPECIALIST

 

Mr

Leslie

Nyagah

Economic Development

Public Sector

Director

 

Mr

Charl

van Rooyen

WCDoA

Public Sector

Pomologist

 

Ms

Kholofelo

Thobejane

DAFF

Public Sector

Director

 

Ms

Parmella

Makongwana

dti

Public Sector

Assistant Director

 

Mr

Elvis

Nakana

DAFF

Public Sector

Deputy Director: Commodity Markets Analysis

 

Mr

Samfana

Mahlangu

Rural Development and Land Reform

Public Sector

Director

 

Mr

William

Mohapi

waterberg DLRC

Public Sector

Pensioner

 

Mr

William

Mohapi

Waterberg DLRC

Public Sector

Pensioner

 

Mr

Dennies

Nekhavhambe

DAFF

Public Sector

Senior Agricultural Economist

 

Mr

Bonginkosi

Zulu

DRDLR

Public Sector

CD

 

Mr

Gaoretelelwe

Phutieagae

Rural evnvironment and agricultural development

Public Sector

Deputy Direcotor

 

Ms

Aluwani

Matsila

DRDLR

Public Sector

CD

 

Ms

Disego

Malepu

DRDLR

Public Sector

Business anlyst

 

Ms

imameleng

Mothebe

DTI

Public Sector

Director

 

Ms

Ngoanabokone

Maleswene

DRDLR

Public Sector

Deputy Director

 

Ms

Samukelisiwe

Ngcobo

DRDLR

Public Sector

Geomatic Manager

 

Mr

Solly

Molepo

DTI

Public Sector

Deputy Director

 

Ms

Makhupu

Selepe

DRDLR

Public Sector

Deputy Director

 

Dr

Steven

Cornelius

OBP

 public sector

CEO

 

Prof

Mandivamba

Rukuni

 

 public sector

Advisor

d) What is the current status of the specified project?

Operation Phakisa for Agriculture, Land Reform and Rural Development is at the 4th step of an 8 step process of the Operation Phakisa methodology.

The 4th step involves an Open Day which has the purpose of informing the public of the outcomes of the Lab, and nature of implementation agreement with key role players to be signed publicly on that day.

The application to host the Open Day was submitted to the Private Office of the President.

The Department of Agriculture, Forestry and Fisheries (DAFF) and the Department of Rural Development and Land Reform (DRDLR) has since the completion of the Lab, appointed champions to lead the implementation of the twenty seven initiatives emanating from the Lab.

16 November 2017 - NW3300

Profile picture: Mulaudzi, Adv TE

Mulaudzi, Adv TE to ask the Minister of Small Business Development

(1) Whether the (a) chief executive officer and (b) chief financial officer of entities reporting to her 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(a) Chief Executive Officers employment period:

SEFA

The Chief Executive Officer (CEO) of SEFA, Mr Thakhani Makhuvha is employed by Industrial Development Corporation (IDC).

SEDA

The CEO of SEDA, Ms Mandisa Tshikwatamba is appointed on five year fixed contract.

1(b) Chief Financial Officers employment period:

SEFA

The Chief Financial Officer (CFO) of SEFA, Ms Reshoketswe Ralebepa is appointed on a five (5) year fixed term contract period.

SEDA

The CFO of SEDA, Mr Norman Mazizi is employed on five year fixed contract.

(2) Details of contracts

(2)(a) Names of Officers

Details of contract

(2)(i)Starting date

(2)(ii)Ending date

Mr Thakhani Makhuvha

Mr Makhuvha, employed by Industrial Development Corporation (IDC), was seconded to SEFA for a three-year (3) period.

1 November 2012

31 October 2015

 

His secondment was further extended by three years.

1 November 2015

31 October 2018

Ms Mandisa Tshikwatamba

Appointed on a five year fixed contract.

1 August 2016

31 July 2021

Ms Reshoketswe Ralebepa

Appointed on a five year fixed contract.

1 October 2015

30 September 2020

Mr Norman Mazizi

Appointed on a five year fixed contract.

1 March 2015

29 February 2020

16 November 2017 - NW3621

Profile picture: Ntlangwini, Ms EN

Ntlangwini, Ms EN to ask the Minister of Trade and Industry

Whether (a) his department and/or (b) any entity reporting to him own land; if so, in each case, (i) where is each plot of land located, (ii) what is the size of each specified plot and (iii) what is each plot currently being used for?

Reply:

Response from the Department

The department does not own any land.

Response from the Entities

Entity

b

b(i)

b(ii)

b(iii)

Companies and Intellectual Property Commission (CIPC)

The CIPC does not own land

Not applicable

Not applicable

Not applicable

Companies Tribunal (CT)

The CT does not own land

Not applicable

Not applicable

Not applicable

Export Credit Insurance Corporation (ECIC)

The ECIC does not own land

Not applicable

Not applicable

Not applicable

National Consumer Commission (NCC)

The NCC does not own land

Not applicable

Not applicable

Not applicable

National Consumer Tribunal (NCT)

The NCT does not own land

Not applicable

Not applicable

Not applicable

National Credit Regulator (NCR)

The NCR does not own land

Not applicable

Not applicable

Not applicable

National Empowerment Fund (NEF)

The NEF does not own land

Not applicable

Not applicable

Not applicable

National Gambling Board (NGB)

The NGB does not own land

Not applicable

Not applicable

Not applicable

National Lotteries Commission (NLC)

The NLC does not own land

Not applicable

Not applicable

Not applicable

National Metrology Institute of South Africa (NMISA)

The NMISA does not own land

Not applicable

Not applicable

Not applicable

National Regulator For Compulsory Specifications (NRCS)

The NRCS does own land

ERF 2901 Mount Road, in the area of the Nelson Mandela Bay Metropolitan Municipality, Division of Port Elizabeth, Province of the Eastern Cape

1,6486 hectares

The office building located on this land has been consumed by fire in 2016/17, but the NRCS is in a process to refurbish the building and use it as NRCS Regional Office in Port Elizabeth.

