MANUFACTURE AND SUPPLY OF FOUR SETS OF … · FOUR SETS OF GRADE 2 TITANIUM CONDENSER TUBES AT...

53
MANUFACTURE AND SUPPLY OF FOUR SETS OF GRADE 2 TITANIUM CONDENSER TUBES AT TUTUKA POWER STATION ENQUIRY NUMBER : MPPPSC001048 DATE: 02 November 2016

Transcript of MANUFACTURE AND SUPPLY OF FOUR SETS OF … · FOUR SETS OF GRADE 2 TITANIUM CONDENSER TUBES AT...

MANUFACTURE AND SUPPLY OF

FOUR SETS OF GRADE 2 TITANIUM

CONDENSER TUBES AT TUTUKA

POWER STATION

ENQUIRY NUMBER : MPPPSC001048

DATE: 02 November 2016

2016/04/12 2

Rules of the meeting

All attendees to fill in Attendance Register

All Cell phones to be on silent during the meeting

Questions

OUTLINE

Commercial Requirements

SD&L Requirements

Project Management

Technical Requirements

Planning Requirements

Finance Requirements

Quality Requirements

2016/04/12 3

COMMERCIAL

Presented by: Simon Ndlakuse

Senior Advisor

2016/04/12 5

Indication of interest

T1.1 Acknowledgement Forms should be submitted after Clarification meeting

2106/04/12 6

COMMERCIAL – Evaluation Process

All tenders are evaluated and scored in accordance with Eskom’s Procurement Process and PPPFA (90/10).

• A five (5) stage evaluation process will be conducted after Basic compliance.

• Stage 1 Functionality evaluation

• Stage 2: Local Production and Content

• Stage 3: Financial Analysis

• Stage 4: :Price and Preference Point System

• Stage 5: Objective Criteria

16/11/2016 7

COMMERCIAL – Submission Dates and Address

Enquiry closes at 10h00 on 24 November 2016

Tender Box located at–

ESKOM HOLDINGS SOC LIMITED

THE TENDER OFFICE

10 SMUTS AVENUE

EMALAHLENI/WITBANK

1035

COMMERCIAL – Documents

Documents should be marked clearly, as follows:

ESKOM HOLDINGS SOC LIMITED

GROUP TECHNOLOGY AND COMMERCIAL DIVISION

CONFIDENTIAL TENDER NO: MPPPSC001048

THE EMPLOYER WILL RESPOND TO THE REQUEST FOR CLARIFICATION RECEIVED UP TO 5 (FIVE) WORKING DAYS BEFORE THE DEADLINE FOR TENDER SUBMISSION

LATE TENDERS WILL NOT BE ACCEPTED

16/11/2016 8

16/11/2016 9

COMMERCIAL – Tender Envelope System

The tender should be packaged as follows:

• In three sections Technical (Engineering, SHEQ and Planning), Financial and Commercial.

Tender Bulletin

16/11/2016 11

16/11/2016 12

?

SD&L PRESENTATION

Presented by: Phindile Mbonambi

SD&L Advisor

14

COMMERCIAL – SD & L

Objectives:

• Supporting SMME - the objective is to encourage anchor companies to avail subcontracting opportunities to small black owned companies

• Localization – the objective is to create a platform for South African based suppliers to be develop into national and international suppliers.

• Supplier Development – the objective is to ensure that Eskom’s procurement spend is utilized to develop South African based Suppliers.

• Skills Development – increment of Skills base in South Africa is viewed as a catalyst for Job creation and poverty reduction

COMMERCIAL – SD & L

16/11/2016 15

• Local content Local content to South Africa 0% (not a designated sector)

Local Content to SA Target% Proposal

0%

COMMERCIAL – SD & L

2016/04/12 16

Note : Eskom will apply the standard for Developing Skills through infrastructure Contracts published by Construction Industry Development Board on 23 August 2013 (Board Notice 180 of 2013, Government Gazette 36760) (“ the CIDB skills development Standard”) 100% Compliance

Qualifying candidates shall be currently unemployed and be recruited within local to site ( Lekwa Municipality).

Tenderers are expected to comply 100% on Skills Development.

