invitation to bid - sarao€¦ · old times media building, 2 fir street, black river park...

99
Bid Number . NRF SARAO STFR 004 2018 Page 1 of 99 Ver. Standard 2018-6a Bid Number NRF SARAO STFR 004 2018 Invitation to Bid YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS LISTED IN THIS DOCUMENT BID DESCRIPTION Supply, Delivery, and Installation of a 25KW 3 phase (+N) 400V diesel generator at the SARAO Losberg Site, near Carnarvon, Northern Cape Bid Number NRF SARAO STFR 004 2018

Upload: others

Post on 12-May-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 1 of 99 Ver. Standard 2018-6a

Bid Number NRF SARAO STFR 004 2018

Invitation to Bid

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS LISTED IN THIS DOCUMENT

BID DESCRIPTION

Supply, Delivery, and Installation of a 25KW 3 phase (+N) 400V diesel generator at the SARAO Losberg Site, near

Carnarvon, Northern Cape

Bid Number NRF SARAO STFR 004 2018

Page 2: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 2 of 99 Ver. Standard 2018-6a

TABLE OF CONTENTS

SUPPLIER INFORMATION .......................................................................................................................................... 4

THE BIDDING SELECTION PROCESS ....................................................................................................................... 9

CANCELLATION OF THE BID PRIOR TO AWARD .................................................................................................. 10

SBD 1 SIGNATURE ................................................................................................................................................... 11

INTRODUCTION TO THE NRF ................................................................................................................................. 12

INTRODUCTION TO THE NRF BUSINESS UNIT MANAGING THIS BID ................................................................ 12

CONTEXT OF THIS PROCUREMENT ...................................................................................................................... 12

CONTRACT PERIOD ................................................................................................................................................. 13

DETAILED SPECIFICATION ..................................................................................................................................... 14

TABLE OF CONTENTS ............................................................................................................................................. 40

SETS OF BID DOCUMENTS REQUIRED: ................................................................................................................ 41

RETURNABLE DOCUMENTS CHECKLIST .............................................................................................................. 41

PRE-QUALIFICATION ELIGIBILITY CRITERIA ......................................................................................................... 42

ELIGIBILITY CRITERIA (GO/NO-GO) ....................................................................................................................... 43

SBD 3.1: PRICING DETAIL ........................................................................................................................................ 45

SPECIAL SERVICE CONDITIONS OF CONTRACT ................................................................................................. 46

MANAGEMENT OF PERFORMANCE LEVELS ........................................................................................................ 69

SBD 4 - DECLARATION OF INTEREST WITH GOVERNMENT ............................................................................... 72

PREFERENCE POINTS CLAIMED (SBD 6.1) ........................................................................................................... 74

SBD 6.2: DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS .................................................................................................................................................................. 76

SBD 8 - DECLARATION OF BIDDER’S PAST SCM PRACTICES ............................................................................ 79

SBD 9: CERTIFICATE OF INDEPENDENT BID DETERMINATION ......................................................................... 80

REFERENCE LETTER FORMAT .............................................................................................................................. 81

GENERAL CONDITIONS OF CONTRACT ................................................................................................................ 82

BID SUBMISSION CERTIFICATE FORM - (SBD 1) .................................................................................................. 95

Page 3: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 3 of 99 Ver. Standard 2018-6a

SECTION A. INVITATION TO BID (SBD 1A)

Bid number NRF SARAO STFR 004 2018

Closing date and time 22/02/2019 at 11:00

The NRF recognises the date and time as recorded on its systems for closure purposes

HIGH LEVEL SUMMARY OF BID REQUIREMENTS

The supplier shall provide:

● A 3-phase (+N) 400V diesel generator with a power generation capacity >= 25 kVA

● 50 m of suitable power cable to temporarily connect the generator to a distribution board (Change Over

Panel), when required together with a 2m adaptor cable for connecting the female to female ends.

● A suitable test load to terminate the generator when running the generator during maintenance periods

● A low RFI external charging system with rudimentary 4-20 mA monitoring.

● A secure, lockable enclosure(s) to store the power cables

● Installation, commissioning

● Inspection, demonstration and verification testing during a handover/training event as run by the supplier

and where SARAO is present to witness all.

● No automatic transfer switch is required. The generator will be connected manually.

The items listed above shall be delivered at the MeerKAT radio telescope site at Losberg, approximately 80 km from Carnarvon. Coordinates of delivery location are: -30.754205, 21.431510. The supplier shall install the generator in its final location at the Losberg site. This will include the mounting of the enclosure with cables, and installation of all switchgear, cable enclosures and delivery of a dummy load, as per specification. See photographs of installation area at the end of this document. The generator placement site specified shall be evaluated beforehand by the supplier at the site briefing session for accessibility of all serviceable components on the generator and recommendations/changes will be made to ensure that these can be accessed.

Bid response documents are deposited in the tender box situated at:

PHYSICAL ADDRESS: Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays

GPS coordinates

33°55'58.7"S 18°28'14.6"E

Dimensions of tender box opening 35X300mm

ADDRESSED AS FOLLOWS:

On the face of each envelope, include: -

The Bid Number and Bidder’s Name,

Postal Address, Contact Name, Telephone Number and email address

All documents are bound in one folio for each envelope

Page 4: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 4 of 99 Ver. Standard 2018-6a

Bidding procedure enquiries may be directed in writing to:

Technical information may be directed in writing to:

Section Supply Chain Management Section Time and Frequency Department

Contact person Rayyan Arnold Contact person Johan Burger

E-mail address [email protected] E-mail address [email protected]

SUPPLIER INFORMATION

Name Of Bidder

Postal Address

Street Address

Telephone Number

Code Number

Cell Phone Number

Code Number

Facsimile Number

Code Number

E-Mail Address

VAT Registration Number

Tax Compliance Status

Tax Compliance System PIN

OR Central Supplier Database No.

MAAA

B-BBEE Status Level Verification Certificate

Tick Applicable Box.

❑ Yes ❑ No

B-BBEE Status Level Sworn Affidavit

Tick Applicable Box.

❑ Yes ❑ No

[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 – also refer to the SBD 6.1]

Page 5: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 5 of 99 Ver. Standard 2018-6a

Are you the accredited representative in South Africa for the goods /services/works offered?

❑ Yes ❑ No

[If yes enclose proof]

Are you a foreign-based supplier for the goods/services/ works offered?

❑ Yes ❑ No

[If yes, answer the questionnaire below]

QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

Is the entity a resident of the Republic of South Africa (RSA)? ❑ Yes ❑ No

Does the entity have a branch in the RSA? ❑ Yes ❑ No

Does the entity have a permanent establishment in the RSA? ❑ Yes ❑ No

Does the entity have any source of income in the RSA? ❑ Yes ❑ No

Is the entity liable in the RSA for any form of taxation? ❑ Yes ❑ No

If the answer is “No” to all of the above, then it is not a requirement to register for a tax compliance status system pin code from the South African Revenue Service (SARS) and if not register as per 2.3 below.

SECTION B. TERMS AND CONDITIONS FOR

BIDDING (SBD 1B)

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 in the manner prescribed in

the bid document. Bid pages are TO BE bound to minimise risk of lost pages.

1.3 This bid is subject to the Preferential Procurement Policy Framework Act, 2000 and the Preferential

Procurement Regulations, 2017, the General Conditions Of Contract (GCC) with its special conditions

of contract, and, if applicable, any other legislative requirements.

1.4 The successful bidder will be required to fill in and sign a written contract form (SBD7).

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 verify the taxpayer’s profile and tax status.

2.3 Application for tax compliance status (TCS) pin may be made via e-Filing through the SARS website www.sars.gov.za.

Page 6: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 6 of 99 Ver. Standard 2018-6a

2.4 Bidders may also submit a printed TCS certificate together with the bid.

2.5 In bids where consortia / joint ventures / sub-contractors are involved, each party must submit a separate TCS certificate / 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.

2.7 No bids will be considered from persons in the service of the state, companies with directors who are persons in the service of the state, or close corporations with members persons in the service of the state.

3. TWO ENVELOPE SYSTEM Yes

4. VALIDITY PERIOD FROM DATE OF CLOSURE 150 days

5. BRIEFING SESSION OR SITE VISIT DETAILS

Attendance: Non-Compulsory Briefing Session

Date and Time 13 February 2019 at 11:00

Venue SARAO Karoo Processing Building (KAPB),

Address

Losberg Farm

GPS for Losberg security: 30°45'16.1"S, 21°25'53.0"E

Turn off the R63 on to the Brandvlei road at 30°59'40.0"S, 22°00'42.4"E and follow the road for 90km to the turn off (left) to Losberg.