South African Bureau of Standards (SABS)

The SABS does own land

1 Lategaan Street, Groenkloof, Pretoria, Gauteng

1 Apollo Road Olifantfontein 1665, Pretoria, Gauteng

20 Liesbeek Road, Rosebank, Western Cape

15 Garth Road Durban, Mayville, Kwazulu-Natal

1 Teichman Drive, Sunnyridge East London, Eastern Cape

Farm 964, Cove Road, East London, Eastern Cape

8 Bunsen Road, Secunda, Mpumalanga

22 Henrywicht Drive, Saldanha, Western Cape

220 907 sqm

113 927 sqm

4 121 sqm

24 272 sqm

82 672 sqm

961 670 sqm

1000 sqm

647 sqm

Head office

Electrical testing facility

Regional office (Testing and Certification)

Regional Office (Certification)

Vehicle testing facility

Leased

Coal testing facility

Vacant

South African National Accreditation System (SANAS)

The SANAS does not own land

Not applicable

Not applicable

Not applicable

16 November 2017 - NW3523

Profile picture: Bagraim, Mr M

Bagraim, Mr M to ask the Minister of Social Development

How many (a) boys and (b) girls were resident at the Don Mattera Child and Youth Care Centre in Edenvale in each month from September 2016 to date?

Reply:

(a) The information below indicates the number of boys resident at Don      Mattera Child and Youth Care Centre in each month from September 2016 to date:

Month

Number of boys

September 2016

35

October 2016

36

November 2016

38

December  2016

38

January 2017

37

February 2017

42

March 2017

42

April 2017

42

May 2017

37

June 2017

41

July 2017

39

August 2017

36

September 2017

27

October 2017

27

November 2017

27

(b) The information below indicates the number of girls resident at Don Mattera Child and Youth Care Centre in each month from September 2016 to date:

Month

Number of girls

September 2016

36

October 2016

36

November 2016

37

December 2016

37

January 2017

32

February 2017

35

March 2017

38

April 2017

36

May 2017

38

June 2017

39

July 2017

38

August 2017

39

September 2017

32

October 2017

34

November 2017

34

15 November 2017 - NW3190

Profile picture: Paulsen, Mr N M

Paulsen, Mr N M to ask the Minister of Science and Technology

(1) What are the details including the ranks of service providers and/or contractors from which (a) her department and (b) the entities reporting to her procured services in the past five years; (2) what (a) service was provided by each service provider and/or contractor and (b) amount was each service provider and/or contractor paid; (3) (a) how many of these service providers are black-owned entities, (b) what contract was each of the black owned service provider paid?"

Reply:

1. (a) Refer to Annexure A for the Department of Science and Technology (DST).

(b) Refer to Annexure B for entities.

2. (a) Refer to Annexure A, column H for the services provised, for the DST.

Refer to Annexure B for the entities.

(b) Refer to Annexure A, column F for the amount spent per service provider for DST.

Refer to Annexure B for entities.

3. (a) The following has reference:

 

Black Owned

The DST

759

Entities

1453

(b) Refer to Annexure C, column H for the contracts awarded to black owned suppliers by the DST.

Refer to Annexure B for the entities.

(c) Refer to Annexure C, column G for amount paid to black owned suppliers for the DST.

Refer to Annexure B for entities.

15 November 2017 - NW3496

Profile picture: King, Ms C

King, Ms C to ask the Minister of Science and Technology

(1)What is the total amount of her department's budget that was spent on research and development into cybersecurity measures in the 2016-17 financial year?

Reply:

(1) In 2016/17 there were 2 multi-year projects that were being funded and are in the cyber/information security space.

a) The development of a prototype for the Biometric Recognition of Minors. Its total budget over 2015/16 - 2017/18 is R 14 977 561, of which R 8 648 983 was for 2016/17. In its conceptualisation the project received endorsement from the South African Social Services Agency (SASSA), and is being implemented by the CSIR.

b) The implementation of the Network Emulating and Simulation Laboratory (NESL). Its total budget over 2014/15-2016/17 was R7 887 000. of which R1 049 500 was for 2016/17. The project was funded through the High-end Infrastructure grant. The NESL is a platform that aims to provide cybersecurity researchers with the ability to perform network bandwidth modelling, cybersecurity training, device security research and advanced analytics to study cyber risk and to deliver effective and practical security solutions. It is implemented by CSIR.

Therefore, the total investment for investment for 2016/17 is R9 698 483.

15 November 2017 - NW3365

Profile picture: Bozzoli, Prof B

Bozzoli, Prof B to ask the Minister of Science and Technology

(1) (a) What programmes of the National Research Foundation's (NRF's) budget will benefit from its decision to cut funding to over 2 000 rated researchers by 90% from 1 January 2018, (b) what amount will be saved, and (c) what precisely will the savings be used for; (2) were other areas of possible savings considered so as to reduce the shock effect of the 90% decrease; if not why not; if so, (a) what are the details, and (b) why were these areas not included in the NRF's savings plan, (3) has the NRF done a cost-benefit analysis of what will be lost as a result of the 90% decrease, in terms of (a) student education and (b) research outputs; if not, in each case, why not, if so, what were the findings in each case?

Reply:

1. The number of A and B rated researchers is 831 and not 2 000. The restructuring of the Incentive Funding for Rated Researchers (IFRR) instrument will benefit emerging and early career researchers as well as established researchers through the following instruments, viz., (i) Competitive programme for Rated Researchers (CPRR); (ii) Competitive Support for Unrated Researchers (CSUR); and (iii) Thuthuka.

Based on the current MTEF budget, it is estimated the approximately R30 million per annum will be re-directed and used to supplement the above funding instruments.

2. Yes, all areas of possible savings were considered in terms of the NRF's operational and financial sustainability plans. However, only the IFRR programme was deemed relevant in terms of the directive from the National Treasury that the NRF must implement measures to increase cost savings without compromising its core mandate of research support and advancement.

3. The IFRR programme was never intended to be a primary instrument of the allocating research grants and driving student education or research output. The R30 million released from restructuring the IFRR constitutes only 1.25% of the R2.4 billion annual allocations for researcher and postgraduate and student support. The released funds will be re-allocated for researcher and student support through other funding instruments.

 

15 November 2017 - NW3468

Profile picture: Paulsen, Mr N M

Paulsen, Mr N M to ask the Minister of Science and Technology

1. How many officials and /or employees in her department were granted permission to have businesses and/or do business dealings in the past three financial years. 2. are any if the officials and/or employees that have permission to have businesses and/or do business dealings doing business with 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. The Department granted permission to employees as follows:

  • 2015-2016 = 01 employee
  • 2016-2017 = 07 employees
  • 2017-2018 = 09 employees

2. Only 1 employee was doing business with the government.

(a) Cleaning and vegetation with Eskom

(b) 2014-2016;

(c) R35 506,95 payable every second or third month. The employee has since resigned from company.