Skills Type

Package A

Eskom Target

(Local to Site)

Proposed Number

(Local to Site)

Artisan N1- N6 10

Artisan N4- N6 10

Total 20

COMMERCIAL – SD & L

16/11/2016 17

Corporate Social Investment

CSI proposal target 2% of the contract value

SD & L: B-BBEE Evaluation Scorecard

2016/04/12 18

B-BBEE Level of

Contribution

Number of

points

allocated 90/10

Number of points scored

90/10

1 10

2 9

3 8

4 5

5 4

6 3

7 2

8 1

Non Compliant 0

19

?

. PROJECT MANAGEMENT

Presented by: Solomon Ndlovu

Tutuka (CMD)

Contract Type / Duration

• The contract will be awarded based on the New Engineering Contract (NEC3) supply Contract.

• Starting date : 26 April 2017

• Completion : 31 December 2019

16/11/2016 21

Contract : Clauses

16/11/2016 22

• X1 - Price Adjustment for inflation;

• X2 - Changes in the Law;

• X3 - Multiple currency;

• X4 - Parent Company Guarantee;

• X7 – Delay Damages;

• Z – Additional conditions of contract

Delay damages/Eskom

16/11/2016 23

Delay Damages

R20 000 per day

Contracting methodology

16/11/2016 24

The contracting methodology is as follows:

• One supplier will be contracted for all 4 (four) units.

• Only manufacture and supply for first two (2) units .

• Notice for manufacturing of the remaining 2 (two) units will be given by Eskom “as and when” required based on the availability of the units

Risks

16/11/2016 25

• Time – outage movements.

16/11/2016 26

?

TECHNICAL

Presented by: Noko Pheta & John Clark

(System Engineers)

PRESENTATION OUTLINE

1. Overview

2. Works Information

3. Mandatory Technical Tender Returnables

4. QualitativeTechnical Evaluation Criteria

16/11/2016 28

OVERVIEW

• Tutuka Power Station has six units producing electricity of 609MW per unit. Each unit has one main condenser that is equipped with admiralty brass tubes in the condensing zones and CuNi tubes in the air-extraction zones.

• Over the decades since installation, these tubes have deteriorated to the point where replacement is necessary. It is therefore required that the condensers be re-tubed with Grade 2 titanium tubes.

• The Works Information or scope of work can be found on NEC document C3 SC3 “Purchaser Goods Information Part 3”.

• The Technical Tender Returnables are clearly stated in Eskom Specification 240-76648332 Rev 2 and also on the Engineering score sheet.

• Technical Tender Evaluation Criteria to be used can be found on Engineering score sheet document.

16/11/2016 29

WORKS INFORMATION

• The scope covers the manufacturing and supply (ex works) of Grade 2 Titanium Condenser Tubes for 4 units/sets.

• These tubes are to be manufactured as per Eskom Specification 240-76648332 Rev 2.

• The Supplier is to identify the third party inspector or authorised inspection authority (AIA) and submit an offer for the associated costs to the Purchaser as part of the tender application.

• AIA is defined as per SANS 10227 or accredited notified body in terms of PED (Pressure Equipment Directive).

• The Supplier, after approval from the Purchaser, shall appoint the third party inspector at the time of contract award.

2016/04/12 30

02/06/2014 31

• Note that the specification 240–76648332, Rev 2, states that “a third party/independent inspection authority will be appointed by Eskom”. This point will no longer apply as the appointment will be done by the Supplier. The rest of the specification will still fully apply.

• The specification catered for both seamless and welded / cold worked tubes. Both type of tubes will be evaluated the same.

• It indicates all the tests to be done during manufacturing process. These include tube 3.2 material certificates, manufacturing inspections, the tube markings, packing and sampling of tubes.

• Data books together with tube samples are to be sent to Eskom with the final product. All data book information is to be signed off by the third party or independent inspection authority.

WORKS INFORMATION

• One set of condenser tubes consists of the following:

o 6 550 tubes; length (L) - 10 004 mm; Outer Diameter (OD) - 19 mm; wall thickness (T) - 0.711 mm.

o 6 550 tubes; L - 10 939 mm; OD - 19 mm; T - 0.711 mm.

o 16 150 tubes; L - 10 004 mm; OD - 19 mm; T - 0.508 mm.

o 17 350 tubes; L -10 939 mm; OD - 19 mm; T - 0.508 mm.

• Tolerances:

o Tube OD: (+0.00 – 0.204) mm.

o Tube wall thickness: ± 10% (as per ASTM B338).

