Post on 19-Jul-2020
INDEPENDENT DEVELOPMENT TRUST
TENDERING PROCEDURES, RETURNABLE DOCUMENTS, AGREEMENT AND CONTRACT DATA, PROVISIONAL BILLS OF QUANTITIES, SCOPE OF WORK,
SITE INFORMATION, SPECIFICATIONS AND DRAWINGS
EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE
KITCHEN
TENDER NO: DCS07001EM
CLOSING DATE: 28 SEPTEMBER 2017 @12h00
Independent Development Trust Physical Address, International Business Gateway Sanlam Building North Wing 3rd Floor Corner 6th Avenue & New Road Midrand Contact: Name: Linnet Mendoza Telephone: 011 357 4605
Principal Agent Paradox Young and Associates Office 11 Berkley Office Park 8 Bauhinia Street Highveld Technopark, Centurion Contact: Name: Israel Nhimura Telephone: 012 665 0391
Tenderer Name: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
CIDB Registration Number: . . . . . . . . . . . . . . . . . . . . . .CIDB Grade . . . . . . . . . . . . . . . . . . . . . . . . . . .
Total of the prices inclusive of value added tax: R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..
Amount in words inclusive of value added tax: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
…………
TABLE OF CONTENTS
THE TENDER ....................................................................................................................................................... 2
PART T1: TENDERING PROCEDURE ..................................................................................................................... 3
T1.1 TENDER NOTICE AND INVITATION TO BID (SBD 1) .......................................................................................... 3 T1.2 TENDER DATA ..................................................................................................................................................... 9
PART 2: RETURNABLE DOCUMENTS ................................................................................................................. 36
T2.1 LIST OF RETURNABLE DOCUMENTS .............................................................................................................. 38 T2.2 RETURNABLE SCHEDULES (ALL COMPULSORY) ............................................................................................. 39
THE CONTRACT................................................................................................................................................. 88
PART C1 : AGREEMENT AND CONTRACT DATA ................................................................................................ 89
C1.1 FORM OF OFFER AND ACCEPTANCE ............................................................................................................. 90 C1.2 CONTRACT DATA .......................................................................................................................................... 94
C2 PRICING DATA ............................................................................................................................................. 98
C2.1 PRICING INSTRUCTIONS................................................................................................................................ 99 C2.2 BILLS OF QUANTITIES .......................................................................................................................................103
PART C3 SCOPE OF WORKS ............................................................................................................................. 104
C3 SCOPE OF WORK ................................................................................................................................................105
PART C4 SITE INFORMATION .......................................................................................................................... 108
C4 SITE INFORMATION .............................................................................................................................................109
ANNEXURES ................................................................................................................................................... 110
NEC3 ENGINEERING AND CONSTRUCTION SHORT CONTRACT ..........................................................................................111 ARCHITECTURAL SPECIFICATIONS ................................................................................................................................112 DETAILED ELECTRICAL SPECIFICATIONS ........................................................................................................................113 OCCUPATIONAL HEALTH AND SAFETY REGULATIONS ......................................................................................................114 IDT COMPULSORY QUESTIONNAIRE ............................................................................................................................115 DRAWINGS ............................................................................................................................................................116
2
THE TENDER
3
Part T1: TENDERING PROCEDURE
T1.1 TENDER NOTICE AND INVITATION TO BID (SBD 1)
Tender No. DCS07001EM 4
INDEPENDENT DEVELOPMENT TRUST
EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE KITCHEN
T1.1 Tender Notice
On behalf of the Department of Correctional Services, the Independent Development Trust, Gauteng Region, invites tenders for the EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE, GAUTENG REGION
Only tenderers, who have a CIDB contractor grading of Grade 5 CE (Civil Engineering) or higher and who have suitably qualified and experienced construction manager, who will be the single-point of accountability and responsibility for the management of the construction works will be considered.
The evaluation process will be as follows: STEP 1: Compliance (Gate Keepers)
• Certificate of Attendance or signed attendance register at Compulsory Briefing
• Preference Points Claim Forms (SBD 6.1)
• Central Supplier Database Registration
• Copy of Tax Clearance Certificate & Tax Compliance Status PIN issued by South African Revenue Services
• Signed Original Certificate/Affidavit of Authority for Signatory
• Signed Declaration of Interest (SBD 4)
• Certificate of Independent Bid Determination (SBD 9)
• Declaration of Bidder’s Past Supply Chain Management Practices (SBD 8)
• Fully completed compulsory questionnaire
• Signed Notarized Joint Venture or consortium Agreement Between Parties (if it is a joint venture bid)
• CIDB Registration Certificate for required contractor grade
• Company Registration Documents
• Valid Certified Copy of a Letter of Good standing with Compensation For Occupational Injuries and Diseases Act (COIDA) Registration Certificate
• Record of Addenda to the tender document
• Amendments, Qualifications and Alternatives
• Signed Form of Offer and Acceptance
• Fully Completed Bill of Quantities (in INK) Priced & P’s & G’s completed in a split format (e.g. Time related, Value related & Fixed), tender document (original IDT document)
Only competent bidders who have fully complied with the Compliance (Gate keeper) documentation will be further evaluated on functionality.
Tender No. DCS07001EM 5
STEP 2: Functionality Criteria Points Allocation
• Relevant experience on similar construction projects (namely sewerage works, renovations to existing buildings, water & sanitation) 30 points
• Client references relevant to the above-mentioned projects 5 points
• Safety Health & Environmental Quality (SHEQ) specific plan 15 points
• Qualifications, Experience and competency of key personnel 20 points
• Programme schedule / Approach and Methodology 20 points
• Schedule / availability of plant and equipment 10 points Total 100 points
Only tenders who obtain 70% (70 points) minimum functionality threshold will be evaluated further.
Step 3: Price / BBBEE Only competent tenders who have exceeded the minimum functionality threshold will be evaluated on a 80/20 (Price / B-BBEE) points basis in terms of the Treasury Regulations of 2011, where functionality will be evaluated as follows: Tenderers tendering as joint ventures / cosortiums are required to submit an original consolidated B-BBEE certificate from a SANAS accredited verification agency in order to qualify for points for the B-BBEE status level as one entity
All queries relating to this tender may be addressed in writing to the IDT’s Principal Agent : Paradox Young and Associates, Mr. Israel Nhimura; Fax No. 086 663 3104, e-mail: israel@paradoxyoung.co.za. Service providers who calls the IDT’s Agent or IDT’s employee requesting information on this tender be an award is made, or tries to influence outcome of this tender will be disqualified.
A compulsory clarification meeting with representatives of the Employer will take place on site (Baviaanspoort Correctional Centre Kitchen, R513 Road, Dewagensdrift) at 11h00 on the 15th September 2017. Tenderers must sign a compulsory attendance register in the name of the tendering entity. Addenda if any, will be issued only to tenders appearing on the attendance register.
Tenders documents must be downloaded from IDT website on the following link: http://www.idt.org.za/business opportunities/current-tenders The tender closing date is 12h00 on the 28th September 2017 followed by a public opening. Tenders must only be submitted on the original tender documentation issued by the IDT (copy). Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data.
Telegraphic, telephonic, telex, facsimile, e-mail and late tenders WILL NOT be accepted. Tenderers are to ensure that the bid document and all SBD forms are fully completed.
Disclaimer – The employer reserves the right not to appoint the lowest or any tender.
Tender No. DCS07001EM 6
SBD1 PART A INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF DEPARTMENT/ PUBLIC ENTITY)
TENDER NO: DCS07001EM CLOSING DATE: 28/09/2017 CLOSING TIME: 12H00
DESCRIPTION EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE KITCHEN
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)
Independent Development Trust, International Business Gateway
Sanlam Building North Wing, 3rd Floor
Corner 6th Avenue & New Road, Midrand
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
TCS PIN: OR CSD No:
B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE [TICK APPLICABLE BOX]
Yes
No
B-BBEE STATUS LEVEL SWORN AFFIDAVIT
Yes
No
IF YES, WHO WAS THE CERTIFICATE ISSUED BY?
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA) AND NAME THE APPLICABLE IN THE TICK BOX
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)
A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS)
A REGISTERED AUDITOR
NAME: [A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/SWORN AFFIDAVIT(FOR EMEs& QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
I. ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ENCLOSE PROOF]
II. ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ANSWER PART B:3 BELOW ]
III. SIGNATURE OF BIDDER ……………………………… IV. DATE
V. CAPACITY UNDER WHICH THIS BID IS SIGNED (Attach proof of authority to sign this bid; e.g. resolution of directors, etc.)
VI. TOTAL NUMBER OF ITEMS OFFERED
VII. TOTAL BID PRICE (ALL INCLUSIVE)
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO:
DEPARTMENT/ PUBLIC ENTITY IDT CONTACT PERSON Israel Nhimura
CONTACT PERSON Linnet Mendoza TELEPHONE NUMBER 079 943 8198 / 012 665 0391
TELEPHONE NUMBER 011 357 4605 FACSIMILE NUMBER 086 663 3104
FACSIMILE NUMBER 086 618 4659 E-MAIL ADDRESS israel@paradoxyoung.co.za
E-MAIL ADDRESS linnetm@idt.org.za
Tender No. DCS07001EM 7
PART B TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT
BE ACCEPTED FOR CONSIDERATION. 1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR ONLINE 1.3. BIDDERS MUST REGISTER ON THE CENTRAL SUPPLIER DATABASE (CSD) TO UPLOAD MANDATORY
INFORMATION NAMELY: ( BUSINESS REGISTRATION/ DIRECTORSHIP/ MEMBERSHIP/IDENTITY NUMBERS; TAX COMPLIANCE STATUS; AND BANKING INFORMATION FOR VERIFICATION PURPOSES). B-BBEE CERTIFICATE OR SWORN AFFIDAVIT FOR B-BBEE MUST BE SUBMITTED TO BIDDING INSTITUTION.
1.4. WHERE A BIDDER IS NOT REGISTERED ON THE CSD, MANDATORY INFORMATION NAMELY: (BUSINESS REGISTRATION/ DIRECTORSHIP/ MEMBERSHIP/IDENTITY NUMBERS; TAX COMPLIANCE STATUS MAY NOT BE SUBMITTED WITH THE BID DOCUMENTATION. B-BBEE CERTIFICATE OR SWORN AFFIDAVIT FOR B-BBEE MUST BE SUBMITTED TO BIDDING INSTITUTION.
1.5. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT 2000 AND THE
PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER LEGISLATION OR SPECIAL CONDITIONS OF CONTRACT.
2. TAX COMPLIANCE REQUIREMENTS
2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE PROOF OF TCS / PIN / CSD NUMBER.
2.6 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
3.1. IS THE BIDDER A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)?
YES NO
3.2. DOES THE BIDDER HAVE A BRANCH IN THE RSA? YES NO
3.3. DOES THE BIDDER HAVE A PERMANENT ESTABLISHMENT IN THE RSA?
YES NO
3.4. DOES THE BIDDER HAVE ANY SOURCE OF INCOME IN THE RSA?
YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN, IT IS NOT A REQUIREMENT TO OBTAIN A TAX COMPLIANCE STATUS / TAX COMPLIANCE SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.
NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.
Tender No. DCS07001EM 8
T1.2 TENDER DATA
9
INDEPENDENT DEVELOPMENT TRUST
EMERGENCY INTERVENTION AT BAVIANSPOORT CORRECTIONAL CENTRE KITCHEN, GAUTENG PROVINCE
T1.2 Tender Data
The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity in Construction Procurement. (See www.cidb.org.za) which are reproduced without amendment or alteration for the convenience of tenderers as an Annexure to this Tender Data. The Standard Conditions of Tender make several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the standard conditions of tender. Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it mainly applies. The additional conditions of tender are:
Clause number
Tender Data for TENDER NO: DCS07001EM
F.1.1
The employer is the Independent Development Trust.
10
F.1.2
The tender documents issued by the employer comprises: THE TENDER
Part T1: Tendering procedures T1.1 Tender notice and invitation to tender T1.2 Tender data Part T2: Returnable documents T2.1 List of returnable documents T2.2 Returnable schedules
THE CONTRACT
Part C1: Agreements and contract data C1.1 Form of offer and acceptance C1.2 Contract data Part C2: Pricing data C2.1 Pricing instructions C2.2 Bills of quantities Part C3: Scope of work C3 Scope of work Part C4: Site information C4 Site information
Annexures
11
Clause number
Tender Data for TENDER NO: DCS07001EM
F.1.4
The employer’s agent is: Name of Consulting firm; Paradox Young and Associates Contact person: Mr. I. Nhimura Physical address Office 11 Berkley Office Park 8 Bauhinia Street Highveld Technopark, Centurion Telephone: 012 665 0391 Cell: 079 943 8198
F.2.1
F.2.1.1
F.2.1.1.1
F.2.1.1.2
Eligibility Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders: CIDB Grading In order to be considered for an appointment in terms of this tender, the tenderer must be registered with the CIDB, in a contractor grading designation in accordance with the sum tendered for a Grade 5CE class or higher of construction work. Joint ventures are eligible and preferred with particular reference to local participation and as such submit tenders provided that:
1. every member of the joint venture is registered with the CIDB; 2. the lead partner has a contractor grading designation in the Grade 5CE class of
construction work; and 3. the combined contractor grading designation calculated in accordance with the
Construction Industry Development Regulations is equal to 5CE contractor grading designation determined in accordance with the sum tendered for a (CE) Civil Engineering class of construction work
Key Personnel In order to be considered for an appointment in terms of this tender, the tenderer must have the following key personnel in its permanent employment at the close of tender. Alternatively, a signed undertaking from an organisation having the required personnel, stating that they will undertake the necessary work on behalf of the tenderer in terms of a sub-consultant agreement, will be acceptable. Such undertaking must be attached to the “Key Personnel” schedule, Part T2.2: Returnable Schedules. Individuals must be identified for each of the key personnel listed on the “Key Personnel” schedule, Part T2.2: Returnable Schedules. Where the key personnel are no longer accessible to undertake the necessary work after the award of the tender, the contractor shall within a period of 5 working days replace the key personnel listed on the “Key Personnel” schedule, Part T2.2: Returnable Schedules with a person with equivalent competencies and subject to approval by the employer. A suitably qualified and experienced construction manager who will be the single-point of accountability and responsibility for the management of the construction works.
12
Clause number
Tender Data for TENDER NO. DCS07001EM
F.2.6 Acknowledge addenda Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply for an extension to the closing time. If the Addenda has financial impilcations, failure to acknowledge the addenda may eliminate your bid form evaluation . This is due to incomparability of offers with the rest of the bidders.
F.2.7
Clarification Meeting A compulsory clarification meeting with representatives of the employer will take place on site, Baviaanspoort Correctional Centre Kitchen, Physical address , R513 Road, Dewagensdrift at 11h00 on the 15th September 2017. Tenderers must sign the attendance register in the name of the tendering entity. Addenda if any, will be issued to tenders appearing on the attendance register.
F.2.8 Seek clarification Tenderers can request clarification of the tender documents, if necessary, by notifying the employer only in writing at least five working days before the closing date stated in F.2.15.
F2.9 Insurances Refere to contract data for insurance requirments.
F.2.11 Alterations to documents Do not make any alterations or additions to the tender documents, except to comply with instructions issued by the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations. Erasures and the use of masking fluid are prohibited.
F.2.12
Alternative Tender Offers No alternative tender offers will be considered.
F.2.13
Submitting a Tender Offer
F.2.13.4
F2.13.5
F.2.13.6
F.2.13.6
The tenderer will sign the original of the tender offer. The tenderer will seal the original tender offer (clearly marked “Original). Two-envelope system – not applicable The employer’s details and address for delivery of tender offers and identification details that are to be shown on each tender offer package are: Employer’s address: Gauteng Regional Office International Business Gateway Sanlam Building North Wing 3rd Floor Corner 6th Avenue & New Road Midrand ________
13
F.2.13.9
Identification details: Tender No. DCS07001EM Description:Emergency Intervention at Baviaanspoort Correctional Centre Kitchen, Gauteng Province, Accept that tender offers submitted by facsimile, e-mail or reproduced will be rejected by the employer. Tender documents must be submitted in an original format as issued by the employer.
F.2.15
F.2.15.1
Closing Time of Tender The closing time for submission of tender offers is 12h00, 28th September 2017. Location of tender box: Reception at IDT Gauteng Regional Office International Business Gateway Sanlam Building North Wing 3rd Floor Corner 6th Avenue & New Road Midrand Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.
F.2.16
F.2.16.1
Tender Offer Validity The bidder is required to hold the tender offer valid for a period of 40 calendar days.
F.2.19 Inspections, Tests and Analysis Access shall be provided for inspections, tests and analysis as may be required by the employer.
F.2.23 Certificates The tenderer is required to submit with his tender a Certificate of Contractor Registration issued by the Construction Industry Development Board, copy of tax clearance certificate and valid tax compliance status PIN issued by the South African Revenue Services. Where a tenderer tenders through joint venture formation, such tenderers should include a notarized joint venture agreement duly signed by each partner and an original consolidated B-BBEE certificate. Individuals should submit copy of tax clearance certificate and valid tax compliance status PIN issued by the South African Revenue Services.
F.3.1 Opening of Tender Submissions Tenders will be opened in public shortly after tender closing. A record will be circulated to all tenderers detailing the names of all the tendering entities, tendered amounts, preferences claimed and time for completion.
F3.2 Two-envelope system – not applicable
14
Clause number
Tender Data for TENDER NO: DCS07001EM
F3.3
Evaluation of Tender Offers The evaluation will be a three step process as follows: STEP 1: Compliance (Gate Keepers)
• Certificate of Attendance or signed attendance register at Compulsory Briefing
• Preference Points Claim Forms (SBD 6.1)
• Central Supplier Database Registration
• Copy of Tax Clearance Certificate & Tax Compliance Status PIN issued by South African Revenue Services
• Signed Original Certificate/Affidavit of Authority for Signatory
• Signed Declaration of Interest (SBD 4)
• Certificate of Independent Bid Determination (SBD 9)
• Declaration of Bidder’s Past Supply Chain Management Practices (SBD 8)
• Fully completed compulsory questionnaire
• Signed Notarized Joint Venture or consortium Agreement Between Parties (if it is a joint venture bid)
• CIDB Registration Certificate for required contractor grade
• Company Registration Documents
• Valid Certified Copy of a Letter of Good standing with Compensation For Occupational Injuries and Diseases Act (COIDA) Registration Certificate
• Record of Addenda to the tender document
• Amendments, Qualifications and Alternatives
• Signed Form of Offer and Acceptance
• Fully Completed Bill of Quantities (in INK) Priced & P’s & G’s completed in a split format (e.g. Time related, Value related & Fixed), tender document (original IDT document)
Only competent bidders who have fully complied with the Compliance (Gate keeper) documentation will be further evaluated on functionality (Step 2)
15
Clause number
Tender Data for TENDER NO: DCS07001EM
F.3.3 Step 2: Functionality The quality criteria and maximum score in respect of each of the criteria are as follows: Scoring Quality (Functionality) A maximum equal to 100 tender evaluation points will be awarded for quality. Only bidders who score
70% and above (i.e. 70 points and above out of a total of 100 points) will be further evaluated in terms of the 80/20 price/preference points system. The functionality will be scored using the following values: Relevant Experience on Similar Construction Projects (30 points):
Points are allocated for relevant experience on similar scale construction projects completed in the past 10 years. The similarity referes to project of similar kind (namely sewerage works, renovations to existing buildings, water & sanitation), complexity and value in terms of the CIDB categorization. In support tenderers are to complete the “Project Experience” returnable schedule and attach thereto copies of relevant completion certificates (practical completion or works completion or final completion or an original certified letter from the client confirming completion of such a project).
Evaluation points will be awarded in terms of the following table:
Number of Similar Construction Projects completed in the
last 10 years
Number of points
5 30
4 25
3 17
2 15
1 13
0 0
Client References (5 points):
Points are allocated for performance on previous projects executed in terms of the respective completed “Client Reference Scorecards” (see returnable schedules) for the projects listed on the above-mentioned “Relevant Project Experience” returnable schedule
Evaluation points will be awarded in terms of the following table:
Projects
Overall assessment by Client
Poor
Fair
Good
Very Good
Project A 0,2 0,6 0,8 1
Project B 0,2 0,6 0,8 1
Project C 0,2 0,6 0,8 1
Project D 0,2 0,6 0,8 1
Project E 0,2 0,6 0,8 1
Total number of points
1 3 4 5
16
Clause number
Tender Data for TENDER NO: DCS07001EM
F.3.3 Qualification and Competencies of key staff (20 points):
Points are allocated for professional qualifications of allocated key personnel for the project under consideration. For each key personnel allocated to the project, the bidders shall submit for following: Curriculum Vitae together with certified proof of qualifications (as per returnable schedule T2.1.21)
Evaluation points will be awarded in terms of the following table: Qualifications (Subtotal 10 Points)
Category Qualification
Degree Diploma Certificate
Contracts Director 2 1 0,5
Contracts Manager 2 1 0,5
Quantity Surveyor 2 1 0,5
Site Engineer 2 1 0,5
Foreman 2 1 0,5
Subtotal number of points
10 5
2,5
Competence of Key Personnel (Subtotal 10 Points)
Category Experience
Between 1-5 Years
Between 6 - 10 Years
Between 11 - 15 Years
16 Years and above
Contracts Director 0.5 1 1.5 2
Contracts Manager 0.5 1 1.5 2
Quantity Surveyor 0.5 1 1.5 2
Site Engineer 0.5 1 1.5 2
Foreman 0.5 1 1.5 2
Subtotal number of points
2.5 5 7.5 10
F.3.3 Programme Schedule / Approach & Methodology (20 points):
Points are allocated for the submission of a realistic, well structured (correctly sequenced), within the stipulated timeframe and in a acceptable project management computer programme. This must be accompanied by an approach and methodology paper detailing the implementation of the project (maximum 3 pages)
Evaluation points will be awarded in terms of the following table:
Category
Poor
Fair
Good
Programme Logic and Build Methodology 0 -5 6 - 10 11 – 17
Late
On-time
Early
Proposed completion 0 1 3
17
Clause number
Tender Data for TENDER NO: DCS07001EM
F.3.3 Schedule / Availability of Plant & Equipment (10 points):
Points are allocated for submission of proof of availability of basic construction Plant & Equipment relevant to this project.
Evaluation points will be awarded in terms of the following table:
Category
Insufficient
Fair
Satisfactory
Availability of plant 0 – 4 5 – 7 8 - 10
F.3.3 Safety Health and Evironmental Quality (SHEQ) Specification Plans (15 points):
12 Points are allocated for submission of comprehensive project specific: - Health and Safety Plan, - Evironment Plan
- Quality Management Plan
3 Points will be allocated for tenderers who have access to at least one H&S personnel with Professional registration from SACPCMP as a Safety Officer or Proof of Application to Register as Safety Officer with SACPCMP
Evaluation points will be awarded in terms of the following table:
Category
Poor
Fair
Good
Health and Safety Plan, 0 2,5 5
Enviroment Plan 0 1,5 3
Quality Management Plan 0 2 4
Subtotal 0 6.0 12
Category
No
Yes
Professional registration of at least one H&S personnel or Proof of Application to Register
0 3
Subtotal 0 3
18
Clause number
Tender Data for TENDER NO. DCS07001EM
F.3.4 Step 3: Price / BBBEE The procedure for the evaluation of a responsive tender will be in terms of the Preferential Procurement Regulations 2011 on a 80/20 preference point system., with the formula for the calculation of total number of tender evaluation points as detailed below (F.3.11.3). The procedure for the evaluation of responsive tenders is as follows
or
Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid The financial offer will be scored using (option 1) in Table F.1 where the value of W1 is: 1) 90 where the financial value inclusive of VAT of all responsive tenders received have a value in excess of R 50 000 000 or 2) 80 where the financial value inclusive of VAT of one or more responsive tender offers have a value that equals or is less than R 50 000 000 Up to 100 minus W1 tender evaluation points will be awarded to tenderers who complete the preferencing schedule and who are found to be eligible for the preference claimed Score the preference claimed of the remaining responsive tender offers in terms of Regulation 5(2) and 6(2) of the Preferential Procurement Regulations, in accordance with the table below:
B-BBEE Satus Level
of Contribution
Number of points
(90/10 system)
Number of points
(80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor 0 0
min
min180
P
PPtPs
min
min190
P
PPtPs
19
F.3.5 QUALITY CRITERIA :SCORECARD LEGEND (Summary)
VARIABLES
TOTAL POINTS
CRITERIA
DESCRIPTION OF CRITERIA
POINTS
FUNCTIONALITY POINTS 100
Relevant Experience In similar Scale Construction Projects completed in the past 5 years
30 As per Tender Data F 3.3
Points allocated for track record based on the similar scale of previous projects executed by tenderer in
consideration
As per Tender Data F 3.3
Client References relevant to the abovementioned projects
5 As per Tender Data F 3.3
Points allocated for previous client references and
submission in relation to nature of work
As per Tender Data F 3.3
Qualifications & Competences of Key Staff
20 As per Tender Data F 3.3
Points awarded for required competencies & qualifications of allocated personnel for the
project in consideration
As per Tender Data F 3.3
Safety, Health & Environmental Quality (SHEQ) specific plan
15 As per Tender Data F 3.3 Points awarded for required
plans & Professional registration of Safety officer
As per Tender Data F 3.3
Programme Schedule / Approach & Methodology
20 As per Tender Data F 3.3
Points allocated for turn-around project delivery period and detailed project schedule
submission by tenderer in consideration
As per Tender Data F 3.3
Schedule / Availability of Plant & Equipment
10 As per Tender Data F 3.3
Points allocated for the availability of key required plant & equipment for the project in consideration
As per Tender Data F 3.3
Tenderers are required to score minimum points of 70% for Quality as stated in the Tender Data. Tenderers who fail to meet the required minimum number of points for quality as stated in the Tender Data will not be considered for further evaluation.
EMPOWERMENT POINTS (NP) 20
B-BBEE Points 20
B-BBEE Contributor Level 1 Points allocated to entities
who are contributing towards the empowerment of black
people (a SANAS accredited BEE Certificate MUST be
submitted with the bid documents before any points
can be allocated)
20
B-BBEE Contributor Level 2 18
B-BBEE Contributor Level 3 14
B-BBEE Contributor Level 4 12
B-BBEE Contributor Level 5 8
B-BBEE Contributor Level 6 6
B-BBEE Contributor Level 7 4
B-BBEE Contributor Level 8 2
FINANCIAL OFFER / PRICE POINTS (NFO)
80
Finacial Offer / Price 80
Formula 2, Option 1, A = (1 – {p – pm/pm}) Formula used to calculate
Financial Offer / Price
pm = Comparative price of the mean/average qualifying tender
p = Comparative offer of the tender under considerastion
TOTAL EVALUATION POINTS (TEV)
100
Formula, TEV = NFO + NP A maximum of 80 points to be
awarded for price and 20 points for
preference
NFO = number of tender evaluation points awarded for the financial offer
NP = number of tender evaluation points awarded for preference
Notes: 1.Tenderers are required to score minimum points of 70% for Quality / functionality stated in tender data 2. Tenderers who fail to meet the required minimum number of points for quality stated in the tender data will be rejected 3. Tenderers who fail to disclose information as per the returnable schedules will be disqualified
20
4. Tenderers to submit the following means of verification: a) Project list of current and previous projects b) Performance and quality reports from clients and consultants c) Certified certificates of qualification of key staff and CV’s including references d) Traceable References for projects completed (submit signed stamped & scored forms) e) Schedule of plant and equipment
21
Clause number Tender Data for TENDER NO. DCS07001EM
F.3.6
F.3.6.1
Acceptance of Tender Offers Tender offers will only be accepted if: a) the tenderer has registered with the Central Suppliers Database and included with
the bid a copy of the Master Registration Number (Supplier Number)
b) the tenderer has submitted a copy of the tax clearance certificate and the tax compliance status PIN issued by the South African Revenue Services;
c) the tenderer is registered with the Construction Industry Development Board in an appropriate contractor grading designation;
d) 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;
e) the tenderer has not:
(a) abused the Employer’s Supply Chain Management System; or ii) failed to perform on any previous contract and has been given a written notice
to this effect;
f) the tenderer has completed the Declaration of Interest and there are no conflicts of interest which may impact on the tenderer’s ability to perform the contract in the best interests of the employer or potentially compromise the tender process and persons in the employ of the state are not permitted to submit tenders or participate in the contract;
g) has completed the Compulsory Supplier Questionnaire – Contractors and there are no conflicts of interest which may impact on the tenderer’s ability to perform the contract in the best interests of the employer or potentially compromise the tender process.
h) the tenderer has submitted the CIPRO documentation and certified copies of ID’s for
all members;
i) the tenderer completed, signed and witnessed form of offer;
j) the tendered is in good standing with Companstion for Occupational Injuries and
Diesease Act (COID);
k) the tenderer has submitted a fully prices Bill of Quantities completed in ink; l) the tenderer attended a compusorly briefing session and completed attendance
register or certificate of attendance is signed by the representative of the Employer.
m) FICA documents are certified and not older than three months.
22
F.3.6.2
Notice to Unsuccessful Tenderers Should tenderers not hear from the IDT within ninety (90) calendar days of closure, they should consider their submission unsuccessful unless there is granted extenson of tender validity period. Award will be posted on I-tender withing CIDB website within 21 days of award otherwise. No written notification directed to each tenderer will be issued by the Employer to unsuccessful tenderers.
F.3.7 Seek clarification
Request clarification of the tender documents if necessary by notifying the employer in writing at least five working days before the closing Date stated in the tender data
F.3.8
Provide Copies of the Contract The number of paper copies of the signed contract to be provided by the employer is one.
F3.9 The additional conditions of tender are: The employer is not obliged to accept the lowest bidder.
23
ANNEXURE F : STANDARD CONDITIONS OF TENDER (As contained in ADDENDUM F of the CIDB Standard for Uniformity in Construction Procurement)
24
Standard Conditions of Tender
F.1 General
F.1.1 Actions F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender. In their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3, timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations and not engage in anticompetitive practices. F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to whoever is responsible for overseeing the procurement process at the start of any deliberations relating to the procurement process or as soon as they become aware of such conflict, and abstain from any decisions where such conflict exists or recuse themselves from the procurement process, as appropriate. Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive
for improper acts in some circumstances. A conflict of interest can create an appearance of impropriety that can undermine confidence in the ability of that person to act properly in his or her position even if no improper acts result.
2) Conflicts of interest in respect of those engaged in the procurement process include
direct, indirect or family interests in the tender or outcome of the procurement process and any personal bias, inclination, obligation,allegiance or loyalty which would in any way affect any decisions taken.