 

14 November 2017 - NW3384

Profile picture: Purdon, Mr RK

Purdon, Mr RK to ask the Minister of Environmental Affairs

What is the total number of tons of ash that were produced by (a) Eskom and (b) Sasol (i) in the (aa) 2014-15, (bb) 2015-16 and (cc) 2016-17 financial years and (ii) since 1 April 2017?

Reply:

As reported by third parties, which we as Environmental Affairs are not required to keep record of, and therefore cannot verify these figures:

a) Eskom

(i) (aa) 2014-15: 34 410 Kilo Tons.

(bb) 2015-16: 32 586 Kilo Tons.

(cc) 2016-17: 32 612 Kilo Tons.

(ii) 01/04/17 – to date: 16 999 Kilo Tons.

b) Sasol

(i) (aa, bb and cc) and (ii)

The Sasolburg Operations (SO) and Secunda Synfuels Operations (SSO) ash figures are kept separate because of the operations being in different locations. We have also separated the coarse ash (predominantly gasification ash) from the fine ash (ash generated at the steam plants). Also, please note that Sasol’s financial year runs from July to June.

Ash in Tons

FY15

(1 July 2014 to 30 June 2015)

FY16

(1 July 2015 to 30 June 2016)

FY17

(July 2016 to June 2017)

1 April 2017 to 30 Sep 2017 (please note that Apr 2017 to June 2017 figures are included in FY17 data)

Sasolburg Operations (SO)

Fine ash (boiler fine and bottom ash particles)

598 215

573 927

590 731

262 748

Secunda Synfuels Operations (SSO)

Fine ash (boiler and gasification fine particles)

4 324 772

4 037 215

3 843 959

1 847 788

Coarse ash (predominantly gasification ash)

6 229 382

6 654 301

6 400 470

3 058 644

Total

 

 

 

 

Ash generated (all sources and types)

11 152 369

11 265 443

10 835 160

5 169 180

---ooOoo---

14 November 2017 - NW2898

Profile picture: Hoosen, Mr MH

Hoosen, Mr MH to ask the Minister of Small Business Development

What is the detailed (a) breakdown of and (b) valuation for current and non-current assets and investments held by (i) her department and (ii) each entity reporting to her according to (aa) listed assets (aaa) directly held and (bbb) indirectly held and (bb) unlisted investments (aaa) directly held and (bbb) indirectly held by each of the entities, in each case breaking the current assets and investments down by 0-3 months, 3-6 months, 6-12 months and beyond 12 months?”

Reply:

a) Department of Small Business and Development (DSBD)

Details

(a) Breakdown

(b) Valuation

Item

Name /Type

Specification

(Current / non-current)

(0-3 months)

(3-6 months)

(6-12 months)

(Beyond 12 months)

 

(aa) LISTED ASSETS

(aa) Listed assets in reference to (aaa) directly

Not applicable

 

(aa) Listed assets in reference to (bbb) indirectly

Not applicable

(bb) UNLISTED INVESTMENTS

(bb) Unlisted investments in reference to (aaa) directly

Not applicable

 

(bb) Unlisted investments in reference to (bbb) directly

Not applicable

b) (i) Entity: Small Enterprise Development Agency (SEDA)

Details

(a) Breakdown

(b) Valuation

Item

Name /Type

Specification

(Current / non-current)

Breakdown

(0-3 months)

Breakdown

(3-6 months)

Breakdown

(6-12 months)

Breakdown

(Beyond 12 months)

 

(aa) LISTED ASSETS

(aa) Listed assets in reference to (aaa) directly

Not applicable

 

(aa) Listed assets in reference to (bbb) indirectly

Not applicable

(bb) UNLISTED INVESTMENTS

(bb) Unlisted investments in reference to (aaa) directly

ABSA Call Account

Current

R 66 092 057

     

R 66 092 057

 

(bb) Unlisted investments in reference to (bbb) directly

Not applicable

c) (ii) Entity: Small Enterprise Finance Agency (SEFA)

Details

(a)

(b)

Item

Name /Type

Specification

(Current / non-current)

Breakdown

(0-3 months)

Breakdown

(3-6 months)

Breakdown

(6-12 months)

Breakdown

(Beyond 12 months)

Valuation

(aa) LISTED ASSETS

(aa) Listed assets in reference to (aaa) directly

Not applicable.

 

(aa) Listed assets in reference to (bbb) indirectly

Not applicable

(bb) UNLISTED INVESTMENTS

(bb) Unlisted investments in reference to (aaa) directly

Associates

Non-current

     

R 128 622 368

R 128 622 368

   

Investments

       

R 36 964 865

R 31 964 865

   

Joint Operations

       

R 29 000 000

R 29 000 000

   

Joint Ventures

       

R 194 213 072

R 163 872 781

   

Subsidiaries

       

R 129 201 028

R 106 189 103

 

Loans and advances

Loans and advances

Non-current

     

R 1 197 449 987

R 616 201 761

   

Rental debtors

Current

     

R 73 087 645

R 17 790 380

 

Investment properties

Loans and advances

Non-current

     

R 190 444 353

R 190 444 353

14 November 2017 - NW3466

Profile picture: Mokoena, Mr L

Mokoena, Mr L to ask the Minister of Mineral Resources

(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). The Department does not grant employees permission “to have businesses and or to do business dealings”, however, it grants permission to employees who request to perform other remunerated work outside their employment in line with the requirements of Section 30 of the Public Service Act 1994, as Amended by Act 30 of 2007. In the past three financial years, nine (9) employees were granted permission to perform remunerative work outside their employment in the Department.

(2) The Department does not have information of any employee who in the past three financial years had business dealings with the Government.

Approved/Not Approved

Mr MJ Zwane, MP

Minister of Mineral Resources

Date Submitted:-……………/………………/2017

14 November 2017 - NW3408

Profile picture: Cassim, Mr Y

Cassim, Mr Y to ask the Minister of Justice and Correctional Services

Whether, with regard to the court report from the Gauteng liquor board (details furnished), the shebeen will be closed; if not, on what basis can the board ignore the court judgment; if so, by which date;

Reply:

The Department of Justice and Constitutional Development is not responsible for enforcing civil court judgements. The Ekurhuleni Metro Municipality successfully applied for an order against the respondent and inquiries need to be made to the Ekurhuleni Metro Municipality as to why they are not enforcing it.