Contact Person Rayyan Arnold

6. ACKNOWLEDGEMENT OF READING EACH PAGE

The bidder warrants by signature in this document that the bidder has read and accepts each page.

7. CENTRAL SUPPLIER DATABASE REGISTRATION

Bidders are requested to register on the Central Supplier Database and to include in their bid their Master Registration Number (Supplier Number) in order to enable the NRF to verify the supplier’s tax status on the Central Supplier Database.

8. CLARIFICATION

If the respondent wishes to clarify aspects of this request or the acquisition process, they write to the contact officials listed under the enquiries section above. The National Research Foundation distributes the response to a clarification request to all respondents that have communicated their intention to bid (i.e. briefing session attendance register) within 2 working days of receipt of the query. The National Research Foundation does not provide the origin of the request to any party.

9. RESPONSE PREPARATION COSTS

The NRF is not liable for any costs incurred by a bidder in the process of responding to this Bid Invitation, including on-site presentations.

Page 7: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 7 of 99 Ver. Standard 2018-6a

10. TWO ENVELOPE SYSTEM

The NRF, in the interests of transparent procurement, utilises the two-envelope system to minimise any form of price bias in the technical selection phase (the first envelope) as the evaluators receive the price details (the second envelope with the SBD 3 (price schedule and detailed supporting pricing documentation) for price evaluation after completion of the technical selection stages. An outer envelope addressed as stated in this document encloses both envelopes.

11. COLLUSION, FRAUD AND CORRUPTION

Any effort by Bidder to influence evaluation, comparisons, or award decisions in any manner will result in the

rejection and disqualification of the bidder concerned.

12. FRONTING

The NRF, in ensuring that bidders conduct themselves in an honest manner will, as part of the bid evaluation processes where applicable, conduct or initiate the necessary enquiries/investigations to determine the accuracy of the representation made in the bid documents. The onus is on the bidder to prove that fronting does not exist, should the National Research Foundation establish and notify the bidder of potential breaches of any of the fronting indicators as contained in the Department of Trade and Industry’s “Guidelines on Complex Structures and Transactions and Fronting”. Failure to do so within a period of 7 days from date of notification will invalidate the bid/contract and may also result in the restriction of the bidder to conduct business with the public sector for a period not exceeding 10 years, in addition to any other remedies the NRF may have against the bidder concerned.

13. DISCLAIMERS

The NRF has produced this document in good faith. The NRF, its agents, and its employees and associates do not warrant its accuracy or completeness. The NRF makes no representation, warranty, assurance, guarantee or endorsements to any provider/bidder concerning the document, whether with regard to its accuracy, completeness or otherwise and the NRF shall have no liability towards the responding service providers or any other party in connection therewith.

14. GENERAL DEFINITIONS

“B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

“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;

“Bid” means a written offer in a prescribed or stipulated form in response to an invitation by the National Research Foundation for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;

“Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

“Contract” means the entire bid document inclusive of scope of work, specification, price conditions, price quote table, service delivery conditions, performance conditions with their key performance indicators, and general

Page 8: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 8 of 99 Ver. Standard 2018-6a

conditions when attached to the Standard Bidding Document 7 (SBD 7) which has been signed by the awarded bidder and the National Research Foundations;

“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;

“Fair Price” means tests to verify the offered prices are fair to the NRF in allowing the bidder to complete the work without risk of performance failure to the NRF and that the price is fair to the bidder in providing sustainability with reasonable profit margin. Defective pricing is bid quotes that are under-priced resulting in additional contract variations to allow the bidder to complete the contract or bid quotes that are excessively expensive when compared to prices offered to the private sector.

“Functionality” means the ability of a bidder to provide goods or services in accordance with specifications including quality that deliver the set levels of performance functionality as set out in the bid documents.

“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;

“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.

Page 9: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 9 of 99 Ver. Standard 2018-6a

THE BIDDING SELECTION PROCESS

Stage 1 – Compliance to submission requirements

Bidders warrant that their proposal document has, as a minimum; the specified documents required for evaluating

their proposals as set out in the Returnable Document List and conform to all the terms, conditions, and

specifications as set out in this document. Where the NRF discovers departures within the Returnable Documents

List, the NRF assess these as minor and major departures:

1. The NRF clarifies minor departures in the information already presented within the document as set out in

Stage 2B, noting the following:

a. Departures from the documents requested may be classed as minor where this information is

presented and clarified elsewhere in the submission.

b. The NRF may allow clarification requests of certifications and documents stemming from

legislative bodies for purposes of demonstrating legal compliance not used for the purposes of

technical evaluation scoring and price ranking. The NRF may request from the bidder these

documents during the period of evaluations, but must already be submitted and assessed by the

time of making the final recommendation for contract award to the Bid Adjudication Committee.

c. In some cases, minor departures can still lead to disqualification of the bid therefore the bidder

ensures that their bid is complete and without any mistakes.

2. Major departures will lead to disqualification of the bid. This includes:

a. The departure detrimentally affects the scope, quality, or performance of the procurement set out

in this document;

b. The departure will prevent the Evaluation Committee from evaluating the received bid against the

evaluation criteria set out in this document;

c. The departure changes the required specifications and/or the risks and responsibilities as set out

in this document; and/or

d. The departure affects the fair competition with other bidders if the bidder is allowed to rectify the

material submitted.

Stage 2 – Evaluation of Bids against Technical Specifications

Bidders achieving the minimum threshold in the specification enter the Price/Preference scoring stage.

Stage 2A – Evaluation of Bids against Specifications including Quality

The NRF evaluates each bidder’s written response to the specifications issued in accordance to published evaluation criteria set as in Section D.

Stage 2B – Due Diligence Interviews or Proof of Delivery/Concept against Specifications

Where circumstances justifies it, the NRF conducts interviews with shortlisted bidders for them to present further information or provide further proof to the evaluation committee. In these cases, the National Research Foundation provides the areas of concern to the short listed bidders to address in their presentations with this document and, where necessary, may provide further areas of concern to the short listed bidders at this stage.

Stage 2C – Due Diligence Research

The National Research Foundation confirms the recommended bidder(s)’s reference letters with referees to confirm

the recommendation(s).

Stage 3 – Fair Price Evaluation

Page 10: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 10 of 99 Ver. Standard 2018-6a

The NRF evaluates each bidder’s offered pricing at the costing level taking into account costed lines, coverage of the bid requirements through the application of fair pricing tests to arrive at an opinion of reasonableness of the bid price offered. Where these tests reflect pricing outside of the established fair price range, the evaluators may recommend price negotiation. as set out below in the section “Insufficiency of Funds”.

Stage 4 – Price/Preference Ranking

The NRF compares each qualifying bidder’s offered pricing on an equal and fair comparison basis equitable to all bidders. The NRF ranks the qualifying bids on price with lowest priced Bid receiving the maximum points (either 80 or 90) and the remainder ranked in relation to the lowest priced bid. The NRF adds the bidders’ claimed preference points as verified to the submitted preference claim form (SBD 6.1) to provide the final ranking for the award decision.

Stage 5 – Checking Tax Compliance

Stage 5A – Taxpayers Resident in South Africa

The NRF notifies the recommended bidder in writing where their tax compliance check reflects that they are non-compliant and provides the recommended bidder seven (7) working days to submit written proof from SARS of their tax compliance status or proof that they have made an arrangement with SARS to meet their outstanding tax obligations. Failure to deliver such written evidence of compliance results in the rejection of that recommended bid.

Stage 5B – Non-Resident Foreign Bidders

Where foreign bidders are submitting a bid, they complete all sections of the SBD1 especially the tax questionnaire. The NRF submit the Foreign Bidder’s completed SBD1 to the South African Revenue Service to obtain from the South African Revenue Service the Confirmation of Tax Obligations letter. Where South Africa Revenue Services does not issue the letter, the NRF notifies the recommended bidder in writing of this and provides the recommended bidder seven (7) working days to submit written proof from SARS that they are not resident and have no outstanding tax obligations to the South African Revenue Services. Failure to deliver such written evidence of compliance results in the rejection of that recommended bid..

Stage 6 – Award and Contract Signing

The NRF nominates the bidder with the highest combined score for the contract award subject to the bidder having supplied the relevant administrative documentation.