F.1.1.3 The employer shall not seek and a tenderer shall not submit a tender without having a firm intention and the capacity to proceed with the contract. F.1.2 Tender Documents The documents issued by the employer for the purpose of a tender offer are listed in the tender data. F.1.3 Interpretation F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the returnable documents are deemed to be part of these conditions of tender. F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender evaluation purposes, shall not form part of any contract arising from the invitation to tender. F.1.3.3 For the purposes of these conditions for the calling for expressions of interest, the following definitions apply:
(b) Conflict of interest means any situation in which: i) someone in a position of trust has competing professional or personal interests which
make it difficult to 24ecogn his or her duties impartially; ii) an individual or organisation is in a position to exploit a professional or official capacity in
some way for their personal or corporate benefit; or iii) incompatibility or contradictory interests exist between an employee and the organisation
which employs that employee. b) Comparative offer means the tenderer’s financial offer after all tendered parameters that will
affect the value of the financial offer have been taken into consideration in order to enable comparisons to be made between offers on a comparative basis
c) Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of the employer or his staff or agents in the tender process; and
25
d) Fraudulent practice means the misrepresentation of the facts in order to influence the tender process or the award of a contract arising from a tender offer to the detriment of the employer, including collusive practices intended to establish prices at artificial levels
e) organization means a company, firm, enterprise, association or other legal entity, whether incorporated or not, or a public body
f) Quality (functionality) means the totality of features and characteristics of a product or service that bear on its ability to satisfy stated or implied needs
F.1.4 Communication and employer’s agent Each communication between the employer and a tenderer shall be to or from the employer ’s agent only, and in a form that can be read, copied and recorded. Writing shall be in the English language. The employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name and contact details of the employer’s agent are stated in the tender data. F.1.5 The employer’s right to accept or reject any tender offer F.1.5.1 The employer may accept or reject any variation, deviation, tender offer, or alternative tender offer, and may cancel the tender process and reject all tender offers at any time before the formation of a contract. The employer shall not accept or incur any liability to a tenderer for such cancellation and rejection, but will give written reasons for such action upon written request to do so. F.1.5.2 The employer may not subsequent to the cancellation or abandonment of a tender process or the rejection of all responsive tender offers re-issue a tender covering substantially the same scope of work within a period of six months unless only one tender was received and such tender was returned unopened to the tenderer. F.1.6 Procurement procedures F.1.6.1 General Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highest ranked or the tenderer scoring the highest number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing time for tenders. F.1.6.2 Competitive negotiation procedure F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers shall submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding the requirements of F.3.4, the employer shall announce only the names of the tenderers who make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect the competitive position of tenderers shall not apply. F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory effect. F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be advised when they are to submit their best and final offer. F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers have been requested to submit their best and final offer.
26
F.1.6.3 Proposal procedure using the two stage-system F.1.6.3.1 Option 1 Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the highest number of evaluation points and award the contract in terms of these conditions of tender. F.1.6.3.2 Option 2 F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer shall invite all responsive tenderers to submit tender offers in the second stage, following the issuing of procurement documents. F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of evaluation stated in the tender data, and award the contract in terms of these conditions of tender.
F.2 Tenderer’s obligations
F.2.1 Eligibility F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer, or any of his principals, is not under any restriction to do business with employer. F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval to do so prior to the closing time for tenders. F.2.2 Cost of tendering Accept that the employer will not compensate the tenderer for any costs incurred in the preparation and submission of a tender offer, including the costs of any testing necessary to demonstrate that aspects of the offer satisfy requirements. F.2.3 Check documents Check the tender documents on receipt for completeness and notify the employer of any discrepancy or omission. F.2.4 Confidentiality and copyright of documents Treat as confidential all matters arising in connection with the tender. Use and copy the documents issued by the employer only for the purpose of preparing and submitting a tender offer in response to the invitation. F.2.5 Reference documents Obtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications, conditions of contract and other publications, which are not attached but which are incorporated into the tender documents by reference.
27
F.2.6 Acknowledge addenda Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply for an extension to the closing time stated in the tender data, in order to take the addenda into account. F.2.7 Clarification meeting Attend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data. F.2.8 Seek clarification Request clarification of the tender documents, if necessary, by notifying the employer in writing at least five working days before the closing time stated in the tender data. F.2.9 Insurance Be aware that the extent of insurance to be provided by the employer (if any) may not be for the full cover required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek qualified advice regarding insurance. F.2.10 Pricing the tender offer F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being those applicable 14 days before the closing time stated in the tender data. F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices. F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment except as provided for in the conditions of contract identified in the contract data. F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of contract identified in the contract data may provide for part payment in other currencies. F.2.11 Alterations to documents Not make any alterations or additions to the tender documents, except to comply with instructions issued by the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations. Erasures and the use of masking fluid are prohibited. F.2.12 Alternative tender offers F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer, strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule that compares the requirements of the tender documents with the alternative requirements that are proposed. F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or criteria otherwise acceptable to the employer. F.2.13 Submitting a tender offer F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to provide the whole of the works, services or supply identified in the contract data and described in the scope of works, unless stated otherwise in the tender data.
28
F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either electronically (if they were issued in electronic format) or by writing in black ink. F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies stated in the tender data, with an English translation of any documentation in a language other than English, and the parts communicated electronically in the same format as they were issued by the employer. F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold liable for the purpose of the tender offer. F.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages as “ORIGINAL” and “COPY”. Each package shall state on the outside the employer’s address and identification details stated in the tender data, as well as the tenderer’s name and contact address. F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable documents listed in the tender data in an envelope marked “financial proposal” and place the remaining returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the employer’s address and identification details stated in the tender data, as well as the tenderer’s name and contact address. F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the outside only the employer’s address and identification details as stated in the tender data. F.2.13.8 Accept that the employer shall not assume any responsibility for the misplacement or premature opening of the tender offer if the outer package is not sealed and marked as stated. F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless stated otherwise in the tender data. F.2.14 Information and data to be completed in all respects Accept that tender offers, which do not provide all the data or information requested completely and in the form required, may be regarded by the employer as non-responsive. F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of delivery. F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the requirements of these conditions of tender apply equally to the extended deadline. F.2.16 Tender offer validity F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period stated in the tender data after the closing time stated in the tender data. F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an agreed additional period with or without any conditions attached to such extension. F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or substituted by giving the employer’s agent written notice before the closing time for tenders that a tender is to be withdrawn or substituted. F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”.
29
F.2.17 Clarification of tender offer after submission Provide clarification of a tender offer in response to a request to do so from the employer during the evaluation of tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or substance of the tender offer is sought, offered, or permitted. Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a
preferred tenderer following a competitive selection process, should the Employer elect to do so.
F.2.18 Provide other material F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the tenderer’s commercial position (including notarized joint venture agreements), preferencing arrangements, or samples of materials, considered necessary by the employer for the purpose of a full and fair risk assessment. Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the time for submission stated in the employer’s request, the employer may regard the tender offer as non-responsive. F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required. F.2.19 Inspections, tests and analysis Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender data. F.2.20 Submit securities, bonds, policies, etc. If requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds, guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the contract data. F.2.21 Check final draft Check the final draft of the contract provided by the employer within the time available for the employer to issue the contract. F.2.22 Return of other tender documents If so instructed by the employer, return all retained tender documents within 28 days after the expiry of the validity period stated in the tender data. F.2.23 Certificates Include in the tender submission or provide the employer with any certificates as stated in the tender data.
F.3 The employer’s undertakings
F.3.1 Respond to requests from the tenderer F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five working days before the tender closing time stated in the Tender Data and notify all tenderers who drew procurement documents. F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to submit a tender offer in terms of a previous procurement process and deny any such request if as a consequence:
30
a) an individual firm, or a joint venture as a whole, or any individual member of the joint venture
fails to meet any of the collective or individual qualifying requirements; b) the new partners to a joint venture were not prequalified in the first instance, either as
individual firms or as another joint venture; or c) in the opinion of the Employer, acceptance of the material change would compromise the
outcome of the prequalification process. F.3.2 Issue Addenda If necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the period from the date that tender documents are available until three days before the tender closing time stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data, the Employer may grant such extension and, shall then notify all tenderers who drew documents. F.3.3 Return late tender offers Return tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary to open a tender submission to obtain a forwarding address), to the tenderer concerned. F.3.4 Opening of tender submissions F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for which acceptable reasons for withdrawal have been submitted will not be opened. F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of his prices, preferences claimed and time for completion for the main tender offer only. F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request. F.3.5 Two-envelope system F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data and announce the name of each tenderer whose technical proposal is opened. F.3.5.2 Evaluate the quality of the technical proposals offered by tenderers, then advise tenderers who remain in contention for the award of the contract of the time and place when the financial proposals will be opened. Open only the financial proposals of tenderers, who score in the quality evaluation more than the minimum number of points for quality stated in the tender data, and announce the score obtained for the technical proposals and the total price and any preferences claimed. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for quality. F.3.6 Non-disclosure Not disclose to tenderers, or to any other person not officially concerned with such processes, information relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for the award of a contract, until after the award of the contract to the successful tenderer.
31
F.3.7 Grounds for rejection and disqualification Determine whether there has been any effort by a tenderer to influence the processing of tender offers and instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent practices. F.3.8 Test for responsiveness F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received:
a) complies with the requirements of these Conditions of Tender, b) has been properly and fully completed and signed, and c) is responsive to the other requirements of the tender documents.
F.3.8.2 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 Employer’s opinion, would:
a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work,
b) significantly change the Employer’s or the tenderer’s risks and responsibilities under the contract, or
c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be rectified.
Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation. F.3.9 Arithmetical errors, omissions and discrepancies F.3.9.1 Check responsive tenders for discrepancies between amounts in words and amounts in figures. Where there is a discrepancy between the amounts in figures and the amount in words, the amount in words shall govern. F.3.9.2 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after the evaluation of tender offers in accordance with F.3.11 for:
a) the gross misplacement of the decimal point in any unit rate; b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in:
i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of prices; or ii) the summation of the prices.
F.3.9.3 Notify the tenderer of all errors or omissions that are identified in the tender offer and confirm the tender offer as tendered. F.3.9.4 Where the tenderer elects to confirm the tender offer as tendered, correct the errors as follows:
a) If bills of quantities or pricing schedules apply and there is an error in the line item total resulting from the product of the unit rate and the quantity, the line item total shall govern and the rate shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall govern, and the unit rate shall be corrected.
b) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer’s addition of prices, the total of the prices shall govern and the tenderer will be asked to revise selected item prices (and their rates if bills of quantities apply) to achieve the tendered total of the prices.
32
F.3.10 Clarification of a tender offer Obtain clarification from a tenderer in writing on any matter that could give rise to ambiguity in a contract arising from the tender offer. F.3.11 Evaluation of tender offers F3.11.1 General Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and weightings that are specified in the tender data:
F.3.11.2 Method 1: Financial offer
In the case of a financial offer:
a) Rank tender offers from the most favourable to the least favourable comparative offer.
b) Recommend the highest ranked tenderer for the award of the contract, unless there are compelling and justifiable reasons not to do so.
c) Re-rank all tenderers should there be compelling and justifiable reasons not to recommend the highest ranked tenderer and recommend the highest ranked tenderer, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated.
F.3.11.3 Method 2: Financial offer and preferences
In the case of a financial offer and preferences:
a) Score each tender in respect of the financial offer made and preferences claimed, if any, in accordance with the provisions of F.3.11.7 and F.3.11.8.
b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula: TEV = NFO + NP where: NFO is the number of tender evaluation points awarded for the
financial offer made in accordance with F.3.11.7; NP is the number of tender evaluation points awarded for preferences claimed in accordance with F.3.11.8.
c) Rank tender offers from the highest number of tender evaluation points to the lowest.
d) Recommend the tenderer with the highest number of tender evaluation points for the award of the contract, unless there are compelling and justifiable reasons not to do so.
e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated
33
F.3.11.4 Method 3: Financial offer and quality
In the case of a financial offer and quality:
a) Score each tender in respect of the financial offer made and the quality offered in accordance with the provisions of F.3.11.7 and F.3.11.9, rejecting all tender offers that fail to score the minimum number of points for quality stated in the tender data, if any.
b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula: TEV = NFO + NQ where: NFO is the number of tender evaluation points awarded for the
financial offer made in accordance with F.3.11.7; NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9.
c) Rank tender offers from the highest number of tender evaluation points to the lowest.
d) Recommend the tenderer with the highest number of tender evaluation points for the award of the contract, unless there are compelling and justifiable reasons not to do so.
e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated
F.3.11.5 Method 4: Financial offer, quality and preferences
In the case of a financial offer, quality and preferences:
a) Score each tender in respect of the financial offer made, preference claimed, if any, and the quality offered in accordance with the provisions of F.3.11.7 to F.3.11.9, rejecting all tender offers that fail to score the minimum number of points for quality stated in the tender data, if any.
b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula, unless otherwise stated in the Tender Data: TEV = NFO + NP + NQ where: NFO is the number of tender evaluation points awarded for the
financial offer made in accordance with F.3.11.7; NP is the number of tender evaluation points awarded for preferences claimed in accordance with F.3.11.8. NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9..
c) Rank tender offers from the highest number of tender evaluation points to the lowest.
d) Recommend the tenderer with the highest number of tender evaluation points for the award of the contract, unless there are compelling and justifiable reasons not to do so.
e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated.
34
F.3.11.6 Decimal places Score financial offers, preferences and quality, as relevant, to two decimal places. F.3.11.7 Scoring Financial Offers Score the financial offers of remaining responsive tender offers using the following formula: NFO = W1 x A where: NFO = the number of tender evaluation points awarded for the financial offer. W1 = the maximum possible number of tender evaluation points awarded for the financial offer as
stated in the Tender Data. A = a number calculated using either formulas 1 or 2 below as stated in the Tender Data. Table F.1: Formulae for calculating the value of A
Formula Basis for comparison Option 1a Option 2a
1 Highest price or discount )m
)m((1
P
PP P/Pm
2 Lowest price or percentage commission/fee
)m
)m((1
P
PP Pm/P
a Pm is the comparative offer of the most favourable comparative offer. P is the comparative offer of the tender offer under consideration.
F.3.11.8 Scoring preferences Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender data and reject all claims for preferences where tenderers are not eligible for such preferences. Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender data. F.3.11.9 Scoring quality Score each of the criteria and subcriteria for quality in accordance with the provisions of the Tender Data. Calculate the total number of tender evaluation points for quality using the following formula: NQ = W2 x SO / MS where: SO is the score for quality allocated to the submission under consideration;
MS is the maximum possible score for quality in respect of a submission; and W2 is the maximum possible number of tender evaluation points awarded for the quality as stated in the tender data
F.3.12 Insurance provided by the employer If requested by the proposed successful tenderer, submit for the tenderer’s information the policies and / or certificates of insurance which the conditions of contract identified in the contract data, require the employer to provide. F.3.13 Acceptance of tender offer Accept the tender offer, if in the opinion of the employer, it does not present any unacceptable commercial risk and only if the tenderer:
35
a) is not under restrictions, or has principals who are under restrictions, preventing participating in the employer’s procurement,
b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possesses the professional and technical qualifications, professional and technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience and reputation, expertise and the personnel, to perform the contract,
c) has the legal capacity to enter into the contract, d) is not insolvent, in receivership, bankrupt or being wound up, has his affairs
administered by a court or a judicial officer, has suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing,
e) complies with the legal requirements, if any, stated in the tender data, and f) is able, in the opinion of the employer, to perform the contract free of conflicts of
interest. F.3.14 Prepare contract documents F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the employer as part of the tender documents to take account of:
a) addenda issued during the tender period, b) inclusion of some of the returnable documents, and c) other revisions agreed between the employer and the successful tenderer.
F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any. F.3.15 Complete adjudicator’s contract Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is signed. F.3.16 Notice to unsuccessful tenderers F.3.16.1 Notify the successful tenderer of the employer’s acceptance of his tender offer by completing and returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the tender data, or agreed additional period. F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, publish in the IDT website the appointment of this tender. F.3.17 Provide copies of the contracts Provide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the contract as soon as possible after completion and signing of the form of offer and acceptance. F.3.18 Provide written reasons for actions taken Provide upon request written reasons to tenderers for any action that is taken in applying these conditions of tender, but withhold information which is not in the public interest to be divulged, which is considered to prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers.
36
Part 2: Returnable Documents
38
T2.1 LIST OF RETURNABLE DOCUMENTS
List of returnable documents are for ensuring that everything the employer requires a tenderer to submit with his tender is included in, or returned with his tender submission for the purpose of evaluating tenders and other schedules which upon acceptance become part of the subsequent contract. Tick below if returnable document is attached or completed properly.
#
LIST OF RETURNABLE DOCUMENTS
TICK IF ATTACHED
Compliance (Gate keepers)
T2.1.1 Preference Points Claim Forms (SBD 6.1)
T2.1.2 Central Supplier Database Registration
T2.1.3 Copy of Tax Clearance Certificate & Tax Compliance Status PIN issued by South African Revenue Services
T2.1.4 Certificate of Attendance or signed attendance register at Compulsory Briefing
T2.1.5 Signed Original Certificate of Authority for Signatory
T2.1.6 Signed Declaration of Interest (SBD 4)
T2.1.7 Certificate of Independent Bid Determination (SBD 9)
T2.1.8 Declaration of Bidder’s Past Supply Chain Management Practices (SBD 8)
T2.1.9 Signed Notarized Joint Venture or consortium Agreement Between Parties (if it is a joint venture)
T2.1.10 CIDB Registration Certificate for requested grade
T2.1.11 Contractor's Certified Copy of Registration of Incorporation or Company Registration Documents
T2.1.12 Valid Certified Copy of a Letter of Goodstanding with Compansation For Occupational And Injuries Dieses Act (COIDA) Registration Certificate
T2.1.13 Record of Addenda to the tender document
T2.1.14 Ammendments, Qualifications and Alternatives
C1.1 Signed Form of Offer and Acceptance
C2.2 Fully Completed (in INK) Priced, tender document (original IDT document)
Annex E
Fully Completed IDT Compulsory Questionnaire with all attachments
Non-Mandatory but for Scoring/Evaluation Purposes
T2.1.15 Original or original certified B-BBEE Certificate certificate from a SANAS or Sworn-Affidavit
T2.1.16 Experience on projects of similar nature and magnitude
T2.1.17 Letters of Appointment, Completion Certificates for projects in T2.1.16
T2.1.18 Stamped Client Reference Forms with scoring (for T2.1.16 projects)
T2.1.19 Key Personnel
T2.1.20 Organogram of key personnel,
T2.1.21 CVs of Key Personnel
T2.1.22 Programme Schedule
T2.1.23 Schedule of Plant And Equipment
T2.1.24 Contractor’s Health and Safety Declaration
T2.1.25 Safety Health Environmental And Quality Management System (SHEQ) Plan
39
T2.2 RETURNABLE SCHEDULES (ALL COMPULSORY)
40
2.2 RETURNABLE SCHEDULES THAT WILL BE INCORPORATED
INTO THE CONTRACT (to be attached with submission)
List of returnable schedules are for ensuring that everything the employer requires a tenderer to submit with his tender is included in, or returned with his tender submission for the purpose of this tenders and other schedules which upon acceptance become part of the subsequent contract. Tick below if returnable document is attached or completed properly.
DESCRIPTION TICK IF ATTACHED
All Mandatory Documents in T2.1
Declaration Concerning Fulfillment of the Construction Regulations, 2003
Contract data
Conditions of contract
Special Conditions of Contract
Forms of securities
Fully completed and priced tender document
Complete Set of Drawings
41
SBD 6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017 This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL
CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.
1. GENERAL CONDITIONS
1.1 The following preference point systems are applicable to all bids:
- the 80/20 system for requirements with a Rand value equal to and above R30 000 up to R50 000 000 (all applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).
1.2 The value of this bid is estimated to exceed R30 000 and below R50 000 000 (all applicable taxes included) and therefore the 80/20 preference point system shall be applicable;
1.3 Points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contributor.
1.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE 80
B-BBEE STATUS LEVEL OF CONTRIBUTOR 20
Total points for Price and B-BBEE must not exceed 100
1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.
2. DEFINITIONS
(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;
(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;
(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;
(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);
(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;
42
(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.
(g) “prices” includes all applicable taxes less all unconditional discounts;
(h) “proof of B-BBEE status level of contributor” means:
1. B-BBEE Status level certificate issued by an authorized body or person;
2. A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;
3. Any other requirement prescribed in terms of the B-BBEE Act;
(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black
economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic
Empowerment Act;
(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;
3. POINTS AWARDED FOR PRICE
3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10
min
min180
P
PPtPs or
min
min190
P
PPtPs
Where
Ps = Points scored for price of bid under consideration
Pt = Price of bid under consideration
Pmin = Price of lowest acceptable bid
4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR
4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:
B-BBEE Status Level of Contributor
Number of points
(90/10 system)
Number of points
(80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor 0 0
43
5. BID DECLARATION
5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:
6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1
6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.
7. SUB-CONTRACTING
7.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)
YES NO
7.1.1 If yes, indicate:
i) What percentage of the contract will be
ii) Subcontracted............…………….…………%
iii) The name of the sub-contractor……………………………………………..
iv) The B-BBEE status level of the sub-contractor........................................
v) Whether the sub-contractor is an EME or QSE
(Tick applicable box)
YES NO
vi) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:
Designated Group: An EME or QSE which is at last 51% owned by: EME
√
QSE
√
Black people
Black people who are youth
Black people who are women
Black people with disabilities
Black people living in rural or underdeveloped areas or townships
Cooperative owned by black people
Black people who are military veterans
OR
Any EME
Any QSE
44
8. DECLARATION WITH REGARD TO COMPANY/FIRM
8.1 Name of company/firm:…………………………………………………………….
8.2 VAT registration number:……………………………………….………………….
8.3 Company registration number:…………….……………………….……………..
8.4 TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium
One person business/sole propriety
Close corporation
Company
(Pty) Limited [TICK APPLICABLE BOX]
8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
…………………………………………………………………………………………………………
…………………………………………………………………………………………………………
…………………………………………………………………………………………………………
…………………………………………
8.6 COMPANY CLASSIFICATION
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]
8.7 Total number of years the company/firm has been in business:…………………
8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm,
certify that the points claimed, based on the B-BBE status level of contributor indicated in
paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the company/ firm for the
preference(s) shown and I / we acknowledge that:
i) The information furnished is true and correct;
ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;
iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;
iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –
(a) disqualify the person from the bidding process;
(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;
(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;
(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any
45
organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and
(e) forward the matter for criminal prosecution.
46
T2.1.2 PROOF OF CENTRAL SUPPLIER DATABASE REGISTRATION Attached hereto is my / our Master Registration Number (Supplier Number) with the Central Suppliers Database. My / our failure to submit the Master Registration Number (Supplier Number) with the Central Suppier Database with my / our tender document will lead to the conclusion that my / our company is not registered with CSD and invalidate the tender
47
T2.1.3 COPY OF TAX CLEARANCE CERTIFICATE AND TAX COMPLIANCE STATUS PIN IMPORTANT NOTES:
1. National Treasury SCM Instruction No. 7 of 2017 / 2018 provides guidance to Accounting Officers of departments and constitutional institutions and Accounting Authorities of public entities listed in Schedules 2 and 3 to the Public Finance Management Act (PFMA) Act No.1 of 1999, regarding the implementation of the South African Revenue Service (SARS) revised system for the management of tax compliance including the introduction of the Standard Bidding Document 1 to give effect to the tax compliance status system.
IMPLEMENTATION OF THE TAX COMPLIANCE STATUS SYSTEM To comply with the above instruction government entities have to;
- Utilise Standard Bidding Document 1 issued with the Treasury Instruction
- As a bid condition, Accounting Officers and Authorities must request bidders to register on government’s Central Supplier Database and include in their bid a copy of their Master Registration Number (Supplier Number) in order to enable the institution to verify the supplier’s tax status on Central Supplier Database
- An Accounting Officer and Authority may also request a supplier to provide tax compliance
status PIN to verify bidder’s tax compliance status
48
T2.1.3 TAX CLEARANCE CERITFICATE
[Copy of Tax Clearance Certificate and Tax Compliance status PIN obtained from SARS to be inserted here]
49
T2.1.4 CERTIFICATE OF ATTENDANCE AT COMPULSORY BRIEFING
This is to certify that (tenderer) ...............................................................................................................
of (address) ............................................................................................................................................
........................................................................................................... was represented by the person(s)
named below at the compulsory meeting held for all tenderers at (location) ..........................................
................................................ on (date).................................... starting at (time) ...............................
I / We acknowledge that the purpose of the meeting was to acquaint myself / ourselves with the site of the works and / or matters incidental to doing the work specified in the tender documents in order for me / us to take account of everything necessary when compiling our rates and prices included in the tender.
Particulars of person(s) attending the meeting: Name: .... ....................................................... Signature: .................................................................. Capacity: ....................................................... Identity number: ………………………………………... Name: .... ....................................................... Signature: .................................................................. Capacity: ....................................................... Identity number: …………………………………………
Attendance of the above person(s) at the meeting is confirmed by the Employer's representative, namely: Name: .... ....................................................... Signature: .................................................................. Capacity: ....................................................... Date and Time: ..........................................................
50
T2.1.5 CERTIFICATE OF AUTHORITY FOR SIGNATORY
Indicate the status of the tenderer by ticking the appropriate box hereunder. The tenderer must complete
the certificate set out below for the relevant category, and attach their Registration Certificates for
Companies, Close Corporations and Partnerships, or Agreements and Powers of Attorney for Joint
Ventures or ID documents to the page provided at the end of this form.
(I)
COMPANY
(II)
CLOSE
CORPORATION
(III)
PARTNERSHIP
(IV)
JOINT VENTURE
(V)
SOLE
PROPRIETOR
(I) CERTIFICATE FOR COMPANY I, ………………………………………………………, Id number ………………………………. chairperson
of the Board of Directors of ……………………………………………… hereby confirm that by resolution
of the Board (copy attached) taken on ................................... 20......, Mr/Ms ……………………..acting
in the capacity of …………………………………….., was authorised to sign all documents in connection
with the tender for Contract No ……………… and any contract resulting from it, on behalf of the
company.
Chairman: ......................................................................................
As Witnesses: 1. ....................................................................................
2. ..................................................................................... Date: …………………..
(II) CERTIFICATE FOR CLOSE CORPORATION
We, the undersigned, being the key members in the business trading as ……………………………. hereby authorise Mr/Ms ...................... …………., acting in the capacity of ………………………….. , to sign all documents in connection with the tender for Contract No ......... and any contract resulting from it, on our behalf.
NAME ADDRESS SIGNATURE DATE
ID No………………..
ID No………………...
ID No………………..
ID No………………..
Note : This certificate is to be completed and signed by all of the key members upon whom rests
the direction of the affairs of the Close Corporation as a whole.
51
(III). CERTIFICATE FOR PARTNERSHIP
We, the undersigned, being the key partners in the business trading as, .................................................
............................................................. hereby authorize Mr/Ms .............................................................
acting in the capacity of ......................................................................................... , to sign all
documents in connection with the tender for Contract No .................................... and any contract resulting from it, on our behalf.
NAME ADDRESS SIGNATURE DATE
Note : This certificate is to be completed and signed by all of the key partners upon whom rests
the direction of the affairs of the Partnership as a whole.
(IV) CERTIFICATE FOR JOINT VENTURE We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorize Mr/Ms
…………………………………………… , authorized signatory of the company, .........................................
acting in the capacity of lead partner, to sign all documents in connection with the tender offer for
Contract No ....................................... and any contract resulting from it, on our behalf.
This authorization is evidenced by the attached power of attorney signed by legally authorized signatories of all the partners to the Joint Venture.
NAME OF FIRM ADDRESS AUTHORISING
SIGNATURE, NAME AND CAPACITY
Lead partner
52
Note : This certificate is to be completed and signed by all of the key partners upon whom rests
the direction of the affairs of the Partnership as a whole.
(V) CERTIFICATE FOR SOLE PROPRIETOR I, …………………………………………….., hereby confirm that I am the sole owner of the business trading as ………………………………………………………. Signature of Sole owner: ……………………………… As Witnesses: 1. ……………………………… 2. ……………………………… Date: ………………………………
53
T2.1.6 DECLARATION OF INTEREST (SBD 4) 1. Any legal person, including persons employed by the state*, or persons having a kinship
with persons employed by the state, including a blood relationship, may make an offer or offers in
terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or
proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof,
be awarded to persons employed by the state, or to persons connected with or related to them, it
is required that the bidder or his/her authorised representative declare his/her position in relation
to the evaluating/adjudicating authority and/or take an oath declaring his/her interest, where-
- the bidder is employed by the state; and/or
- the legal person on whose behalf the bidding document is signed, has a relationship with
persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or
where it is known that such a relationship exists between the person or persons for or on
whose behalf the declarant acts and persons who are involved with the evaluation and or
adjudication of the bid. 2. In order to give effect to the above, the following questionnaire must be completed and
submitted with the bid.
2.1 Full Name of bidder or his or her representative: 2.2 Identity Number: 2.3 Position occupied in the Company (director, shareholder etc.): 2.4 Company Registration Number:
2.5 Tax Reference Number: 2.6 VAT Registration Number:
54
* “State” means –
(a) any national or provincial department, national or provincial public entity or
constitutional institution within the meaning of the Public Finance Management Act,
1999 (Act No. 1 of 1999);
(b) any municipality or
municipal entity;
(c) provincial legislature;
(d) national Assembly or the national Council of provinces; or
(e) Parliament.
2.7 Are you or any person connected with the bidder presently employed by the state?
Yes No
2.7.1 If so, furnish the following particulars:
Name of person / director / shareholder/ member: Name of state institution to which the person is connected: Position occupied in the state institution: Any other particulars:
2.8 Did you or your spouse, or any of the company’s directors / shareholders / members or their spouses conduct business with the state in the previous twelve months?
Yes No
2.8.1 If so, furnish particulars:
55
2.9 Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?
Yes No
2.9.1 If so, furnish particulars.
2.10 Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between the bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?
Yes No
2.10.1 If so, furnish particulars.
2.11 Do you or any of the directors /shareholders/ members of the company have any interest in any other related Companies whether or not they are bidding for this contract?
Yes No
2.11.1 If so, furnish particulars.
DECLARATION I/We, the undersigned
CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2.1 TO 2.11.1
ABOVE IS CORRECT.
I/WE ACCEPT THAT THE STATE MAY ACT AGAINST ME IN TERMS OF PARAGRAPH 23
OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO
BE FALSE.
SIGNATURE: IDENTITY NUMBER: (of person authorised to sign on behalf of the Tenderer) DATE:
56
T2.1.7 CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD 9)
1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.
2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an
agreement between, or concerted practice by, firms, or a decision by an association
of firms, if it is between parties in a horizontal relationship and if it involves collusive
bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot
be justified under any grounds.
3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:
a. disregard the bid of any bidder if that bidder, or any of its directors have abused
the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.
b. cancel a contract awarded to a supplier of goods and services if the supplier
committed any corrupt or fraudulent act during the bidding process or the execution of that contract.
4 This SBD serves as a certificate of declaration that would be used by institutions to
ensure that, when bids are considered, reasonable steps are taken to prevent any form
of bid-rigging.
5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD
9) must be completed and submitted with the bid:
57
CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD 9)
I, the undersigned, in submitting the accompanying bid:
TENDER NO. DCS07001EM for the EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE KITCHEN, GAUTENG PROVINCE
(Bid Number and Description)
In response to the invitation for the bid made by:
THE INDEPENDENT DEVELOPMENT TRUST
(Name of Institution)
do hereby make the following statements that I certify to be true and complete in every respect:
I certify, on behalf of: that: (Name of Bidder)
3. I have read and I understand the contents of this Certificate;
4. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;
5. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder;
6. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;
7. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:
(a) has been requested to submit a bid in response to this bid invitation;
(b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and
(c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder
8. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium will not be construed as collusive bidding.
9. In particular, without limiting the generality of paragraphs 6 above, there has been regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market allocation)
(c) methods, factors or formulas used to calculate prices;
58
(d) the intention or decision to submit or not to submit, a bid;
(e) the submission of a bid which does not meet the specifications and conditions of the bid; or
(f) bidding with the intention not to win the bid.
10. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.
11. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.
12. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
13. Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.
SIGNATURE: __________________ IDENTITY NUMBER: _________________________ (of person authorised to sign on behalf of the Tenderer) DATE:
59
T2.1.8 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SBD 8)
1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods and
services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.
3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-
a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.
4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.
Item Question Yes No
4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.
Yes
No
4.1.1 If so, furnish particulars:
4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.
Yes
No
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?
Yes
No
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?