14 November 2017 - NW3639

Profile picture: Mente-Nkuna, Ms NV

Mente-Nkuna, Ms NV to ask the Minister of Trade and Industry

With reference to his reply to question 3174 on 30 October 2017, what are the (a) relevant details and (b) black economic empowerment status level of service providers and/or contractors from which (i) his department and (ii) the entities reporting to him procured services in the past five years?

Reply:

Due to the detailed information requested for the department and its entities per order issued during the past 5 years it will unfortunately not be possible to provide a meaningful response within the limited time frame allowed in responding to Parliamentary questions.

The information requested is not readily available and supporting documents will have to be requested from archives filed off site.

Further to that it should also be noted that the BEE status level as requested per supplier will not cover the 5 year period and that the department previously recorded and reported on the HDI status of suppliers. The software system that was used at that stage is no longer in existence as it has been discontinued with the implementation of the Central Supplier Database hosted at National Treasury.

Based on the above it is proposed that the department be allowed more time to gather information and that a response be submitted directly to the member.

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

14 November 2017 - NW3515

Profile picture: Chance, Mr R

Chance, Mr R to ask the Minister of Small Business Development

With reference to the Minister of Finance’s Medium-Term Budget Policy Statement delivered in the National Assembly on 25 October 2017, where mention was made of a fund for start-up businesses, (a) by which date will the specified fund be operational, (b) what amount will be injected into the fund, (c) where will the money come from, (d) who will manage the fund, (e) will it have any connection to the Small and Medium-sized Enterprises Fund established by the Chief Executive Officer Initiative, (f) will it operate as a separate Development Finance Institution and (g) what will its financial mandate be in terms of (i) return on investment and (ii) profitability?

Reply:

a) The Fund will be operational during 2018/19 financial year but the planned disbursement of the funding will be the beginning of 2019/2020 financial year.

b) An allocation of R1 Billion has been communicated to the Department of Small Business Development.

c) The money will come from the national fiscus.

d) The Department of Small Business Development together with National Treasury and Department of Science and Technology are working with the Government Technical Advisory Centre (GTAC) to develop the architecture of the Fund where issues around the management of the Fund will be considered.

e) The SA SME Fund established by the CEO Initiative is targeting high growth businesses whereas our research on the ecosystem shows that there is a lack of funding of enterprises that are at an ideation and early start-up phase which will be the target of the Fund. The Department together with its agencies are engaging with SA SME Fund to identify areas of collaboration on other matters which include sharing research, mentorship and training of enterprises on financial management.

f) The work that is being undertaken through GTAC will assist government to decide on how the fund will operate but the government is conscious of the economic environment and would not look at setting up a completely new structure that will add to operational costs.

g) The financial mandate of the fund will be informed by the exercise that is being conducted through GTAC, but government is looking at having this fund as a soft loan which will provide affordable finance to small businesses and the emphasis will be more on ensuring that the Fund is sustainable rather than profit maximisation.

14 November 2017 - NW3640

Profile picture: Mente-Nkuna, Ms NV

Mente-Nkuna, Ms NV to ask the Minister of Trade and Industry

With reference to his reply to question 3174 on 30 October 2017, what (a) service was provided by each service provider and/or contractor and (b) amount was each service provider and/or contractor paid for services procured by his department or entities reporting to him in the past five years?

Reply:

Due to the detailed information requested for the department and its entities per order issued during the past 5 years it will unfortunately not be possible to provide a meaningful response within the limited time frame allowed in responding to Parliamentary questions.

The information requested is not readily available and supporting documents will have to be requested from archives filed off site.

Further to that it should also be noted that the BEE status level as requested per supplier will not cover the 5 year period and that the department previously recorded and reported on the HDI status of suppliers. The software system that was used at that stage is no longer in existence as it has been discontinued with the implementation of the Central Supplier Database hosted at National Treasury.

Based on the above it is proposed that the department be allowed more time to gather information and that a response be submitted directly to the member.

14 November 2017 - NW3641

Profile picture: Mente-Nkuna, Ms NV

Mente-Nkuna, Ms NV to ask the Minister of Trade and Industry

With reference to his reply to question 3174 on 30 October 2017, of the service providers and contractors from which his department or entities reporting to his department procured services in the past five years (a) how many of these service providers are black-owned entities, (b) what contract was each of the black-owned service providers awarded and (c) what amount was each black-owned service provider paid?

Reply:

Due to the detailed information requested for the department and its entities per order issued during the past 5 years it will unfortunately not be possible to provide a meaningful response within the limited time frame allowed in responding to Parliamentary questions.

The information requested is not readily available and supporting documents will have to be requested from archives filed off site.

Further to that it should also be noted that the BEE status level as requested per supplier will not cover the 5 year period and that the department previously recorded and reported on the HDI status of suppliers. The software system that was used at that stage is no longer in existence as it has been discontinued with the implementation of the Central Supplier Database hosted at National Treasury.

Based on the above it is proposed that the department be allowed more time to gather information and that a response be submitted directly to the member.

14 November 2017 - NW3396

Profile picture: Brauteseth, Mr TJ

Brauteseth, Mr TJ to ask the Minister of Mineral Resources

Whether his department is aware of any salary scales used by the mining sector when it classifies paygrades; if not, what is the position in this regard; if so, what are the details of the (a) salary band for each category and (b) number of persons employed as (i) permanent employees and (ii) outsourced contractors in the (aa) platinum group metals and (bb) gold sectors in each of the specified salary scales for each financial year since 1 April 2006?

Reply:

The salary band are regulated by the Basic Conditions of Employment Act and all other related labour legislations all of which are under the administration of the Department of Labour.

 

Approved/Not Approved

Mr MJ Zwane, MP

Minister of Mineral Resources

Date Submitted:-……………/………………/2017

14 November 2017 - NW3282

Profile picture: Chance, Mr R

Chance, Mr R to ask the Minister of Small Business Development

With reference to her reply to question 2398 on 6 October 2017, regarding the appointment of members of the National Small Business Advisory Council and her reply to question 2569 on 6 October 2017, in which she states that nominations for these advertised positions closed on 3 September 2015, (a) why has she not made the appointments for a period of more than two years and (b) by which date does she expect to make the specified appointments?”