CANCELLATION OF THE BID PRIOR TO AWARD

Procurement not required

The NRF cancels the Bid Invitation prior to making an award if due to changed circumstances there is no need for the specified procurement in the document.

No Acceptable Bids

The NRF cancels the Bid Invitation prior to making an award if it receives no acceptable bids i.e. that do not meet the minimum requirements set out in this document.

Invalid Bid Procedure

The NRF cancels the Bid Invitation prior to making an award if a material irregularity occurred in the bid process.

Insufficiency of Funds or Bids not within a fair price range

The NRF does not provide guarantees or commitments that it will order the entire amount during the contract’s life. The NRF, through the signed contract, guarantees its procurement of the specified goods and/or services is from the contracted party only.

The NRF provides two options, the first being in terms of Pricing Condition 6 stated in the section SBD 3.1 Pricing Detail (page ) that it has the funds available to cover the total envisaged value of the purchase order issued under

Page 11: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 11 of 99 Ver. Standard 2018-6a

the contract and the second it has funds available for the entire award at the time of award. The NRF states in the pricing condition which option applies. Irrespective of which option the NRF has chosen for the contract, the NRF cancels the award and the contract where the NRF does not have the available funds to cover the total envisaged expenditure.

The NRF conducts fair pricing tests to arrive at an opinion of reasonableness of the bid price offered. Where these tests reflect pricing outside of the established fair price range, the evaluators may recommend price negotiation. The NRF only negotiates price, and no other component, with the winning bidder or, where that bidder refuses negotiation, with the next ranked bidder in the price/preference ranking until the NRF achieves a fair market price.

SBD 1 SIGNATURE

NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.

SIGNATURE OF BIDDER:

CAPACITY UNDER WHICH THIS BID IS SIGNED

(Proof of authority must be submitted e.g. company resolution)

DATE:

Page 12: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 12 of 99 Ver. Standard 2018-6a

SECTION C. SCOPE OF WORK

INTRODUCTION TO THE NRF

The National Research Foundation Act, Act 23 of 1998, establishes the National Research Foundation (“NRF”) as the juristic person that makes this bid invitation and will contract with the awarded bidder. The Public Finance Management Act classifies the organisation as a Schedule 3A Public Entity.

INTRODUCTION TO THE NRF BUSINESS UNIT MANAGING

THIS BID

The South African Radio Astronomy Observatory (SARAO) is the National Research Foundation’s National Facility incorporating radio astronomy instruments and programmes such as the MeerKAT and KAT-7 telescopes in the Karoo in the Northern Cape, the Hartebeesthoek Radio Astronomy Observatory (HartRAO) in Gauteng, the African Very Long Baseline Interferometry (AVN) programme in nine African countries as well as the associated human capital development and commercialisation endeavours. SARAO spearheads South Africa’s activities in the Square Kilometre Array Radio Telescope, commonly known as the SKA, in engineering, science and construction. The SKA project will be the largest radio telescope ever built and will be collocated in Africa and Australia. Within Africa the project will be established in South Africa and in eight African partner countries. The SKA will be Africa’s largest science project, forming a hub for both local and international scientific collaboration.

More information about SARAO is available from www.sarao.ac.za. More information about the international SKA project is available from www.skatelescope.org.

CONTEXT OF THIS PROCUREMENT

The Generator is needed for backup for critical system of the MeerKAT (the atomic clocks and their monitoring

systems) which cannot under no circumstances go off even when the rotary UPS system has come to a halt. The

atomic clocks and their monitoring systems are already backed up by battery, but the batteries can discharge. A

higher order backup power strategy is required as compared to what the rotary UPS and battery combination can

supply. There is at least a six-month impact on the telescope timing experiments if power goes of at all.

The timing experiments are one of the two major science programs at the MeerKAT telescope. The past

infrastructure of the time and frequency subsystem has already included a power point inside the KDRA (Karoo

Data Rack Area) for a backup generator of the type that is specified here in this bid invitation. This bid invitation has

the purpose of supplying the generator system that will be able to drive this power plug point.

This generator system is situated in an outside environment where low EMI (electromagnetic interference) and RFI

(radio frequency interference) is required. The system is specified in such a way that the system will be able to

meet the lowest practical radio interference, in a cost effective manner. A customized charger system with EMI

shielding is specified, in order to keep the generator run time during maintenance testing to a minimum. A bare

minimum of system monitoring takes place via a dedicated 4-20mA current transmitter. Furthermore, the generator

system is specified with a mechanical governor and brushless alternator to further reduce noise during maintenance

runs. Detailed specification of the battery charging system is provided so that as many as possible contractors

could know how to go about constructing the system and to give constraints in execution to minimize RFI

performance risk for the SARAO in a practical manner.

Verification of performance within specification is the responsibility of the contractor and verification methods and

Page 13: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 13 of 99 Ver. Standard 2018-6a

some verification tests are specified in order to give clarity as to how and when verifications shall happen. The

supply of a full data pack including training materials and training is also specified.

CONTRACT PERIOD

The contract period for this bid contract is three (3) years, referring to warranties of 2 years on the generator, dummy load, and charging system and three year warranty on the electronic controller.

Page 14: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 14 of 99 Ver. Standard 2018-6a

DETAILED SPECIFICATION

Page 15: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 15 of 99 Ver. Standard 2018-6a

The below table illustrates the requirement specification for the 3-phase (+N) 400V diesel generator: -

Selection Element Meets

Specification

Minimum

OVERALL DESCRIPTION OF REQUIREMENTS

R.T.D.1. The supplier shall provide:

R.T.D.1.A A 3-phase (+N) 400V diesel generator with a power generation capacity >= 25 kVA

R.T.D.1.B 50 m of suitable power cable to temporarily connect the generator to a distribution board (Change Over Panel), when required

R.T.D.1.C A suitable dummy load to terminate the generator when running the generator during maintenance periods

R.T.D.1.D A secure, lockable enclosure(s) to store the power cables

R.T.D.1.E An RFI quiet battery charging system connected of mains to keep the batteries charged.

R.T.D.1.F Installation,integration and commissioning of all items and the full integrated system as specified in here.

R.T.D.1.G Inspection, demonstration and verification testing and training during a handover/commissioning/testing/training event as run by the supplier and where SARAO is present to witness all.

R.T.D.1.H All software necessary to maintain and operate the the supplied systems in the future shall be supplied to SARAO.

R.T.D.1.I No automatic transfer switch is required. The

generator will be connected manually.

R.T.D.1.J A full document pack including all machine

(mechanical drawings), electrical drawings, other installation

drawings, operation manual, maintenance manuals shall

form part of the deliverables. See logistical support

requirements for a more comprehensive set of requirements

related to documentation.

❑ YES ❑ NO

R.T.D.2. The items listed above shall be delivered at the MeerKAT radio

telescope site at Losberg, approximately 80 km from Carnarvon.

Coordinates of delivery location are: -30.754205, 21.431510. A

compulsory site briefing session for all interested bidders shall be held

beforehand.

❑ YES ❑ NO

R.T.D.3. The supplier shall install the generator in its final location at the

Losberg site. This will include the mounting of the enclosure with

cables, and installation of all switchgear, cable enclosures and

delivery of a dummy load, and a mains based battery charging

system, as per specification. See photographs of installation area at

the end of this document in appendix A.

❑ YES ❑ NO

Page 16: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 16 of 99 Ver. Standard 2018-6a

R.T.D.4. The generator placement site specified shall be evaluated beforehand

by the supplier at the site briefing session for accessibility of all

serviceable components on the generator and

recommendations/changes be made ensure that these can be

accessed.

❑ YES ❑NO

R.T.D.5. The generator shall be able to run weekly for at least 30 minutes as

per the SARAO generator maintenance schedule, but the supplier

shall indicate in its maintenance schedule if a longer weekly runtime is

required.

❑ YES ❑ NO

R.T.D.6. The equipment shall be inspected, all main parts and controls shall be

shown to SARAO personnel, and the set of verification tests be

performed with SARAO witnessing on a predetermined date. This

date is called the handover/commissioning/testing/training date.

❑ YES ❑ NO

R.T.D.7. A test readiness document shall be submitted three weeks prior, to

the handover/commissioning/testing date. This test readiness report

shall consist of a table that has five columns applicable to the

machinery and testing equipment, cables, fuel and other

miscellaneous parts needed in the testing : these are all called items.