Yes
No
4.4.1 If so, furnish particulars:
60
CERTIFICATION
I, THE UNDERSIGNED (FULL NAME)………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND
CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN
AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………………... ………………………….. Signature Date
………………………………………. ………………………….. Position Name of Bidder
61
T2.1.9 JOINT VENTURE OR CONSORTIUM AGREEMENT BETWEEN PARTIES Attached hereto is our duly signed, notarised Joint Venture Agreement. Our failure to submit the agreement with our tender document will lead to the conclusion that the joint venture has not been formally formed and all parties were not involved in the tender process and as such, the bid will be disqualified.
62
T2.1.10 CIDB REGISTRATION CERTIFICATE Attached hereto is my / our registration certificate with the Construction Industry Development Board. My / our failure to submit the certificate with my / our tender document will lead to the conclusion that my / our company is not registered with CIDB. NOTE: The CIDB can be contacted or visited on www.cidb.org.za for more information and registration. Obtain a “Code of Conduct for all parties engaged in construction procurement” for you information.
63
T2.1.11CONTRACTOR'S COPY OF REGISTRATION OF INCORPORATION OR COMPANY REGISTRATION DOCUMENTS Attached hereto is my / our original certified copies of company registration of incorporation or company registration documents. My failure to submit the copy with my / our tender document will lead to the conclusion that I am / we are not registered as claimed and as such, the bid will be disqualified
64
T2.1.12 COPY OF A LETTER OF GOODSTANDING WITH COMPANSATION FOR OCCUPATIONAL AND INJURIES DISEASE ACT (COIDA) REGISTRATION CERTIFICATE Attached hereto is my / our certified copy of A LETTER OF goodstanding with the Compensation for Occupational Injuries and Diseases, e.g. letter of good standing. My / our failure to submit the certificate with your tender offer will lead to the conclusion that your entity/ company is not registered with COIDA, and therefore, the bid will be disqualified.
65
T2.1.13 RECORD OF ADDENDA TO THE TENDER DOCUMENTS
We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer
Date Title or Details
1.
2.
3.
4.
5.
6.
7.
8.
Attach additional pages if more space is required.
Signed
Date
Name
ID number
Position
Tenderer
66
T2.1.14 AMENDMENTS, QUALIFICATIONS AND ALTERNATIVES (This is not an invitation for amendments, deviations or alternatives but should the Tenderer desire to make any departures from the provisions of this contract he shall set out his proposals clearly hereunder. The Employer will not consider any amendment, alternative offers or discounts unless forms (a), (b) and (c) have been completed to the satisfaction of the Employer). I / We herewith propose amendments, alternatives and discounts as set out in the tables below: (a) AMENDMENTS
PAGE, CLAUSE OR
ITEM NO
PROPOSED AMENDMENT
[Notes: (1) Proposals for amendments to the General and Special Conditions of Contract are not acceptable, and will be ignored;
(2) The Tenderer must give full details of all the financial implications of the amendments and qualifications in a covering letter attached to his tender.
(b) ALTERNATIVES
PROPOSED ALTERNATIVE
DESCRIPTION OF ALTERNATIVE
[Notes: (1) Individual alternative items that do not justify an alternative tender, and an alternative offer for time for completion should be listed here.
(2) In the case of a major alternative to any part of the work, a separate Bill of Quantities, programme, etc, and a detailed statement setting out the salient features of the proposed alternatives must accompany the tender.
(3) Alternative tenders involving technical modifications to the design of the works and methods of construction shall be treated separately from the main tender offer.]
67
(c) DISCOUNTS
ITEM ON WHICH DISCOUNT IS OFFERED
DESCRIPTION OF DISCOUNT OFFERED
[Note: The Tenderer must give full details of the discounts offered in a covering letter attached to his tender, failing which, the offer for a discount may have to be disregarded. Only unconditional discounts will be considered]
SIGNATURE: ..............................................……… IDENTITY NUMBER: …………………………….. (of person authorised to sign on behalf of the Tenderer) DATE:………………………………
68
T2.1.15 B-BBEE CERTIFICATE Attached hereto is my / our original or original certified copy of my / our B-BBEE Certificate issued by a verification agency accredited by SANAS. My failure to submit the certificate with my / our tender document will lead to the conclusion that I am / we do not wish to claim preference points in terms of my / our B-BBEE status. (Note: Joint Venture and Consortium to submit a consolidated B-BBBEE certificate)
69
T2.1.16 EVALUATION SCHEDULE: PROJECT EXPERIENCE The Tenderer shall provide details of his relevant experience on similar scale projects completed in the past 10 years. In support tendreres are to complete the “Project Experience” schedule below and attach thereto copies of (a) Letters of Appointment, and (b) all the relevant Completion Certificates (practical completion, work completion & final completion)
PROJECT NAME BRIEF PROJECT
DESCRIPTION
PROJECT VALUE (Excl
VAT)
ORIGINAL
CONTRACT
PERIOD
START DATE
ACTUAL COMPLETION DATE
A.
B.
C.
D.
E.
F.
70
T2.1.17 EVALUATION SCHEDULE: LETTERS OF APPOINTMENT, AND RELEVANT COMPLETION CERTIFICATES (PRACTICAL COMPLETION, WORK COMPLETION & FINAL COMPLETION) Tenderer is to attach all letter of appointment and completion certificate corresponding to the project listed in T2.1.18 above.
71
T2.1.18 EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &
PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION PURPOSES
The following are to be completed by the Client and Principal Agent and is to be supported in each case
by a letter of award and the works completion certificate.
PROJECT A:
Type of Project & Brief Description of Scope of Work, e.g. (new school, renovation of clinic):
………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………
Client: . ..................................................................................................................................
Contract Amount: ................................................................................................................
Contract Duration: ...............................................................................................................
Actual Contract Duration:………………………………………………………………………….
RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE
DESCRIPTION SCORE TICK APPROPRIATE SCORING
Very Good 1
Good 0,8
Fair 0,6
Poor 0,2
Any other remarks considered necessary to assist in evaluation of the Contractor?
....................................................................................................................................................................
....................................................................................................................................................................
Principal Agent Firm: ..........................................................................................................
Telephone: ............................................................................................................................
PA Signature: ............................................... Date: ...............................................
Client Signature: .......................................... Date: ...............................................
Stamp
72
T2.1.18 EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &
PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION PURPOSES
The following are to be completed by the Client and Principal Agent and is to be supported in each case
by a letter of award and the works completion certificate.
PROJECT B:
Type of Project & Brief Description of Scope of Work, e.g. (new school, renovation of clinic):
………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………
Client: . ..................................................................................................................................
Contract Amount: ................................................................................................................
Contract Duration: ...............................................................................................................
Actual Contract Duration:………………………………………………………………………….
RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE
DESCRIPTION SCORE TICK APPROPRIATE SCORING
Very Good 1
Good 0,8
Fair 0,6
Poor 0,2
Any other remarks considered necessary to assist in evaluation of the Contractor?
....................................................................................................................................................................
....................................................................................................................................................................
Principal Agent Firm: ..........................................................................................................
Telephone: ............................................................................................................................
PA Signature: ............................................... Date: ...............................................
Client Signature: .......................................... Date: ...............................................
Stamp
73
T2.1.18 EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &
PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION PURPOSES
The following are to be completed by the Client and Principal Agent and is to be supported in each case
by a letter of award and the works completion certificate.
PROJECT C:
Type of Project & Brief Description of Scope of Work, e.g. (new school, renovation of clinic):
………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………
Client: . ..................................................................................................................................
Contract Amount: ................................................................................................................
Contract Duration: ...............................................................................................................
Actual Contract Duration:………………………………………………………………………….
RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE
DESCRIPTION SCORE TICK APPROPRIATE SCORING
Very Good 1
Good 0,8
Fair 0,6
Poor 0,2
Any other remarks considered necessary to assist in evaluation of the Contractor?
....................................................................................................................................................................
....................................................................................................................................................................
Principal Agent Firm: ..........................................................................................................
Telephone: ............................................................................................................................
PA Signature: ............................................... Date: ...............................................
Client Signature: .......................................... Date: ...............................................
Stamp
74
T2.1.18 EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &
PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION PURPOSES
The following are to be completed by the Client and Principal Agent and is to be supported in each case
by a letter of award and the works completion certificate.
PROJECT D:
Type of Project & Brief Description of Scope of Work, e.g. (new school, renovation of clinic):
………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………
Client: . ..................................................................................................................................
Contract Amount: ................................................................................................................
Contract Duration: ...............................................................................................................
Actual Contract Duration:………………………………………………………………………….
RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE
DESCRIPTION SCORE TICK APPROPRIATE SCORING
Very Good 1
Good 0,8
Fair 0,6
Poor 0,2
Any other remarks considered necessary to assist in evaluation of the Contractor?
....................................................................................................................................................................
....................................................................................................................................................................
Principal Agent Firm: ..........................................................................................................
Telephone: ............................................................................................................................
PA Signature: ............................................... Date: ...............................................
Client Signature: .......................................... Date: ...............................................
Stamp
75
T2.1.18 EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &
PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION PURPOSES
The following are to be completed by the Client and Principal Agent and is to be supported in each case
by a letter of award and the works completion certificate.
PROJECT E:
Type of Project & Brief Description of Scope of Work, e.g. (new school, renovation of clinic):
………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………
Client: . ..................................................................................................................................
Contract Amount: ................................................................................................................
Contract Duration: ...............................................................................................................
Actual Contract Duration:………………………………………………………………………….
RATE SERVICE PROVIDER ON THEIR OVERALL PERFORMANCE
DESCRIPTION SCORE TICK APPROPRIATE SCORING
Very Good 1
Good 0,8
Fair 0,6
Poor 0,2
Any other remarks considered necessary to assist in evaluation of the Contractor?
....................................................................................................................................................................
....................................................................................................................................................................
Principal Agent Firm: ..........................................................................................................
Telephone: ............................................................................................................................
PA Signature: ............................................... Date: ...............................................
Client Signature: .......................................... Date: ...............................................
Stamp
76
T2.1.19 EVALUATION SCHEDULE: KEY PERSONNEL
The Tenderer shall list below the personnel that he intends to utilize on the Works, including key personnel that may have to be hired for the project.
CATEGORY OF EMPLOYEE
NUMBER OF PERSONS
EXISTING KEY PERSONNEL, PART
OF THE CONTRACTOR'S ORGANISATION
KEY PERSONNEL TO BE HIRED FOR THE
PROJECT IMPORTED IF NOT AVAILABLE
LOCALLY
UNSKILLED PERSONNEL TO BE RECRUITED FROM
LOCAL COMMUNITY
HDI NON-HDI HDI NON-HDI HDI NON-HDI
Construction Manager, Site Agent, Project Managers
Foremen, Quality Control and Safety Personnel
Technicians, Surveyors, etc
Artisans and other Skilled workers
Plant Operators
Others:.........................
.....................................
.....................................
.....................................
...
The Tenderer is referred to Clause F.2.1.1.2 of the Tender Data and shall insert in the spaces provided on the following pages details of the key personnel required to be in the employment of the tenderer or other organization, in order for the tenderer to be eligible to submit a tender for this project. Proof of professional registration must be appended to these schedules, together with the Curriculum Vitae of each individual. SIGNATURE: ..............................................……… IDENTITY NUMBER: …………………………….. (of person authorised to sign on behalf of the Tenderer) DATE:………………………………
77
T2.1.20 EVALUATION SCHEDULE: ORGANOGRAM OF KEY PERSONNEL TO BE ENGAGED ON THE PROJECT
78
T2.1.21 EVALUATION SCHEDULE: CURRICULUM VITAE OF KEY PERSONNEL (Comprehensive CVs, certified copies of qualifications and registration certificates are required for Key personnel provided in section T2.1.21. Site Agent, Construction Project Manager, Quantity Surveyor, Technician and Foreman)
79
T2.1.21.A _ CV FOR CONTRACTOR CONSTRUCTION CONSTRUCTION PROJECT MANAGER
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required Service:
Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. ........................................................…………………......... ……..…………………. SIGNATURE OF THE INCUMBANT IN THE SCHEDULE DATE
…………………………………………………….
INCUMBANT’S IDENTITY NUMBER
80
T2.1.21.B_ EVALUATION SCHEDULE: CV FOR SITE AGENT
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required Service:
Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. ........................................................…………………......... ……..…………………. SIGNATURE OF THE INCUMBANT IN THE SCHEDULE DATE
…………………………………………………….
INCUMBANT’S IDENTITY NUMBER
81
T2.1.21.C_EVALUATION SCHEDULE: CV FOR QUANTITY SURVEYOR
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required Service:
Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. ........................................................…………………......... ……..…………………. SIGNATURE OF THE INCUMBANT IN THE SCHEDULE DATE
…………………………………………………….
INCUMBANT’S IDENTITY NUMBER
82
T2.1.21.D_EVALUATION SCHEDULE: CV FOR TECHNICIAN / ARTISAN /
SURVEYOR
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required Service:
Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. ........................................................…………………......... ……..…………………. SIGNATURE OF THE INCUMBANT IN THE SCHEDULE DATE
…………………………………………………….
INCUMBANT’S IDENTITY NUMBER
83
T2.1.21.D_ EVALUATION SCHEDULE: CV FOR FOREMAN
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Professional Body:
Category of Registration:
Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required Service:
Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. ........................................................…………………......... ……..…………………. SIGNATURE OF THE INCUMBANT IN THE SCHEDULE DATE
…………………………………………………….
INCUMBANT’S IDENTITY NUMBER
84
T2.1.22EVALUATION SCHEDULE: PROGRAMME SCHEDULE The Tenderer shall attach a programme schedule (using a computer programme) reflecting the proposed sequence and tempo of execution of the various activities comprising the work for this Contract. The programme shall be in accordance with the information supplied in the Contract, requirements of the Project Specifications and with all other aspects of his Tender.
PROGRAMME (EXAMPLE ONLY)
ACTIVITY
MONTHS
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
[Note: The programme must be based on the completion time as specified in the Contract Data. No other completion time that may be indicated on this programme will be regarded as an alternative offer, unless it is listed in Table (b) of Form I hereafter and supported by a detailed statement to that effect, all as specified in the Tender Data]
SIGNATURE: ..............................................……… IDENTITY NUMBER: …………………………….. (of person authorised to sign on behalf of the Tenderer) DATE:………………………………
85
T2.1.23EVALUATION SCHEDULE: SCHEDULE OF PLANT AND EQUIPMENT The following are lists of major items of relevant equipment that I / we presently own or lease and will have available for this contract if my / our tender is accepted. (will be hired)
(a) Details of major equipment owned by me / us and are immediately available for this contract (provide proof of ownership).
DESCRIPTION (type, size, capacity etc) QUANTITY YEAR OF
MANUFACTURE
Attach additional pages if more space is required
(b) Details of major equipment that will be hired, or acquired for this contract if my / our
tender is accepted (provide proof from plant hire company that they will be hired to you)
DESCRIPTION (type, size, capacity etc) QUANTITY
HOW ACQUIRED
HIRE/ BUY
SOURCE
Attach additional pages if more space is required
The Tenderer undertakes to bring onto site without additional cost to the Employer any additional plant not listed but which may be necessary to complete the contract within the specified contract period. Failure to complete this form properly and correctly, will lead to the conclusion that the tenderer does not have the necessary plant and equipment resources at his disposal, and will prejudice his tender. SIGNATURE: ..............................................……… IDENTITY NUMBER: …………………………….. (of person authorised to sign on behalf of the Tenderer) DATE:………………………………
86
T2.1.24 CONTRACTOR'S HEALTH AND SAFETY DECLARATION In terms of Clause 5(1)(h) of the OHSA 1993 Construction Regulations 2014 (referred to as "the Regulations" hereafter), a Contractor may only be appointed to perform construction work if the Employer is satisfied that the Contractor has the necessary competencies and resources to carry out the work safely in accordance with the Occupational Health and Safety Act No 85 of 1993 and the OHSA 1993 Construction Regulations 2014. To that effect a person duly authorized by the tenderer must complete and sign the declaration hereafter in detail. Declaration by Tenderer 1. I the undersigned hereby declare and confirm that I am fully conversant with the Occupational
Health and Safety Act No 85 of 1993 (as amended by the Occupational Health and Safety Amendment Act No 181 of 1993), and the OHSA 1993 Construction Regulations 2014.
2. I hereby declare that my company / enterprise has the competence and the necessary resources to safely carry out the construction work under this contract in compliance with the Construction Regulations and the Employer's Health and Safety Specifications.
3. I hereby undertake, if my tender is accepted, to provide a sufficiently documented Health and Safety Plan in accordance with Regulation 5(1) of the Construction Regulations, approved by the Employer or his representative, before I could be allowed to commence with construction work under the contract. I hereby agree that my company/enterprise will not have a claim for compensation for delay or extension of time because of my failure to obtain the necessary approval for the said safety plan.
4. I confirm that copies of my company's approved Health and Safety Plan, the Employer's Safety
Specifications as well as the OHSA 1993 Construction Regulations 2014 will be provided on site and will at all times be available for inspection by the Contractor's personnel, the Employer's personnel, the Engineer, visitors, and officials and inspectors of the Department of Labour.
5. I hereby confirm that adequate provision has been made in my tendered rates and prices in the
bill of quantities to cover the cost of all resources, actions, training and all health and safety measures envisaged in the OHSA 1993 Construction Regulations 2014, including the cost for specific items that may be scheduled in the bill of quantities.
6. I hereby confirm that I will be liable for any penalties that may be applied by the Employer in terms
of the said Regulations for failure on my part to comply with the provisions of the Act and the Regulations as set out in Regulation 33 of the Regulations.
7. I agree that my failure to complete and execute this declaration to the satisfaction of the Employer
will mean that I am unable to comply with the requirements of the OHSA 1993 Construction Regulations 2014, and accept that my tender will be prejudiced and may be rejected at the discretion of the Employer.
8. I am aware of the fact that, should I be awarded the contract, I must submit the notification
required in terms of Regulation 4 of the OHSA 1993 Construction Regulations 2014 (example attached hereafter) before I could be allowed to proceed with any work under the contract.
SIGNATURE: IDENTITY NUMBER: (of person authorised to sign on behalf of the Tenderer) DATE:
87
T2.1.25EVALUATION SCHEDULE: SAFETY HEALTH ENVIRONMENTAL AND QUALITY MANAGEMENT SYSTEM (SHEQ) PLAN Attached hereto are my / our SHEQ Plan, all in compliance with the Health and Safety Specification, environmental and quality management plan – Annexure A and Letter of undertaking from a Qualified OHS Consultant. Note: The bidder who is appointed shall be required to submit his SHEQ plans to relevant authorities for approval within 21 calender days. Failure to get these plans approved within this period will results in the contractor losing his construction period without an extension of construction period. (PLEASE ATTACHED HERE)
88
THE CONTRACT
89
PART C1 : AGREEMENT AND CONTRACT DATA
90
C1.1 FORM OF OFFER AND ACCEPTANCE
91
C1.1 Form of Offer and Acceptance
Offer The employer, identified in the acceptance signature block, has solicited offers to enter into a contract for the procurement of: EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE KITCHEN, GAUTENG PROVINCE
The tenderer, identified in the offer signature block, has examined the documents listed in the tender data and addenda thereto as listed in the returnable schedules, and by submitting this offer has accepted the conditions of tender. By the representative of the tenderer, deemed to be duly authorized, signing this part of this form of offer and acceptance, the tenderer offers to perform all of the obligations and liabilities of the contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of contract identified in the contract data. THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX IS:
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Rand (in
words); R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (in figures)
This offer may be accepted by the employer by signing the acceptance part of this form of offer and acceptance and returning one copy of this document to the tenderer before the end of the period of validity stated in the tender data, whereupon the tenderer becomes the party named as the contractor in the conditions of contract identified in the contract data. Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . . .
Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Identity number . . . . . . . . . . . . . . . . . . . .
Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
for the tenderer (Name and . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . address of organization) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Name and signature of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . CIDB Registration number ____________________________________________________
NOTE: Failure of a tenderer to sign this part of the tender form (offer) will invalidate the tender AA A
92
Acceptance By signing this part of this form of offer and acceptance, the employer identified below accepts the tenderer’s offer. In consideration thereof, the employer shall pay the contractor the amount due in accordance with the conditions of contract identified in the contract data. Acceptance of the tenderer’s offer shall form an agreement between the employer and the tenderer upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement.
The terms of the contract, are contained in:
Part C1: Agreements and contract data, (which includes this agreement) Part C2: Pricing data Part C3: Scope of work. Part C4: Site information
and drawings and tender documents or parts thereof, which may be incorporated by reference into Parts 1 to 4 above. Deviations from and amendments to the documents listed in the tender data and any addenda thereto as listed in the tender schedules as well as any changes to the terms of the offer agreed by the tenderer and the employer during this process of offer and acceptance, are contained in the schedule of deviations attached to and forming part of this agreement. No amendments to or deviations from said documents are valid unless contained in this schedule. The tenderer shall within two weeks after receiving a completed copy of this agreement, including the schedule of deviations (if any), contact the employer’s agent (whose details are given in the contract data) to arrange the delivery of any bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of contract identified in the contract data. Failure to fulfill any of these obligations in accordance with those terms shall constitute a repudiation of this agreement. Notwithstanding anything contained herein, this agreement comes into effect on the date when the tenderer receives one fully completed original copy of this document, including the schedule of deviations (if any). Unless the tenderer (now contractor) within five working days of the date of such receipt notifies the employer in writing of any reason why he cannot accept the contents of this agreement, this agreement shall constitute a binding contract between the parties. Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . . . .
Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Identity number . . . . . . . . . . . . . . . . . . . . .
Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . .
for the Employer Independent Development Trust
Physical Address _______________ _______________
Name and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . signature of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . . . . . . .
93
Schedule of Deviations 1 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
2 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
3 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
4 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
5 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
By the duly authorised representatives signing this agreement, the employer and the tenderer agree to and accept the foregoing schedule of deviations as the only deviations from and amendments to the documents listed in the tender data and addenda thereto as listed in the tender schedules, as well as any confirmation, clarification or changes to the terms of the offer agreed by the tenderer and the employer during this process of offer and acceptance. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the tender documents and the receipt by the tenderer of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this agreement.
94
C1.2 CONTRACT DATA
95
INDEPENDENT DEVELOPMENT TRUST
EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE KITCHEN, GAUTENG PROVINCE C1.2 Contract Data for TENDER NO. DCS07001EM The Conditions of Contract are clauses of the NEC3 Engineering and Construction Short Contract (April 2013) published by Institution of Civil Engineers (ICE together with IDT’s Special Conditions of Contract. Copies of these conditions of contract may be obtained from the South African Institution of Civil Engineering Association (SAICE) Tel: 011 805 5947
Each item of data given below is cross-referenced to the clause in the NEC3 Engineering and Construction Short Contract to which it mainly applies. The additions, deletions and alterations to the NEC3 Engineering and Construction Short Contract are:
Clause Number
Contract Data for TENDER NO.DCS07001EM
13. 51.
Add: The Scope of Works include:
- Rerouting the existing sewer line to outside the kitchen walls, thoroughly cleaning the
existing line and decommissioning it.
- Servicing and replacing the fire-fighting equipment
- Renovating the kitchen cells to bring them up to standard and certification of services
- Upgrading the grease trap located outside the kitchen
- Installing a standby pump for the sewer treatment plant
Add: Contract Period is eight (8) weeks Add: Defects date is two (2) weeks after completion Add: Defects correction period is two (2) weeks Add: The delay damages are R 2,500.00 per day Add: The assessment dates will be on a fortnightly basis Add: The retention is 10% Add: Electronic mail delivered to the electronic mail address provided in the bid document is effective communication. Delete Clause 51 Payment. Add: The contractor will be paid within 30 days of Independent Development Trust receiving the approved Payment Certificates and invoices. Default interest, where applicable, shall only be effective after the 30 calendar days from the date of submission of undisputed payment certificate to the employer at the rate of repo rate plus 3%.
96
SPECIAL CONDITIONS OF CONTRACT
To the
NEC3 ENGINEERING AND CONSTRUCTION SHORT
CONTRACT (APRIL 2013)
NAME OF PROJECT: EMERGENCY INTERVENTION AT BAVIAANSPOORT
CORRECTIONAL CENTRE KITCHEN
1. INTRODUCTION
WHEREAS, the Independent Development Trust (“IDT”) made an Offer of Appointment and the
Contractor has accepted such appointment subject to the conditions stipulated in the aforesaid Offer
of Appointment Letter, which conditions include signing of the NEC3 Engineering and Construction
Short Contract (hereinafter referred to as “Main Agreement”) and the Contract Data.
AND WHEREAS, this Special Condition of Contract shall form part of the Main Agreement between
the Employer and the Contractor.
2. ADDITIONS TO THE MAIN AGREEMENT AND THE CONTRACT DATA
2.1 JOINT VENTURE AGREEMENT
2.1.1 Should the Joint Venture Agreement be dissolved or any of the JV partner pull out
the JV Agreement for any reasons whatsoever, the Employer hereby reserve its
right to terminate the contract with immediate effect.
2.1.2 Should one JV partner pull out of the JV agreement and the replacement JV partner
does not meet the BBBEE threshold stipulated in clause 5.4 of the Special
Condition of the Principal Contract, the IDT shall be entitled to cancel the contract
with immediate effect.
2.1.3 Should the BBBEE status of the Joint Venture be changed to a lower rate than the
bidding rate, based on legislation applicable at the time of tender closing, the IDT
shall be entitled to cancel the contract.
97
3. SUBCONTRACTING
3.1 A service provider awarded the contract may not sub-contract more than 25% of the
value of the contract to any other enterprise that does not have an equal or higher
BBBEE status level than the person concerned, unless the contract is subcontracted
to an exempted micro enterprise that has the capability and ability to execute the sub-
contract.
3.2 Service provider awarded the project shall subcontract not less than 15% of the contract
value to Black-owned local firms with preferably women, youth and people with
disability
4. LOCAL ENTERPRISE
Service provider awarded the project shall purchase at least 10% of the materials locally
where available.
5. TRAINING
Service provider awarded the project shall train local labour on life skills, on the job and
accredited certification in e.g. plumbing, bricklaying, electrification, etc. from accredited
institution.
98
C2 Pricing Data
99
C2.1 PRICING INSTRUCTIONS
100
INDEPENDENT DEVELOPMENT TRUST EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE
KITCHEN C2.1 Pricing Instructions
1 The Bills of Quantities have been drawn up in accordance with the Standard System of
Measuring Building Work (as amended) published and issued by the Association of South African Quantity Surveyors (Sixth Edition (Revised)), 1999. Where applicable the:
a) Civil engineering work has been drawn up in accordance with the provisions of the latest
edition of SABS 1200 Standardized Specifications for Civil Engineering Works. b) Mechanical work has been drawn up in accordance with the provisions of the Model Bills of
Quantities for Refrigeration, Air-Conditioning and Ventilation Installations, published by the South African Association of Quantity Surveyors, July 1990).
c) Electrical work has been drawn up in accordance with the provisions of the Model Bills of Quantities for Electrical Work, published by the South African Association of Quantity Surveyors, (July, 2005).
2 The Agreement is based on the NEC3 Engineering and Construction Short Contract
(April 2013). 3 It will be assumed that prices included in the Bills of Quantities are based on Acts, Ordinances, Regulations, By-laws, International Standards and National Standards that were published 28 days before the closing date for tenders. (Refer to www.stanza.org.za or www.iso.org for information on standards). 5 The prices and rates in these Bills of Quantities are fully inclusive prices for the work described
under the items. Such prices and rates cover all costs and expenses that may be required in and for the execution of the work described in accordance with the provisions of the Scope of Work, and shall cover the cost of all general risks, liabilities, and obligations set forth or implied in the Contract Data, as well as overhead charges and profit. These prices will be used as a basis for assessment of payment for additional work that may have to be carried out.
6 The drawings listed in the Scope of Works used for the setting up of these Bills of Quantities
are as provided 7 REFERENCE TO ANY PARTICULAR PRODUCT Reference to any particular trademark, name, patent, design, type, specific origin or producer
is purely to establish a standard for requirements. Products or articles of an equivalent standard may be substituted.
8 FIXED PRICE The rates contained in the Bills of Quantities will apply irrespective of the final quantities of the
different classes and kinds of work actually executed. Rates for work of similar description occurring in different sections of the Bills of Quantities shall
be identical. Bidders are to take note that the contract price adjustments are not applicable to this contract.
Bidders should therefore make provision in the Contract Sum, schedule of rates, etc. for possible price increases during the contract period, as no claims in this regard shall be considerd/entertained.
10 An item against which no price is entered will be considered to be covered by the other prices
or rates in the Bills of Quantities. A single lump sum will apply should a number of items be grouped together for pricing purposes.
101
11 Where any item is not relevant to this specific contract, such item is marked N/A (signifying “not applicable”)
12 The Contract Data and the standard form of contract referenced therein must be studied for
the full extent and meaning of each and every clause set out in Section 1 (Preliminary and General) of the Bills of Quantities
13 The Bills of Quantities is not intended for the ordering of materials. Any ordering of materials,
based on the Bills of Quantities, is at the Contractor’s risk. 14 The amount of the Preliminary Section to be included in each monthly payment certificate shall
be assessed as an amount prorated to the value of the work duly executed in the same ratio as the preliminaries bears to the total of prices excluding any contingency sum, the amount for the Preliminary Section and any amount in respect of contract price adjustment provided for in the contract.
Provisional sums are provided for some items in the Schedule of Quantities. Work done under these items will be at the written direction of the Employer. The Employer reserves the right, during the execution of the works, to adjust the stated amounts upwards or downwards according to the work actually done under the item, or the item may be omitted altogether, without affecting the validity of the Contract.
The Tenderer shall not under any circumstances whatsoever delete or amend any of the sums
inserted in the “Amount” column of the Bill of Quantities and in the Summary of the Bill of Quantities unless ordered or authorized in writing by the Employer before closure of tenders. Any authorized changes made by the Tenderer to provisional items in the schedule, or to the provisional percentages and sums in the Summary of the Bill of Quantities, will be treated as arithmetical errors.
15 Where the initial contract period is extended, the monthly charge shall be calculated on the
basis as set out in 14 but taking into account the revised period for completing the works. 16 The amount or items of the Preliminary Section shall be adjusted to take account of the
theoretical financial effect which changes in time or value (or both) have on this section. Such adjustments shall be based on adjustments in the following categories as recorded in the Bills of Quantities:
a) an amount which is not to be varied, namely Fixed (F) b) an amount which is to be varied in proportion to the contract value, namely Value Related
(V); and c) an amount which is to be varied in proportion to the contract period as compared to the
initial construction period excluding revisions to the construction period for which no adjustment to the contractor is not entitled to in terms of the contract, namely Time Related (T).
17 Where no provision is made in the Bills of Quantities to indicate which of the three categories
in 12 apply or where no selection is made, the adjustments shall be based on the following breakdown:
a) 10 percent is Fixed; b) 75 percent if Value Related c) 15 percent is Time Related.
18 The adjustment of the Preliminary Section shall apply notwithstanding the actual employment
of resources in the execution of the works. The contract value used for the adjustment of the Preliminary Section shall exclude any contingency sum, the amount for the Preliminary Section and any amount in respect of contract price adjustment provided for in the contract. Adjustments in respect of any staged or sectional completion shall be prorated to the value of each section.