Reply:

(a) The process of appointing members had its complications which amongst other things included delays in verifying criminal records, qualifications of some of the nominated members as they were out of the country for long periods. There was also a process undertaken to broaden the composition of candidates to include those with background and experience in Cooperatives Development.

(b) The final list of nominations has been concluded and it is expected that the appointments shall be made in the last quarter of 2017/18 including induction of members. The new members shall be inaugurated to the Advisory Council on the 1 April 2018.

13 November 2017 - NW2422

Profile picture: Bergman, Mr D

Bergman, Mr D to ask the Minister of Cooperative Governance and Traditional Affairs

Whether, with reference to the reply to question 2467 on 28 July 2015, the MEC responsible for Local Government in Gauteng commissioned an investigation into the matter; if not, (a) why not and (b) what action does he intend to take in this regard; if so, (i) what are the findings of the specified investigation and (ii) on what date was the report submitted to him; (2) Whether he will provide Mr D Bergman with a full copy of the specified report?

Reply:

The below response is based on a report submitted to the Department of Cooperative Governance (“Department”) by the Department of Cooperative Governance and Traditional Affairs in the Gauteng Province.

1. No, the MEC responsible for Local Government in the Gauteng Province did not commission an investigation into the matter.

a) The matter was referred to the Ekurhuleni City Metropolitan Municipality for investigation.

The matter was resolved through a disciplinary process and the individual in question was dismissed.

(b) As the MEC abides by the decision of the municipality in this regard, no further action is necessary from the part of the MEC.

 (i) Not applicable.

 (ii) Not applicable.

2. Not applicable.

13 November 2017 - NW2421

Profile picture: Bergman, Mr D

Bergman, Mr D to ask the Minister of Cooperative Governance and Traditional Affairs

Whether, with reference to the reply to question 4251 on 21 December 2015, the Ekurhuleni Metropolitan Municipality has provided the requested information; if not, by what date will they provide the requested information; if so, what are the relevant details of the information?

Reply:

1. According to the answer provided to PQ 4251 on 21 December 2015, there is no information that was requested from Ekurhuleni over and above the information provided in the reply. For ease of reference, we hereby attach the 21 December 2015 reply.

13 November 2017 - NW3371

Profile picture: Mackenzie, Mr C

Mackenzie, Mr C to ask the Minister of Telecommunications and Postal Services

Does the South African Post Office (SAPO) conduct any business with (a) JMAT Business Advisory Services and /or (b) any other companies associated with any of the specified persons; if not, in each case, what is the position; if so, what are the relevant details in each case?

Reply:

I have been informed by SAPO as follows:

a) The South African Post Office does not conduct any business with JMAT Business Advisory Services.

b) There is no entity linked with Mr Molefe Mathibe that is or was doing business with the South African Post Office.

c) A company associated with one of the former executives, Mr Janras Kotsi is Intimate Date, whose contract has long expired in 2014 and Mr Kotsi only became a director in 2016, two years after leaving SAPO. The details of the contract entailed the following:

  • Cleaning of data in respect of addresses on a monthly basis
  • Data capturing
  • Maintenance of the postal delivery database

13 November 2017 - NW2777

Profile picture: Groenewald, Mr HB

Groenewald, Mr HB to ask the Minister of Cooperative Governance and Traditional Affairs

(1)(a) What plan is in place to increase the water flow capacity of bridges along the entire Eastleigh spruit situated within the Ekurhuleni Metropolitan Municipality area in order to reduce the risk of another flood, (b) what will the cost be to increase the water flow capacity of all the bridges, (c) what amount will each sphere of Government contribute and (d) when will the increase (2) (a) what resources does the Bedfordview regional disaster management depot have and (b) what resources should the specified depot have by law; (3) Whether the Ekurhuleni Metropolitan Council disaster plan was followed in respect of the Edenvale flooding; if not, why not; if so, (a) what are the reasons that the disaster management department took over six hours to respond to the disaster in Edenvale and (b) what additional support did the Ekurhuleni Metropolitan Council give the local depots of the (i) roads department and (ii) water department?

Reply:

The Ekurhuleni Metropolitan municipality through the Gauteng Provincial Department of Cooperative Governance and Traditional Affairs provided the information:

(1)(a)The plan is to do the following:

  • Upgrade the spruit into a rectangular reinforced concrete lined canal with energy dissipators between Francoise Road and Van Riebeeck Avenue (2300m) to accommodate 1:50 year flood event.
  • Stabilise the slopes of the spruit using Gabions between Van Riebeeck and 1st Avenue (450m).
  • Increase all culvert capacities to accommodate at least 1:50 year flood event.
  • Construct an attenuation pond that will be used as a dry retention structure to attenuate the difference between 1:50 and 1:100-year flood event.
  • Construct an impermeable clay bund/berm covered with reinforced grass adjacent to some properties.

(b) The approximately cost for the Upgrades is R 400 million.

Attenuation Facility - R 100 million (300 000 cubic meters of water)

10 x Bridges - R 100 million

Channelizing of the Spruit - R 120 million

Road Upgrades - R 80 million

(c) There are no discussions amongst the spheres of government on contributions.

(d) The City of Ekurhuleni has submitted an application to the National Department of Water and Sanitation for a water use license. The City of Ekurhuleni has implemented 2 phases of the project thus far. The approximate time required to upgrade the Spruit at current budget allocations will be more than 10 years but will obviously remain dependent on the availability of budget.

(2) (a) The Environmental Impact Assessment, River Assessment Study, Hydrology and Hydraulic Study, detailed assessment report of the flood damages, Geotechnical Investigation, Digital Terrain Model (DTM) Survey, Water Use Application, Environmental Management Plan, Stormwater Management Plan.

(b) Various Consulting Engineers appointed by the City of Ekurhuleni.

(c) The Eastleigh Spruit will require attenuation facilities, bridge upgrades and channelising of the existing system to prevent flood damages in the future.

13 November 2017 - NW3252

Profile picture: Jooste, Ms K

Jooste, Ms K to ask the Minister of Social Development

(a) On what date will the North Gauteng High Court ruling lapse which allows the SA Social Security Agency to continue paying foster care grants and (b) what is the total number of foster care grants that will be affected when the specified ruling lapses?