The first columns contains description of each item that needs to

operate or be available during testing. The second column contains

the manufacturer and part number. The third column contains the

serial number (if available/applicable). The fourth column shall be

titled availability with just a YES/NO option, and referring to the

availability of the item on the date of the report up till two days past

the testing date. The fifth column is named functionality and a date

shall be filled in on which the item has been pretested to be functional

(and calibrated in the case of test equipment) or in the case of a

consumable the date the consumable was delivered to the Losberg

site where the equipment is installed.

❑ YES ❑ NO

R.T.D.8. The full document pack as specified in R.T.D.7 and in all the

requirements shall be delivered electronically and in printed form to

the SARAO a minimum of three weeks before the

handover/commissioning/testing date. If any material is found to be

missing at this time or during the testing date, the

handover/commissioning/testing date will be postponed. More details

on how this is handled is indicated in the table named “STATEMENT

OF PERFORMANCE LEVELS FOR SERVICES/GOODS” and the

prescriptions in there shall be followed..

❑ YES ❑ NO

R.T.D.9. The whole installation and all machinery shall be made inherently safe

for personal injury by design, installation, markings, and operational

guidelines. Regulatory requirements of South African laws are to be

abided by for this class of machinery, and where-in all legally

❑ YES ❑ NO

Page 17: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 17 of 99 Ver. Standard 2018-6a

applicable certification of selection and installation of the machinery is

the responsibility of the supplier.

R.T.D.10. Where required, the diesel generator set shall be provided with safety

guards to protect personnel from moving or rotating parts ❑ YES ❑ NO

R.T.D.11. Before any equipment is ordered and/or built (after tender award) a

set of shop drawings for electrical parts of the system (including

placement of all parts and mechanical configuration of it), generator

placement, dummy load placement and charger system placement

(all correctly dimensioned as per quote, together with bill of materials

with part numbers) must be submitted to SARAO for approval.

SARAO approval does not free the contractor of his obligations to

meet specifications/requirements.

❑ YES ❑ NO

R.T.D.12. The Supplier shall supply the first fills for all oil and coolant and all fuel

and oil filters for the diesel generators. This shall include start-up

filters and the like for the initial commissioning of the diesel

generators. The Supplier is to confirm as part of the tender

submission if the start-up filters are different to normal operation filters

to account for possible construction debris.

❑ YES ❑ NO

R.T.D.13. Special software: All diesel generator controllers, governor, and AVR

(automatic voltage regulator) software and programs, communication

leads and software dongles required for general maintenance and

overhauling of offered generators and charger and charger monitoring

shall be supplied as part of the deliverables.

❑ YES ❑ NO

DIESEL GENERATOR REQUIREMENTS

R.T.D.14. The generator output shall be a 3-phase + N (Star) 400 V (nominal)

alternating current at a frequency of 50 Hz ± 4% for any static load. . ❑ YES ❑ NO

R.T.D.15. Under static load (no load to full load) regulated voltage should be

between 380V to 420V. ❑ YES ❑ NO

R.T.D.16. The generator shall be equipped with:

● An electric starting system using maintenance free lead -acid type batteries

● A charging alternator or other built-in charging system for charging the starting batteries while the generator is running

● A battery charging system powered from mains as supplied by outside DB board as indicated by SARAO.

● A Deep Sea controller of specified type

❑ YES ❑ NO

R.T.D.18 The following engine data shall be supplied with the bid:

a) Manufacturer

b) Model

c) Number of Cylinders

d) RPM

Page 18: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 18 of 99 Ver. Standard 2018-6a

e) Bore x stroke

f) BMEP (Break Mean effective pressure) at full rated load

g) Piston speed

R.T.D.19 The following battery charging alternator data shall be supplied with the bid:

a) Manufacturer

b) Mode/Type

c) Rated kVA

d) Rated kW

e) Voltage

f) Method or mode for obtaining battery charging voltage (For example rectifier/capacitors/regulators)

g) Output current and voltage of the whole system

R.T.D.20

The stationary maintenance free storage battery set shall be of heavy-duty diesel starting type. It shall be of maintenance free, sealed type e.g. AGM, VRLA, OPzV or OPsV. The battery voltage shall be rated 12/24 V DC, and the battery set shall be of sufficient capacity for six starts in succession once in an eight-hour period at a minimum. Requisite quantity for initial fill of batteries will be supplied with generating set.

R.T.D.21. The engine shall be supplied with spin-on oil and fuel filter(s), a fill of suitable lubricating oil, and antifreeze for cooling system for protection down to minus 20°C. The radiator drain shall be piped to the edge of the /skid base frame/enclosure.

❑ YES ❑ NO

R.T.D.22. The engine shall be equipped with fuel filter, tube oil filters, heavy-duty tube oil cooler, fuel transfer pump, fuel priming pump and duplex filters (primary and secondary filters), charge-cooler and heavy duty type air filters made to withstand dusty conditions and an engine driven water pump..

❑ YES ❑ NO

R.T.D.23. The engine shall be provided with low oil pressure, high water temperature, and low coolant level and over speed safety shutdowns of the manual reset type.

❑ YES ❑ NO

R.T.D.24. An oil evacuation hand pump shall be mounted and connected for draining/filling the engine oil sump.

❑ YES ❑ NO

R.T.D.25. The generator shall come with automatic voltage regulation with the following attributes:

(a) The AVR shall be capable of maintaining voltage at ± 1.0% of any value within 10% of the nominal voltage (400V) throughout the full range of rated load and power factor conditions. Droop, stability and voltage set point adjustments

❑ YES ❑ NO

Page 19: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 19 of 99 Ver. Standard 2018-6a

shall be by operator interface or programmable via laptop. (b) The AVR shall be capable of preventing sustained over

voltage >440V during over speed conditions following the loss of load. After a sudden load rejection at rated power factor, rated voltage shall be restored within 2 seconds.

(c) The AVR shall be powered from the generator alternator systems and not the external battery charging system or be able to fully switched off via a clearly marked external switch (without opening generator) if powered from the battery or battery charging system.

The datasheet of the AVR shall be supplied with the tender bid documentation.

R.T.D.26. Controls shall be provided to individually monitor all three phases of the output for short circuit conditions. The control/protection system shall monitor the current level and voltage. The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator (short circuit shutdown).

These controls shall shall be powered from the generator alternator systems and not the external battery charging system or be able to fully switched off via a clearly marked external switch (without opening generator) if powered from the battery or battery charging system

❑ YES ❑ NO

R.T.D.27. The diesel generator shall have a mechanical governor and not an

electronic governor to minimise Radio Frequency Interference (RFI).

The mechanical governor shall include adjustments of gain, damping

while the unit is starting and/or load are changed. The make and

model of and descriptive literature of the mechanical governor should

be supplied with the bid.

❑ YES ❑ NO

R.T.D.28. The diesel generator alternator(s) shall be of a brushless type to

minimise Radio Frequency Interference (RFI). ❑ YES ❑ NO

R.T.D.29. The output of the generator shall be protected by means of suitable

circuit breakers of the correct ratings and curves in accordance with

applicable SANS standards.

❑ YES ❑ NO

R.T.D.30. The diesel generator shall have a means of breaking (switching OFF

and ON) the output current under full load by means of a suitable

device. The control actuator for this shall be accessible at the

generator control panel without having to expose operators to live

components or areas. This function may be combined with that of the

main circuit breaker in R.T.D.29. only if the requirements of this

paragraph are met

❑ YES ❑ NO

R.T.D.31. The diesel generator shall be equipped with an emergency stop

button to stop the engine. This shall be located outside any locked

control panel and be accessible at all times and marked and labelled

clearly.

❑ YES ❑ NO

Page 20: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 20 of 99 Ver. Standard 2018-6a

R.T.D.32. The generator shall run on low sulphur grade diesel – 50 ppm

Sulphur, and be clearly marked at the fuel input as to what type of fuel

is to be used.

❑ YES ❑ NO

R.T.D.33. The diesel generator fuel tank shall be large enough in order to run

the generator for >=6 hours at 75% load without refueling. The fuel

tank should be physically housed in the overall enclosure of the unit,

unless there is a compelling reason not for doing so. The filler

connection for the fuel tank shall be located at a point that is easily

accessible once the generator has been installed.

❑ YES ❑ NO

R.T.D.34. The diesel generator will be housed outside in the Karoo environment.

The unit shall include a weather protective environmental enclosure to

protect the unit against the elements.