19
102
C2.2 BILLS OF QUANTITIES
103
INDEPENDENT DEVELOPMENT TRUST
EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE
KITCHEN
C2.2 Bills of Quantities
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SECTION 1
PRELIMINARIES AND GENERAL (PROVISIONAL)
BILL No. 1
ItemContractual Requirements1
FIXED-CHARGE ITEMS
Item
Contractor's initial obligations in respect of the Occupational Health and Safety Act and Construction Regulations
2
ItemSubmission and Approval of the Health and Safety File3
ItemSubmission of the Environmental Management Plan 4
ItemSubmission of Quality Control and Quality Assurance File
5
Establish Facilities on the Site :
ItemFurnished Office6
a) Facilities for Engineer (SABS 1200 AB)
ItemNameboards7
ItemOffices and storage sheds8
b) Facilities for Contractor
ItemAblution and latrine facilities9
ItemTools and equipment10
ItemWater supplies, electric power and communications11
ItemDealing with water (Sub clause 5.5)12
-B1-
PreliminariesBill No. 1Section No. 1
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
ItemAccess (Sub clause 5.8)13
ItemPlant14
ItemOther fixed-charge obligations15
ItemRemove Engineer's and Contractor's Site establishment on completion
16
ItemContractual Requirements17
TIME-RELATED ITEMS
Item
Contractor's initial obligations in respect of the Occupational Health and Safety Act and Construction Regulations
18
Operate and maintain facilities on the Site:
ItemFurnished Office (PSAB 3.2)19
a) Facilities for Engineer for duration of construction (SABS 1200 AB)
ItemRemuneration of the Community Liaison Officer 20
ItemCompliance with the specified environmental requirements
21
ItemDealing with water (Sub clause 5.5)22
b) Facilities for Contractor for duration of construction, except where otherwise stated
ItemAccess (Sub clause 5.8)23
ItemPlant24
ItemSupervision25
ItemCompany and head office overhead costs26
ItemOther time-related obligations personnel27
ItemProvision of Security Personnel28
-B2-
PreliminariesBill No. 1Section No. 1
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
ItemProvision of full-time construction safety officer 29
ItemPlant30
Compensation in terms of subclause 9.1.4 of the General Conditions of Contract 2010 for delays due to the circumstances described in sub-clause 9.1.1 and 9.1.4 clause , for delays incurred.
ItemLabour31
ItemSupervision32
ItemOther services, facilities not covered by (a), (b) & (c).33
Itema) Acceptance testing of material and workmanship called for by the Engineer at a nominated laboratory
34
SUMS STATED PROVISIONALLY BY ENGINEER
ItemOverheads, charges and profit on item (a)35
Itemb) Employment of PSC members with 4 members for the duration of the contract
36
ItemOverheads, charges and profit on item (b)37
Itemc) Allowance for accredited training of local unskilled labour
38
TRAINING
ItemCharges on profit on item (c) above39
Itemd) Supervision charges and assistance and relocating services by Service Authorities
40
PAYMENTS TO SERVICE AUTHORITIES
ItemCharges on profit on item (d) above41
-B3-
PreliminariesBill No. 1Section No. 1
Carried to Collection R
Preliminaries
Section No. 1
Bill No. 1
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
3
2
1Total Brought Forward from Page No.
-B4-
PreliminariesBill No. 1Section No. 1
Carried to Final Summary R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SECTION 2
ALTERATIONS AND DEMOLITIONS (PROVISIONAL)
NOTE : Tenderers are advised to study the Model Preambles for Trades as published by The Association of South African Quantity Surveyors
BILL No. 1
The Contractor shall provide and afterwards remove all necessary temporary tarpaulins, barricades, screens, fencing, temporary waterproofing, dustproofing, etc. required to isolate any sections of the existing buildings all to the satisfaction of the Principal Agent and remove when directed.
The Contractor shall cover up and protect from injury all work not removed and shall make good at his own expense any damage that may occur.
Existing services must be maintained at all times to the existing buildings. If it is found necessary to disconnect any service than suitable temporary or alternate servicesmust be provided to the existing buildings.
Special care shall be exercised during the progress of the work to ensure that any electrical installation, IT installations, cables, water supply pipes, telephone and other services which may be encountered are not intefered with and notice must be given to the Principal Agent if any disconnection or alterations become necessary.
Preparation of exising screeds/plaster shall imply the use of an approved screed or plaster repairing compound.
SUPPLEMENTARY PREAMBLES
-B5-
Alterations and DemolitionsBill No. 1Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
All sizes and dimensions stated herein are approximate and deemed only sufficient to identify the item of work concerned.
In taking down and removing existing work the utmost care must be taken to avoid any structural or other damage to the remaining portions of the building and theContractor shall provide all shoring, needling, strutting, etc to ensure the stability of all structures during the alteration/demolition work. The Contractor will be held solely responsible for the safety and stability of the buildings for the whole period of the contract and must make good any damage at his own expense.
Any water supply or other piping that may be encountered and found necessary to disconnect or cut are to be effectually stopped off and any new connections that may be necessary shall be made with the proper fittings to the satisfaction of the Principal Agent. Where sanitary fittings, geysers are to be removed the Contractor shall allow for removing all exposed waste or water supply pipes to the nearest suitable junction or connection and stopping off, as well as for making good plaster, screeds.
The Contractor shall remove from the site all material, rubble, debris, rubbish resulting from the alterations/demolitions.
Prices for the removal of concrete surface beds, concrete slabs, must include for removal of reinforcement, screeds, conduits, damp proof membrane and cart off site. The Contractor is to note that removal of the existing floor finishes such as vinyl, carpets, ceramic tiles has been measured separately.
Taking down existing walls is to include for skirting, cornices, conduits, pipes, brick or concrete fins, lintels, built into the structure and for making good walls, floors, ceilings as described. The Contractor is to note that items for the removal of joinery such as shelves, pelmets, curtain rails, pinning boards, signage has been measured separately.
Removal of doors, windows, fittings is to include for their removal complete with frames, ironmongery, glass, quadrants, architraves, skirting, manganese bars, burglar bars and all accessories to walls, reveals,
-B6-
Alterations and DemolitionsBill No. 1Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
around openings, for cutting out sills etc, for hacking up flooring at openings and for making good.
Removal of sanitary fittings is to include for the removal and blocking off of service pipes, taps, traps, fixing brackets, cisterns, etc complete.
Building up of existing openings where given in number shall be deemed to include preparing existing surfaces all round, brickwork properly toothed and bonded to existing and shot pinned to concrete, wedging up and unless otherwise stated making good finishes on both sides to match existing.
Allow for watering the works sufficiently to prevent nuisance from dust.
OLD MATERIALS TO BE CARTED AWAY:
Old materials from the alterations, except where described to be re-used or handed over, as well as all rubbish ,etc. must be regularly carted from the site and not be allowed to accumulate on or around the site.
OLD MATERIALS NOT TO BE RE-USED:
None of the old materials are to be used for new work except where specifically described as being set aside for re-use.
HANDING OVER OF MATERIALS:
Where certain materials or articles from demolitions or articles are described as to be handed over by the Contractor to the Client Representative or Representative/Agent, such materials or articles shall be transported to the client's yard. The Contractor must obtain an official receipt listing the materials or articles and dates of handing over. If the Contractor fails to submit the receipt when requested, it shall be deemed that the materials or articles are still in his possession and he will be held liable to the Client for the full replacement value thereof, which amount will be deducted from any monies due to the Contractor.
-B7-
Alterations and DemolitionsBill No. 1Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
REMOVAL OF EXISTING WORK
1m3Mass brickwork1
Breaking down and removing brickwork etc
30m2Half brick wall2
22m2One brick wall3
18No
Servicing 850 x 950mm high Standard PFX7 window frames, complete with 793 x 893mm high Flatex 345 or similar approved Internal Fixed Screen and 920 x 1 000mm high Flatex 345 or Similar approved External Hinged Screen . Repair and replace missing and damaged components as per Drawing POL 2012/W1
4
Servicing of existing doors, windows, locksets etc
3No
Servicing of 1208 x 2020mm high Steel Grille Gate & Solid Steel Door, locksets, hinges to operate as per Drawing POL 2012/D1A
5
65m2Corrugated iron roof covering and timber purlins6
Taking down and removing roofs, floors, panelling, ceilings, partitions, etc
320m2
Carefully examine and remove existing corrugated roof covering with ridging, inspect and rectify all irregularly sized timber purlins and re-install corrugated roof coverings, replace all defective and loose drive screws with longer driven screws, washer and cupped washer, seal small holes with flashing membrane system and leave watertight (measured flat)
7
Repair of Corrugated Iron Roof Coverings
5NoChromium plated towel rail not exceeding 1000mm long8
Taking out and removing ironmongery
5NoChromium plated toilet paper holder9
-B8-
Alterations and DemolitionsBill No. 1Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
3NoChromium plated hat and coat hook10
161m235mm Granolithic from floors11
Hacking up/off and removing granolithic, screeds, plaster, etc from concrete or brickwork and preparing surfaces for new screeds, plaster, etc
3m225mm Granolithic from treads and risers of stairs12
40mGranolithic skirting 70mm high13
480m2Internal plaster from walls14
161m2Internal plaster from ceilings and beams15
25m2External plaster from walls, columns and beams16
554m235mm Granolithic and waterproofing from concrete roofs17
37m2120 x 300mm Tiles to floors18
Hacking up/off and removing quarry tile floor and wall finishes including removing mortar bed or backing and preparing concrete or brick surfaces for new screed, plaster or tile finishes
160m2200 x 250mm Tiles to walls19
120m22mm Galvanised steel piping including fittings and brackets
20
Taking out and removing piping, sanitary fittings, etc including disconnecting piping from fittings and making good floor and wall finishes (making good tiling and paintwork elsewhere)
65m100mm Cast iron piping including fittings and brackets21
180m22mm Copper piping including fittings and brackets22
3NoStainless steel wash hand basin23
2NoStainless steel sink and drainer on brick wall plinths24
7NoVitreous china WC pan with flush valve25
-B9-
Alterations and DemolitionsBill No. 1Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
3NoVitreous china wall hung urinal with flush valve26
3NoStainless steel wall hung urinal with flash valve27
17m2Glass from steel windows including cleaning out rebates and preparing for new glass
28
Taking out and removing glass and mirrors
3NoMirror 600 x 800mm high from wall29
BUILDING UP OPENINGS
61m2Half brick walls30
Brickwork in NFP bricks in class II mortar in building up openings
22m2One brick walls31
32m2Cutting toothings and bonding new brickwork to existing32
Sundries
-B10-
Alterations and DemolitionsBill No. 1Section No. 2
Carried to Collection R
Alterations and Demolitions
Section No. 2
Bill No. 1
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
10
9
8
7
6
5Total Brought Forward from Page No.
-B11-
Alterations and DemolitionsBill No. 1Section No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 2
WATERPROOFING
The Tenderer is referred to the relevant Clauses in the separate document Model Preambles for Trades (1999 Edition), the Department of Public Works document No. OW 371 Specification of Materials and Methods to be used and to the Supplementary Preambles which are incorporated at the front of these Bills of Quantities.
PREAMBLES
SUPPLEMENTARY PREAMBLES
Proprietary products shall be used as specified. Substitute products of similar quality and specification may only be used with prior approval by the Principal Agent.
Proprietary products in descriptions:
WATERPROOFING TO ROOFS
280m2On flat roofs to falls and currents1
"Robex Protadeck/Protaseal"or equal similar Architect approved waterproofing laid on screed to falls (screed elsewhere measured). Tenders to please note Polyurea or robex (spray on waterproofing) on the slab need to cure properly before application (max 5% measured moisture content).
120mSealing edges to brickwork or concrete2
3m250mm Thick on waterproofing to flat roofs3
19mm Crushed stone evenly spread with larger stones around outlets
-B12-
WaterproofingBill No. 2Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
20m2Flashings4
Five coat "Acrylastic"or equal similar Architect approved fibre reinforced heavy duty maintenance free acrylic waterproofing
100mBandage cover flashing strip 250mm wide including sealing edges
5
280m2On waterproofing to roofs6
Two coats bituminous aluminium paint
JOINT SEALANTS ETC
96mIn joint sealing and pointing all round external window and door frames.
7
Clear Neutral silicone sealant:
-B13-
WaterproofingBill No. 2Section No. 2
Carried to Collection R
Waterproofing
Section No. 2
Bill No. 2
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
13
12Total Brought Forward from Page No.
-B14-
WaterproofingBill No. 2Section No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 3
ROOF COVERINGS ETC.
The Tenderer is referred to the relevant Clauses in the separate document Model Preambles for Trades (1999 Edition), the Department of Public Works document No. OW 371 Specification of Materials and Methods to be used and to the Supplementary Preambles which are incorporated at the front of these Bills of Quantities.
PREAMBLES
SUPPLEMENTARY PREAMBLES
Proprietary products shall be used as specified. Substitute products of similar quality and specification may only be used with prior approval by the Principal Agent.
Proprietary products in descriptions:
Fixing shall be done according to SABS 1200HB with minimum 225mm end laps.
Fixing:
The contractor will be required to provide a written guarantee, stating that :1. The roof sheeting is of the specified thickness.2. The client is indemnified against any defects, including colour deterioration for a minimum period of 15 years.
Guarantee:
Prices for roof covering and cladding are to include for all necessary drive screws, hook bolts, sheet bolts, nuts, washers, etc., for drilling holes for screws and bolts including removing all swarf from the sheeting and all right angle cutting and waste (Measured net).
Pricing:
-B15-
Roof CoveringsBill No. 3Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
CORRUGATED METAL SHEETING AND ACCESSORIES
65m2Roof covering with pitch not exceeding 17 degrees.1
0,8mm thick colour one side IBR profile steel roof sheeting and accessories, fixed to intermediate purlins with 12x65mm class 3 timber, or 12x55mm class 3 metal self drilling screws (leak king). Sheets to be fixed with 3 fasteners per sheet per purlin. Holes for roof sheeting screws to be drilled not punched. Determine direction of wind before laying sheets to project a minimum of 50mm beyond purlins at eaves. Apply mastic sealant to all side laps. All in accordance with the manufacturers recommendation.
48mRidge capping 450mm girth, including "Sondor" corrugated pattern polyclosers.
2
ROOF AND WALL INSULATION
65m2
Insulation laid taut over purlins and fixed concurrent with roof covering including Galvanized steel straining wires and sisalation tape.
3
135mm Thick, non-combustible, lightweight "Factorylite" building insulation with reinforced foil (white metalised foil) facing on both sides with thermal resistance of 2.56 m2.K/W. This system or other equal Architect approved system installed as per manufacturer's specifications
-B16-
Roof CoveringsBill No. 3Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
METAL SHEETING
28mValley flashing 550mm girth with minimum 225mm laps, fixed to roof sheeting (measured net).
4
0.8mm Nominal thickness ditto, but flashings:
-B17-
Roof CoveringsBill No. 3Section No. 2
Carried to Collection R
Roof Coverings
Section No. 2
Bill No. 3
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
17
16
15Total Brought Forward from Page No.
-B18-
Roof CoveringsBill No. 3Section No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 4
CARPENTRY AND JOINERY
The Tenderer is referred to the relevant Clauses in the separate document Model Preambles for Trades (1999 Edition), the Department of Public Works document No. OW 371 Specification of Materials and Methods to be used and to the Supplementary Preambles which are incorporated at the front of these Bills of Quantities.
PREAMBLES
SUPPLEMENTARY PREAMBLES
Proprietary products shall be used as specified. Substitute products of similar quality and specification may only be used with prior approval by the Principal Agent.
Proprietary products in descriptions:
Prefabricated timber roof trusses shall be constructed of South African pine by a firm of specialist designer manufacturer's as approved by the Architect.
Prefabricated roof trusses:
Prices must include for all cross and windbracing according to the manufacturer's instruction.
Prices must include for the design, plans and approval of all timber trusses and no claim shall be considered.
Pre-fabricated timber roof trusses shall comply with the requirements of SABS Specification 0163 and be constructed of South African pine as described in clause 8.5 to the designs shown on the Manufacturer's detail drawings. The timber shall be of cross-sectional dimensions shown, cut to correct lengths with ends square or at the required angle.
-B19-
Carpentry and JoineryBill No. 4Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
Trusses shall be assembled in truss fabricating jigs with the truss having the proper camber, all tightly clamped together with joints secured using approved connector plates of galvanised steel sheet. Connector plates shall be pressed into the timber simultaneously from both sides of the truss with a hydraulic press capable of exerting such pressure as will ensure complete penetration of the teeth into the timber.
The connector plates shall be of such size as will ensure that the joints so made will adequately withstand the forces exerted on the joints.
In coastal areas connector plates in buildings without ceilings shall be painted with two coats of epoxy tar complying with SABS Specification 801 Type 2, or rust neutralising paint.
Approval of pre-fabricated roofing systems, whether measured as an alternative or not, shall be subject to the following requirements:
(a) The Manufacturer of the pre-fabricated trusses shall hold a certificate of competence issued by the Insitute for Timber Construction.
(b) A polyester print, size A1 having a minimum thickness of 0,5mm, shall be submitted by the Contractor to the Regional Representative at an early stage for approval by the Directorate: Structural Engineering Services.
(c) The drawings shall be signed by a Registered Professional Engineer whose name appears on the Departmental panel for structural work.
(d) In the case of systems buildings, approval shall be given with submission of the contract drawings on acceptance of the tender.
The following minimum information shall be shown on the drawings:
(a) Details of the roof system with the position of the rafters and purlins indicated thereon as well as typical elevations.
-B20-
Carpentry and JoineryBill No. 4Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
(b) Bracing as recommended by the Institute for Timber Construction.
(c) Sizes and grading of the timber components.
(d) Truss sizes, e.g. height of ridge or angle of pitch.
(e) Plate sizes for every construction point. (Code numbers only are deemed insufficient).
(f) Seperate connection details for hip, valley and jack rafters.
(g) Maximum spacing for purlins and brandering to ceilings shall be according to Subclauses 7.6.1 and 7.6.2 and Clauses 7.8, 7.9 and 9.5.
(h) The type of roof covering as well as the design load. Over and above the supervision undertaken by the Representative / Agent, the Truss Fabricator or his Design Engineer shall inspect the completed roof structure and issue a certificate of confirmation to the Department that:
"The roof structure(s) has (have) been erected in accordance with the Design Engineer's drawings, as accepted by the Department, and the relevant details given in the manual "THE ERECTION AND BRACING OF TIMBER ROOF TRUSSES" issued by the National Timber Research Institute and the Institute for Timber Construction".
Descriptions of frames shall be deemed to include frames, transomes, mullions, rails, etc.
Joinery:
Descriptions of hardwood joinery shall be deemed to include pelleting of bolt holes.
-B21-
Carpentry and JoineryBill No. 4Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
All nailing of timber roof trusses, purlins, etc shall be done with galvanised nails. In coastal areas, copper, aluminium or stainless steel nails shall be used.
Fixing:
Items described as "nailed" shall be deemed to be fixed with hardened steel nails or shot pins to brickwork or concrete.
Where items are described as "bolted" the bolts have been measured elsewhere.
ROOFS ETC
12m38 x 114mm Wall plate.1
Sawn softwood:
26m38 x 152mm Rafters. (Provisional).2
2,592m38 x 50mm Purlins.3
22m50 x 76mm Bearer fascia support (Provisional).4
Wrought softwood:
280NoTRI FIX or equal hurricane clip fixed using 10 x 32mm galvanised clout nails (Provisional).
5
Sundries:
-B22-
Carpentry and JoineryBill No. 4Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
PREFABRICATED ROOF TRUSSES, ETC.
Prefabricated timber roof trusses shall be constructed of South African pine by a firm of specialist designer manufacturers. Trusses to be a minimum of 1200mm centres and are to support metal roof covering. Ceilings are either gypsum plasterboard or claddit (suspended or fixed). Prices must include for the design , plans and approval of all timber trusses and no claim shall be considered. An Engineers approval certificate is required once the roof truss installation is complete and is for the contractors account.
The contractor will be required to provide a certificate of approval signed by a reigistered Profesional Engineer that the trusses have been designed, manufactured and installed in accordance with the relevant SABS specifications
Plate nailed timber roof truss construction:
6NoMono pitch truss 16,00 x 1,80m high overall with 1200mm eaves overhang with truss sprocket at eaves
6
Allow for the manufacture of plate nailed timber roof trusses and delivery to site
90m2Two coats creosote on sawn timbers7
Sundries
EAVES, VERGES, ETC
60m
12 x 225mm Fascia board three times drilled, and brass screwed to and including 38 x 50 x 114mm long S.A. Pine cleats twice brass screwed to rafter foot including galvanised steel H-profile jointing strips, screws, holes etc.
8
Pressed fibre-cement:
3NoExtra on last for splay cut end.9
4NoExtra for 90 degree bend.10
-B23-
Carpentry and JoineryBill No. 4Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
66m
80 x 275 x 12mm Barge board drilled and brass screwed to purlin ends including galvanised steel H-profile jointing strips, screws, holes etc.
11
-B24-
Carpentry and JoineryBill No. 4Section No. 2
Carried to Collection R
Carpentry and Joinery
Section No. 2
Bill No. 4
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
24
23
22
21
20
19Total Brought Forward from Page No.
-B25-
Carpentry and JoineryBill No. 4Section No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 5
PLASTERING
The Tenderer is referred to the relevant Clauses in the separate document Model Preambles for Trades (1999 Edition), the Department of Public Works document No. OW 371 Specification of Materials and Methods to be used and to the Supplementary Preambles which are incorporated at the front of these Bills of Quantities.
PREAMBLES
SUPPLEMENTARY PREAMBLES
Proprietary products shall be used as specified. Substitute products of similar quality and specification may only be used with prior approval by the Principal Agent.
Proprietary products in descriptions:
GRANOLITHIC
161m2Average 40mm thick on horizontal top surfaces to falls 1
Untinted granolithic on concrete
188m250mm high monolithic upwards sloping concave skirting as per Drawing POL 2012 / B1
2
-B26-
PlasteringBill No. 5Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
HIGH BUILD EPOXY WALL FINISH
480m2On walls.3
Apply multi component, solvent free, pigmented hi-build epoxy wall coating to mechanically sound plaster. Plaster to have a moisture content of less than 5% and be acid etched prior to application of first coat. Application is to be carried out by a specialist sub contractor approved by the supplier of the epoxy coating. Plaster to be checked for moisture content prior to application and confirmation of receipt of this to be supplied to the architects before any epoxy coatingsare applied. Fill all defects in screed using scraper coat as specified by the epoxy coating manufacturer. Apply one coat primer as required by epoxy supplier. Over coat with one coat hi-build, self leveling epoxy to give finished coat thickness of 3mm:
EPOXY FLOOR FINISH
34m2On floors4
Prepare and prime concrete with Vuka Prime 102 then install Vuka Lux solvent free epoxy at 2mm to 3mm thickness in strict accordance with the technical data obtainable from Vuka Floors or similar approved
161m2On floors.5
Vuka Crete HD water based polyurethane compound 9mm thick in strict accordance with the manufacturer's technical data or similar approved
-B27-
PlasteringBill No. 5Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
INTERNAL PLASTER
480m2On walls.6
Cement plaster on brickwork:
20m2In narrow widths.7
161m2On ceilings8
Cement plaster on concrete
EXTERNAL PLASTER
180m2On walls.9
Cement plaster on brickwork:
5m
90mm x 90mm, 1.5mm thick 304 Grade Stainless Steel Corner protectors (90°) in Satin finish supplied with pre-drilled holes.
10
CORNER PROTECTORS, DIVIDING STRIPS, ETC
-B28-
PlasteringBill No. 5Section No. 2
Carried to Collection R
Plastering
Section No. 2
Bill No. 5
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
28
27
26Total Brought Forward from Page No.
-B29-
PlasteringBill No. 5Section No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 6
PLUMBING AND DRAINAGE (PROVISIONAL)
The Tenderer is referred to the relevant Clauses in the separate document Model Preambles for Trades (1999 Edition), the Department of Public Works document No. OW 371 Specification of Materials and Methods to be used and to the Supplementary Preambles which are incorporated at the front of these Bills of Quantities.
PREAMBLES
SUPPLEMENTARY PREAMBLES
Proprietary products shall be used as specified. Substitute products of similar quality and specification may only be used with prior approval by the Principal Agent.
Proprietary products in descriptions:
Pipes shall be hard drawn and half-hard pipes of the class stated. Class 0 (thin walled hard drawn) pipes shall not be bent. Class 1 (thin walled half-hard), class 2 (half-hard) and class 3 (heavy walled half-hard) pipes shall only be bent with benders with inner and outer formers. Fittings to copper waste, vent and anti-syphon pipes, capillary solder fittings and compression fittings shall be 'Cobra Watertech' type. Capillary solder fittings shall comply with ISO 2016. Only compression fittings shall be used in walls or in ground.
Copper pipes:
Chasing pipes into new walls shall be regarded as "building in" and is not measured separately. The cost of chasing, wrapping in suitable bown paper and making good shall be included in the rates for pipes.
Chasing:
-B30-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
No allowance for holes and drilling for pipes through new walls has been made in these bills of quantities, the price for all holes and making good shall be deemed to be included in the description of pipes.
Holes for pipes through new walls:
Where fittings have reducing ends or branches they are described as 'reducing'. In the case of pipes with diameters not exceeding 60mm only the largest end or branch size is given. Should the Contractor wish to use other fittings and bushes or reducers he may do so on the understanding that no claim in this regard will be entertained. In the case of pipes with diameters exceeding 60mm all sizes are given and no claim for extra bushes, reducers, etc will be entertained.
Reducing fittings:
Descriptions of pipes laid in trenches shall be deemed to include for carting away all surplus excavated material to a dumping site located by the contractor.
Description of pipes laid in trenches:
No claim for rock excavation will be entertained unless the Contractor has timeously notified the quantity surveyor thereof prior to backfilling.
Excavations:
'Soft rock' and 'hard rock' shall be as defined in 'Earthworks'.
Pipes shall be laid and bedded and trenches shall be carefully backfilled in accordance with manufacturers' instructions.
Laying, backfilling, bedding, etc of pipes:
Where no manufacturers' instructions exist pipes shall be laid in accordance with clauses 5.1 and 5.2 of each of the following: SABS 1200 L : Medium pressure pipelines LD : Sewers LE : Stormwater drainage Pipe trenches etc shall be backfilled in accordance with clause 3, 5.5, 5.6, 5.7 and 7 of SABS 1200DB: Earthworks (Pipe trenches) Clause 5.7.2 will only be applicable if authorised by the Engineer in writing.
-B31-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
Flush pans shall have straight or side outlets and 'P' or 'S' traps as necessary.
Flush pans:
Units shall have standard aprons on all exposed edges and tiling keys against walls where applicable.
Stainless steel basins, sinks, wash troughs, urinals, etc:
Descriptions of wall mounted, floor standing, drop-in, etc type sanitary fittings shall be deemed to include fixing in position and all fixing accessories.
Fixing:
Descriptions of proprietary items shall include fixing in position and all fixing accessories as specified by the manufacturer.
Descriptions of waste unions shall be deemed to include rubber or vulcanite plugs and chains fixed to fittings.
Waste unions:
Electrical sleeve pipes to be Class 34 and are to include for draw wires.
Sleeve pipes:
-B32-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
RAINWATER DISPOSAL:
40m155 x 100 x 115mm Aluminium ogee roof gutters with baked enamel finish fixed with concealed brackets
1
0,6mm Chromadek seamless gutters and rainwater pipes
4NoExtra over gutter for stopped end.2
3NoExtra over gutter for outlet for 100 x 75mm pipe3
16m75 x 100mm Diameter rainwater pipes 4
4NoExtra over rainwater pipe for shoe. 5
4NoExtra over rainwater pipe for eaves or plinth offset 1 200mm projection.
6
5No
OVE Model OSPA1 or FRANKE Model 356185 or similar and approved vandal proof WC pan manufactured from 1.2mm grade 304 (18/10) stainless steel, fully welded and polished to a no. 4 satin finish, L=485mm, W=390mm, H=435mm with circular flushing rim & bowl, full flow P-trap, 38mm diameter supply flush pipe: both with sufficient length to protrude through the wall.(All connections to be outside). Integral 35mm wide fixing flange to both sides and top, 7 times bolted to wall and floor complete with expanded metal mesh for mechanical bond for plaster / screed to the pan flange. Required pipe lengths 1500mm. Complete as per Drawing POL 2012/S1
7
SANITARY FITTINGS
5No
WALCRO No.104C or similar and approved brass back entry non hold open Toilet Flush Valve with integral vacuum breaker and modified push-rod connector, complete with 38mm flushpipe, bend & pan connector. Prison type brass finished ECONOFLUSH as type KF3.404 is an approved alternative including elbow, Straight pipe and pan connector. Complete as per Drawing POL 2012/S1
8
-B33-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
3No
OVE Model OSB1A/125 or similar and approved vandal proof hand wash basin manufactured from 102mm Grade 304 AISI (18/10) stainless steel: fully welded and polished to a no.4 satin finish; size 340 x 350 x 125mm, including a fitted 15mm push-button tap mounted at top with 38mm CP brass waste outlet, built flush into brick wall and secured with steel lugs complete as Drawing POL 2012/S2
9
1NoDouble Bowl washing trough10
3No
Kwikot Model SUR-BOWL-TE Grade 304 (18/10) Stainless Steel bowl urinal (Code: SUR-BOWL-TE), size 330 x 415mm high with 40mm waste outlet fixed to wall with anchor bolts, all in accordance with manufacturer`s recommendations or similar and approved
11
WASTE UNIONS ETC
6No32mm Code 301 chrome plated basin waste union.12
Waste unions etc:
TRAPS ETC
3No
Bottle trap (Code: 345/50) includes bottle trap, with 75mm deep re-seal and adjustable telescopic pipe, 1 1/4" female inlet x 40mm diameter outlet for pvc tube chrome plated
13
'Cobra Watertech' or equal and Architect approved traps etc:
3No
WALCRO metering Shower rose CIRS-V2 with 150 NHS shower valve or similar and approved min 2400mm above FFL as per POL 2012/S3
14
TAPS, VALVES, ETC
3No
In-Line Demand non hold open type stopcock as Walcro type 111D with prison type push rod assembly or similar and approved, with unions both sides for servicing
15
-B34-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
3No
Push-button metering non-hold open valve as Walcro 150 C with prison type push rod assembly or similar and approved. Secured to wall with 100x65x7mm MS angle 100mm long and shaped around valve
16
2No19mm Heavy Duty Bib taps17
3No28 mm Brass fullway gate valve. 18
Rough finish brass steel:
4No32 mm Ditto. 19
2No28 mm Brass full way gate valve and connecting to HDPE pipe.
20
SANITARY PLUMBING
35m40mm Waste piping fixed to walls.21
uPVC piping (SABS 967-1987):
40m50mm Ditto.22
65m110mm Ditto.23
32m50mm Pipe and laying in ground or filling not exceeding 2m deep including excavation, filling in and ramming.
24
55m110mm Ditto.25
6NoSplay cut end to 40mm Pipe.26
4NoDitto to 50mm pipe.27
4NoLabour bend to 40mm pipe.28
8No40mm Bend.29
Extra over uPVC piping for:
6No50mm Ditto.30
5No110mm Ditto.31
5No110mm Pan connector.32
-B35-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
5No110mm Bent pan collar.33
6No40mm Access bend.34
7No50mm Ditto.35
4No110mm Ditto.36
5No50 x 40mm Straight reducer.37
4No40mm Junction.38
7No50mm Ditto.39
4No110mm Ditto.40
4No40mm Access junction.41
3No50mm Ditto.42
2No110mm Ditto.43
3No110mm Access bend with anti-syphon horn.44
ItemTesting waste water pipe system.45
Testing:
-B36-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
WATER SUPPLIES
Pipes shall be hard drawn and half-hard pipes of the class stated. Class 0 (thin walled hard drawn) pipes shall not be bent. Class 1 (thin walled half-hard), class 2 (half-hard) and class 3 (heavy walled half-hard) pipes shall only be bent with benders with inner and outer formers. Fittings to copper waste, vent and anti-syphon pipes, capillary solder fittings and compression fittings shall be 'Cobra Watertech' type. Capillary solder fittings shall comply with ISO 2016. Only compression fittings shall be used in walls or in ground.
Copper pipes:
Unless specifically otherwise stated, descriptions of pipes shall be deemed to include for fixing to walls etc. casting in, building in or suspending not exceeding 1m below suspension level
Fixing of pipes
Where pipes have been chased in walls, the price for making good of plaster and paint etc shall be deemed to be included in the discription of pipe chased in walls.