Reply:

a) The North Gauteng High Court order will cease to have force or effect On 31 December 2017.

b) The total number of foster care grants that will be affected is estimated at about 34 000. However the actual number remaining will depend on progress made in extending the foster placement orders by 31 December 2017.

13 November 2017 - NW2755

Profile picture: Dreyer, Ms AM

Dreyer, Ms AM to ask the Minister of Public Works

Is he aware of any (a) transfers due but not paid over to provinces from his department and/or (b) money from his department transferred to provinces but not paid to municipalities for services, rates and taxes yet; if so, what are the relevant details in each case?

Reply:

a) All transfers have been made in line with the payment schedule as approved by National Treasury. The Department is only responsible for the EPWP Incentive Grant for Provinces.

b) The devolution of the property rates fund grant to provinces as the allocated funding for property rates was phased into the equitable share in 2013/14. This therefore means that the Department does not make transfers to provinces for property rates and service charges as it is part of their equitable share.

13 November 2017 - NW3284

Profile picture: Chance, Mr R

Chance, Mr R to ask the Minister of Public Works

(1) With reference to the amended Construction Industry Development Regulations that was published for public comment in the Government Gazette No 38822 on 29 May 2015, what (a) is the current status of the proposed prompt payment regulations and (b) were the main points raised by the public through the consultation period; (2) by what date does he expect that the amended regulations will be enforced?

Reply:

1. (a) The draft Regulations on Prompt Payment and adjudication for the construction industry which were published for comment by the Minister of Public Works in Government Gazette 38822 of 29 May 2015 have been withdrawn. The Regulations were published in terms of Section 33 of the Construction Industry Development Board (CIDB) Act, 2000 (Act no 38 of 2000). The much anticipated regulations were aimed at introducing automatic interest on late payment as well as statutory mechanisms to ensure progressive payment to contractors for work done.

In following due legal processes, the Minister submitted the draft Regulations to the Office of the Chief State Law Advisor to test its Constitutional validity and whether the draft Regulations were not ultra vires (meaning whether the Regulations did not go beyond the scope of the empowering provisions of the CIDB Act).

(b) The comments received highlighted the need for greater alignment of the adjudication provisions with the existing legislative framework for the administration of contracts, as well as the powers of the Minister in terms of the CIDB Act. Specifically, key comments received include (i) there are potential challenges that would arise if main contractors are expected to pay a sub-contractor within 30-days. Where verification of work is required, this may result in bad quality work being delivered, and as such, main contractors may be reluctant to sub-contract. This scenario may lead to price escalations

as a strategy to minimize the risk to main contractors. It would give a wrong impression to service providers that the payment is due to them irrespective of quality of work; (ii) payment of invoice within 30-days of submission will be impossible to implement by the public sector versus the current practice of within 30-days of issuing progress payment certificates after invoice have been verified; (iii) since the Regulations were proposing payment by main contractors to sub-contractors, it is argued that the conditions of contracts between the main and sub-contractors should take precedence.

2. The Minister received the legal opinion from the Office of the Chief State Law Advisor (the legal opinion) which emphasised that the Regulations were ultra vires and if challenged would not pass the Constitutional validity threshold. In essence, the legal opinion advised that the prompt payment and compulsory adjudication provisions of the draft regulations were substantive in nature and could not be categorised as any other matter for the better execution of the Act or in relation to any power granted or function or duty imposed by the Act (see section 33 (1) of the Act). The Chief State law advisor applied a restrictive approach for interpreting wide empowering provisions in respect of the making of the regulations and concluded that the draft regulations:

  • extended the scope or general operation of the enactment;
  • supported attempts to widen the purposes of the Act;
  • provided for substantive matters relating to the law of contract as opposed to administrative measures to implement the substantive matters provided in the Act; and
  • could not be categorised as authorising the provision of subsidiary means of carrying into effect what is enacted in the statute itself and covered what is incidental to the execution of its specific provisions.

13 November 2017 - NW3173

Profile picture: Xalisa, Mr Z R

Xalisa, Mr Z R to ask the Minister of Environmental Affairs

(1)What are the details including the ranks of service providers and/or contractors from which (a) her department and (b) the entities reporting to her procured services in the past five years; (2) what (a) service was provided by each service provider and/or contractor and (b) amount was each service provider and/or contractor paid; (3) (a) how many of these service providers are black-owned entities, (b) what contract was each of the black-owned service providers awarded and (c) how much was each black-owned service provider paid?

Reply:

(1)– (3) The Department’s database does not rank the service providers. However, the information relative to the bids awarded by the Department and its entities is published in the media from which they are advertised such as:

  • Government Tender Bulletin
  • E-tender portal (National Treasury)
  • Departmental Website

The Member is also referred to the Annual Reports of both the Department and its entities of over the past five years as these would also have an indication of the procurements that the Auditor-General would have delivered his opinion on.

---ooOoo---

13 November 2017 - NW2877

Profile picture: Cassim, Mr Y

Cassim, Mr Y to ask the Minister of Cooperative Governance and Traditional Affairs

What is the detailed (a) breakdown of and (b) valuation for current and non-current assets and investments held by (i) his department and (ii) each entity reporting to him according to (aa) listed assets (aaa) directly held and (bbb) indirectly held and (bb) unlisted investments (aaa) directly held and (bbb) indirectly held by each of the entities, in each case breaking the current assets and investments down by 0-3 months, 3-6 months, 6-12 months and beyond 12 months?

Reply:

(a)(b)(i)(aa)(aaa)(bb)(aaa)

The financial statements of the Department of Cooperative Governance is prepared in terms of the modified cash basis of accounting principles applicable to National Government Departments and do not provide for valuation of current and non-current assets. As prescribed, the Department has no investments.