16/11/2016 32

WORKS INFORMATION

WORKS INFORMATION

• The following information is required within one week of the contract being awarded:

o Quantity of crates to be delivered,

o Dimensions of the crates ( length, width and height),

o Net mass per crate (kg),

o Gross mass per crate (kg).

• This is required for shipping arrangements. Note that the dimensions of the crates will be such that they are suitable for containerisation.

16/11/2016 33

Mandatory Technical Tender Returnables

Mandatory Technical Criteria Description Tender Returnable

1. In cases where the tube mill/manufacturer and

Contractor are different entities, a formal original

stamped and signed letter from the tube

mill/manufacturer shall confirm/state the relationship

between the tube mill/manufacturer and the

Contractor specific to this particular supply. The

letter shall contain contact details for the tube

mill/manufacturer.

Letter from

manufacturer.

2. The Manufacturer shall have a Quality Management

System that meets or exceeds the requirements of

ISO 9001. Relevant and applicable Certification and

the Quality Management Policy to be submitted.

Quality management

policy and certification.

3. The country of origin of the feed material shall be

clearly indicated.

Statement of country of

origin.

16/11/2016 34

Mandatory Technical Tender Returnables

Mandatory Technical Criteria Description Tender

Returnable

4.

The name of the tube manufacturing facility, and its web address,

e-mail address, contact telephone number and physical address

shall be clearly stated.

Manufacturer’s

details.

5.

Verifiable/auditable evidence shall be provided showing that 1

500 000 metres condenser tubes and/or heat exchanger tubing

with wall thickness of ≤ 1.5 mm has been manufactured at a

single manufacturing facility in the last 5 years. The

verifiable/auditable evidence shall include power plant or

applicable industrial heat exchanger applications (e.g.

petrochemical) “End User” references and length and number of

tubes supplied.

Evidence of

tube

manufacturing

experience.

16/11/2016 35

Mandatory Technical Tender Returnables

Mandatory Technical Criteria Description Tender

Returnable

6.

If Eskom has previously not received and successfully evaluated

samples from the same tube mill/manufacturer then the

prospective tube mill/manufacturer shall submit at least one

Independent Inspection Authority approved test report/certificate

(for the supply of condenser or heat exchanger tubing) which

documents the results of the chemical analysis, metallurgical,

mechanical, dimensional and NDT testing in accordance with

ASTM B338. IF PREVIOUSLY EVALUATED BY ESKOM,

SUBMIT A LETTER CONFIRMING THIS.

Test report/

certificate.

7.

A typical example of a QCP or ITP which meets the minimum

requirements of ASTM B338, for the manufacturing of condenser

tubes, shall be provided. All manufacturing processes are to be

included with acceptance criteria. The required documentation

shall describe the heat and tube identification or traceability

details and number of tests and retests.

Quality control

plan or

inspection and

test plan.

16/11/2016 36

Mandatory Technical Tender Returnables

Mandatory Technical Criteria Description Tender

Returnable

8.

Exclusions or qualifications to this Specification and/or ASTM

B338 are to be clearly noted. If no exclusions or qualifications

are submitted at the time of tender, the requirements as

prescribed in this Specification and/or ASTM B338 shall apply.

IF NO EXCLUSIONS, SUBMIT A LETTER CONFIRMING

FULL ADHERENCE.

List of

exclusions /

qualifications

/ deviations.

16/11/2016 37

Qualitative Technical Tender Returnables

16/11/2016 38

Qualitative Technical Criteria Description Tender

Returnable

Criteria

%

Weight

1.

If Eskom has previously not received and successfully

evaluated samples from the same tube

mill/manufacturer then the prospective tube

mill/manufacturer shall submit at least one

Independent Inspection Authority approved test

report/certificate (for the supply of condenser or heat

exchanger tubing) which documents the results of the

chemical analysis, metallurgical, mechanical,

dimensional and Non Destructive Testing (NDT)

testing in accordance with ASTM B338. IF

PREVIOUSLY EVALUATED BY ESKOM, SUBMIT A

LETTER CONFIRMING THIS.

Test report/

certificate.

30

Qualitative Technical Tender Returnables

16/11/2016 39

Qualitative Technical Criteria Description Tender

Returnable

Criteria

% Weight

2.