Copper pipes chased in walls:
Where fittings have reducing ends or branches they are described as 'reducing'. In the case of pipes with diameters not exceeding 60mm only the largest end or branch size is given. Should the Contractor wish to use other fittings and bushes or reducers he may do so on the understanding that no claim in this regard will be entertained. In the case of pipes with diameters exceeding 60mm all sizes are given and no claim for extra bushes, reducers, etc will be entertained.
Reducing fittings:
75m15mm Pipe chased into brick walls.46
Class 2 copper pipes:
45m22mm Ditto.47
27m28mm Ditto.48
-B37-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
32m32mm Ditto.49
32m
42mm Pipe and laying in ground or filling not exceeding 1m deep including excavation in earth, filling in and ramming.
50
6No15mm Fittings.51
Extra over class 2 copper pipes for capillary fittings:
9No22mm Fittings.52
15No28mm Fittings.53
21No32mm Staight reducer.54
12No32mm Tee.55
9No32mm Reducing tee.56
9No42mm Ditto.57
3No200 Litre water geyser58
Electric water heaters:
ItemTesting water supply pipe system.59
Testing:
1No
'Everyway' hose reel complete with 30m rubber hose, chromium plated stopcock, shut-off nozzle and wall bracket.
60
FIRE APPLIANCES ETC.
3No
9kg Dry chemical fire extinguisher with mounting bracket fixed to and including 19 x 144 x 500mm high wrought meranti backing board, four times bolted to wall with M8 expansion bolts..
61
-B38-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
WATER SUPPLIES TO FIRE APPLIANCES
25m28mm pipes. 62
Class 2 copper pipes:
42m35mm Pipes.63
6No28mm Fittings.64
Extra over class 2 copper pipes for brass compression fittings:
7No35mm fittings.65
ItemTesting fire water pipe system.66
Sundries:
-B39-
Plumbing and DrainageBill No. 6Section No. 2
Carried to Collection R
Plumbing and Drainage
Section No. 2
Bill No. 6
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
39
38
37
36
35
34
33
32
31
30Total Brought Forward from Page No.
-B40-
Plumbing and DrainageBill No. 6Section No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 7
GLAZING
The Tenderer is referred to the relevant Clauses in the separate document Model Preambles for Trades (1999 Edition), the Department of Public Works document No. OW 371 Specification of Materials and Methods to be used and to the Supplementary Preambles which are incorporated at the front of these Bills of Quantities.
PREAMBLES
SUPPLEMENTARY PREAMBLES
Proprietary products shall be used as specified. Substitute products of similar quality and specification may only be used with prior approval by the Principal Agent.
Proprietary products in descriptions:
All glazing shall be in accordance with SABS 0400 - 1990, SABS 1263 - 1. All safety flazing materials (individual panes) shall be permanently marked. Such marking shall be visible after glazing process. If it is not marked, it is not safety glass.
GLAZING TO STEEL WITH PUTTY
17m2Panes exceeding 0,1m2 and not exceeding 0,5m2.1
6.38mm Clear Laminated Safety Glass:
-B41-
GlazingBill No. 7Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
TOPS, SHELVES, DOORS, MIRRORS, ETC.
3NoMirror 450 x 1000mm high with four screws.2
6mm Silvered float glass copper backed mirrors with polished edges holed for and fixed with chromium plated dome capped mirror screws with rubber buffers to plugs in brickwork or concrete:
-B42-
GlazingBill No. 7Section No. 2
Carried to Collection R
Glazing
Section No. 2
Bill No. 7
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
42
41Total Brought Forward from Page No.
-B43-
GlazingBill No. 7Section No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 8
PAINTWORK
The Tenderer is referred to the relevant Clauses in the separate document Model Preambles for Trades (1999 Edition), the Department of Public Works document No. OW 371 Specification of Materials and Methods to be used and to the Supplementary Preambles which are incorporated at the front of these Bills of Quantities.
PREAMBLES
SUPPLEMENTARY PREAMBLES
Proprietary products shall be used as specified. Substitute products of similar quality and specification may only be used with prior approval by the Principal Agent.
Proprietary products in descriptions:
All work to be executed in strict accordance with the specifications of the paint manufacturer.
Where surfaces of plaster etc are sandy / friable, the first coat must be replaced with plaster primer thinned 10% with turpentine.
PAINTWORK ETC TO NEW WORK
ON PLASTERED SURFACES
500m2Interior walls.1
Prepare and apply one undercoat and paint with two coats Heavy duty , light coloured oil base coating:
180m2Exterior walls2
161m2Ceilings3
-B44-
PaintworkBill No. 8Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
ON BRICK SURFACES
120m2Facings (Externally).
4
Clean down with spirits of salts solution and apply two coats silicone-based brick dressing on:
ON WOOD
50m2General surfaces of timbers at eaves.5
Prepare and apply one coat wood primer, one undercoat and two coats superior quality smooth gloss enamel on:
ON METAL
53m2Exterior gates, grilles, burglar screens, balustrades, etc. (both sides measured over the full flat area).
6
Clean down thoroughly with galvanised iron cleaner, wash down with water, prime with one coat galvanised metal primer and finish with two coats superior universal non drip enamel on:
22m2Windows with burglar bars (both sides measured).7
Clean down thoroughly with galvanised iron cleaner, wash down with water, prime with one coat metal primer and finish with two coats superior quality enamel on:
-B45-
PaintworkBill No. 8Section No. 2
Carried to Collection R
Paintwork
Section No. 2
Bill No. 8
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
45
44Total Brought Forward from Page No.
-B46-
PaintworkBill No. 8Section No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 9
ELECTRICAL INSTALLATIONS
The Tenderer is referred to the relevant Clauses in the separate document Model Preambles for Trades (1999 Edition), the Department of Public Works document No. OW 371 Specification of Materials and Methods to be used and to the Supplementary Preambles which are incorporated at the front of these Bills of Quantities.
PREAMBLES
10,000.00ItemAllow the amount of R 10,000.00 for removing existing Electrical installations
1
Removal of Existing Electrical Installations
28No
Light Fittings: 356mm x 138mm x 95mm, 2x19W, LED Light with 2225lm lumen per lamp, Tamper-proof (see specification)
2
New Work
10NoFlush Light Switch (1 lever, 1 way)3
3NoFlush TV Socket4
6NoFlush 2 x16A Switched Socket5
4NoFlush 1 x16A Switched Socket6
10NoGalvanised Steel Flush Mount Wall Box - Light Switch (105 x 65 x 45D mm) - (2 x 4 Wall Box)
7
13NoGalvanised Steel Flush Mount Wall Box - Light Switch (105 x 105 x 45D mm) - (4 x 4 Wall Box)
8
4NoGalvanised Steel 1-Way Conduit Box9
4NoGalvanised Steel 2-Way Conduit Box10
12NoGalvanised Steel Angle Conduit Box11
-B47-
Electrical InstallationsBill No. 9Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
4NoGalvanised Steel 4-Way Conduit Box12
340mGalvanised Steel 20mm Diameter Conduit13
102NoGalvanised Steel 20mm Coupling14
2NoGalvanised Steel 20mm Diameter 90 degree Bend15
204NoGalvanised Steel 20mm Dia Saddles16
1NoIssuing of COC (Certificate of Compliance)17
1NoAs-Built Drawings Markup18
1NoDB Labelling & Cable Marking19
1NoComplete Surface-Mounting DB (see drawing)20
30m25mm2 4 core SWA copper cable21
30m16mm2 Bare Copper Earthwire22
1NoTV Aerial & accessories23
160m2.5mm2 PVC Insulated Wiring Conductor - Red24
160m2.5mm2 PVC Insulated Wiring Conductor - Black25
160m2.5mm2 PVC Insulated Wiring Conductor - Blue26
320m2.5mm2 Bare Copper Wiring Conductor27
160m4mm2 PVC Insulated Wiring Conductor - Red28
160m4mm2 PVC Insulated Wiring Conductor - Black29
480m4mm2 Bare Copper Wiring Conductor30
480m6mm2 PVC Insulated Wiring Conductor - Red31
480m6mm2 PVC Insulated Wiring Conductor - Black32
Not PricedItemAccessories for Steel Conduit tubing (including tamper-proof screws)
33
-B48-
Electrical InstallationsBill No. 9Section No. 2
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
Not PricedItem
Accessories for mounting Kitchen Cells DB & Connection of Supply Cable to the DB (including tamper-proof screws, Cable ties, Glands & etc)
34
-B49-
Electrical InstallationsBill No. 9Section No. 2
Carried to Collection R
Electrical Installations
Section No. 2
Bill No. 9
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
49
48
47Total Brought Forward from Page No.
-B50-
Electrical InstallationsBill No. 9Section No. 2
Carried Forward to Summary of Section No. 2 R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SECTION SUMMARY - KITCHEN CELL RENOVATIONS
BillNo
PageNo
Amount
11Alterations and Demolitions1
14Waterproofing2
18Roof Coverings3
25Carpentry and Joinery4
29Plastering5
40Plumbing and Drainage6
43Glazing7
46Paintwork8
50Electrical Installations9
-B51-
Section No. 2
Carried to Final Summary R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SECTION 3
DAYWORKS
BILL No. 1
40hrForeman1
Labour
5hrSteel fixer2
20hrConcretor3
40hrChargehand4
20hrArtisan (Welder, Plumber, etc)5
20hrPipe layer6
20hrSemi Skilled Labourer7
20hrUnskilled Labour8
20hrSecurity guard9
300,000.00ItemAllow for Provisional Sum of R 300,000.00 (Three Hundred Thousand Rand) for materials
10
Materials
10,000.00ItemOverheads, charges and profit on materials11
10hrFront-end Loader, approx. flywheel power 145 kW12
Plant (rates include establishments)
20hrBack acting excavator, approx. flywheel power 100 kW13
20hrHand vibrating compactor, static mass14
8hrMobile Crane, 5 tonne at 3m radius15
-B52-
DayworksBill No. 1Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
20hrCompressor, 10.3 m3/min including tools and hoses16
20hrPoker vibrator17
20hrConcrete Mixer 0.3 m3 dry mix capacity18
20hr50 mm Water Pump including hoses19
20hrTipper, 10 m3 capacity20
5hrTipper, 5 m3 capacity21
8hrFlat bed, 7 tonne capacity22
8hrFlat bed, 5 tonne capacity23
40hr1 tonne LDV24
-B53-
DayworksBill No. 1Section No. 3
Carried to Collection R
Dayworks
Section No. 3
Bill No. 1
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
53
52Total Brought Forward from Page No.
-B54-
DayworksBill No. 1Section No. 3
Carried Forward to Summary of Section No. 3 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SITE CLEARANCE AND EARTHWORKS
BILL No. 2
Alterations and Demolitions
180m2Making good brickwork at end of one brick wall1
Making good brickwork
180m2Floors in patches2
Making good untinted granolithic
280t.kmCart materials and debris to unspecified sites and dump (provisional)
3
100mTemporary fencing closure4
115m2Demolition of Building Structure5
100mDemarcation Fencing - Allow R 600 per metre6
290m
Removal of existing Valves for uPVC pipe diameters ranging from 50mm to 355mm and hand over to Municipality or dispose as instructed by the engineer.
7
350m2Saw cut, remove and dispose of reinfrorced concrete and tiling up to 200mm thickness
8
Excavations
Rate Onlym2Remove and temporarily store paving block units9
Rate Onlym2Remove and temporarily store grass sods10
Rate OnlymRemove and temporarily store all types of kerbs11
12m3valve boxes and other small concrete works12
a) Excavate in all materials and place within free haul distance for :
-B55-
Site Clearance and EarthworksBill No. 2Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
Rate Onlym3Restricted excavation in all material along the road reserves and dispose from the site
13
130m3Hard rock material14
Extra-over items (a) for excavation in:
50m3Allow for restricted blasting around existing pipework15
180m3To make up deficiency in blanket material for bulk fill from designated borrow pits
16
Import Material
180m3To make up deficiency in blanket material for bulk fill from commercial borrow pits
17
80m3
Importing of G5 material from commercial, lay and compact to 95% Mod. AASHTO at identified sections along the pipe route
18
Rate OnlyNoOpening and closing down of designated borrow pits19
40m3Deal with overburden20
4,000.00ItemAdditional lateral support (Provisional) for ensuring the stability of the excavation
21
Existing Services
Existing services that intersect or adjoin pipe trench excavations
10No i) Electric cables22
a) Services that intersect a trench
10No ii) Telephone/Eskom cables23
10No iii) Stormwater/Sewer pipe not exceeding 1200mm diameter
24
10No iv) Water main up to 300mm diameter25
10No iv) Water main exceeding 300mm but not exceeding 600mm diameter
26
-B56-
Site Clearance and EarthworksBill No. 2Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
10Novi) Overhead cables27
150mi) Electric cables28
b) Services that adjoin a trench
150m ii) Telephone/Eskom cables29
150m iii) Stormwater/Sewer pipe not exceeding 1200mm diameter
30
150miv) Water main up to 300mm diameter31
150m v) Water main exceeding 300mm but not exceeding 600mm diameter
32
200m vi) Overhead cables33
600m3Hand excavation for the detection, exposure and protection of existing services
34
90,000.00Item
Supply specialist equipment for detection of fire hydrant connections and stand connections. Allow the amount of R 90,000.00
35
-B57-
Site Clearance and EarthworksBill No. 2Section No. 3
Carried to Collection R
Site Clearance and Earthworks
Section No. 3
Bill No. 2
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
57
56
55Total Brought Forward from Page No.
-B58-
Site Clearance and EarthworksBill No. 2Section No. 3
Carried Forward to Summary of Section No. 3 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SEWER
BILL No. 3
Excavation
95mExceeding 0.0m but not exceeding 1.0m1
a) Excavate in all materials for trenches backfill, compact, and dispose of surplus/unsuitable material, for pipes: up to 200 mm in diameter for total trench depth:
75mExceeding 1.0m but not exceeding 2.0m2
65mExceeding 2.0m but not exceeding 3.0m3
35mExceeding 3.0m but not exceeding 4.0m4
Rate OnlymExceeding 0.0m but not exceeding 1.0m5
b) Excavate in all materials for trenches backfill, compact, and dispose of surplus/unsuitable material, for pipes: over 200 mm up to 400 mm in diameter for total trench depth:
Rate OnlymExceeding 1.0m but not exceeding 2.0m6
Rate OnlymExceeding 2.0m but not exceeding 3.0m7
Rate OnlymExceeding 3.0m but not exceeding 4.0m8
280m3Breaking reinforced concrete surface beds9
Extra-over items (a) for (provisional):
-B59-
SewerBill No. 3Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
Shore trench:
120mExceeding 1.0m but not exceeding 2.0m10
Shore trench opposite structure or service or in unsuitable excavated materials for depths
10mExceeding 2.0m but not exceeding 3.0m11
Rate OnlymExceeding 3.0m but not exceeding 4.0m12
Pipework
Rate Onlyma) 110 mm dia13
Supply, lay, joint, bed Class B bedding and test uPVC Heavy Duty Class 34 pipes
150mb) 160 mm dia14
90mb) Allow for pipe jacking15
Manholes
2mExceeding 0.0m but not exceeding 1.0m16
Precast concrete manholes 1050 mm diameter complete with step irons and heavy duty Type 2A concrete cover and frame as per drawings for depths:
2mExceeding 1.0m but not exceeding 2.0m17
2mExceeding 2.0m but not exceeding 3.0m18
50,000.00Item
a) Allow for supply and connecting a standby pump at the sewer treatment plant as specified by the mechanical engineer, including all connections. Allow the amount of R 50,000.00 (Fifty Thousand Rand Only)
19
Sewer Pump
2,500.00ItemOverheads, charges and profit on item (a) above20
-B60-
SewerBill No. 3Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
2NoBreak into existing manhole and connect new 160mm sewer pipe complete
21
Connect to Existing
2NoBreak into existing 160mm sewer line , construct new manhole and connect new sewer pipe complete
22
2NoBreak into existing 250m sewer line , construct new manhole and connect new sewer pipe complete
23
Rodding Eyes
5Noup to 1.0 m24
Supply and install sewer rodding eyes complete as per detail drawings for depths:
Existing Services
5,000.00ItemPermanent protection of existing service25
Dealing with services
5,000.00ItemTemporary protection of existing service26
200m3Selected granular material (cradle)27
Provision of bedding from all sources
120m3Selected fill material (blanket)28
5m3Concrete bedding cradle in strength concrete Grade 15 MPa/19 mm
29
10NoDensity Tests30
Tests ordered by the Engineer
20NoMod.AASHTO. Max dry density test31
60m3Supply and place natural permeable material from approved sources, 19 mm nominal size
32
Subsurface Drains
-B61-
SewerBill No. 3Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
220m2Supply and Install Synthetic-fibre Filter Fabric 33
1,500m110 mm internal diameter, unperforated34
Supply, handle, lay and bed SABS 791 class 51 normal duty uPVC pipes for subsurface drains, complete with socketed rubber ring-coupled joints:
-B62-
SewerBill No. 3Section No. 3
Carried to Collection R
Sewer
Section No. 3
Bill No. 3
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
62
61
60
59Total Brought Forward from Page No.
-B63-
SewerBill No. 3Section No. 3
Carried Forward to Summary of Section No. 3 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
BILL No. 4
GREASE TRAP CONSTRUCTION
Earthworks
25m3Holes.1
Excavation in earth not exceeding 2m deep:
2m3Soft rock.2
Extra over trench and hole excavations in earth for excavation in:
1m3Hard rock.3
25m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor.
4
Extra over all excavations for carting away:
29m2Sides of trench and hole excavations not exceeding 1,5m deep.
5
Risk of collapse of excavations:
ItemKeeping excavations free from mud and all water including subterranean sources.
6
Keeping excavations free of water:
3m3Backfilling to trenches, holes, etc.7
Earth filling obtained from the excavations and / or prescribed stock piles on site compacted to 95% Mod. AASHTO density:
3m3Under floors, steps, pavings, etc.8
Earth filling (G5 material) supplied by the contractor compacted to 95% Mod AASHTO density:
-B64-
Grease TrapBill No. 4Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
1m3Under floors etc. (Provisional).9
Coarse river sand filling supplied by the contractor:
12m2
Compaction of ground surface under floors etc including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density.
10
Compaction of surfaces:
3NoAllow for compaction tests by an approved laboratory to determine density of filling material.
11
Prescribed density tests on filling:
12m2
Under floors, etc., including forming and poisoning shallow furrows against foundation walls, etc., filling in furrows and ramming.
12
Approved brand of anti-termite soil poison applied by a Registered Pest Control company and guaranteed against termite infestation for ten years:
29m2To bottoms and sides of trenches, holes, etc.13
Concrete, Formwork and Reinforcement
1m3Surface blinding under footings and bases.14
15Mpa/19mm Concrete
3m3Bottom slab (Provisional).15
25MPa / 19mm Reinforced Concrete:
2m3Top slab16
4NoMaking and testing set of three 150x150x150mm concrete strength test cubes (Provisional).
17
Test blocks:
-B65-
Grease TrapBill No. 4Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
25m2Surface beds, slabs, etc18
Finishing top surfaces of concrete smooth with a power float:
6m2Slabs (Provisional).19
Rough Formwork to Sides:
12m2Slabs20
Smooth Formwork to Soffits:
4m10mm Joints not exceeding 300mm high (Provisional).21
Expansion joints with bitumen impregnated softboard between vertical concrete or brick surfaces:
2m50 x 3mm Saw cut joints in top of concrete22
Saw cut joints
37m2REF. 245 fabric reinforcement in concrete surface beds, slabs, etc.
23
Fabric reinforcement:
250kg8mm Diameter bars.24
Mild steel reinforcement to structural concrete work:
250kg12mm Diameter bars.25
High tensile steel reinforcement to structural concrete work:
250kg10mm Diameter bars.26
-B66-
Grease TrapBill No. 4Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
Masonry
13m2230mm brick walls.27
Brickwork of NFX bricks (14 MPa nominal compressive strength) in Class I mortar:
29m2345mm brick walls.28
29m2To walls (Provisional).29
Bagging and sealing the outer face of the inner skin of walls with 1:3 cement and sand mixture and seal with two coats "Brixeal" bitumen emulsion waterproofing coating:
29m2
12mm Bitumen impregnated fibre board built in vertically or horizontally between brick skins, concrete, etc (Provisional).
30
Joint forming material in movement joints:
6m10 x 12mm In expansion joints in walls including raking out expansion joint filler as necessary (Provisional).
31
Approved polysulphide sealing compound including backing cord, bond breaker, primer etc.:
114m115mm Wide reinforcement built in horizontally.32
Brickwork reinforcement:
165m230mm Wide reinforcement built in horizontally.33
4m2Extra over brickwork for face brickwork externally.34
Face brick to match existing or equal Architect approved face bricks pointed with weathered joints and perpends
Plumbing and Drainage
53m110mm Pipe and laying in filling under solid floors.35
uPVC piping (SABS 967-1987):
80m160mm Pipe and laying in filling under solid floors.36
-B67-
Grease TrapBill No. 4Section No. 3
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
3No110mm Bend37
Extra over uPVC piping for:
10No110mm junction38
4No110mm Inspection eye39
1No110mm Two way vent valve40
1No110mm Bent pan collar41
3No160mm Bend42
ItemTesting waste water pipe system.43
Testing:
4No600 x 450 Cast Iron Manhole covers44
Manhole Covers
-B68-
Grease TrapBill No. 4Section No. 3
Carried to Collection R
Grease Trap
Section No. 3
Bill No. 4
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
68
67
66
65
64Total Brought Forward from Page No.
-B69-
Grease TrapBill No. 4Section No. 3
Carried Forward to Summary of Section No. 3 R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SECTION SUMMARY - CIVIL WORKS
BillNo
PageNo
Amount
54Dayworks1
58Site Clearance and Earthworks2
63Sewer3
69Grease Trap4
-B70-
Section No. 3
Carried to Final Summary R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SECTION 4
FIRE SERVICES INSTALLATIONS
BILL No. 1
Preliminaries and General
Item
The Contractor shall make provision for 4 x copies of O & M Manuals in accordance with the detail in the Standard specification.
1
Operating and Maintenance Manuals
Item
The Contractor shall make provision for a detailed set of As Fitted Layout drawings of the entire installation, as the project progresses.
2
As-Built Layout Drawings
Item
The Contractor shall make provision for a detailed set of shop drawings of the entire installation, prior to the installation on site.
3
Workshop Drawings
Item
The Contractor shall make provision for 1 x Full Year Maintenance and Guarantee of the entire installation. 11 x Standard Maintenance visits and 1 x Major Service is required throughout the 12 months. New fire extinguishers to be serviced in accordance with SANS 10400-T
4
Maintenance and Guarantee
Item
The contractor to allow for penetrations, duct housing, sleeves and all other builder's works associated with the design intent.
5
Builder's Works
Statutory Signage
-B71-
Fire Services InstallationsBill No. 1Section No. 4
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
8NoE3, 200 mm x 450 mm (h x w)6
Supply including delivery and installation and commissioning with 12 months maintenance of the following photo luminescent pictorial and escape signs to comply with SANS 1186-1, SANS 1186-5 and SANS 10114-2. Signs shall be suspended on the ceiling grids or wall mounted as indicated on the tender drawings. Suspended signs to be mounted to the ceiling grid using slypins. All signs are to come in an anodised aluminium frame. Signs are to be mounted between 2-2.5m above finished floor level.
16NoF13, 200 mm x 450 mm (h x w)7
Fire Extinguishers
16No4.5 kg DCP Fire Extinguisher complete with fire cabinet8
Fire extinguishers are to comply with SANS 1151, SANS 1910 and SANS 11601. The installation of the fire extinguishers are to comply with SANS 1475-1 and SANS 10105-1.
Fire Hose Reels
1NoRelocation of 1 fire hose reel9
Fire hose reels shall comply with the requirements of SANS 543. Fire hose reels shall be installed in accordance with SANS 10105-1 and SANS 10400-W and shall be maintained in accordance with the requirements in SANS 1475-2.
1NoRepair of a fire hose reel fire hose reel cabinet10
-B72-
Fire Services InstallationsBill No. 1Section No. 4
Carried to Collection R
Fire Services Installations
Section No. 4
Bill No. 1
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
72
71Total Brought Forward from Page No.
-B73-
Fire Services InstallationsBill No. 1Section No. 4
Carried Forward to Summary of Section No. 4 R
AmountItemNo
Quantity Rate
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
VENTILLATION
BILL No. 2
Preliminaries and General
ItemThe Contractor shall make provision for the lifting and rigging of all his own plant and equipment.
1
Rigging
Item
The Contractor shall make provision for 4 x copies of O & M Manuals in accordance with the detail in the Standard specification.
2
Operating and Maintenance Manuals
Item
The Contractor shall make provision for 1 full day's training of the Clients Staff, on the operation of the installation.
3
Training of Client's Staff
Item
The Contractor shall make provision for a detailed set of As Fitted Layout drawings of the entire installation, as the project progresses.
4
As-Built Layout Drawings
Item
The Contractor shall make provision for a detailed set of shop drawings of the entire installation, prior to the installation on site.
5
Workshop Drawings
ItemThe Contractor shall make provision to commissioning, leakage and flow test the installation during construction
6
Commissioning and Testing
-B74-
VentillationBill No. 2Section No. 4
Carried to Collection R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
Item
The Contractor shall make provision for 1 x Full Year Maintenance and Guarantee of the entire installation. 11 x Standard Maintenance visits and 1 x Major Service is required throughout the 12 months. New fire extinguishers to be serviced in accordance with SANS 10400-T
7
Maintenance and Guarantee
Item
The contractor to allow for penetrations, duct housing, sleeves and all other builder's works associated with the design intent.
8
Builder's Works
Kitchen Prison Cell and Ablution ventilation and fume extraction
6NoTROX Prison Grilles 400 X 400, 9
Installation of Kitchen prison cell and ablution ventilation and fume extraction systems in Cell 1, 2 and 3
6NoSound Attenuators10
3NoIn-line fan 220L/s 200Pa11
40mRound duct 300mm dia12
15mRectangular duct 250 x 250mm13
5mRectangular duct 150 x 150mm14
11NoHygizone system15
45m400 x 400mm around ducts16
Flatex 345 or similar approved hot dipped galvanised screening welded to 40 x 40 x 5mm mild steel angle iron and 40 x 5mm flatbar square tamper proof cage
3NoInstall and commission the ventilation systems17
General, BMS and Recommissioning
-B75-
VentillationBill No. 2Section No. 4
Carried to Collection R
Ventillation
Section No. 4
Bill No. 2
AmountPageNo
COLLECTION
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
75
74Total Brought Forward from Page No.
-B76-
VentillationBill No. 2Section No. 4
Carried Forward to Summary of Section No. 4 R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
SECTION SUMMARY - MECHANICAL INSTALLATIONS
BillNo
PageNo
Amount
73Fire Services Installations1
76Ventillation2
-B77-
Section No. 4
Carried to Final Summary R
Centre Kitchen
Emergency Intervention at Baviaanspoort Correctional
Tender No. DCS07001EM
PageNo
FINAL SUMMARY
SectionNo
Amount
4PRELIMINARIES1
51KITCHEN CELL RENOVATIONS2
70CIVIL WORKS3
77MECHANICAL INSTALLATIONS4
RSUB TOTAL
300,000.00R
Allow the sum of R 300,000.00 (Three Hundred Thousand Rand) for Contingencies to be used or deducted in full at the Principal Agent's discretion.
CONTINGENCIES
RSub Total
RVALUE ADDED TAX (14%)
-B78-
Carried to Form of Tender R
104
Part C3 SCOPE OF WORKS
105
INDEPENDENT DEVELOPMENT TRUST
EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE
KITCHEN
C3 Scope of Work
1 DESCRIPTION OF THE WORKS 1.1 Employer’s objectives
The employer’s objective is to provide for the Emergency Intervention at Baviaanspoort Correctional Centre Kitchen, Gauteng Province
1.2 Overview of the works
Civil Works
- Rerouting sewer line collecting effluent from kitchen toilets to outside the main building. - The 110-diameter sewer line running in the kitchen is to be moved to the outside of the building,
and run under the surface bed of the cells as proposed in (Drawing No. FIJ17008/SE001/REV-A). The pipe diversion will include breaking existing concrete surface beds in the kitchen and cells to accommodate for the new pipe to be laid. There are walls that will be demolished too, but an option of pipe jacking will be explored to minimise the destruction to these areas and considering that the area is extremely confined.
- High pressure cleaning of old sewer pipe line, disinfection of old sewer pipe line and entire kitchen floor and decommissioning of old sewer pipe line
- Upgrading of the grease traps externally - The installation of a standby pump for the sewer treatment plant should also be prioritized as a
breakdown of the only functional pump will render the facility unusable.
Mechanical Installations
- Emergency remedial work to make the kitchen facility fire compliant. The building requires servicing fire hose reels and additional fire extinguishers.
- All ablution areas connected to the kitchen and inmate cells: Install hygizone system to urinals and flush toilet units. Install an 80 L/s disc valve in the ceiling of each shower that is not in an area with sufficient windows opening to outside air.
Architectural
- Renovations to kitchen cells making them habitable. Install high performance epoxy systems to floors and walls
- Replace damaged roof sheeting and trusses to the kitchen cells area - Redo waterproofing to kitchen cell areas - Painting walls with high performance paint to kitchen cells area - Servicing door and window frames in kitchen cells
Electrical Works
- Increasing the number of 16A switched socket outlets to suite the functionality requirements - All switched socket outlets shall be fed via an earth leakage device as per the SANS 10142-1:
Wiring Code. All switches, sockets and other outlet cover plates shall have their respective distribution boards and circuit numbers engraved on the cover in an approved manner.
- All the new plug sockets and switches shall conform to SABS IEC 60669 and SABS IEC 60884 - New lighting to be installed is to have minimum average values that conform to the SANS10114
Code of Practice for Interior Lighting Part 1: Artificial Lighting. All the new fluorescent fitting to be installed should have electronic control gear. Lighting installed inside kitchen cells to be
106
vandal proof. The number of lights per area is recommended to meet the required lighting levels as per requirement on the OHSA regulations. The recommended number of light fittings per area is based on the lighting assessment and caters to ensure that even if we lose 20% of the lights in an area the minimum acceptable illuminance will still always be achieved. These lights can give minimum lumination of 100 Lux per 8 m2 which will ensure compliance with SANS 10114 and the OHSA.
1.4 Location of the works
The designated site is located at Baviaanspoort Correctional Centre Kitchen, Dewagensdrift
1.5 Temporary works There are no temporary works involved on this project
2 DRAWINGS The drawings used for setting up the Bills of Quantities as provided in the bid document
3. MANAGEMENT
3.1 Recording of weather The Contractor shall erect an effective rainfall gauge on the site and record the daily rainfall figures in a book. Such book shall be handed to the employer’s representative for his signature no later than 12 days after rain that is considered to justify an extension of time occurred.
3.2 Unauthorised persons The Contractor shall keep unauthorized persons from the works at all times. Under no circumstances may any person except guards be allowed to sleep on the building site.
3.3 Management meetings
The Employer’s Representative and the Contractor shall hold meetings relating to the progress of the works at regular intervals and at other such times as may be necessary. The Contractor shall attend all site meetings and shall ensure that all persons under his jurisdiction are notified timeously of all site meetings should the Employer’s Representative require their attendance at such meetings. The Contractor shall keep on site a set of minutes of all site meetings, daily records of resources (people and equipment employed), a site instruction book, a complete set of contract working drawings and a copy of the procurement document and make these available at all reasonable times to all persons concerned with the contract.
3.4 Forms for contract administration
The Contractor shall be required to submit an updated contractor monthly report as per IDT template during site meetings, which will be used by the consultant to update the Employer.