The Entities

MUNICIPAL DEMARCATION BOARD

(a)(b)(ii)(aa)(bbb)

VALUATION OF NON-CURRENT ASSETS

       

Property, Plant & Equipment

       
 

Cost

Accumulated Depreciation

Carrying Value

 

Furniture and Fittings

2 098 693.04

1 211 552.92

887 140.12

 

Office Equipment

983 938.70

854 870.86

129 067.84

 

Computer Equipment

2 637 746.27

1 304 066.99

1 333 679.28

 

Vehicles

656 315.37

353 030.95

303 284.42

 

Lease hold improvements

2 503 940.03

1 543 861.01

960 079.02

 
 

8 880 633.41

5 267 382.73

3 613 250.68

 
         

Computer Software

Cost

Accumulated Depreciation

Carrying Value

 
 

1 896 172.43

1 056 177.56

839 994.87

 
 

1 896 172.43

1 056 177.56

839 994.87

 
         

Warranties

 

 

18 546.08

 
         

Total Value of Non-Current assets as at 31 August 2017

4 471 791.63

 
         
         

CURRENT ASSETS

       

CASH & CASH EQUIVALENTS

       

Finance-Petty Cash Control

   

1 908.10

 

Finance-Bank ABSA/01 Main

   

57 464.20

 

Finance-Bank ABSA/04 Call Account

   

8 223 039.61

*

Total Cash & Cash Equivalents

   

8 282 411.91

 
         

Inventory Account

 

 

194 781.99

 
         

TOTAL CURRENT ASSETS AS AT 31 AUGUST 2017

8 477 193.90

 
         

TOTAL VALUE OF ASSETS AS AT 31 AUGUST 2017

12 948 985.53

 
         

* The positive cash balance is held in a current account and the entire balance is available on call.

 

(a)(b)(ii)(bbb)(bb)(bbb)

The MDB does not have unlisted investments.

SOUTH AFRICAN LOCAL GOVERNMENT ASSOCIATION

See the link: http://pmg-assets.s3-website-eu-west-1.amazonaws.com/RNW2877-SALGA.pdf

SOUTH AFRICAN CITIES NETWORK

(a)(b)(ii)(aa)(bbb)

The valuation for current and non-current assets.

         

Current assets

0-3 Months

3-6 Months

6-12 Months

12 Months

Equipment

169,551

169,551

169,551

508,652

         

Non-current assets

       

Trade and other receivables

4,875

4,875

4,875

14,625

Accrued income

2,542,043

2,542,043

2,542,043

7,626,129

Cash and cash equivalent

2,054,708

2,054,708

2,054,708.23

6,164,125

         

(a)(b)(ii)(bbb)(bb)(bbb)

The SACN does not have unlisted investments.

13 November 2017 - NW3265

Profile picture: Wilson, Ms ER

Wilson, Ms ER to ask the Minister of Social Development

(1)With reference to her replies to questions 2018 and 2019 on 9 October 2017, in which she gives a breakdown of the number of Mikondzo events that were held in each province, as well as the associated costs and the management of the specified events by certain companies (names furnished), why do the Mikondzo events in her reply to question 2019 not correspond with the Mikondzo events for which the specified companies have been paid; (2) (a) were the Mikondzo events that were managed by the companies separate from the events laid out in her reply to question 2019 and (b) from which (i) budgeted line item and (ii) programme was the budget for the companies reflected?

Reply:

1. The difference is as a result of Mikondzo events which were held in the beginning of the financial year, before the companies were accredited. The response to Parliamentary Question 2018 indicated all the amounts paid to the accredited companies, from the date of their accreditation in June 2016 and also included one event which was held on 12 May 2017, which is in fact in the 2017/18 financial year.

The response to parliamentary question 2019 is not complete, and the amounts indicated are not accurate. I apologise for the inaccurate information submitted.

2. The Mikondzo events managed by the accredited companies were not separate to those indicated in the reply to question 2019. However, as indicated, the response to parliamentary question 2019 was not complete.

The amounts paid to the accredited companies were funded from the retained surplus within SASSA, and therefore did not reflect on the budget.

13 November 2017 - NW2978

Profile picture: Hadebe, Mr TZ

Hadebe, Mr TZ to ask the Minister of Environmental Affairs

(1)With regard to the sale of rhino horns by a certain person (name furnished) during the online auction sale held from 21-24 August 2017, what is the total number of (a) permits that were issued by her department, (b) rhino horns or part thereof that were sold; (2) were any rhino horns or part thereof sold to the international community members; if not, what measures will be implemented to ensure that rhino horns or part thereof never leave the borders of the country; if so, (a) why, (b) what are the names of the buyers and/or bidders?

Reply:

(1)

(a) 1 permit to sell 264 rhinoceros horns and 7 permits to buy rhinoceros horns

(b) No horns or parts thereof

(2)

(a) As indicated above, no horns or parts thereof were sold during the auction. The following measures are in place to prevent and detect illegal activities:

  • Environmental Management Inspectors (EMIs) monitor compliance to the buying permits as well as the possession permits that will be applicable to the horns. Through the permitting system we are able to track the movement of the horns and conduct inspections on a regular basis to monitor that these are horns have remained in the country;
  • We have improved the ability to track the movement of rhino horn through the implementation of a national database and systems relating to the marking of rhino horn and genetic profiling;
  • The Department’s Environmental Management Inspectorate (EMI) works in collaboration with other government agencies such as the South African Police Service and SARS Customs at international airports and at border posts in order to combat the illegal import and export of wildlife products. Having enforcement officials at these ports has assisted in the detection of illegal goods and identification of possible offenders and continue to do so;
  • The Department’s Environmental Management Inspectorate (EMI) has been raising awareness and training border officials on initiatives focused on the Illicit International cross border movement of endangered species. This enhances our efforts to build capacity to tackle the problem;
  • In 2017 we also commenced with awareness raising sessions for the South African National Defence Force (SANDF) officials protecting the South African border line to ensure that they are aware of the illegal practices related to smuggling of wildlife and that they are able to react should they encounter smugglers;
  • The Department works in close co-operation with enforcement officials from neighboring countries to ensure that they are aware of possible illegal trade and that they immediately inform the department in case of any seizures of illegally traded horn and supply us with the necessary information to enable enforcement agencies to investigate;
  • Accordingly, we have improved our detection capability at ports of entry and exit by increasing awareness, human capacity, technology and skills which is evident in the increased number of confiscations, arrests and convictions related to wildlife trafficking.
  • Regulations pertaining to certain restricted activities involving rhinoceros horn were developed under section 97 of the National Environmental Management: Biodiversity Act, 2004 (Act No. 10 of 2004) to ensure the strict regulation of the domestic trade in rhino horn. Under section 57(2) of the National Environmental Management: Biodiversity Act, 2004 (Act No.10 of 2004) specific activities will be prohibit, i.e. the shaving and powdering of rhinoceros horn of Ceratotherium simum, Diceros bicornis bicornis, Diceros bicornis minor and Diceros bicornis michaeli.