❑ YES ❑ NO

R.T.D.35. All panels / doors on the diesel generator shall be lockable. ❑ YES ❑ NO

R.T.D.36. The diesel generator shall be equipped with a Deep Sea Controller

(DSE7320 or DSE7420)- as Deep Sea controllers are the standard

brand controller that is used at the Carnarvon site.

❑ YES ❑ NO

R.T.D.37. The diesel generator shall include a clearly marked switch accessible

from the outside (without opening up the generator) that will allow the

user to completely remove power to the generator controller (to

completely switch it OFF) when the diesel generator is not in use.

This is to prevent RFI produced by the controller interfering with the

radio telescope.

❑ YES ❑ NO

R.T.D.38. The diesel generator controller shall provide the following information

via a LCD display:

● Main Output Voltage (V) ● Current output for each phase (A) ● Output Frequency (Hz) ● Engine Run Hours (H) ● Engine Temperature (C) ● Engine Speed (RPM) ● Engine Oil Pressure (PSI) ● Battery Voltage (V)

❑ YES ❑ NO

R.T.D.39. The total outer dimensions of the diesel generator shall be less than

3m (L) x 1.5m (W) x 1.5m (H) ❑ YES ❑ NO

R.T.D.40. The diesel generator/alternator shall be a single integral unit type,

mounted on a suitable chassis. The steel chassis shall include anti-

vibration measures to protect the paving from breakup during

continued use of the machinery. The chassis shall be designed for the

diesel generator to be lifted and moved using a suitable forklift.

❑ YES ❑ NO

R.T.D.41. As a minimum oil resistant anti vibration padding shall be provided

between the generator and its chassis/frame, but the previous ❑ YES ❑ NO

Page 21: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 21 of 99 Ver. Standard 2018-6a

requirement for protection of the pavement via any extra measures (if

necessary) will be the responsibility of the contractor.

R.T.D.42. The overall mass of the diesel generator shall be less than 2000 kg. ❑ YES ❑ NO

R.T.D.43. The unit shall be left floating with respect the building electrical

protective earth (PE) ❑ YES ❑ NO

R.T.D.44. The supplier shall provide and install thermal insulation on the diesel

generator and supplied auxiliaries where required for the efficiency of

the works, to meet statutory and local regulatory requirements and

safety of personnel.

No part of the works that can be touched during normal operation

shall have a surface temperature in excess of 50°C. All insulation

materials shall not contain any asbestos or asbestos based products.

All insulation applied to pipe work, machinery, works, and ducting

shall be clad with aluminium or stainless steel cladding of appropriate

thickness not less than that conforming with BS 5970

The Supplier shall provide and install thermal insulation on the diesel

generator and supplied auxiliaries where required for the efficiency of

the works, to meet statutory and local regulatory requirements and

safety of personnel.

❑ YES ❑ NO

R.T.D.45. The engine shall be equipped with a thermostat controlled engine

heater to aid engine starting in cold weather, via usage of 12/24 Volt

starting batteries, which should be capable of starting the diesel

engine at ambient temperatures down to minus 15°C, based on a

minimum of six (6) consecutive start attempts. Important: This shall

only be a short duration preheat type that is engaged just before

ignition and not permanently connected to power. I.e. similar to the

heating coil in South African bakkies used to ease engine ignition.

❑ YES ❑ NO

R.T.D.46. Noise will be limited by sound attenuated enclosure construction to

limit the noise level to 70 dBA at 7 meter at full continuous load. ❑ YES ❑ NO

R.T.D.47. The generator shall be placed far enough from walls that any and all

components that needs to reached for operations, servicing and

maintenance, is reachable without great efforts, with a minimum

space of not less than 750mm from the enclosure and frame to any

wall shall be maintained.

❑ YES ❑ NO

POWER CABLE REQUIREMENTS

R.T.D.48. The supplier shall provide a 5 core (R,W,B+N+PE) cable suitable for

63A continuous maximum current with a length of 50m. (IMPORTANT

note: The length shall be extended via longer upfront cable cutting

and termination by contractor if this 50 m is found by contractor to be

❑ YES ❑ NO

Page 22: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 22 of 99 Ver. Standard 2018-6a

too short for the purpose of connecting the generator to the change

over panel discussed further below. This is the contractor’s

responsibility to check.)

R.T.D.49. The cable shall be of the flexible water-resistant polychloroprene or

equivalent synthetic elastomer type cables type with the following

attributes (similar or equivalent to H07 RN8-F):

● Suitable for for industrial applications which require frequent handling, trailing and flexing. Also suitable for use under heavy duty conditions (eg construction sites, quarries etc.)

● Abrasion resistant ● Compression resistant ● Oil resistant ● UV resistant ● Flexible copper conductor according to IEC 60228 class 5 ● Voltage 450/750 volts, max 1,000 volts ● Test voltage 2.5kV ● 90 degrees Centigrade max. conductor operating

temperature (continuous load) ● Max. short circuit temperature is 250 degrees C ● Max. cold flexible temperature -40 degrees C ● Water resistant to depths up to 50 metres (slightly polluted

industrial or household waste water) at a max. water temperature of 40 degrees C

● Min. bending radius: 5 x the outer diameter of the cable

❑ YES ❑ NO

R.T.D.50. The power cable shall have an integrated power loss of less than

100W at full 25 kVA load ❑ YES ❑ NO

R.T.D.51. The supplier shall provide a lockable enclosure as part of or adjacent

to the generator in which the cable can be coiled and stored. ❑ YES ❑ NO

R.T.D.52. The far end of the power supply cable shall terminate in a Gewiss

GW62061H female socket for connection to a male Gewiss

GW62061H plug.

❑ YES ❑ NO

R.T.D.53. A 2m long adapter power supply cable that shall terminate in a

Gewiss GW62061H male plug and female socket on opposite ends

for connection to the socket located on the RHS of the Change Over

Panel located in the KDRA. (see photograph at end of this document

in appendix A).

❑ YES ❑ NO

DUMMY LOAD (This will be used during routine generator startups to provide a suitable load to

the generator in order to prevent “glazing”)

R.T.D.54. A dummy load for the electrical loading the generator shall be

supplied, or alternately, the generator diesel engine shall have a

mechanical means of preventing ‘glazing’ when it is run “off-

load”, in which case the requirements R.T.D.55 to R.T.D.64 do not

apply. Proof of the means and effectiveness of preventing glazing

❑ YES ❑ NO

Page 23: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 23 of 99 Ver. Standard 2018-6a

shall then be supplied. A dummy load shall still be brought onto site

by the supplier for testing, only as further specified under verification

requirements where the dummy load is be switched in and out as a

load.

R.T.D.55. The supplier shall provide a suitable sized resistive dummy load with

heat shedding capacity exceeding 25 kW at 50 degrees centigrade

ambient temperature in full sun.

❑ YES ❑ NO

R.T.D.56. The dummy load shall be designed to provide a 20kW±5% power

loading when the three phase voltage is 400V, 50 Hz , under all

weather conditions.

❑ YES ❑ NO

R.T.D.57. The dummy load enclosure shall be designed so as to prevent

personnel being exposed to live areas or coming into contact with live

components.

❑ YES ❑ NO

R.T.D.58. The dummy load enclosure shall be designed so as to prevent

personnel coming into contact with components at a temperature

higher than 50degrees centigrade. Warning signs warning personnel

of high temperatures shall be conspicuously displayed on the

enclosure.

❑ YES ❑ NO

R.T.D.59. The dummy load shall have full weather corrosion-proof protection to

enable operating during Karoo rain periods, without causing short-

circuit conditions, provided that the power connector is connected

during a dry period.

❑ YES ❑ NO

R.T.D.60. The dummy load shall have a built in power attachment point

compatible with a Gewiss GW62061H plug. ❑ YES ❑ NO

R.T.D.61. The dummy load shall be permanently mounted next to the generator

for usage. ❑ YES ❑ NO

R.T.D.62. The dummy load shall be equipped with a manually resettable over-

temperature safety thermostat/device. ❑ YES ❑ NO

R.T.D.63. The size, mass and a proposed general arrangement diagram of the

dummy load shall be provided with the tender documentation. ❑ YES ❑ NO

R.T.D.64. The dummy load shall be designed to continuously dissipate the full

rated electrical load under the maximum extreme environmental

conditions (50 degrees centigrade in full sun) without any damage or

long term degradation of structure, elements, internal components

(including switchgear) or internal cabling. The dummy load shall be

capable of dissipating the remaining heat load once power is removed

without damage to any components, wiring, fixtures or enclosures or

causing harm/potential harm to users.