3.5 Payment certificates
The Contractor to ensure that the VAT invoice required with each certificate is delivered timeously. The Contractor to ensure timeous submission of all required documentation for the expedient processing of payment certificates, as required by the Employer, e.g. BAS entity forms, company registration details, VAT clearance certificates, contractor’s monthly reports, etc. The Contractor
107
is responsible for such documentation submission. Contractor’s monthly reports to be attached to every payment certificate and no certificate shall be paid without a report for that month.
3.6 ANNEXURES
4.6.1 NEC3 Engineering and Construction Short Contract (ANNEXURE A) 4.6.2 Architectural Specifications (ANNEXURE B) 4.6.3 Detailed Electrical Specifications (ANNEXURE C) 4.6.4 Standard Occupational Health and Safety Specification (ANNEXURE D) 4.6.5 IDT Supplier Questionnaire (ANNEXURE E) 4.6.6 Drawings (Annexure F)
108
Part C4 SITE INFORMATION
109
INDEPENDENT DEVELOPMENT TRUST
EMERGENCY INTERVENTION AT BAVIAANSPOORT CORRECTIONAL CENTRE
KITCHEN
C4 Site Information
Site is located at Baviaanspoort Correctional Centre Kitchen , R513 Dewagensdrift.
110
ANNEXURES
111
ADDENDUM A
ANNEXURE A
NEC3 Engineering and Construction Short Contract
112
ANNEXURE B
ANNEXURE B
Architectural Specifications
T2 DESIGN LAB cc SANITARYWARE SPECIFICATIONS AND DETAILS
BAVIAANSPOORT CORRECTIONAL SERVICES 1702-MAIN KITCHEN REFURBISHMENT
SAPX597 Maximum Security toilet
SAPX597 Heavy Duty Wall and Floor Mounted WC Pan 395 x 550 x 485 mm high. Franke SA to manufacture
unit from Grade 304 (18/10) Stainless Steel, 1,2 mm and 1,6 mm gauge. Unit to be manufactured with a
pressed concealed flushing rim and integral “P” Trap with a 100 mm outlet pipe and a 38 mm back entry inlet
pipe extended to 450 mm. The pan to be manufactured with a shroud, with external flanges for securing the
pan through the wall and into floor with anchor bolts. (Bolts elsewhere measured).
▪ Grade 304 (18/10) Stainless Steel 1.2 mm / 16 mm gauge ▪ Hygienic and vandal resistant ▪ Pressed components to ensure consistent quality and performance ▪ 6 liters flushing ▪ Heavy duty outer casing conceals the plumbing ▪ Pressed concealed flushing rim ▪ Provision for secured fixing through wall and into floor ▪ Optional outlet and flush inlet pipes are available, which can shortened /lengthened to suit plumbing. ▪ Sub-assembly of pan is pickled and passivized to prevent corrosion of the welding inside the inlet and outlet
pipes
Water Conservation and Quality Assurance Complies with SABS and LGA DIN EN International Standards. Please refer to page 3 for details.
The unit is designed to use a back entry flush valve that is installed in a duct behind the toilet. The two 450 mm pipes (inlet and outlet) must penetrate the back wall where the flush mechanism is connected. The flush button is then drilled through the wall which is covered by a stainless steel sleeve. Recommended flush mechanisms are the WC-104C-SS or the WC-106C-SS.
It is not recommended using a toilet seat as the fixing bolts cannot be accessed from under the toilet pan. In non-high risk installations an access panel can be installed but it is not recommended with this toilet pan
▪ Description: SAPX597 with external flanges with 450 mm long extended pipes ▪ Product code: 356185 ▪ Order code: FR-SAPX597
Prison bowl urinal – Vandal resistant
Prison bowl urinal – wall hung – ‘SBE’ Barron urinal
Prison bowl urinal for security applications, Franke Model SBE’ (Back Entry Inlet) Barron Bowl Urinal, 316 x 425
x 241 mm. Bowl urinal to be manufactured from Grade 304 (18/10) Stainless Steel, with a 1,2 mm gauge. This
unit to be supplied complete with a perforated waste outlet and a 50 mm diameter Stainless Steel outlet pipe
which extends 250 mm though the back wall. Bowl to be fitted with two security type mounting brackets for
fixing with 4 x ‘M8’ wall bolts for mounting to the wall. (bolts elsewhere measured).
▪ Grade 304 (18/10) Stainless Steel ▪ Heavy duty construction external surfaces of 1.2 mm gauge Stainless Steel ▪ Provision for secured fixing to wall ▪ Back entry perforated outlet to suit standard 50 mm waste pipe connection
‘SBE BARRON BOWL URINAL 316 x 425 x 241 mm
▪ Product code: 333261 ▪ Order code back entry: FR-BAR-PR-TE
The waste is integrated into the body of the wall mounted urinal make vandalism difficult
The prison Barron urinal comes with a back entry spreader
HDSSB Heavy Duty Surround Wash Hand Basin – Security
Type – with Splash Back
Franke Model HDSSB Surround Wall Mount Basin, 390 x 320 x 250 mm, with a 150 mm splash back. Unit to be
manufactured from Grade 304 (18/10) Stainless Steel, 1.2 mm gauge. The unit to be manufactured with a
pressed bowl 360 x 280 x 140 mm deep and an outer casing with a welded base plate. Basin to be supplied
complete with a pressed perforated waste outlet, with a 50 mm diameter Stainless Steel outlet pipe which
extends 250 mm. Supplied with four x 8 mm Ø x 250 mm long galvanized mild steel threaded rods for fixing
the basin to the wall
▪ Grade 304 (18/10) polished Stainless Steel ▪ Heavy duty construction external surfaces of 1.2 mm gauge ▪ Basin with pressed bowl ▪ Hygienic and vandal resistant ▪ 150 mm splash back with tap holes (HDSSB Model 2520009 / 325318) ▪ Provision for secured fixing to wall ▪ Fully enclosed with concealed plumbing and extended stainless steel outlet through wall ▪ Heavy duty construction external surfaces of 1.2 mm gauge stainless steel ▪ Back entry perforated outlet to suit standard 50 mm waste pipe connection ▪ Order code: FR-HDSSB
Vandal resistant urinal flush valve with stainless steel sleeve
Specifications for the built in urinal valve designed for single bowl urinals. 15mm BSP DZR with internal flow
control, strainer, no- hold feature and steel sleeve. Ideal for vandal proof installations such as single bowl
urinals and basins. For high ideal for vandal prone installations such as prison cells, mining bathrooms and
industrial factories. Operating pressure: 30 – 600 kPa (±0.3 – 6 Bar).
Walcro duct concealed toilet flush valves
In some cases, vandalism is a problem so a completely hidden and out of reach flush valve must be installed.
That is where a duct is used. A duct is a long passage way behind the toilets where the flush valves are
accessed and can be maintained. So the flush valve is not accessible from within the bathroom. Three basic
duct flush valve models are available and each has three different push button types or designs
Duct Flush Valve models
Item 103 104 106
Inlet diameter 20 mm 25 mm 25 mm
Minimum pressure 100 kPa 30 kPa 30 kPa
Maximum Pressure 600 kPa 600 kPa 600 kPa
Isolating valve No Yes No
VR Button WC-103LCVR WC-104LCVR WC-106LCVR
XP Button WC-103LCXP WC-104LCXP WC-106LCXP
Stainless steel button WC-103LC-SS WC-104LC-SS WC-106LC-SS
Stainless Steel Shower Tray – BS400 or BS401 – Pressed
Shower tray specification:
Stainless steel shower tray: Franke Model BS400 (800 x 800 x 75 mm deep) OR BS401 (900 x 900 x 75 mm
deep), 75 mm deep Pressed Shower Tray. Shower tray manufactured from Grade 304 (18/10) Stainless Steel
with a 1.2 mm gauge. The shower tray has curved corners and a patterned base, with 40 mm apron all round
and 38 mm ‘BSP’ integrated waste outlet. (Waste fitting elsewhere measured). Click here to view the
dimensions on a separate page
Features:
▪ Grade 304 (18/10) Stainless Steel 1,2 mm gauge ▪ Hygienic cannot chip or crack ▪ Designed for the highest level of anti-vandal resistance ▪ Rounded internal corners for easy cleaning ▪ One piece pressed seamless design with raised surface ▪ Built- in fall to 38 mm BSP grated waste outlet in corner position
BS400 – 800 x 800 x 75 mm:
▪ Product code: 2580006 ▪ Order code: FR-BS400 – 800 x 800 x 75 mm
BS401 – 900 x 900 x 75 mm:
▪ Product code: 2580005 ▪ Order code: FR-BS401 – 900 x 900 x 75 mm
Stainless steel shower panels – recessed or wall mounted
Shower panel specification
Recessed stainless steel shower panel
Recessed Stainless steel Shower Panel 1485 x 322 x 45 mm by Franke South Africa. Shower panel to be manufactured from Grade 304 (18/10) Stainless Steel with a 1,2 mm gauge. Manufactured complete with angled corners and a recessed storage shelf in the front panel with a front rail. Shower panel t to be manufactured with holes to accommodate the mixer/tap (please specify) and shower rose (please specify). (Fittings elsewhere measured)
Features :
▪ Grade 304 (18/10) Stainless Steel in 1,2 mm gauge ▪ Wall mounted with recessed plumbing connections ▪ Provision for Shower Rose and Mixer. (Items sold separately) ▪ Recessed storage shelf for soap or shampoo ▪ Vandal resistant ▪ Hygienic and durable
Walcro 101D demand bib/wall tap
The Walcro 101D demand bib tap is attached to the mains with 15 mm diameter BSP inlet. Made with DZR brass with chrome finish. The tap comes with internal flow control, spout strainer and a no- hold feature with water saving auto shut- off. Cold water or pre- mixed hot water. SANS 1808- 66
Minimum pressure 3.0 Bar Maximum pressure 6.0 bar Sound insulation No Running time On demand Height 80 mm Reach 107 mm Order code WC-101D
Stainless steel mirrors for commercial & industrial applications
Stainless steel mirrors are used where hygiene and/or high abuse is likely. Typical environments include food factories, prisons, public buildings, hospitals, schools etc. These mirrors are suitable for fixing to any flat substrate. The mirrors are manufactured from high-grade 304 (18/8) stainless steel that will not rust or discolor. Stainless steel is virtually unbreakable and hygienic, and make for very effective vandal proof mirrors. The mirrors are polished to an ultra-bright finish to maximize reflection clarity and are lightweight. The mirrors comply with all known local and national Health & Safety legislation
▪ Stainless steel mirror 1 mm thick. ▪ Size: 600 x 500 x 1 mm ▪ Product: 359902 / 2120078 ▪ Order code: FR-CHRH601 ▪ Price: R 1 915.20 Incl. VAT
113
Annexure C
ANNEXURE C
Detailed Electrical Specifications
Office Suite AF1/3, Gallagher Exchange Office Park
688 Gallagher Avenue, Halfway House, Midrand, 1685
P.O. Box 63, Noordwyk, 1687
Tel: (011) 312 0182, Fax: 086 690 6932
Email: thorisho@iqhaza.co.za
ELECTRICAL DESIGN DOCUMENT
FOR
BAVIAANSPOORT CORRECTIONAL CENTRE KITCHEN –
EMERGENCY WORKS
Prepared for: Prepared by:
Paradox Young & Associates Pty Ltd
Office 11
Berkley Office Park
8 Bauhinia Street
Highveld Technopark
Centurion
Contact Person:
Mr Israel Nhimura
Tel: 012 665 0391
Cell: 079 943 8198
Email: admin@paradoxyoung.co.za
Iqhaza Consulting Engineers
Office Suite AF1/3
Gallagher Exchange Office Park
688 Gallagher Avenue
Halfway House
Midrand
Contact Person:
Mr Comick Shabalala
Tel: 011 312 0182
Cell: 082 449 2272
Email: thorisho@iqhaza.co.za / iqhaza@gmail.com
Page | 1
Table of Contents
1. Approval Page .............................................................................................................. 2
2. Introduction .................................................................................................................... 3
3. General Use of the Building ....................................................................................... 3
4. Scope of work ................................................................................................................ 3
5. Engineering Analysis ..................................................................................................... 4
Existing MV/LV Main Infrastructure ........................................................................... 4
Cable Volt Drops........................................................................................................... 5
Supply to Kitchen Cells DB ............................................................................................. 5
Schedule of cables .......................................................................................................... 5
Name and Number of DB – ........................................................................................... 6
Schedule of Breakers ....................................................................................................... 6
Schedule of Light Fittings ................................................................................................ 6
Type of Luminaires, size and Lux levels – ................................................................ 6
Socket Outlets; Normal, Dedicated and Emergency ............................................ 8
Light switches ..................................................................................................................... 8
Conduit and Wire ways .................................................................................................. 8
Earthing and Lightning Protection – ............................................................................ 9
6. Schedule of Drawings.................................................................................................. 9
7. Bill of Quantities – .......................................................................................................... 9
Page | 2
1. Approval Page
Project Name : Baviaanspoort Correctional Centre Kitchen – Emergency
Works
Project Number : BAV/EME/03/17/01
Description : Design Document for the electrical refurbishment
emergency works at Baviaanspoort Correctional Centre
Kitchen
Revision No : 0
Date : 08 May 2017
CLIENT CONSULTANT
Paradox Young & Associates Pty Ltd
Office 11
Berkley Office Park
8 Bauhinia Street
Highveld Technopark
Centurion
Contact Person:
Mr Israel Nhimura
Tel: 012 665 0391
Cell: 079 943 8198
Email: admin@paradoxyoung.co.za
Iqhaza Consulting Engineers
Office Suite AF1/3
Gallagher Exchange Office Park
688 Gallagher Avenue
Halfway House
Midrand
Contact Person:
Mr Comick Shabalala Pr. Eng.
Tel: 011 312 0182
Cell: 082 449 2272
Email: iqhaza@gmail.com
APPROVAL
For Paradox Young & Associates For Iqhaza Consulting Engineers
Name: Name:
Signature:
Signature:
Date:
Date:
Page | 3
2. Introduction
This preliminary design document covers the refurbishment and upgrading of existing
general electrical installations including the support services at Baviaanspoort
Correctional Centre Kitchen.
Currently the installations do not comply with SANS 10142, Code of Practice for Wiring
of Premises and the Department of Public Works Standards.
The design will ensure that complete installation shall conform to the following:
• The Department’s Standard Specification for General Electrical Installations.
• The Department’s Quality Specification for Electrical Material and Equipment.
• The Code of Practice for Wiring of Premises, SANS 10142-1 where applicable.
• South African Bureau of Standards, standardized specification for Civil
Engineering Construction SANS 1200.
• The Occupational Health and Safety Act, No.85 of 1993, as amended.
• The Municipal by-laws and special requirements of the supply authorities of the
area or district concerned.
• The National Building Regulations and Building Standards Act, Act 103 of 1997
and SANS 0400.
• The quality management system must comply with ISO 9000 part 1 and ISO
9001, 9002, 9003 and ISO 9004 parts 1 and 3 as amended
3. General Use of the Building
The building is used as a kitchen Cells for prison cooks.
4. Scope of work
The document covers refurbishment and upgrading of all electrical installation and
equipment to the latest acceptable standards at the Baviaanspoort Correctional
Centre Kitchen building.
The installation shall consist of the following:
• Installation of a new Distribution Board.
• Installation of TV aerial and points in the Kitchen Cells.
• Provision of energy efficiency light fittings.
• Replacement of the existing electrical installation.
• Installation of lightning protection.
Page | 4
• Undertake load balancing.
• Contractor to issue COC (Certificate of Compliance) for the electrical
installations
5. Engineering Analysis
Existing MV/LV Main Infrastructure
The Baviaanspoort Prison Kitchen facility receives its main electrical
supply from a 800kVA substation (i.e. 800kVA 11000/400V Dyn11, 50Hz
Transformer) located just outside the kitchen yard.
The main LV (Low Voltage) distribution box has a main circuit breaker
(800A, three-phase) with three downstream circuit breakers (i.e. 200A
three-phase for the Boiler-room, 150A three-phase for the Bakery and
400A three-phase for the Kitchen).
The kitchen is fed via a 100m 240mm2 4 core SWA copper cable
(0.122/km, 0.211mV/A/m) and BCEW with a current carrying capacity
of 416A.
The fault levels at the main LV DB and the kitchen board are as follows:
Description Z% Three-phase Fault Level
Main LV DB 5.0% 28.2kA
Kitchen Board 0.8% 14.2kA
The kitchen cells’ DB shall be fed via a 30m 25mm2 4 core SWA copper
cable (0.8749/km, 1.515mV/A/m) and BCEW with a current carrying
capacity of 119A.
The fault levels at the kitchen cells DB and the kitchen board are as
follows:
Description Z% Three-phase Fault Level
Kitchen Cells DB 1.5% 5.7kA
Generator – There’s an existing 250kVA 400V generator that is in a
working condition and supplies the essential loads in the kitchen building
including kitchen cells.
Page | 5
Cable Volt Drops
The maximum allowed voltage drop on LV systems is 5%.
Voltage Drop for the 240mm2, 4 core SWA copper cable
Volt Drop 0.211 mV/A/m = (0.211/1000)V x 416A x 100m = 8.78V which is 2.12%.
The voltage drop for the cable supplying the kitchen cells DB is:
Volt Drop 1.515 mV/A/m = (1.515/1000)V x 100A x 30m = 4.55V which is 1.10%.
The LV cable to the kitchen will not form part of this emergency scope.
Supply to Kitchen Cells DB
The existing kitchen DB will be replaced in the major refurbishment project. This
emergency project will install a new small DB for the kitchen cells electrical circuits.
o A 30m 25mm2 4 core SWA copper cable shall be installed from the existing
incomer side of the 400A three-phase kitchen’s main DB to the kitchen cells
DB.
o Kitchen Cells DB – 100A three-phase, 6kA
o Supply and feeder cable size - All the cables are underground.
o Earthing and Lighting system – Surge Protection will be provided in the
distribution boards. All metal parts and equipment will be earthed and
bonded to the fixed electrical installation protective earthing as per SANS
10142.
o All distribution boards shall be refurbished with new isolators, circuit breakers
to accommodate the surge protection equipment
Schedule of cables
• LV –
CABLE SIZE FROM TO
25mm2, 4 core SWA copper cable
Main
Kitchen
DB
New
Kitchen
Cells DB
Page | 6
Name and Number of DB –
• All distribution boards will be labelled and danger warnings signs will be
installed as per SANS10142 requirement.
Schedule of Breakers
Kitchen
Cell DB
Main
Breaker Downstream Breakers Earth
Leakage,
6kA
Surge
Arrestor 100A,
3ph, 6kA
10A, 1ph,
6kA
20A, 1ph,
6kA
1 4 5 1 1
Schedule of Light Fittings
Type of Luminaires, size and Lux levels –
All wiring for lights will be redone by means of 2.5mm2 PVC insulated
conductors 600/1000V grade, protected by 10A SP MCB’s. Existing
conduits will be used, where new conduits are used galvanized conduits
will be installed.
The light fittings shall consist of a high-pressure die-cast marine grade
aluminium body with a robust clear polycarbonate diffuser and shall be
designed to operate 2x 19W LEDs per light fitting. The luminaire bears the
SANS 60598-2-1 safety mark. The fitting shall be surface mounted
applications.
The fitting’s body and diffuser shall be designed in such a way to prevent
collection of dust on the accessible surface of the body, thus also
preventing any grip of the luminaire. The luminaire shall be designed to
allow entry of surface conduits via 20mm conduit threaded entries at
both ends, as well as a 25mm hole in the centre of the back of the body.
A silicone sponge gasket ensures reliable IP65 rating. The one-piece,
injection-moulded polycarbonate diffuser shall be vandal resistant with
Tamper-proof screws with centre-pin. It is secured to the body by six
stainless steel Allen head screws. The removable gear tray is
manufactured from mild steel, powder coated white to optimise
luminaire efficiency. All control gear components are mounted on the
gear tray. The gear tray can be removed by loosening four Allen head
Page | 7
screws in keyhole slots, which allow the gear tray to be relieved into a
suspended position, ensuring ease of maintenance. All control gear
components are removable and bear the relevant SABS mark. All
screws, bolts and metal parts are stainless steel or non-corrosive
material. Mains connections are by means of a suitable screw terminal
block with a wire clamping contact.
Electronic temperature monitoring prevents overheating of LEDs and
power supply.
Dimensions (LxWxH) 356mm x 138mm x 95mm
Weight (with gear) 2.4kg
Power factor ≥0,95
Electronic control Gear Constant Current Driver IP66
Materials & finishing Housing – Aluminium (EN 1706 AC-44300)
Diffuser - Polycarbonate
Light Colour Neutral White (4000K)
Light Source LED
Lifetime 50 000 hours
Lumen per lamp 2225lm
The lighting installation is guided by SABS 0114-1.
The number of lamps is given by the formula:
N = (I x A)/(n x L x Cu x LLF)
Where;
N = Number of fittings required
n = Number of lamps per fitting
I = Illuminance level required (lux or lumen/m2)
A = Area at working plane height (m2)
L = Lumens per lamp (lumen)
Cu = Coefficient of Utilization
LLF = Light loss factor
Page | 8
Item
No.
Typical Room
Description Area
Proposed
Light Fitting
Type
Standard
Lux Level
(lx)
Minimum
No of
Fittings
Required
Simulated
Lux
Levels
1 Kitchen Cell
01 39 2 x 19W LED 200 4 219
2 Cell 01
Ablution 9 2 x 19W LED 200 1 251
3 Kitchen Cell
02 34 2 x 19W LED 200 4 251
4 Cell 02
Ablution 10 2 x 19W LED 200 1 229
5 Kitchen Cell
03 43 2 x 19W LED 200 4 197
6 Cell 03
Ablution 15 2 x 19W LED 200 2 280
7 Dining Area 112 2 x 19W LED 200 12 229
Total 28
Socket Outlets; Normal, Dedicated and Emergency
Damaged wiring for plugs will be redone by means of galvanized conduits and
4mm2 PVC insulated conductors 600/1000V grade protected by 20A SP MCB’s.
For office, existing damaged socket outlets will be replaced.
Light switches
The standard light switches as per the General Electrical Installations shall be
utilized.
Conduit and Wire ways
The wiring on site should conform to prevailing and applicable standards (SABS
0142) installed. The types of wires used are as follows
Lights 2.5mm2 PVC insulated wire
Socket Outlets 4 mm2 PVC insulated wire
Air Conditioning 6 mm2 PVC insulated wire
Page | 9
Wherever possible, the conduit installation is to be concealed in the building
work; however, where unavoidable conduit installed on the surface must be
plumbed or levelled and only straight lengths will be used.
Earthing and Lightning Protection –
Surge Protection will be provided in the distribution boards. All metal parts and
equipment will be earthed and bonded to the fixed electrical installation
protective earthing as per SANS 10142.
6. Schedule of Drawings
WCS 050733/1 KITCHEN - POWER LAYOUT
WCS 050733/2 KITCHEN - LIGHTS LAYOUT
WCS 050733/3 MAIN PANEL 2 SINGLE LINE LAYOUT
WCS 050733/4 DB1 SINGLE LINE LAYOUT
WCS 050733/5 DB2 SINGLE LINE LAYOUT
7. Bill of Quantities –
BOQ is attached
LIGHT FITTING
Technical Product Specifications
Page 2 of 6
Table of contents
1. General Specifications ................................................................................................ 3
2. Photometry ...................................................................................................................... 3
3. Mechanics ....................................................................................................................... 4
4. Electrical Characteristics ............................................................................................. 5
5. Power Supply .................................................................................................................. 5
6. Environment .................................................................................................................... 5
Page 3 of 6
1. General Specifications
Product Description
The luminaire consists of a high-pressure die-cast
marine grade aluminium body with a robust clear
polycarbonate diffuser and is designed to operate
LEDs of up to 55W. The luminaire bears the SANS
60598-2-1 safety mark. It is specifically designed for
surface mounted applications.
The body and diffuser are designed in such a way
to prevent collection of dust on the accessible
surface of the body, thus also preventing any grip
of the luminaire. The luminaire is designed to allow
entry of surface conduits via 20mm conduit
threaded entries at both ends, as well as a 25mm
hole in the centre of the back of the body. A
silicone sponge gasket ensures reliable IP 65
rating. The one-piece, injection-moulded
polycarbonate diffuser is vandal resistant. It is
secured to the body by six stainless steel Allen
head screws. Tamper-proof screws with centre-pin
are available upon request. The removable gear
tray is manufactured from mild steel, powder
coated white to optimise luminaire efficiency. All
control gear components are mounted on the
gear tray. The gear tray can be removed by
loosening four Allen head screws in keyhole slots,
which allow the gear tray to be relieved into a
suspended
position, ensuring ease of maintenance. All control
gear components are removable and bear the
relevant SABS mark. All screws, bolts and metal
parts are stainless steel or non-corrosive material.
Mains connections are by means of a suitable
screw terminal block with a wire clamping
contact.
Electronic temperature monitoring prevents
overheating of LEDs and power supply.
Power factor ≥0,95.
Main applications
• Prison and police cells
• Railway Stations
• Subways
• Mines –Industry
• Underground parking areas
• Public buildings
Recommended mounting height N/A
2. Photometry
Page 4 of 6
Light source LED
LED Mid Power
Light color Neutral White (4000K)
Color rendering (Ra) >70
Lifetime 50 000 hours*
Lumen package 9W 19W 55W
1180lm / 135 (EM) 2225lm / 135 (EM) 6630lm / 663 (EM)
Optics
Photometry:
*at a lumen depreciation of not more than 30% (L70)
DESCRIPTION Lumen(*) Mass (KG)
ROUGHGUARD LED 19W 2 225 2.4
3. Mechanics
Electronic control Gear Constant Current Driver IP 66
Materials and finishing Housing – Aluminium (EN 1706 AC-44300) Diffuser – Polycarbonate
Coating RAL colours on request
Installation Surface mount
Dimensions (LxWxH) 356mm x 138mm x 95mm
Weight (with gear) 2.4kg
Access Yes
Aerodynamic resistance (CxS): N/A
Page 5 of 6
4. Electrical Characteristics
Line Voltage 230VAC
Mains voltage Tolerance (AC) 198-277 VAC
Line frequency 50Hz
Electrical Safety Class (IEC) Class I
Surge protection No
Lighting control Optional - DALI
- 1-10V (for 9W and 19W versions
only)
- Nightlight (10% of lumen value)
5. Power Supply
Power Factor ≥0.95
Removable Yes
Thermal Safety Yes
6. Environment
Storage temperature -40< T < 60 ᵒC
Operating temperature <35ᵒC
Page 6 of 6
Enclosure Tightness IP 65
Enclosure Mechanical Withstand Impact IK 08
Certification IEC 60598-1
114
Annexure D
ANNEXURE D
Occupational Health and Safety Regulations
HEALTH AND SAFETY SPECIFICATION
FOR THE
BAVIAANSPOORT CORRECTIONAL CENTRE KITCHEN
EMERGENCY INTERVENTION
MAY 2017
TITTLE: HEALTH AND SAFETY SPECIFICATION FOR BAVIAANSPOORT
CORRECTIONAL CENTRE KITCHEN
PREPARED FOR: PARADOX YOUNG AND ASSOCIATES
OFFICE 11, BERKLEY OFFICE PARK
8 BAUHINIA STREET
HIGHVELD TECHNOPARK
CENTURION
TEL: 012 665 0391
CELL: 079 943 8198
PRAPERTED BY: PHUNGASHE HEALTH CONSULTING
38 HIBISCUS ROAD
43 MARIANDOWNS
CAVERSHAM GLAM
3610
TEL: 061 416 2618
FAX: 086 590 6828
DATE: 05 MAY 2017
Ms AYANDA BUTHELEZI
PrCHSA
CONTENTS
1. PREAMBLE 2. LEGAL FRAMEWORK 3. DEFINITIONS 4. PROJECT BACKGROWND 5. MINIMUM SHE ADMINISTRATIVE REQUIREMENTS FOR THE PROJECT 5.1 Health and Safety Plan 5.2 Health and Safety File 5.3 Notification of Construction Work 5.4 Health and Safety Policy 5.5 Assignment of Contractors Responsible Person to Supervise Health and Safety Management on Site 5.6 Competency of Contractor’s Appointed Competent Personnel 5.7 Health and Safety Organogram 5.8 Compensation for Occupational Injuries and Diseases Act, 1993 requirements 5.9 Hazard Identification and Risk Analysis and Progress Hazard 5.10 Medical fitness 5.11 Health and Safety Training 5.12 Health and Safety Audits, Monitoring and Reporting 5.13 Incidents and Emergency Plans 5.14 First Aid Boxes and First Aid Equipment 5.15 Accident / Incident Reporting and Investigation 6. PHYSICAL REQUIRMENTS 6.1 Public Safety and Security 6.2 Personal Protective Equipment and Clothing 6.3 Hazards and Potentially Hazardous Situations 6.4 Demolition Work 6.5 Excavations 6.6 Edge Protection 6.7 Stacking of Materials 6.8 Speed Restrictions and Protections 6.9 Hazardous Chemical Substances 6.10 Plant and Machinery 6.11 Fire Extinguishers and Fire Fighting Equipment 6.12 Working at Heights 6.13 Refurbishment of Sewer Pipes 6.14 General Machinery 6.15 Temporal Power Supply 6.16 Portable Electrical Tools and Explosive Powered Tools 6.17 Hand Tools 6.18 Portable Electrical Tool 6.19 Housekeeping and waste disposal 7. OCCUPATIONAL HEALTH AND ENVIRONMENTAL MANAGEMENT 7.1 Occupational Hygiene 7.2 Environmental Management 7.3 Welfare Facilities 7.4 Alcohol and drugs 8. CONCLUTION
1. PREAMBLE
In terms Construction Regulations 2014 section 5(1) (b) the Health and Safety Agent
on behalf of the Client shall prepare a Health and Safety Specification for the
proposed construction project.
Paradox Young and Associates appointed Phungashe Health and Safety Consulting
to be Construction Health and Safety Agents for the Emergency Intervention at
Baviaanspoort Correctional Centre Kitchen appointed.
This Health and Safety Specification is governed by the Occupational Health and
Safety act no. 85 of 1993 here within referred to as “The Act”, notwithstanding this,
cognisance should be taken of the fact that no single act or its Regulations can be
read in isolation.
This specification covers the requirements for eliminating and/ or mitigating health
safety risks, injuries, accidents and incidents on site. It addresses legal compliance,
hazard identification and risk assessment, risk management and promotion of health
and safety culture within the project. This specification also makes provision for the
protection of personnel other than the employees.
The purpose of this specification is to assist in achieving compliance with The Act
and the Construction Regulations to reduce incidents and in juries. Its sets
recommendations that should be followed so that Health Safety of all persons
potentially at risk, and the potential risks to the environment may receive the same
priority as other facets of the project such as Time, Quality and Costs.
2. LEGAL FRAMEWORK
Occupational Health and Safety Act no.85 of 1993 and its Regulations
Compensation for Occupational Injuries and Disease act no. 130 of 1993
National Environmental Management Act no. 107 of 1998
Bi-Laws
3. DEFINITIONS
Definition listed in The Act, its Regulation and all related legislation shall apply unless
otherwise stipulated.
4. PROJECT BACKGROUND
Baviaanspoort Correctional Centre Kitchen is in a serous need of an urgent upgrade
to ensure compliance with statutory requirements for food handling facilities. The
following were identified as areas that require rectification:
• Rerouting sewer line outside the kitchen to halt sewer effluent contaminating
the kitchen floors (Pipe Jacking)
• Replacing fire extinguishers and repairs to hose reels
• Renovations to kitchen cells roof, upgrading ventilation, lighting and ablutions
• Construction of new grease traps
• Installing standby pump for sewer plant
5. MINIMUM SHE ADMINISTRATIVE REQUIREMENTS FOR THE
PROJECT
5.1 Health and Safety Plan
All bidders must prepare a documented Health and Safety (H&S) Plan as per
Construction Regulations 7(1) (a) based on the information / requirements contained
in this specification. The H&S Plan must document measures to be taken by the
Contractor to meet the requirements of the specification .