Provision of a typical example of Quality Control

Plan or Inspection and Test Plan and to include a

method statement which meets the minimum

requirements of ASTM B338, for the manufacturing

of condenser tubes. All manufacturing processes

together with “In-house” Quality Control activities to

be included with acceptance criteria. The required

documentation shall describe the heat and tube

identification or traceability details and number of

tests and retests.

Returnable:

Quality

control plan /

inspection

and test plan.

20

3.

Exclusions or qualifications to this Specification

and/or ASTM B338. IF NO EXCLUSIONS, SUBMIT

A LETTER CONFIRMING FULL ADHERENCE.

Returnable:

List of

exclusions /

qualifications

/ deviations.

30

Qualitative Technical Tender Returnables

16/11/2016 40

Qualitative Technical Criteria

Description

Tender

Returnable

Criteria % Weight

4.

Provision of an organogram, specific

to this particular supply, detailing all

entities/commercial parties and the

positions and individuals responsible

for technical expertise and logistic

support. Curriculum vitae of these

key personnel shall to be included

with the submission.

Organogram 20

Qualitative Technical Tender Returnables

16/11/2016 41

Comments

• All mandatory evaluation criteria must be met for further consideration.

• A minimum of 70 % is required on the total for the qualitative technical evaluation criteria in order for the tender to be considered to be technically acceptable.

• It is in the tenderer’s best interests to present the technical returnables in such a manner that they are in sequence from 1.1 to 1.8 and 2.1 to 2.4, and clearly labelled.

16/11/2016 42

Any Questions

.

PLANNING

Presented by: Florence Madingoane

Planning Department

PLANNING REQUIREMENTS

2016/04/12 44

Programming Constraints

Primavera Planning tool to be used for computerised planning

Updates to the manufacturing programme reporting on a 2 weekly basis.

The Contractor must supply a level 2 programme for tender purposes indicating any milestone dates to be included in the contract data as well as milestones for the 4 units separately indicating the material purchase and manufacturing dates for each unit.

Once contract is awarded then a level 3 programme must be supplied with procurement and manufacturing of tubes for each unit with hold points if required for overseas inspections and quality control

16/11/2016 45

?

FINANCE

Presented by: Bheki Maseko

Finance Department

FINANCE - REQUIREMENTS

TENDER RETURNABLES

Audited Financial Statements of the tenderer for the previous two financial years, Tenderers must note that in the case of a joint venture or special purpose vehicle (SPV) especially formed for this tender, audited financial statements for each participant in the JV / SPV is required. Start-up enterprises formed within the last 12 months are not required to send in statements, but if successful with their tender will be required to send statements for the first year when once available.

16/11/2016 47

16/11/2016 48

?

QUALITY

Presented by: Tougieda Singh

Tutuka (GCD) Quality Department

Eskom Contract Quality Requirements

All suppliers shall adhere to the requirements as set out in the

Eskom Contract Quality Requirements Standard QM58 (240-

105658000) and align with ISO9001 requirements.

Quality Documents to be submitted with the Tender

• SECTION A : Quality Management System Requirements ISO 9001:2008 and

Evidence of QMS in operation.

• The supplier shall submit a copy of a valid ISO 9001:2008 certificate (that

is relevant to the scope of the tender).

2016/04/12 50

Eskom Contract Quality Requirements (cont.)

• Copy of an internal management system audit report (the audit report must include NCR, corrective & preventive report).

• Copy of an external (3rd party) management system audit report (the audit report must include NCR, corrective & preventive report)

• Copy of appointment letter & CV/ resume of a Quality Representative for the project.

• Project structure including Quality department reporting. (Incl QC’s)

• Copy of procedure for control of suppliers & subcontractors.

• Copies (minimum) of Customer satisfaction surveys. Reports must not be more than two years old.

• Copy of a Quality Plan (incl ITP's) on previous project < 2yrs.

• Historical Information (list) of similar work performed < 2yrs

2016/04/12 51

Eskom Contract Quality Requirements (cont.)

• SECTION B : Contract Quality Plan Requirements

• Draft Contract Quality Plan Requirements (Ref QM-58 and 240-109253698).

• Draft Quality Control Plan Requirements (Ref QM-58 Annexure I or 240-51544462).

• SECTION D : User defined additional Requirements & miscellaneous

• Form A (Tender & Contract Quality Requirements for QM 58 and Quality Requirements For ISO 9001 Standard) completed and signed.

2016/04/12 52

QUALITY

16/11/2016 53

?