❑ YES ❑ NO

Page 24: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 24 of 99 Ver. Standard 2018-6a

LOW RFI EXTERNAL BATTERY CHARGING SYSTEM REQUIREMENTS

R.T.D.65. The battery charger system shall be mounted outside of the generator

in an EMI shielding enclosure, which can be separately accessed and

serviced from the main generator, and that supplies radio frequency

interference shielding.

❑ YES ❑ NO

R.T.D.66. The EMI shielding enclosure shall either be mounted under roof or be

provided with removable weather and sun shield with natural

ventilation openings to protect from direct solar radiative heating, but

not to heat up excessively, to keep the apparatus working under any

and all weather conditions.

❑ YES ❑ NO

R.T.D.67. The EMI shielding enclosure should be made from aluminum or an

aluminum alloy, and can be a modified commercial off the shelf

enclosure (or a custom enclosure, if other requirements as below can

be met).

❑ YES ❑ NO

R.T.D.68. The weather and sun shield or placement of the EMI shielding

enclosure shall prevent rain water reaching the inside of the EMI

enclosure via direct or indirect path (like raindrops splashing).

❑ YES ❑ NO

R.T.D.69. The EMI enclosure shall be mounted by removable screw with Allen

key type heads to its mounting surface via brackets, flanges etc.

These screws shall be zinc coated..

❑ YES ❑ NO

R.T.D.70. The electronics parts of the charging system shall be mounted in the

EMI shielding enclosure supplied with a lid with EMI reducing contact

method not requiring the use of special conductive gaskets. Required

minimum and maximum torque on the lid fasteners for reaching EMI

specification shall be provided).

❑ YES ❑ NO

R.T.D.71. The enclosure lid gasket (if required for environmental sealing) shall

be oil and petrol resistant and have an operational temperature range

of -20ºC up to +60ºC

❑ YES ❑

NO

R.T.D.72. The enclosure shall inherently have minimum shielding of

electromagnetic fields of >20dB from 30 MHz to 100MHz and >34 dB

over the range of 100MHz to 1 GHz (it would be beneficial if this is

extending ideally to 4GHz although this will not be enforced). This is

number from the specifications of the enclosure without any holes or

internal modifications, without any conductive gasketing.

❑ YES ❑ NO

R.T.D.73. The enclosure lid gasket shall be oil and petrol resistant and have an

operational temperature range of -20ºC up to +60ºC ❑ YES ❑

NO

Page 25: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 25 of 99 Ver. Standard 2018-6a

R.T.D.74. The contractor shall supply knitted aluminium i wire mesh gasketing in

length 10X needed in single application in gasket slot (for application

and for 50% spare for SARAO). The diameter shall be chosen to

target gasket compression of 30 +/- 10%.

❑ YES ❑

NO

R.T.D.75. Microwave absorbing thin, ferrite filled, silicone rubber sheet stock

which has high magnetic loss at UHF and microwave frequencies up

to X-band shall be applied to an internal surface not less than

22cmX15cm (for example on inside of lid) for lowering internal

resonances and RFI emissions. A 2mm sheet of Cuming Microwave

C-RAM FF-2 mounted as specified by the manufacturer shall be used

on surface area not smaller as specified above. The sheet shall be

fixed using adhesive backing or using equivalent bonding methods as

specified by the manufacturer.

❑ YES ❑ NO

R.T.D.76. The enclosure should have means to keep the charger temperature

between -20ºC up to +65ºC for example via forced air movement via

a fan, through holes where water cannot naturally penetrate due to

weather shield/mounting place or via other means as indicated by the

contractor. Otherwise conductive cooling via proper low resistance

thermal contact to the outside of the EMI shielding enclosure, with

appropriate means for heat exchanging with the outside environment

like heatsinking fins of forced air cooled heat sinking fins shall be

utilized.

❑ YES ❑ NO

R.T.D.77. Mounted air circulation fans (if used for forced air cooling) should be

of the shielded pole AC motor design, and exhibit low RFI

characteristics below that of the charger as per the EMI emission

limits of the charger itself in the range of 10 MHz to 1GHz. The fans

(if used) shall only be used inside the shielding and not outside,

except if the fans are tested beforehand in the SARAO RFI

reverberation chamber and a permit for their usage outside an

RFI/EMI enclosure is given by SARAO.

❑ YES ❑ NO

R.T.D.78. In order to limit high frequency RF emissions the enclosure shall not

contain hole sizes of greater than 6.5mm if required for forced air

cooling and/or water draining.

❑ YES ❑ NO

R.T.D.79. The battery charger’s housing surface temperature shall not reach a

temperature higher than +65ºC if an environmental air temperature of

+50ºC is encountered.

❑ YES ❑ NO

R.T.D.80. A heat insulating material of the type specified below between it and a

mounting surface the enclosure and the mounting surface is to be

used if the mounting surface is ever able to ever exceed a

temperature of 45ºC (like in mid summer on an outside wall). The

heat insulating material that shall then be used for insulation is RS pro

❑ YES ❑ NO

Page 26: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 26 of 99 Ver. Standard 2018-6a

Superwool 607 Board Thermal Insulation Sheet, 595mm x 495mm x

15mm RS stock no. 840-5513 or a material that is form fit and

function compatible.

R.T.D.81. After application of the filtering, fitting of the lid with gasketing a

minimum of 40 dB shielding of electronics inside the EMI/RFI

enclosure over the range of 10 MHz to 1 GHz shall be demonstrated

in SARAO reverberation chamber for radiated emissions. This

shielding is in comparison with the the baseline consisting of the

equipment running with the lid off, while a battery is being charged

externally and the output of a thermocouple temperature transmitter

with contact to the charger’s hot surface is being read out at the 4-20

mA receiver as specified further below.

❑ YES ❑ NO

R.T.D.82. The power for the battery charger shall be derived from junction point

or distribution board pointed out by the SARAO during site briefing.

Cable shall be fed from such a point in galvanized tubing, along a

route co-agreed with SARAO, of length not exceeding 70 m, and

electrical power dissipation in the wire <10W over 70 m, for full

maximum load of the charger.

❑ YES ❑ NO

R.T.D.83. AC live and neutral entering the EMI/RFI enclosure shall be filtered

using separate single line EMI feedthrough filters with minimum

attenuation of 50 dB from 10 MHz to 1 GHz (it would be beneficial if

this is extending ideally to 4 GHz although this will not be enforced).

The voltage rating should be 240 VAC, and current rating of 63 A.

The mechanical fitting should be Bolt-in style with D-shaped bushing

(may have flats on both sides) and supplied with threaded nut for

fixing to the enclosure. The filters shall be compliant to IEC/EN 60939

approval, have 5kV test pulse capability, and have an MTBF>500,

000 hours.

❑ YES ❑ NO

R.T.D.84. DC negative and positive outputs for the battery shall be filtered

inside the EMI/RFI enclosure using separate single line EMI

feedthrough filters with minimum attenuation of 50 dB from 10 MHz to

1GHz (it would be beneficial if this is extending ideally to 4GHz

although this will not be enforced), The minimum voltage rating should

be 60V DC, and current rating of 32A. The mechanical fitting should

be Bolt-in style with D-shaped bushing (may have flats on both sides)

and supplied with threaded nut for fixing to the enclosure. The filters

shall be compliant to IEC/EN 60939 approval and have 2.5 kV pulse

test capability and MTBF>500, 000 hours.

❑ YES ❑ NO

R.T.D.85. The terminal or mounting thread recommended torque of all

feedthrough filters shall be requested from EMI feedthrough filter

manufacturer and it shall be ensured that the specified torque not be

exceeded by use of a calibrated torque limiting spanner or other

❑ YES ❑ NO

Page 27: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 27 of 99 Ver. Standard 2018-6a

fastening device

R.T.D.86. The feedthrough points of the EMI filters and nut contact area should

be machined flat (spot face) and alodined for long life low resistance

contact to the EMI filters. The inside spot faces shall be 5 mm larger

in diameter than the inside contact diameter of the filter. The outside

spot faces shall be 5 mm larger than and the outside maximum

diameter of the fastening nut The feedthrough points do have to

water tight but shall be placed in area in which water ingress is

unlikely, like in plastic shielded area underneath the EMI shielding

enclosureii or making sure the whole EMI shielding enclosure is

environmentally shielded from rain with the previously mentioned

weather shield.