5.2 Health and Safety File
The successful bidder shall, in terms of Construction Regulation 7(1)(b) compile and
keep a H&S File on site at all times that must include all documentation required in
terms of this specification. It must also include a list of all Sub Contractors on site that
are accountable to the Principal Contractor and the agreements between the parties
and details of work being done. The Principal Contractor H&S File shall after
compilation be submitted to the SHE Agent for approval before any work
commencement on site.
Domestic Sub Contractors must fall under the Principal Contractors H&S File.
Nominated and Selected Sub Contractors must open their own H&S Files.
Subcontractors H&S Files shall be approved by the Principal Contractor and will also
be subjected to evaluation by the SHE Agent.
5.3 Notification of Construction Work
The successful bidder shall notify the Department Labour Office nearest to site in
writing before construction work commences in the format of Annexure 2 of
Construction Regulations 2014. A stamped form must be kept in the H&S File.
5.4 Health and Safety Policy
The H&S Policy which should be signed by the Chief Executive Officer must form a
part of the Safety Plan. The policy must outline H&S objectives for the project and set
out how they will be achieved and implemented. The HIV and alcohol and drugs
policies must also be provided.
5.5 Assignment of Contractors Responsible Person to Supervise Health and
Safety Management on Site
The successful bidder must submit competencies for appointments as per
Construction Regulations 2014 requirements. Appointments shall be structured or
guided by the scope of works to be performed by the contractor.
It is acknowledged that the Principal Contractor may need to allocate more than one
appointment to certain staff members. This practice may only take place if H&S
Standards would not be negatively affected. Should the H&S Agent deem such
practice as having a negative effect on H&S Standards, and then alternative
arrangements will have to be made.
A H&S Officer must be appointed by the successful bidder subject to the following
conditions:
• The person must either have completed a SAMTRAC (Safety Management
Training Course), which is administered by NOSA, a 3 Week SHE
Management Course, which is administered by Lexis Nexus, National
Diploma in Safety Management or another course approved by Client’s Agent
as a minimum requirement.
• The H&S Officer must be registered with South African Council for Project
and Construction Management Professions (SACPCMP).
The H&S Officer can be part time in the project provided that he visits the site a
minimum of once a week and there is a trained H&S Representative that is full time
on site to monitored H&S compliance during the absence of a H&S Officer.
Below is the table containing the legal appointments that the contractor shall appoint
on site.
Item Regulation Appointment Responsible Person
1. CR 8(1) Construction Manager Principal Contractor
2. CR 8(2) Assistant Construction Manager (Optional) Principal Contractor
3. CR 8(5) H&S Officer Principal Contractor
4. CR 8(7) Construction Supervisor Principal Contractor
5. CR 8(8) Assistant Construction Supervisor (Optional) Principal Contractor
6. CR 9(1) Risk Assessor Principal Contractor
7. CR 10(1)(a) Fall protection planner Principal Contractor
8. CR 13(1)(a) Excavation supervisor Principal Contractor
9. CR 14(1) Supervisor demolition work Principal Contractor
10. CR 16(2) Scaffold Erector & Scaffolding Inspector Principal Contractor
11. CR 21(2)(i) Power tool controller Principal Contractor
12. CR 23(1)(d) Construction vehicle and mobile plant operator Principal Contractor
13. CR 23(1)(k) Construction vehicle and mobile plant inspector Principal Contractor
14. CR 24(d) Temporal electrical installations inspector Principal Contractor
15. CR 28(a) Stacking and storage supervisor Principal Contractor
16. CR 29 (h) Fire equipment inspector Principal Contractor
17. EMR 9 Portable electrical inspector Principal Contractor
18. GAR (9)2 Accident/ Incident Investigator Principal Contractor
19. GRS 3(4) First aid attendant Principal Contractor
20. GSR 9 Welding flame/ cutting equipment inspector Principal Contractor
21. GSR 13 (a) Ladder inspector Principal Contractor
22. HCSR 3(3) Hazardous chemical substances supervisor Principal Contractor
23. OHS 8(2)(a) Hand tools inspector Principal Contractor
24. OHS 17 Health and Safety Representative Principal Contractor
5.6 Competency of Contractor’s Appointed Competent Personnel
Contractor’s competent persons for the various risk management portfolios shall fulfil
the criteria as stipulated under the definition of Competent Person in accordance with
the Construction Regulations and The Act. The competency shall be subjected to
approval by the H&S Agent
5.7 Health and Safety Organogram
An organogram outlining the H&S Management structure including relevant
appointments/ competent persons shall be provided by the successful bidder and be
kept in the health and safety file.
The site H&S Management Organogram shall be updated by the Contractor when
there are any changes in the Site Management Structure.
5.8 Compensation for Occupational Injuries and Diseases Act 1993 (Act No.
130 of 1993) (COID Act) requirements
The Principal Contractor shall warrant that all employees are fully covered in terms of
the COID Act and that such cover shall remain in force for the duration of the project.
All bidders must supply proof of such insurance cover to the Client at the time of the
bid.
The Principal Contractor shall ensure that all Sub-Contractors appointed by him are
fully covered in terms of the COID Act, and that such cover shall remain in force for
the duration of their contractual relationship with the Principal Contractor. Domestic
Sub Contractors must be covered under the Principal Contractor’s cover.
The Principal Contractor must also provide Public Liability Cover that shall
adequately make provisions for any losses and/or his employee’s acts and/or
omissions whilst working on the Client’s premises.
5.9 Hazard Identification and Risk Analysis and Progress Hazard Identification
and Risk Analysis
The Principal Contractor must allow for and cause a Site Specific Hazard
Identification and Risk Analysis exercise to be performed by a Competent Person
before commencement of construction work. The risks assessed shall form part of
the Construction Phase Health and Safety Plan to be submitted by the contractor for
approval by the SHE Agent. The Risk Assessment must include:
• A list of hazards identified for the works;
• A documented risk assessment based on the list of hazards and tasks;
• A set of safe working procedures for the high risk tasks intended to eliminate,
reduce and/or control the risks assessed;
• A monitoring and review procedure of the risk assessment as the risks
change.
The Principal Contractor must allow for and ensure that all Sub-Contractors are
informed, instructed and trained by a Competent Person/s regarding hazards, risks
and related safe work procedures before any work commences and thereafter at
regular intervals as the risks change and as new risks develop.
The Principal Contractor shall allow for and be responsible for ensuring that all
persons who could be negatively affected by construction operations are informed
and trained according to the hazards and risks and are conversant with the Safe
Work Procedures, control measures and other related rules (for example “tool box
talk” strategy to be implemented).
Should the H&S Agent or other Clients Representative identify alternative hazardous
activities performed by the Principal Contractor or its Sub-Contractors on site for
which a Risk Assessment was not performed, then the Principal Contractor will be
required to perform such an exercise before continuing such work.
5.10 Medical Fitness
The Principal Contractor and all Sub-Contractors must ensure that every employee
on site has a valid medical certificate of fitness specific to the construction work to be
performed and issued by an Occupational Health Practitioner in the form of Annexure
3 of Construction Regulations 2014.
5.11 Health and Safety Training
Induction
The Principal Contractor shall allow for and ensure that all site personnel undergo a
site-specific H&S Induction Training Session before starting work. A record of
attendance shall be kept in the Health and Safety file. Induction training shall also
include training on the risks associated with the works to be executed, safe work
procedures and emergency procedures.
All visitors to the site must also be subjected to site-specific induction training
highlighting items such as site safety and health risks, steps to follow in the event of
emergency, restricted areas and on the site health and safety rules.
Awareness
The Principal Contractor shall ensure that, on site, regular Toolbox Talks take place
at least once a week. These talks must deal with risks relevant to the construction
work at hand.
Competency
All Competent Persons shall have the knowledge, experience, training, and
qualifications which are specifically applicable to the work they have been appointed
to supervise, control, and execute.
The abovementioned competency requirements will be assessed on a regular basis
by the H&S Agent by means of Audits.
The Principal Contractor is responsible for ensuring that competent Sub-Contractors
are appointed to carry out construction work.
5.12 Safety, Health and Environmental Audits, Monitoring and Reporting
The Client’s H&S Agent shall at least once a month during the duration of the
contract conduct H&S Audits for the work operations, including a full audit of physical
site activities, as well as an audit on the administration of H&S. Copies of the audit
reports will be forwarded to the Principal Consultant and the Principal Contractor with
seven days and must be kept in the Site H&S File. The H&S Agent may at any time
visit the site for an Audit without prior notification to the contractor.
The Principal Contractor must allow for and conduct similar audits on all Sub-
Contractors appointed by the Principal Contractor and forward copies of all reports to
the H&S Agent within seven working days of completion of the audits and file copies
on the Site H&S File.
5.13 Incident and Emergency Plan
The Principal Contractor shall allow for and submit with the safety file a detailed
incident and emergency plan for approval by the H&S Agent prior to commencement
of work on site. The Plan must cover the following:
• List of emergency services telephone numbers
• List of emergency team members
• How the emergency services will be contacted
• Emergency drills and evacuation sirens to be used
• Specifications on how they are planning to deal with the following possible
events:
▪ Fire emergency
▪ Vehicles accidents
▪ Strike actions
▪ Political / community protests
▪ Falls from heights
▪ Collapse of excavations
▪ Animals attacks
▪ Environmental Spills
5.14 First Aid Boxes and First Aid Equipment
The Principal Contractor shall allow for and provide an on-site First Aid Station with
first aid facilities, where required, including first aid boxes which must be kept
adequately stocked at all times.
All Sub- Contractors with more than five employees on site shall allow for and supply
their own first aid boxes.
In the event of hazardous chemical substances being present on site, first aiders
must be trained to address any incidents of accidental exposure and their first aid kits
be stocked accordingly.
5.15 Accident / Incident Reporting and Investigation
Injuries sustained on the site are to be categorized into the following categories:
• first aid;
• medical attendance (Doctor);
• disabling; and
• fatal injuries
All Sub- Contractors must report on any of the four categories of injuries to the
Principal Contractor as soon as is reasonably practicable after the event causing
injury
First aid cases must be recorded in the safety files dressing register
Medical Attendance accidents must be recorded on the safety file as per annexure 1,
the Principal Contractor’s competent person must investigate these accidents and
forward a copy of the report to the SHE Agent without delay within seven days for
further investigation
Section 24 of the OHSAct accidents must immediately be reported to the Health and
Safety Agent telephonically or by email after they occur. These accidents shall be
investigated under supervision of a H&S Agent. All incidents as described in Section
24 of the OHS Act must be reported in the prescribed period and manner to the
National Department of Labour. Copies of Section 24 reports, including WCL 1 & 2
forms must be forwarded to the Client.
The Principal Contractor must on at least a monthly basis report all injuries sustained
on site to the Client in the form of a detailed injury report.
6. PHYSICAL REQUIRMENTS
6.1 Public Safety and Security
Hoarding
The Principal Contractor must cordon off his site camp and the work stations to
prevent unauthorised entry and ensure public safety. The barricading shall be as
follows:
• The security fence must be 1,6 - 1,8-meter-high and must fence the entire
parameters of the site / area where the contractor will be executing works; a
shade cloth of equal length and height to the fence must be provide to hoard
the security fence. Other safe forms of solid barricades can be used to
barricading working area subjected to approval by the H&S Agent.
• A lockable gate must be provided to control access in all working stations
• During site layout planning the Principal Contractor must take into
consideration provision of adequate space for placing of temporal offices,
safely stacking, storing and lay down of material on site, construction vehicle
and plant movement space, delivery bays, parking bays, employees resting
areas and adequate working and movement areas. These safety factors must
be highly considered when determining the parameters of the security fence.
Warning / informative signs
The entrance of the site camp entrance and all the construction area entrances must
display safety warning signs which should contain a minimum of the following
information:
• Speed limit
• Visitors to report to the site office
• Construction activities ahead
• No unauthorised entry
• Type of Personal Protective Equipment required for the site as per risk
assessment
Warning signs shall also be posted in different location of the site to create
awareness of danger
Informative signs indicating the assembly point, location of fire extinguisher and first
aid kit should also be provided on site
6.2 Personal Protective Equipment (PPE) and Clothing
The Principal Contractor and all Sub-Contractors shall allow for and ensure that all
site employees are issued and wear, the following mandatory PPE:
• Safety Boots/Shoes
• Overalls
• Reflective vests
• Hard hats
and all required PPE as specified by the risk assessment of the task to be
undertaken.
The Principal Contractor and all Sub-Contractors shall allow for and make provision
and keep adequate quantities of SABS approved PPE on Site at all times.
The Principal Contractor and all Sub-Contractors shall clearly outline procedures to
be taken when PPE or Clothing is:
• Lost or stolen;
• Worn out or damaged.
The Principal Contractor must at all times ensure that no person enters the site
without the required PPE
Visitors to the Site must be provided by the Principal Contractor with the required
PPE such as Hard Hats, Earmuffs and Eye Protection.
Records of all PPE issued to staff must be kept on site in the health and safety file.
Employees are to be made conversant with the purpose of PPE and where and when
it is required to be used by employees.
Safety belts are not to be allowed on site only double lanyard safety harnesses are
permitted. Risk assessment for their length shall be conducted to specify length to
ensure they do not allow employees to hit the grown.
Suitable eye protection must always be worn by employees when performing, for
example, grinding, chipping, chasing and all activities which result in flying objects.
If onlookers may be struck by flying objects as a result of work being performed,
allowances must be made for the provision of suitable temporary screens.
Any person performing welding or brazing work must wear suitable eye protection,
gloves, aprons, and spats. Suitable screens are to be allowed for and be provided to
protect onlookers from the harmful rays associated with such activities.
When employees are required to work with corrosive liquids, allowance must be
made for suitable eye protection, gloves and acid resistant overalls to be provided.
Ear protection must be worn in designated noise zones (in excess of 85dB)
Suitable respirators must be provided to all employees and visitors required to be
working in or entering areas where toxic vapours could be present.
All employees working in an elevated position (1.5m or higher) or where the potential
exists that such employees may fall, each such employee must be provided with a
suitably secured safety harness.
Any person refusing to wear Personal Protective Equipment must be removed from
the premises.
6.3 Hazards and Potentially Hazardous Situations
The Principal Contractor shall immediately notify other Sub-Contractors as well as
the H&S Agent of any hazardous or potentially hazardous situations that may arise
during performance of construction activities.
Should a hazardous situation require work stoppages, the work must be stopped and
corrective steps taken such as the issue of Written Safe Work Procedures and the
issue of Personal Protective Equipment.
6.4 Demolition Work
Prior to any demolition work being carried out, which must be carried out in a pre-
determined manner specified Structural and Civil Engineer, the Principal Contractor
shall submit a method statement for approval by the H&S Agent
6.5 Excavations
Prior conducting any excavation, a detailed risk assessment taking into consideration
the depth and the type of soil as per Geotechnical Reports shall be conducted.
Prescribed control measures such as shoring should be implemented.
All excavations shall be carried out as per requirements of Construction Regulations
section 13.
Prior any excavation is carried out underground resources such as electrical cables,
water or sewage pipe and all other resources that might be buried shall be located.
They depth and type shall be specified. When locating underground electrical cables
insulated tools and insulated gloves shall be worn. Located underground services
shall be handled as per specifications of the discipline engineers. All excavations less
than 1.5 meters deep made within the barricaded construction site must be
demarcated using the danger tape. All excavation dipper than 1.5 meters that are
done within the construction site must be barricaded.
All excavations done outside the barricaded construction site boundaries must be
barricaded.
Barricading to be used for excavation includes snow netting and any other material
strong enough to restrain falls. The height of excavation barricading should be a
minimum of 750mm high
6.6 Edge Protection
All open edges of heights/ depths above 1.5 meters shall be guarded with suitable
guards that are strong enough to restrain a fully grown human from falls. Open edge
protection must be a minimum of 750 mm high.
All edges that may be deemed by the Health and Safety Agent pose safety risks shall
be provided with protection
6.7 Stacking of Materials
Stacking and storage of materials must be performed under the supervision of a
Competent Person who has been appointed in writing as required Construction
Regulations.
Storage areas must be designated, kept neat and under control. In addition to the
abovementioned the requirements of General Safety Regulations published in
Government Notice No. R.1031 dated 30 May 1986 and amendments thereto must
be complied with.
Adequate space stacking, storage and lay down areas must be provided on site
In the event that unauthorized persons enter an area where materials are stacked,
such area must be barricaded off to prevent access to such area.
Hazardous chemical substances shall be stored in dry storeroom as per
specifications of their material safety data sheets
6.8 Speed Restrictions and Protections
Unless otherwise stipulated, the maximum speed limit on site must be limited to 10
km/h.
Vehicle movement routes on site must be clearly indicated where applicable.
Signage to ensure the safe movement of vehicles on site, as well as to ensure the
health and safety of all employees and visitors on site, must be displayed in strategic
locations.
6.9 Hazardous Chemical Substances (HCS)
All employees required to use Hazardous Chemical Substances or products
containing Hazardous Chemical Substances must be adequately and
comprehensively trained with regard to the requirements of the Hazardous Chemical
Substances Regulations as published in Government Notice No. R. 1179 dated 25
August 1995 and amendments thereto, the potential sources of exposure and the
potential risks to their health caused by exposure.
In addition to the abovementioned, Material Safety Data Sheets must be kept on site
for all materials, which may contain hazardous chemical substances.
6.10 Plant and Machinery
Construction Plant and Vehicle
All Construction Plant must comply with and be used in conjunction with the
requirements of Regulation 23 of the Construction Regulations and in particular all
records of inspections rendering such plant safe must be kept on site.
Hired Construction Vehicles Plant and Machinery
The Principal Contractor and Sub-Contractors shall ensure that any hired plant and
machinery used on site is safe for use.
The requirements as stipulated by The Act and Construction Regulations shall apply.
The Principal Contractor shall ensure that operators hired with machinery are
competent and that certificates are kept on site in the Site Health and Safety File. All
relevant Sub- Contractors must ensure the same.
6.11 Fire Extinguishers and Fire Fighting Equipment
The Principal Contractor and Sub-Contractors shall allow for and provide or ensure
adequate provision of regularly serviced temporary firefighting equipment located at
strategic points on site, specific for the classes of fire likely to occur.
The appropriate notices and signs must be allowed for and be erected as required.
6.12 Working at Heights
Working at heights includes any work that takes place in an elevated position more
than 1.5 m above the level below.
The Principal Contractor must allow for the preparation of and submit a risk-specific
fall protection plan in accordance with the Construction Regulations. The fall
protection plan must form part of the H&S file.
Heights above 1.5 meters high must accessed using a scaffolding
Heights less than 1.5 meters high must be accessed using a ladder or trestles
Depths more than 1.5 meters deep must be accessed using a ladder
Employees working on height must be in possession of certificate of medical fitness
declaring them it to work on heights.
Scaffolding
Risk assessment for scaffolding shall be carried out before it is used on site.
Competent persons appointed in writing shall erect scaffolding (Scaffold Erector/s),
Supervise Scaffold and Inspect Scaffolding after erecting, weekly and after inclement
weather (Scaffold Inspector/s). Inspection registers shall be kept on the safety file.
Scaffolding used on site shall comply with the requirements of SANS 085 and the
copy of these standards must be available on site
Ladders
A risk assessment for ladders must be done.
Ladders used on site must be safe and fitted with nonslip devices. They must be of
correct height for the task, fastened and secured and are placed at a safe angle.
Competent person appointed in writing to inspect Ladders. Ladders inspected at
arrival on site and weekly thereafter. Inspections register kept.
6.13 Refurbishment of Sewer Pipes
Repairs of sewer pipes poses the risk of coming to contact or contaminating the
environment with sewage with contains pathogens that can cause acute gastro
intestinal disease which includes diarrhoea, noisier, vomiting and headaches; contact
diseases which may include eyes redness, yellowing of the skin or skin rashes; and
chronic diseases such as hepatitis.
The contractor must provide a documented method statement which must include
plans of ensuring that contaminated sewer pipes do not contaminate employees or
the environment.
Before any work is done on the sewer pipes the Principal Contractor must ensure
that the following:
• Sewer line under refurbishment has been isolated from the Centre’s active
sewer line
• Sewage does not unreasonable spread and contaminate undesignated areas
and areas outside the controlled construction areas
• Employees handling contaminated sewer pipes are protected from coming to
contact with sewage by wearing appropriate PPE which must include
respirators or masks, rubber boots, rubber gloves, full body impervious suits
and hard hats
Contaminated sewer pipes must be temporally stored in a demarcated area during
removal and be safely removed from site by the end of the working day to an
approved landfill site. The vehicle transporting sewer pipes must be of closed of
design to avoid contaminating the environment. Employees handling contaminated
sewer pipes must wear appropriate PPE.
All surfaces and equipment that had come to contact with sewage must be cleaned
and chemically disinfected. Chlorine can be used to effectively disinfect all
contaminated surfaces or equipment.
Contaminated pipes temporal storage area and transporting vehicle must be cleaned
and disinfected.
PPE that had been worn during sewage pipes handling activities must be be bagged
for proper disposal or sanitizing by the Principal Contractor. Employees must shower
/ wash using sustainable amount of water and disinfecting soap.
Employees must be trained on recognising sources of exposure sewage, measures
to be taken to prevent exposure and what can be done in case of exposure.
6.14 General Machinery
The Principal Contractor shall ensure compliance with the Driven Machinery
Regulations as published in Government Notice No. R. 298 dated 26 February 1988
and amendments thereto, which include inspecting machinery regularly, allowing for
and appointing a “Competent Person” to inspect and ensure maintenance, allow for
supplying and issuing PPE and allowing for training those who use machinery.
6.15 Temporal Power Supply
The Principal Contractor shall ensure proper planning for temporal power supply
taking into account unforeseen load requirements.
Only competent electricians shall be authorised to install or modify temporal supplies.
A Certificate of Compliance shall be obtained for temporal power supply before it can
be used.
6.16 Portable Electrical Tools and Explosive Powered Tools
The Principal Contractor shall ensure that use and storage of all explosive powered
tools and portable electrical tools follow legislation requirements.
The Principal Contractor must ensure that all electrical tools, electrical distribution
boards, extension leads, and plugs are kept in a safe working order.
The Principal Contractor must allow for and ensure the following:
• That a Competent Person undertakes routine inspections and records are
kept on site.
• That only authorized trained persons use the tools.
• That safe working procedures apply.
• That awareness training is carried out and compliance is enforced at all times.
• That PPE is provided and used.
• That a register recording the issue and return of all explosive rounds is
implemented and maintained, and
• That signs are erected in the areas where explosive powered tools are being
used.
6.17 Hand Tools
Hands tools shall be free from cracks and splinters. Their handles shall fit securely.
Working ends shall be sharp and true.
Hands tools shall be inspected by a competent person before use.
6.18 Portable Electrical Tools
The Principal Contractor must ensure that all electrical tools, electrical distribution
boards, extension cords and plugs are kept in a safe working order.
The Principal Contractor shall allow for and ensure the following:
• Competent person undertakes routine inspections and records are kept on
the file
• Only trained and authorised personnel use the tools
• Safe working procedures for electrical tools are developed and implemented
• PPE required for using the tools is provided and used
6.19 Housekeeping and waste disposal
All items of scrap, unsuitable of cuts and rubble are removed from working areas on
regular basis.
All hand tools and working material are properly store in designated areas
The contractor shall allow time/ personnel for continuously maintaining good house
keeping
An area should be designated for temporal storage of rubble and it should be
demarcated
Large quantities of waste shall not be allowed to accumulate on site. Waste shall be
disposed off in an approved land fill site.
7. OCCUPATIONAL HEALTH AND ENVIRONMENTAL MANAGEMENT
7.1 Occupational Hygiene
Occupational exposure is a major problem and all Contractors must ensure that
proper health and hygiene measures are put in place to prevent exposure to these
hazards.
All Contractors must prevent inhalation, ingestion and absorption of any harmful
chemical or biological agents. Control measures for these hazards shall be
implemented as stipulated in the risk assessment
Water to be utilized for drinking purposes may only be drawn from taps designated
for drinking water purposes. Fire hydrants and fire hose reels may not be utilized for
drinking water purposes.
7.2 Environmental Management
The Principal Contractor and Sub-Contractors shall take all precautionary steps to
prevent any pollution. All mitigation must be fully adhered to ensure a safe and
healthy environment.
7.3 Welfare Facilities
The Principal Contractor must allow for and supply:
• Sufficient ablution facilities on site. Separate facilities must be provided for
males and females. Plants to service the facilities must be in place.
• Safe drinking waters must be available for employees.
• Safe, clean storage areas for workers to store personal belongings and
personal protective equipment.
• Employees must not be exposed to hazardous materials/substances while
eating and must be provided with sheltered eating areas.
7.4 Alcohol and other Drugs
No alcohol and other drugs will be allowed on site
No person may be under the influence of alcohol or any other drugs while on the
construction site.
Any person on the construction site who is on prescription drugs must inform the
safety officer or the safety representative accordingly
Any person on the construction site who is suffering from any illness/condition that
may have a negative effect on his/her safety performance must report this to the
safety officer or safety representative.
Any person on the construction site who is suspected of being under the influence of
alcohol or other drugs must be sent home immediately and the instructed to report
back the next day for a preliminary inquiry. A full disciplinary procedure must be
followed by the Contractor concerned and a copy of the disciplinary action must be
forwarded to the Principal Contractor for his records.
8. CONCLUSION
Due to fact that this document is based on legislative requirements, the Client
requires that all Contractors comply with the requirements of this document and all
other relevant legislative requirements not covered by this document.
The Client or its duly appointed representative reserves the right to stop any
Contractor or Sub-Contractor from working whenever H&Srequirements are being
violated. Any resultant costs of such work stoppages will be for the relevant
Contractor’s account.
The requirements as specified by the Client in this document must not be deemed to
be exhaustive and the Client reserves the right to make changes as and if the Client
deems fit.
The Client will not entertain any claim of any nature whatsoever which arises as
result of costs incurred or delays being experienced due to the Contractor not
complying with the requirements of this document and/or any other applicable
legislative requirements imposed on the Contractor.
115
Annexure E
ANNEXURE E
IDT Compulsory Questionnaire
1
SUPPLIER DATABASE
REGISTRATION
QUESTIONNAIRE
Name of company …………………
Town / City…………………………
FOR OFFICE USE ONLY Date Received: ________________________ Received by: __________________________ IDT Stamp:
2
ALL SUPPLIER INFORMATION WILL BE TREATED STRICTLY CONFIDENTIAL. NOTE: a) The information required is mandatory. b) IDT reserves the right to conduct audits and investigations on any
applicant or information supplied in this questionnaire. c) Submit with your application the following documents:
1. An original cancelled cheque or an original stamped letter from the bank, verifying the banking details.(bank letter should not be older than 6 months old)
2. Copy of Company Registration documents. 3. Original Certified Copy of ID documents of Directors/owners/Members/
Shareholders. 4. Valid VAT certificate (where applicable). 5. Valid Tax Clearance Certificate (original). 6. Copy of registration certificate pertaining to your relevant industry. 7. Companies claiming Black Economic Empowerment as per IDT’s
definition (see below) to submit copies of the following:
7.1 An original or (original certified) copy of a BEE Certificate
8. Close Corporations to attach an Association Agreement (Not compulsory)
9. (Pty) Ltd.’s to attach Shareholders Agreement, Memorandum of Association as well as share certificates
The above documents to stipulate management responsibilities, profit sharing, liabilities/responsibilities, management contribution, protection in case of death etc.
BLACK ENTERPRISES
The following is a guide on how Independent Development Trust defines Black Enterprise Companies:
Definition: ‘Black’ means South African citizens who are Black, Indian or Coloured persons and EXCLUDES individuals belonging to such communities from any other country. Black Women-owned Enterprises (BWO):
At least 50% of the voting shares or interests are held and controlled by Black Women, and
Black Women have contributed at least 50% of the required capital, and
Black Women in the enterprise have not been given voting shares or interest just to capture or retain contracts, and
Black Women participate in the day to day management and decision making of the enterprise. They necessarily have the aptitude and potential to understand all issues involved in the running of the
3
enterprise including knowledge of the product and market within which their enterprise operates.
In a joint venture, skill must be transferable to the Black Women entrepreneur, which means that the Black Women entrepreneur must have the required educational level and/or aptitude.
4
SECTION A A1. BUSINESS INFORMATION
Title (Prof. / Dr / Mr / Mrs / Ms) and Surname: ____________________________________________ (If sole proprietor) ‘Trading as’ name of business: _________________________________________________________ (Contracts/order will be placed on this name and invoices must reflect it) Vat Registration Number: __________________________________ Business Tax Number: _______________________________________ Business Registration Number: _____________________________________ Firm’s Average Turnover: _______________________________________ Total Number of Full Time Employees: _______________________________ Total Number of Part Time Employees: _______________________________ Bodies / Institutes / Trade Assoc. Membership Details: _____________________________ Physical address of business: Building / complex name: __________________________________________________________ Street name and number: ___________________________________________________________ Suburb: _________________________________ City: ______________________________________ Code: __________________________________ Country: ____________________________________ Postal address of business: (This is the address to which an Invitation to render services and orders/contracts must be sent to) P O Box / Private Bag: ______________________City/Town: ________________________Code:_____ Telephone numbers of business: Code: ______ Number: ___________________ Accounts department (Tel no) Code_______ Number: ___________________
5
Contact person fax number: Code: _______ Number_________________________ (Will be used by IDT for electronic faxing of Request for Services, Contracts and Purchase Orders) Business e-mail:_____________________________________________________________ Your own business contact person/marketing representative name and telephone number: _________________________________________________________________
If Applicable
Sole Proprietor Title (Prof. / Dr Mr / Mrs / Ms/): _________________________ Sole Proprietor Full Name:_________________________________________ Sole Proprietor ID Number: ________________________________________ Previous Name of Business: _______________________________________ Previous Owners of Business: ______________________________________ ______________________________________________________________
6
SECTION B
B1. BANKING INFORMATION
Please attach an original cancelled cheque or an original bank verification letter (Not
older than 6 months)
Account Holder: ___________________________________
Bank Account number: _____________________________
Account type: _____________________________________
Bank: ___________________________________________
Branch Name: _____________________________________
Branch code: ______________________________________
Swift Code (Where Applicable):________________________
All payments will be made electronically directly to your bank account.
Kindly note that it will be your responsibility to inform the IDT, in writing, of any
changes in your banking details.
7
KINDLY ENSURE THAT ALL THE SECTIONS BELOW ARE FULLY COMPLETED)
SECTION C: PEOPLE
EMPOWERMENT 1. EMPLOYMENT EQUITY
Black Economic Empowerment (BEE) A BALANCED SCORECARDS MEASURING BROAD BASED BEE SHALL BE USED IN THE ALLOCATION
OF BEE POINTS
LIST OF ALL PARTNERS, PROPRIETORS AND SHAREHOLDERS. (Re (Attach shareholders’ Certificate)
The IDT as a development Agency plans and tracks on a continuous basis, key development
indicators. These select indicators relate to participation of different socioeconomic cohorts. Of
particular importance in this instance is the level of participation of Women, Youth, and People with
disabilities and Black population in the context of South Africa. This information is critical and
Suppliers and service providers should complete this section. It is important to note that this
information is used for statistical, planning for impact as well as tracking and internal reporting on the
cited empowerment indicators.
C1.
COMPLETE THE FOLLOWING INFORMATION FOR EACH PARTNER, PROPRIETOR, SHAREHOLDER, DIRECTOR AND OFFICER OF THE FIRM (e.g. Chairman, Secretary, Director, etc.)