(b) Not applicable

---ooOoo---

13 November 2017 - NW3298

Profile picture: Mbatha, Mr MS

Mbatha, Mr MS to ask the Minister of Economic Development

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:

Competition Tribunal :

  1. The Tribunal Chairperson (CEO equivalent), Mr Norman Manoim, is employed on a 5 year contract which will end on 31 August 2019.
  2. The Chief Operating Officer (CFO equivalent), Ms Janeen de Klerk, is employed on a permanent contract, since 1 September 2013.

Competition Commission:

  1. The Commissioner- Mr Tembinkosi Bonakele, is employed on a 5 year fixed term contract for the period 20 April 2014 to 20 April 2019.
  2. The CFO – Mr Molatlhegi Kgauwe, is employed on a 3 year fixed term contract for the period 14 March 2016 to 14 March 2019.

ITAC:

  1. The Chief Commissioner (CEO equivalent), Mr Siyabulela Tsengiwe is employed on a three-year contract, which will end on 31 December 2017.
  2. The Chief Financial Officer position is filled on an acting basis by Ms Lebogang Bogatsu whilst a suitable candidate is being recruited.

IDC:

  1. The CEO, Mr Geoffrey Qhena and CFO, Ms Nonkululeko Dlamini of the IDC are both appointed on five (5) year fixed term contracts as follows:
  • Chief Executive Officer appointed with effect from 1 March 2015 until 28 February 2020.
  • Chief Financial Officer appointed with effect from 1 September 2015 until 31 August 2020.

-END-

13 November 2017 - NW2436

Profile picture: Groenewald, Dr PJ

Groenewald, Dr PJ to ask the Minister of Cooperative Governance and Traditional Affairs

(1)What number of senior traditional leaders is currently recognised by Government as senior traditional leaders; (2) what amount each senior traditional leader has received in remuneration since 2012; (3) (a) what (i) movable and (ii) immovable benefits did each senior traditional leader receive in each specified year and (b) what did the costs amount to in each case; (4) whether he will make a statement about the matter?

Reply:

The information requested by the Honourable Member is not readily available within the Department, but has been sought from the Provinces. The information will be provided to the Honourable Member as soon as it becomes available.

13 November 2017 - NW2661

Profile picture: Mileham, Mr K

Mileham, Mr K to ask the Minister of Cooperative Governance and Traditional affairs

(1)Whether any of the municipalities that were dissolved and/or amalgamated after 3 August 2016 purchased any (a) vehicles and/or (b) civil construction equipment, also referred to as yellow machines, in the 2015-16 financial year; if so, in each case, (i) which type of vehicles and/or equipment was approved by each relevant municipal council, (ii) what number of quotations were received from various suppliers, (iii) on which dates were the specified suppliers approached by each municipal council and (iv) who approached the specified suppliers; (2) Whether he will furnish Mr K J Mileham with copies of each municipal council’s resolution in this regard; if not, why not; if so, by what date; (3) What are the full relevant details of the (a) current location of each of these vehicles and/or equipment, (b) current mileage on each vehicle and/or piece of equipment and (c) asset registers that each vehicle and/or piece of equipment is recorded on?

Reply:

By way of background, the redetermination of boundaries by the Municipal Demarcation Board during 2013 and 2015 resulted in a decrease of 21 local municipalities from 278 to 257 municipalities (districts, locals and metros). These major determinations were either as a result of amalgamations or the splitting of municipalities and subsequent incorporation into neighbouring municipalities. As a result of the above, there were 26 municipalities whose boundaries were changed post the 3 August 2016 local government elections.

In preparing a response for the Honourable Member, the Departments of Cooperative Governance engaged the 26 affected municipalities through provincial departments responsible for local government.

It must be noted that even those municipalities that indicated that they had made purchases, did not supply all information as requested. The status of responses as provided to the Department is as follows:

No

Name of Municipality

1(a) Vehicles

1(b) Yellow Machines

1(b)(i) Type of Vehicle

1(b)(i)(ii) Number of Quotations Received

1(b)(i)(iii) Date when Council was approached

1(b)(iv) Who approached Suppliers

(i)

Rand West City Local Municipality

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

(ii)

The Big 5 Hlabisa Local Municipality City of Mbombela.

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

(iii)

 

Not Applicable

  • 1 x Vacuum Tanker;
  • 1 x Vacuum Tanker;
  • 1 x Truck with a mounted Crane;
  • 1 x Hooklift Truck (Waste Management);
  • 1 x 22 Seater Bus (Waste Management);
  • 1 x Fire Engine; 2 x 10m3

Not Applicable

Information not supplied

Information not supplied

Information not supplied

(iv)

Inkosi Langalibalele Local Municipality

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

(v)

Alfred Duma Local Municipality

Toyota Fortuner.

Information not supplied

Information not supplied

Information not supplied

Information not supplied

Information not supplied

(vi)

Raymond Mhlaba Local Municipality

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

vii)

(

Enoch Mgijima Local Municipality

Refer to attached Annexure A.

Refer to attached Annexure A.

Refer to attached Annexure A.

Refer to attached Annexure A.

Refer to attached Annexure A.

Refer to attached Annexure A.

(viii)

Dr Beyers Naude Local Municipality

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

The following Municipalities did not submit any response:

NO.

NAME OF MUNICIPALITY

 

Umdoni Local Municipality

 

Ray Nkonyeni Local Municipality

 

Dr Nkosazana Dlamini-Zuma Local Municipality

 

Mthonjaneni Local Municipality

 

Umhlathuze Local Municipality

 

City Of Mbombela Local Municipality

 

Mangaung Metropolitan Municipality

 

Ventersdorp/Tlokwe Local Municipality

 

Dawid Kruiper Local Municipality

 

Thulamela Local Municipality

 

Makhado Local Municipality

 

Musina Local Municipality

 

Blouberg Local Municipality

 

Molemolle Local Municipality

 

Polokwane Local Municipality

 

Fetakgomo/Greater Tubatse Local Municipality

 

Modimolle/Mookgopong Local Municipality

 

Lim 345 Local Municipality

 

Walter Sisulu Local Municipality

2. Yes

This information is not available at present. Copies of this information will be furnished to the Honourable Member as soon as all the information is received from each of these municipalities.

3. This information is not available at present since not all municipalities submitted the required information. A more comprehensive response in this regard will be furnished to the Honourable Member as soon as all the information is received from each of this municipalities.