❑ YES ❑ NO

R.T.D.87. SnCuFe wire mesh gasketingiii ( manufactured according to ASTM-B-

520 with 2-3% tin plating, 30-40% copper cladding and balance of

weight is steel) shall be used on the inside and outside spot faces to

make low resistance galvanic contact between the EMI filter metal

parts (including the fastening nut) and the alodine spot faces.

❑ YES ❑ NO

R.T.D.88. A photographic record on all gasketing for the lid and the gasketing

filters (inside and outside) shall be kept, before and after inserting of

gasketing.

❑ YES ❑ NO

R.T.D.89. No parts of the EMI filters or fasteners used on the EMI shielding

enclosure shall be copper, chromium, gold, silver or nickel plated. ❑ YES ❑ NO

R.T.D.90. Other fasteners except the specified grounding fastener (aluminium)

may be used for fixing chargers, clip on and rails as long thread is

directly made in the EMI enclosure, and are made from zinc coated

steel, with zinc coated washer on the sides of the heads with no

diameter/thread larger than M6. No stainless steel or chromium, silver

or nickel fasteners shall be used. Plastic shims or washers should be

used in between any component and the aluminium enclosure where

the component has a surface made off stainless steel, chromium,

copper or nickel, except for the EMI filters for which method of contact

and gasketing was already specified.

❑ YES ❑ NO

R.T.D.91. The battery charging system shall have an input AC voltage

frequency range meeting or exceeding 47Hz to 53Hz ❑ YES ❑ NO

R.T.D.92. Peak inrush current for the battery charger shall be equal or less than

40A ❑ YES ❑ NO

R.T.D.93. An isolator, a 63 A circuit breaker, external surge protector according

to SANS regulation that is mounted separately in a junction box

correctly rated for the environment shall form part of the installation.

❑ YES ❑ NO

Page 28: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 28 of 99 Ver. Standard 2018-6a

R.T.D.94. The minimum output power of the charger in to the starting battery

bank should be equal or greater than 100W, at all environmental

temperatures

❑ YES ❑ NO

R.T.D.95. The charger shall meet the following emissions standards, before

mounting and closing off inside the EMI shielding enclosure:

EN55022 (CISPR22) Class A

EN55011 (CISPR11) Class A

❑ YES ❑ NO

R.T.D.96. For a 12V battery bank the voltage of the charger should be settable

between 12 and 15V and for a 24V battery bank the voltage should

be settable between 24 and 28 V DC.

❑ YES ❑ NO

R.T.D.97. Load regulation of the battery charger shall be equal or better than

1.5% ❑ YES ❑ NO

R.T.D.98. Ripple and noise on the battery charger output shall be less than 150

mV p.p. ❑ YES ❑ NO

R.T.D.99. The following protections shall be built into the charger:

Overload and short circuit

Thermal protection

Active output overvoltage protection - state performance

❑ YES ❑ NO

R.T.D.100. Battery protections that should be built into the charger is:

- Against short circuit

- Against reverse polarity connection

- Against deep discharge (cut off voltage based)

❑ YES ❑ NO

R.T.D.101. The charger unit by itself shall be able to operate over - 40 to + 70°C

for relative humidity 5 to 95% non-condensing. ❑ YES ❑ NO

R.T.D.102. The charger data sheet with manufacturer type, part number, and

specifications verifying above mentioned requirements shall be

supplied before the charger is purchased. A spare charger shall be

bought for giving to SARAO as spare.

❑ YES ❑ NO

R.T.D.103. For verification and external FMECA (Failure mode, effects and

criticality analysis) purposes and control and monitoring an analogue

temperature transmitter form, fit and function compatible to Wika

model T91.20.141 shall be supplied. The specifications is a 4-20mA

current transmitter with K, J(L) or T(U) thermocouple that can

measure from -20ºC up to +100ºC and is bonded to charger hot

outside surface area. The transmitter shall comply with EMC

standard for emission EN 61326 (group 1, class B). It shall be

powered from the output DC power of the charger (reverse polarity

❑ YES ❑ NO

Page 29: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 29 of 99 Ver. Standard 2018-6a

protection built in). No output current shall also mean that the output

voltage of the charger is nonexistent.

R.T.D.104. The two output wires for the temperature transmitter shall be filtered

via EMI/RFI feedthrough filters inside the EMC/RFI enclosure for the

battery charger. The filters will have a minimum voltage capacity of

50V and minimum current capacity of 2A, maximum DC resistance of

100 milli-Ohm and 50 dB minimum attenuation from 1MHz to 1GHz.

(although attenuation >30dB at frequencies higher than 1GHz

desirable but not enforceable).iv . The mechanical fitting should be

Bolt-in style with D-shaped bushing (may have flats on both sides)

and supplied with threaded nut for fixing to the enclosure.

❑ YES ❑ NO

R.T.D.105. Wiring of 4-20mA output to readout equipment and computer:

- The 4-20 mA the output wire insulation shall be red and

black for the positive and negative potential and shall be

installed in galvanized piping of length not exceeding 50 m to

reach the signal feedthrough filters at the Karoo Data Rack

Area (a shielded room) with 5m slack to spare. The wire of

length smaller or equal to 55m shall not have total resistance

of not more than 4 Ohm at DC or less as required by

transmitter.

- Furthermore coaxial cable installation for 4-20mA

transmission on with less than between the signal

feedthrough filters and TFR Rack Area with 4m slack on both

side shall be accomplished, also with less than 4 ohm Ohm

at DC or less as required by the transmitter.

❑ YES ❑ NO

R.T.D.106. A (minimum 2 input isolated Channel) 4-20mA differential current

input module with following attributes shall be installed in a specified

location (as during site briefing):

1500V AC isolation (between I/O, power, and network ports) and

surge/transient protection

Modbus/TCP over Ethernet, Connector: Shielded RJ-45 sockets, 8-

pin,

10BaseT/100BaseTX with autosensing ,

Data Rate: Auto-sensed, 10Mbps or 100Mbps.

Duplex: Auto-negotiated, full or half-duplex.

Compliance: IEEE 802.3, 802.3u, 802.3x, Ethernet II.

High-resolution 16-bit A/D, sampling rate faster than 100 mS,

Power supply for single phase 240V AC with current rating greater

❑ YES ❑ NO

Page 30: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 30 of 99 Ver. Standard 2018-6a

included (with MTBF>500 000 hours)

DIN rail mountable.

DIN rail supplied and receiver mounted in rack of TFR rack area, with

power supply, and functionally tested.

MTBF of current input module>400, 000 hours at 25 degrees

Centigrade

Operating temperature: -40 to 70°C (-40 to 158°F) in relative humidity

5 to 95% non-condensing.

Electromagnetic Compatibility (EMC) Compliance Radiated

Emissions: BS EN 61000-6-4, CISPR 16.

RFI: BS EN 61000-6-2, IEC 61000-4-3.

Conducted RFI: BS EN 61000-6-2, IEC 61000-4-6. ESD: BS EN

61000-6-2, IEC 61000-4-2.

EFT (Electrical fast transients): BS EN 61000-6-2, IEC 61000-4-4.

Surge Immunity: BS EN 61000-6-2, IEC 61000-4-5.

R.T.D.107. The contractor shall use gas discharge coaxial lightning protector

with the following surge current handling capability at the transmitter

end of a coaxial cable described below in R.T.D.107:

It can withstand: 8/20 µs single pulse: 30kA, 8/20 µs multiple pulse

30kA, 10/350 µs 8 kA, and with form and function similar to Hubner

and Suhner 3401.26.C, with TNC male and female connectors. The

lowest possible voltage gas discharge tube shall be used in the

lightning protector

❑ YES ❑ NO

R.T.D.108. Connection and grounding of 4-20mA wiring and cables Karoo Data

rack:

- A contacting flange coated with Zn shall be made to fit the lightning

protector onto, and ground it via clamping to the wall of the screened

room as close as possible to the filters for screened room.

- A TNC panel mount connector to fit the lighting protector shall be

bonded to the panel.

- SnCuFe WIRE mesh gasketingv ( manufactured according to ASTM-

B-520 with 2-3% tin plating, 30-40% copper cladding and balance of

weight that is steel) shall be used between the TNC panel mount

connector and mounting flange as well as on contact area

>5mmX3cm on the panel edging of the KDRA screened room.

- At the far end of the coaxial cable before the 4-20mA receiver a TNC

to two wire breakout mounted to a flange or other mechanical means

have to be done, to be able to interface with the 4-20mA receiver.