Name
ID: Number
Company OR Trust Reg. Number
Race Gender
M/F
Disabled
Yes/No
Shares
%
Home Address
8
C2.
Shareholder’s % Breakdown
% Black Male % Black Female % Black Disabled
% % %
% White Male % White Female % White Disabled
9
B2. INDICATE WITH (X) COMPANY B-BBEE RECOGNITION LEVEL
B-BBEE Status Level Contributor Single Entity Joint Venture /
Consortium*
LEVEL ONE CONTRIBUTOR
LEVEL TWO CONTRIBUTOR
LEVEL THREE CONTRIBUTOR
LEVEL FOUR CONTRIBUTOR
LEVEL FIVE CONTRIBUTOR
LEVEL SIX CONTRIBUTOR
LEVEL SEVEN CONTRIBUTOR
LEVEL EIGHT CONTRIBUTOR
NON-COMPLIANT CONTRIBUTOR
Exempted Micro Enterprise (EME)
EME LEVEL THREE CONTRIBUTOR
EME LEVEL FOUR CONTRIBUTOR
*For Unincorporated Joint Venture / Consortium: Consolidated B-BBEE certificate from SANAS, IRBA or any Credible Accredited Verification Agency must be provided
B8. INDICATE WITH (X) COMPANY CIDB RATING GRADE 1 GB OR GBPE
GRADE 2 GB OR GBPE
GRADE 3 GB OR GBPE
GRADE 4 GB OR GBPE
GRADE 5 GB OR GBPE
GRADE 6 GB OR GBPE
GRADE 7 GB OR GBPE
GRADE 8 GB OR GBPE
GRADE 9 GB
10
B3. LIST OF ALL PARTNERS, PROPRIETORS AND SHAREHOLDERS.
(Re (Attach shareholders’ Certificate)
B4.
COMPLETE THE FOLLOWING INFORMATION FOR EACH PARTNER, PROPRIETOR, SHAREHOLDER, DIRECTOR AND OFFICER OF THE FIRM
(e.g. Chairman, Secretary, Director, etc.)
Name Race Gender
M/F
Disabled
Yes/No
% of time devoted to firm
Home Address
11
(PLEASE ATTACH THE COMPANY’S EMPLOYMENT EQUITY TARGET FOR NEXT FIVE YEARS)
Management Details
List all Managers of the firm
C3.
IDENTIFY BY NAME, RACE, GENDER, DISABLILTY AND LENGTH OF SERVICE, THOSE INDIVIDUALS IN THE FIRM (INCLUDING OWNERS AND NON-OWNERS) RESPONSIBLE FOR DAY-TO-DAY MANAGEMENT AND BUSINESS DECISIONS
Activity Name Race Gender
M/F
Disabled
Yes/No
Manage %
Length of
Service (Years)
Financial Decisions
Management Details
CEO
CFO
Supervision of Field / Production Services
Supervision of Office Personnel
12
BBBEE Recognition Level ______________________________________ Percentage Contributor_________________________________________ BBBEE Certificate Number______________________________________ Name of Company Listing BBBEE Certificate________________________________________ Scorecard Type: EME; QSE or GENERIC__________________________
C4.
BBBEE Information
C5.
CIDB GRADING FOR CONTRACTORS
Grade:_____________________
13
SECTION D:
OFFICES
D1. LOCALITY/OFFICES PLEASE INDICATE WITH (X) AREAS WHERE YOUR BUSINESS CURRENTLY OPERATES/ AREAS OF REPRESENTATION:
Gauteng
North West
Free State
Mpumalanga
Northern Cape
Limpopo
Western Cape
Eastern Cape
Kwazulu-Natal
Kindly indicate: Head Office Branch Office (s) where represented only.
HEAD OFFICE PHYSICAL ADDRESS:
POSTAL ADDRESS:
CONTACT PERSON:
CONTACT NUMBERS:
EMAIL ADDRESS:
14
BRANCHES
PHYSICAL ADDRESS:
POSTAL ADDRESS:
CONTACT PERSON:
CONTACT NUMBERS:
EMAIL ADDRESS:
Note that if the amount of branches exceeds the provided space,
please supply an attachment
15
SECTION E: CAPACITY
1. CAPACITY AND PAST PERFORMANCE
E1.
LIST THE THREE LARGEST CONTRACTS/ASSIGNMENTS COMPLETED BY YOUR FIRM IN THE LAST FOUR YEARS
Work performed/Project
/Assignment
Client & Contact Person
Physical Address & Telephone number (land line & mobile)
Professional Fees/ Project Value
E2. LIST THE CURRENT PROJECTS/ASSIGNMENT THAT YOUR FIRM IS INVOLVED IN
Assignment Client Physical Address & Professional & Contact Person Telephone number Fees/Project Value (landline and mobile) 1. 2. 3. 4.
16
E3. PREVIOUS APPOINTMENTS BY IDT
Project/Programme Name
Type of project
Contract Start
Contract End
Professional Fees/Project
Value
Financial year
IDT Contact Person & Tel
no.
E4. DID THE FIRM EXIST UNDER A PREVIOUS NAME? YES / NO IF YES, WHAT WAS THE NAME: ______________________________________________
E4.1 WHO WERE OWNERS/ PARTNERS/ DIRECTORS:
TECHNICAL E5. IS YOUR BUSINESS A PERMIT HOLDER UNDER THE SABS, MARK SCHEME? (Y / N )
…………………………………. IF YES, INDICATE PRODUCT(S) FOR WHICH PERMITS ARE HELD, INCLUDING PERMIT NUMBERS
QUALITY E6. HAS YOUR QUALITY MANAGEMENT SYSTEM BEEN ASSESSED & CERTIFIED BY ANY
NATIONAL / INTERNATIONALLY RECOGNISED ACCREDITED BODY (Y / N ) IF YES PROVIDE COPY OF CERTIFICATE.
17
F1. TYPE OF FIRM (Tick applicable box)
Close Corporation
Co-Operatives
Company
Joint Venture
One Person Business / Sole Trader
NPO / NGO
Partnership
Trust
Educational Institutions
Section 21 Companies
Municipalities
Other (specify) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
18
F.3
PROFESSIONAL CAPACITIES
( CONSULTANTS ) (Tick applicable box)
Consulting, Civil and Structural Engineering
Electrical Engineering
Mechanical Engineering
Project Management
Quantity Surveying
Social Facilitator
Architects
Other (specify) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
F2. PARTICIPATION CAPACITIES (Tick applicable box)
Electrical / Mechanical Contractor
Joint Venture Partner
Main Contractor
Manufacturer
Prime Contractor
Professional Services
Specialist Sub-Contractor
Sub-Contractor
Supplier
Other (specify) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
19
F4. PROFESSIONAL CAPACITIES
( CONTRACTORS ) (Tick applicable box)
Building Construction
Civil Construction
Electrical Engineering Works
Marine Construction
Mechanical Engineering Works
Other (specify) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
F5. SAFETY (CONTRACTORS) (Tick applicable box)
1. Does your business have an Occupational Health Policy complying to the Occupational Health and Safety Act (OHSA) Yes/No
2. Are you registered with Compensation for Occupational Injuries and Diseases Act (COIDA) Yes/No
COIDA registration number_________________________________
F6. Human Resources
1. Briefly state your Affirmative Action (AA) Policy.
20
F8. Proudly South African
Do you get more than 80% of your material from your Local Area
Geographically : Yes ______________________ No ______________________
Place
Nationally : Yes_______________________ No_______________________
Region
Internationally : Yes_______________________ No_______________________
Country
2. Are you registered with Compensation for Occupational for Occupational Injuries and Diseases Act (COIDA) Yes/No
COIDA registration number_________________________________
F7. NAME ALL THE BODIES/INSTITUTES/TRADE ASSOCIATIONS OF WHICH YOU HAVE MEMBERSHIP (E.g. The South African Council of Quantity Surveyors- Reg. No. 1589678)
21
F8. Services Offered ( Please chose Three only) (Tick applicable box)
Agriculture Information Technology
Catering
Mining
Communications and related
Recruitment Agencies
Corporate
Retail
Electrical Engineers
Social Facilitators
Farming
Transport
Information Systems
Architectural
Manufacturing
Cleaners
Quantity Surveyors
Safety Clothing and Equipment
Research
Economist
Selected by Government
Events Management
Training and Education
Hospitality
Architects
Land Surveyors
Civil Engineers
Project Management
Construction
Rental / Hiring
Development Consultants
Security
Engineers
Stationery / Office Equipment
Financial
Wholesalers
Printing
Maintenance
Office Furniture Furniture Removals
Legal Land Surveyors
Wholesalers Research
Community, Social and Personal Insurance
Hospital Equipment Consultants
Relocation Services Garden Services
Other (specify) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
22
SECTION G:
ATTACHMENTS (CONPLETION OF THIS SECTION IS COMPULSORY)
Please attach certified copies/original of the following documents:
Tick
Fully Completed Supplier Questionnaire
Cancelled cheque or an original bank verification letter
Original Certified Copies of ID Documents of owners / Directors etc.
Company Registration Documents
Shareholders agreements / certificates for companies
Original VAT certificate where applicable
Original valid Tax clearance certificate
Proof of registration with professional body where applicable
JV’S Agreement if any
Disability
Original Certified Copy of BEE Certificate (if Claiming BEE)
CIDB Registration Certificate
Utility Bill
Original Income Tax Exemption Certificate
NPO Registration Documents
Deed Of Trust
NB: The onus is on the supplier to ensure that updated (expiring) documents are submitted at the nearest IDT offices.
SWORN STATEMENT I/we, the undersigned, warrant that I/we am/are duly, authorised to do so, on behalf of the enterprise and certify that:
a) The information furnished is true and correct. b) If misrepresentation to gain any benefit is established, The
Independent Development Trust may in addition to any other remedy it may have
23
disqualify the applicant;
restrict the applicant, its shareholders and directors from obtaining business from Independent Development Trust for a period not exceeding 5 years;
in the event that a contract has been concluded, recover from the contractor all costs, losses or damages incurred or sustained as a result of the award of the contract;
cancel the contract and claim any damages suffered by having to make less favourable arrangements after such cancellation; and
c) Independent Development Trust is hereby empowered to take such
steps as it may require verifying information submitted, including, but not limited to, the use of independent auditors or other experts.
d) If there are any changes to the information supplied on this form, I/We
will inform Independent Development Trust’s Supply Chain Management Unit immediately.
Name of Enterprise: …………………………………………….……………………… Signature of Enterprise Representative: ……………………………………………………………………………………. Address: …………………………………………………………………………………….. Telephone no: …....………………………… Date: ……………………………
………………………………………. ……………………………………..
For and on behalf of the company Date
…………………………………………………………..
Capacity of signatory (Position held in Company)
24
SECTION H:
DECLARATION OF INTEREST: Item Question Yes No
H.1
Is the company or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or person prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram parterm rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website (www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.
H.2
If so, furnish particulars:
H.3
Is the company or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.
Yes No
H.4
If so, furnish particulars:
H.5
Was the company or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?
Yes No
H.6
If so, furnish particulars:
H.7
Was any contract between the company and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?
Yes
No
H.8
If so, furnish particulars:
H.9
Are members/employees of the company/suppliers also employees of the Independent Development Trust?
Yes
No
116
Annexure F
ANNEXURE F
Drawings
Brits NU
Pretoria NU
Bronkhorstspruit NU
Randburg NU
Wonderboom NU
Krugersdorp NU
Pretoria NU
Elandsfontein AH
Kempton Park NU
Cullinan NU
Bronkhorstspruit NU
Brits NU
Waltloo
Tierpoort AH
Nooitgedacht SH
Rietvlei Nature Reserve
Blue Hills AH
Olympus AH
Kempton Park NU
Leeuwfontein SH
Bronkhorstspruit NU
Bronkhorstspruit NU
Lindley SH
Mooiplaas SH
Elandsfontein
Kameeldrift SH
Gerardsville AH
Driefontein SH
Louwlardia
Derdepoort AH
Pretoria NU
Zwartkop SH
Cullinan NU
Timsrand AH
Lammermoor
West Park AH
Groenkloof
Clayville
Austin View
Hornsoord
Sonnedal
Tweefontein AH
Cornwall Hill
Moreletapark
Kirkney
Kosmosdal
Scientia
Kyalami
Raslouw AH
Bridle Park AH
Loeka Villa
Mahube Valley
Waverley
Bashewa AH
Mnandi AH
Snake Valley
Eersterus
Andeon AH
Villieria
Glen Austin AH
Olievenhoutsbos
Witpoort
Valhalla
Faerie Glen
Thaba-Tshwane
Eldoraigne
LeeuwkopVorna Valley
Mooikloof
Woodhill
Chartwell AH
Garsfontein
Erand AH
Mamelodi East
Laudium
Ifafi
Irene
Halfway House
Lonehill
Waterkloof AFB
Randjesfontein AH
Mooikloof SH
Irene Research Institute
Farmall AH
Stanza Bopape
Doornkloof SH
Shere AH
Pretoria Industrial
Bon Accord AH
Lyttleton Manor
Wierda Park
Klerksoord
Pretoria North
Danville
Silverton
Capital Park
Sunninghill
Glen Fernes
Annlin
Pumulani AH
Rietfontein
Lyttelton
Salvokop
The Reeds
Mamelodi West
Esselen Park Ext 1
Laezonia AH
Arcadia
The Orchards
Christoburg
Clubview
Suiderberg
Montana AH
Kameelfontein SH
Willow Glen AH
Weskoppies
Chantelle
Lynnwood
Theresa Park
Waterkloof Ridge
Skanskop
Waterkloof
Doornpoort
President Park AH
Pretoria CBD
Waterfall
Zwartkop Nature ReserveLyttelton
Rooihuiskraal
Wapadrand
Elarduspark
Dainfern
Phillip Nel Park
Schoemansville
Heatherdale AH
Wespark
Paulshof
Carlswald AH
Craigavon AH
Erasmia
Mountain View
Highveld Exts
Centurion
Brooklyn
Honingklip
Daspoort
Pretoria West
Elandsdrif Estates
Erasmuskloof
Gezina
Sinoville
Monavoni AH
Rosslyn
Prinshof
De Wilgers
Montana Tuine
Witfontein
Hartebeesthoek
Kwaggasrant
Country View
Onderstepoort Nature Reserve
Gerardsville AH
Hermanstad
Hatfield
Ninapark
Queenswood
Florauna
Fourways
Wonderboom AH
Claremont
Meyerspark
Rietondale
Pierre van Ryneveld
Rabie Ridge
Magaliessig
Inadan AH
Diepsloot AH
Doringkloof
Menlo Park
Glenferness AH
Wonderboom AH
Sunnyside
Monument Park
Murrayfield
Kilner Park
Rietfontein AH
Kyalami Estates
Dorandia
East Lynne
Karenpark
Wingate Park
Broadacres AH
Kempton Park NU
Wolmer
Booysens
Wonderboom
Erand
Noordwyk
Lynnwood Glen
Magalieskruin
Hospital View
Kya Sand
Riviera
Onderstepoort
Vergenoeg
Crowthorne AH
Kosmos
Witkoppen
Lynnwood Ridge
Van Wyksrestant AH
Wonderboom South
Silver Lakes
Bloubosrand
Derdepoort
Clarina
Airdlin
Pretoria Gardens
Clayville East
Zwartkop Ext 4,5,6,8
Sunderland Ridge
Wonderboom Aerodrome
Moregloed
Barbeque Downs
Waterkloof Glen
Newlands
Paulshof Ext
Colbyn
Rooihuiskraal North
Mayville
Winternest AH
Mandela Village
Nellmapius Ext 4
Muckleneuk
Constantia Park
Ililiba
Amandasig
Duduza
Bryntirion
Menlyn
Kwaggasrand
Montana Park
Beverley Estates
Waterkloof AH
Rooihuiskraal Ext
Lotus Gardens
Heuweloord
Kenley AH
Lynnwood Manor
La Montagne
Mchenguville
Erasmuspark
Jukskei Park
Sinoville Ext
Fourways Gardens
North Riding AH
Waterkloof Heights
Technikon Rant
Sun Lawns AH
Roseville
Ehlanzeni
Elandspoort
Lifateng
Val de Grace
Meerhof
Eloffsdal
Maokeng
Proclamation Hill
Maroeladal
Temong
Lukasrand
Cedar Lakes
Hesteapark
Jeffersville
Chloorkop
Lyttelton AH
Noordhang
Montana Park Exts
Bon Accord
Ecaleni
Willow Park AH
Hennopspark
Winnie Mandela Ext 4
New Muckleneuk
Kloofsig
Bronberrick
Wonderboom Nature Reserve
Rietvlei AH
Tembisa Ext 5
Mqantsa
The Reeds Ext 10
Montana Ext 2
Erasmusrand
Wonderboom NU
Commercia Ext 34
Radio Uitkyk
Monrick
Jan Niemand Park
Hillcrest
Tileba
Sedibeng
Villa Rosa
Parktown Estate
Isithame
Ashlea Gardens
Esangweni
Annlin West Ext 3
Zwartkop Ext 7
Winnie Mandela
Annlin Ext 37
Vusimusi
Kaya Sand
Sonnedal AH
Ekklesia
Makulong
Lindo Park
Igqagqa
Pipeline
Sethokga
Pretoria University & Schools
Douglasdale Ext
Amandasig
Asiatic Bazaar
Isekelo
Les Marais
Emkatini
Eastwood
Moteong
Tsepo
Weavind Park
Endulweni
Phumolong
Emangweni
Lydiana
MeritingLeboeng
Inxiweni
Bailey's Muckleneuk
Khatamping
Umfuyaneni
Isiphetweni
Emfihlweni
Welomlambo
Centurion Central
Rietvalleirand
Motsu
Brummeria
Die Hoewes Ext 25
Kopanong
Jiyana
Mashimong
Winnie Mandela Ext 6
Umthambeka
Halfway Gardens
Deerness
Entshonalanga
Esiziba
Emthafeni
Olievenhoutbos
Hennopspark Ext 5&9
Dainfern Ridge
Clubview Ext 2
Commercia Ext 9
Tlamatlama
Die Hoewes Ext 95
Hennops Park Industrial Ext
Nellmapius Ext 3
Emoyeni
Willowbrae AH
Sterrewag
Lekaneng
Teanong
Norscot
Ibaxa
Willow Park
Fourways Buccleuch
Die Hoewes Ext 19
Beverley
Moedi
Waterkloof Park
Tamara Park
Birchleigh North
Maroelana
Ibazelo
Elandsrand
Winnie Mandela Ext 5
Bellevue
Bapsfontein
Montana
Derdepoort Park
Norkem ParkCommercia
Die Hoewes Ext 100
Winnie Mandela Ext 12
Lusaka
Moretele View
Petervale
Trevenna
Mpho
Rabie Ridge Ext 5
Xubene
Koedoespoort Industrial
Tembisa Ext 11
Tembisa Ext 7
Phomolong
Thiteng
Winnie Mandela Ext 10
General Kemp Heuwel
Alphen Park
Zwartkop Ext 7,16
Winnie Mandela Ext 7
Pretoriuspark Ext 1
Pipeline
Die Hoewes Ext 6
Die Hoewes Ext 32
Bryanston
Umnonjaneni
Raslouw
Endayini
Hazelwood
Olifantsfontein
Olievenhoutbos
Mamelodi Sun Valley
Tembisa Station
Donkerhoek SH
Die Hoewes Ext 16
Chloorkop Ext
Lynnwood Park
Johannesburg North
Seotloana
Saulsville
Colbyn Valley
Baviaanspoort Prison
Mayville
Brummeria Exts
Die Hoewes Ext
Florapark
Die Hoewes Ext 14
Ivory Park
Diepsloot
Die Hoewes Ext 119
Eastmead
Pretoria University Sports Grounds
Eldorette
Elindinga
Die Hoewes Ext 52
Die Hoewes Ext 102
Winnie Mandela Park
Ivory Park
Diepsloot
Ivory Park
Olievenhoutbos
Ivory Park
Knopjeslaagte
Die Hoewes Ext 31
Nooitgedacht
Die Hoewes Ext
Maroeladal Ext 4
Die Hoewes Ext 51
Ivory Park
Die Hoewes Ext 54
Ivory Park
Die Hoewes Ext
Bultfontein
Ivory Park
Ivory Park
Ivory Park
Ivory Park
Ga-Rankuwa Zone 2
Geesteveld AH
Pretoria
Kungwini
Madibeng
Centurion
Midrand
City of Tshwane Metro
West Rand
Ekurhuleni Metro
Mogale City
Akasia
Nokeng tsa Taemane
Randburg
Mamelodi
Sandton
Tembisa
City of Johannesburg Metro
Pelindaba
Pretoria
Ekurhuleni Metro
Midrand
Centurion
Brits
Ivory Park
Diepsloot
Kempton Park
Saulsville
Magaliesberg Nature Reserve
Hartbeespoort Dam Nature Reserve
Hartebeespoort
Atteridgeville
Roodeplaat Dam Nature Reserve
Rabie RidgeMuldersdrift
Pretoria
Nellmapius
Ebony Park
Baviaanspoort
Hartebeespoort
Mayabuye
Hartebeespoort
Hartebeespoort
Nellmapius
Hartebeesfontein New Paradise
Hartebeespoort
Kempton Park
Olievenhoutbos
Zevenfontein
Hartebeespoort
Bapsfontein
Atteridgeville
Pipeline
Olievenhoutbos
Olievenhoutbos
Knopjeslaagte
Nooitgedacht
PRETORIA
BRITS
WONDERBOOM
RANDBURG
KRUGERSDORP
KEMPTON PARK
CULLINAN
BRONKHORSTSPRUIT
BENONI
Gauteng
North West
Akasia
Laudium
Erasmia
Tembisa
Midrand
Mamelodi
Hercules
Brooklyn
Boschkop
Villieria
Sunnyside
Sinoville
Silverton
Lyttelton
Wierdabrug
Eersterust
Ivory Park
Kameeldrift
Garsfontein
Douglasdale
Pretoria West
Pretoria Moot
Pretoria North
Atteridgeville
Wonderboompoort
Olifantsfontein
Hartbeespoortdam
Pretoria Central
535
885
532532
88268413
46604442
4388
4314
4308
3738
3356
1326
4740
8754
5331
4849
4687
4658
4624
4596
4439
4298
4269
4196
41934185
3874
3453
1987
7020
6148
5737
4588
4569
4516
4505
44344422
4352
4333
4246
2974 1025
18225
18217
1820218196
13910
12066
260147
255128
255026254858
174321
153715153714
138857
266659
268335
264758
258818
254976
135869
292721
290495
290238
289227
159046
138982
135882
135743
285691
280971
202171
183136
163187
160069
158536135514
135508
28.000000
28.000000
28.250000
28.250000
-26.0
0000
0
-26.0
0000
0
-25.7
5000
0
-25.7
5000
0
0 7 14 21 283.5Kilometers
VGIconsult773 CAMPERI STREET DORANDIA PRETORIA 0182TEL: (012) 546-3383FAX: (012) 565-4814E-mail: vgipta@mweb.co.za
Projection Information
Transverse MercatorCentral Meridian = °False Easting = 0°False Northing = 0°Scale Factor = 1
Datum = WGS 84
1:70,000
PROJECT: ESTABLISHMENT OF A DOLOMITE RISK MANAGEMENT STRATEGY FOR THE ASSETSOF THE NATIONAL DEPARTMENT OF PUBLIC WORKS LOCATED ON DOLOMITE FORMATION IN SOUTH AFRICA
DOLOMITE LOCALITY MAP
WCS 037122 PRETORIA REGIONAL OFFICE
MAP 1: DISTRIBUTION OF DOLOMITE
LEGENDGAUTENG PROPERTIES
RSA POLICE STATIONS
PROVINCES
DISTRICT COUNCIL
MAGISTERIAL DISTRICTS 1996
MAJOR PLACES
SMALL PLACES
DOLOMITE BUFFER 4KM
NATIONAL ROADS
MAIN ROADS
VALVE
GAS PIPELINE
GAS PIPELINE
GAS PIPELINE
WATER PIPELINE
SINK
SINK
SINK
SINK
DIESEL
TANK
GRIDINLET
GRID
INLET
GRIDINLET
GRID
INLET
GRID
INLET
GRID
INLET
GRID
INLET
GRID
INLET
GRID
INLET
GRIDINLET
GRIDINLET
GRID
INLET
FHFH
FH
FH
WATERVALVES
TAP
CECE
CE
CE
GRID
INLET
GRIDINLET
FLOOR LEVEL 1247.355
TOILET
DOOR
DOOR
DOORDOOR
DOORDOOR
TOILET
CORRIDOR
GARBAGE
BUILDING
DRAIN
DRAIN
DRAIN
DRAIN
DRAIN
DRAIN
GAS PIPELINE
GAS PIPELINE
INSIDE BUILDING
GUARD
HOUSE
WALL
WALL
FENCE
FENCE
TAP
X +2 840 700
X +2 840 800
Y +6
4 000
1248.50
1248
.25
1248
.00
1247.25
1247.00
1246.75
1246.50
1246.25
1247
.00
1246.7
5
1246.5
0
1247.25
Y +6
3 975
Y +6
3 950
Y +6
4 025
Y +6
4 050
Y +6
4 075
X +2 840 675
X +2 840 725
X +2 840 750
X +2 840 775
X +2 840 700
X +2 840 800
X +2 840 675
X +2 840 725
X +2 840 750
X +2 840 775
X +2 840 700
X +2 840 800
X +2 840 675
X +2 840 725
X +2 840 750
X +2 840 775
X +2 840 700
X +2 840 800
X +2 840 675
X +2 840 725
X +2 840 750
X +2 840 775
X +2 840 700
X +2 840 800
X +2 840 675
X +2 840 725
X +2 840 750
X +2 840 775
X +2 840 700
X +2 840 800
X +2 840 675
X +2 840 725
X +2 840 750
X +2 840 775
X +2 840 700
X +2 840 800
X +2 840 675
X +2 840 725
X +2 840 750
X +2 840 775
Y +6
4 000
Y +6
3 975
Y +6
3 950
Y +6
4 025
Y +6
4 050
Y +6
4 075
Y +6
4 000
Y +6
3 975
Y +6
3 950
Y +6
4 025
Y +6
4 050
Y +6
4 075
Y +6
4 000
Y +6
3 975
Y +6
3 950
Y +6
4 025
Y +6
4 050
Y +6
4 075
Y +6
4 000
Y +6
3 975
Y +6
3 950
Y +6
4 025
Y +6
4 050
Y +6
4 075
Y +6
4 000
Y +6
3 975
Y +6
3 950
Y +6
4 025
Y +6
4 050
Y +6
4 075
GAS PIPELINE
46.14m
160mm uPVC
12.17
m16
0mm
uPVC
4.29m
160m
m uPVC
FLOOR LEVEL 1247.355
FLOOR LEVEL 1247.355
FENCE
FENC
E
FENC
E
11.50m
48.74m
16.16m
44.08m
13.77m25.02
40.83
2.06m
9.97m
60mm PAVINGBLOCKS1580m²
RECTANGULARSABS (FIG.12)
R 20
150
75
Edge restraints forpaving blocks
150mm G5 QUALITY MATERIAL OR BETTERCOMPACTED TO 95% Mod AASHTO
150mm G5 QUALITY MATERIAL OR BETTERCOMPACTED TO 93% Mod AASHTO
RIP AND RECOMPACT 150mm G10 OR BETTERCOMPACTED TO 90% Mod AASHTO
60mm PAVING BLOCKS ON 20mm SAND BEDDING
60mm PAVING BLOCKS
LEGEND
N
TYPICAL PARKING SECTION SCALE 1:20
EDGE RESTRAINTS FORPAVING BLOCKS(FIG. 12 - SABS 927:1969)
SCALE 1:20
NOTES1. ALL IMPORTED FILL TO CLASSIFY AS G5 OR BETTER2. ALL LEVELS SHOWN ARE BULK EARTHWORKS LEVELS UNLESSOTHERWISE AGREED3. ALL WORK AND FREQUENCY OF TESTING TO COMPLY WITH SABS 1200D4. BATTER SLOPES TO BE 1.5:1 UNLESS OTHERWISE AGREED TO COMPLYWITH SABS 1200D5. ALL FILL TO BE COMPACTED TO MINIMUM 90% MOD AASHTO6. SETTING OUT DIMENSIONS TO BE CONFIRMED ON SITE7. CONTRACTOR TO ENSURE THAT ALL SITE ACTIVITIES ARE INACCORDANCE WITH OSH ACT. 1993 CONSTRUCTION REGULATIONS 2003.8. GEOTECH REPORT INDICATES AVERAGE DEPTH OF TOPSOIL = 150mm.THIS IS TO BE REMOVED AND SPOILED OFF SITE AS DIRECTED
REVISION DESCRIPTIONREV DATE BY CHKD
ASSOCIATED DWG No. DRAWING DESCRIPTION
project title
REF. NO. designed
scale drawn
date checked
type number
drawingnumber
MAR 2017
INFORMATION
REVISION
N/A NC
NC
LF
engineers
ISSUED FOR INFORMATIONA 2017/03/15 NC LF
TEL: +27 11 318 8393FAX: +27 86 677 8643E-mail: pmadmin@triviron.co.za
AS SHOWN
PAPER SIZE
IF IN DOUBT ASK
FIJ17008/SE003/REV-A A
A1
client
PROPOSED
BAVIAANSPOORTSEWER PIPE
CORRECTIONAL SERVICES
TRIVIRON HOUSEWHITBY MANOR OFFICE ESTATE167 14th ROADNOORDWYKMIDRAND, 1687
DEPARTMENT OF CORRECTIONAL SERVICES
drawing title
PAVING LAYOUT AND DETAILS
PLAN LAYOUTSCALE 1:250
7534
515
0034
575
with 50mm coverBottom layer mesh Ref 245
with 50mm coverTop layer mesh Ref 245
500
(min.
)15
0
50
Blinding layer
SECTION B-BA
700
200
100
A
50
250
75
150
97.600
1320
600 x 450 C.I. Manhole cover
TWL
125 R.C. SLAB
B
115230
34575 950
INLET
A
230 950
PLAN
5330
230 950
VENT PIPE
230
950230 345
115
75
230
115
OUTLET
A
115
230
110mm TWO WAY VENT VALVE
SECTION A-A
Manhole cover600 x 450 C.I.
TWL
150
150
300
5. All dimensions to be checked any
6. RETENTION TIME 45 minutes.
discrepancy reported to the engineer.
4. All mortar to have waterproofing additive.
3. Blinding layer to be 15MPa at 28 days.
2. Base slab to be 25MPa at 28 days.
including internal face of base slab.1. All brickwork to be cement rendered
GENERAL NOTES
PLAIN 90°BENT PAN COLLAR
110Ø PVC VENT PIPE
B
2340
110Ø uPVC PIPE
110Ø uPVC PIPE
REVISION DESCRIPTIONREV DATE BY CHKD
ASSOCIATED DWG No. DRAWING DESCRIPTION
project title
REF. NO. designed
scale drawn
date checked
type number
drawingnumber
MAR 2017
INFORMATION
REVISION
N/A NC
NC
LF
engineers
ISSUED FOR INFORMATIONA 2017/03/15 NC LF
TEL: +27 11 318 8393FAX: +27 86 677 8643E-mail: pmadmin@triviron.co.za
AS SHOWN
PAPER SIZE
IF IN DOUBT ASK
FIJ17008/SE002/REV-A A
A1
client
PROPOSED
BAVIAANSPOORTSEWER PIPE
CORRECTIONAL SERVICES
TRIVIRON HOUSEWHITBY MANOR OFFICE ESTATE167 14th ROADNOORDWYKMIDRAND, 1687
DEPARTMENT OF CORRECTIONAL SERVICES
drawing title
GREASE TRAP LAYOUT AND SECTIONS