❑ YES ❑ NO

Page 31: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 31 of 99 Ver. Standard 2018-6a

- If any extra trays are necessary for safe and neat cable control, it

shall also provided by the contractor. Note that only a short section of

tray needs to be provided, to the signal input filters, as there is

already a tray running from the KDRA wall to the TFR (time and

frequency) Rack Area.

R.T.D.109. At the far end of the coaxial cable in the TFR Rack Area before the 4-

20mA receiver a TNC to two wire breakout mounted to a flange or

other mechanical means have to be done, to be able to interface with

the 4-20mA receiver

❑ YES ❑ NO

R.T.D.110. The TFR Rack Area contains a lot of high value, sensitive

transmission and time and frequency equipment and is designated a

laser safety area. Work in this area shall therefore only take place

with a laser safety trained member of the time and frequency systems

functional group (or another persons designated by this group) of

SARAO present and after compulsory briefing with written instruction.

Failure to comply with precautions, standard operating procedures

and work boundaries regarding equipment and connections, shall

result in stoppage of work and/or removal of contractor or

subcontractor from site.

❑ YES ❑ NO

R.T.D.111. Aluminium alloy screw of M6X12mm diameter shall be used for fixing

the charger enclosure to earth. The M6 bolt shall with hex head of be

of type sopral 40/ DIN933) with sopral P40 /DIN934 nuts. Alodined

spot faces with diameter 20 mm shall be used around the centre M6

through hole. SnCuFe wire mesh gasketing shall be used on the

between the nut and the inside alodined spotface and the between

outside alodined spotface and the hex head. DIN 9021 18mm wide,

6.4mm thru hole aluminium fender washers should be used below the

hex bolt head and the nut. The outside washer shall also press down

solder lug (tin-coated) attached to 100A rated (continuous) tinned

copper earthing braid clamped to the nearest building earth point.

❑ YES ❑ NO

R.T.D.112. Isolated two core output battery wire between the charger and the

generator batteries for the positive and negative poles shall again be

placed in galvanized pipe and supplied with means of clamping/fixing

at the battery end. The positive pole’s wire insulation shall have the

colour of red and the negative pole’s wire insulation shall have the

colour of black. The voltage drop of the between the charger and the

battery at 7A current shall be equal or less than 0.1V. The wire

insulation shall be rated at a minimum 100V.

❑ YES ❑ NO

Page 32: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 32 of 99 Ver. Standard 2018-6a

R.T.D.113. The alternator and charger connection shall both be able to charge

the battery, but have a properly rated diode combiner (or other means

of able to charge of either the charger or alternator electronic output),

that can handle the 2X peak current of the alternator or charger.vi

❑ YES ❑ NO

R.T.D.114. Parts, epoxies or sealants used the battery charging system exposed

to the sun in the battery charging system should be UV stable with

functional lifetime of >5 years. (assuming 12 hours of sunshine, 365

days per year)

❑ YES ❑ NO

LOGISTIC SUPPORT AND TRAINING REQUIREMENTS

R.T.D.115. Durability requirement for external surfaces to ensure a minimum of 5

years lifetime in desert environment:

The entire works shall be painted or treated with protective coatings

such as galvanizing.

For outdoor environments, paint and protective coatings shall provide

for long-term protection suitable for severe atmospheric classification.

Metallic paints, comprising inorganic zinc primer and silicone

aluminium topcoats, shall be used on all systems with surface

temperatures greater than 150°C.

All carbon steel pipe work, equipment and fittings to be insulated shall

be as a minimum painted with a primer prior to cladding. Non

stainless steel engine exhaust pipe work shall be painted with

inorganic zinc primer.

Paints shall be free of any isocyanates and shall comply with the paint

manufacturer’s instructions for the specified environmental conditions.

❑ YES ❑ NO

R.T.D.116. The engine manufacturer shall provide not only the recommended

lubricants / coolants but the equivalents to these, including the

manufacturer and supplier details (Castrol, Mobil, BP, Shell etc.)

❑ YES ❑ NO

R.T.D.117. All main items supplied shall be identified with a maker’s plate or tag,

identifying the item by a name, part number, supplier’s details and

where relevant, ratings and/or limits.

❑ YES ❑ NO

R.T.D.118. All controls, valves and other devices that need to be identified and

operated by operators or maintainers shall be clearly labelled. ❑ YES ❑ NO

R.T.D.119. All custom cabling and enclosures shall be clearly marked with unique

part numbers and a listed inventory of these shall be provided three

weeks before any planned handover/commissioning/testing/training

❑ YES ❑ NO

R.T.D.120. Functional system drawings, mechanical drawings for the generator

engine, all electrical drawings, and drawings for all subsystems like ❑ YES ❑ NO

Page 33: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 33 of 99 Ver. Standard 2018-6a

the dummy load, charging system with clear annotation shall be

supplied as part of the document pack three weeks before a planned

handover/commissioning/verification testing date. This shall also

specifically include:

(a) Detail of connection arrangements to allow removal of the

engine and alternator skid from the container, complete with

details of any blanking-off mechanisms when the engine and

diesel generator skid is removed for major servicing.

(b) General arrangement drawings of all equipment, including

control panels

(c) Control System logic diagrams, functional description for the

diesel generator control

(d) systems detailing local and remote monitoring and control

and interfacing with other subsystems including the 4-20 mA

readout sensor

(e) Control System data maps and set point methods in order to

monitor and operate the generation system

(f) Complete Control System schematics and drawings.

(g) Electrical Connection drawings for all parts, showing

terminations and labelling

(h) Internal layout drawing of diesel generator showing major

components

(i) Control system overview drawing showing details of all main

components and monitoring, control and communication

interfaces.

R.T.D.121. The following shall be submitted with the tender documentation:

a) Outline drawing of the diesel generator container showing major

dimensions and weights,

b) Technical data on all control system components, protection relays,

etc.

❑ YES ❑ NO

R.T.D.122. All manuals and drawings shall be available in English. These

languages shall be used on all drawings and in all documents and

wherever anything is required by the specifications, to be written,

marked, printed or engraved.

❑ YES ❑ NO

R.T.D.123. The supplier shall provide 2x printed copies and an electronic copy of

the maintenance manuals for both the Diesel Generator and Dummy

Load, and battery charging system.

❑ YES ❑ NO

R.T.D.124. The maintenance or users manual for the generator shall also include:

(A) schedules for maintenance to be effected on a daily, weekly,

monthly, etc. or on hourly run basis should be included.

❑ YES ❑ NO

Page 34: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 34 of 99 Ver. Standard 2018-6a

(B) Guidelines for the selection of fuel oil, lubricating oil, use of water

treatment additives and anti-freeze if applicable.

(C) Troubleshooting procedures shall be available to enable the timely

diagnosis of a defect considered likely to occur in service. Reference

outputs and conditions shall be quoted to facilitate diagnosis.

R.T.D.125. The supplier shall provide 2x printed copies and an electronic copy of

the user manuals for both the Diesel Generator and Dummy Load

and battery charging systems

❑ YES ❑ NO

R.T.D.126. The supplier shall provide 5x printed copies and an electronic copy of

a training manual covering main components, function, operation and

maintenance of the generator system, including the generator,

dummy load and battery charging system. References shall be made

to sections, and page numbers in the separate user and maintenance

manuals to guide the trainee to the most important sections of these

more detailed documents and with extra practical information not in

these manuals pertinently stated. This document shall not be shorter

than five pages or longer than 15 A4 pages (including diagrams).

❑ YES ❑ NO

R.T.D.127. The generator supplier shall demonstrate that a well-organized

network and supply chain structure for any given spare parts is in

place for the generator itself. It shall be illustrated by the supplier on

how Global or Regional Service Centres are facilitated with spare

parts and how spare parts can be ordered and subsequently supplied

in the shortest possible time.

❑ YES ❑ NO

R.T.D.128. The supplier shall provide a detailed list of spares for both the Diesel

Generator and Dummy Load and battery charger as part of the tender

submission documents with the manufacturer part numbers.

❑ YES ❑ NO

R.T.D.129. All mechanical spares for the diesel generator shall be available for 5

years beyond the commissioning date and carry a 12 month warranty. ❑ YES ❑ NO

R.T.D.130. Itemized price schedule for a spare parts kit recommended after

2,000 hours of generator operation and maintenance, to be supplied

with each generator, as part of the documentation pack three weeks

before handover/commissioning/verification testing and training, when

assuming a weekly maintenance run of short duration (specify

minimum weekly run time after startup for longevity). This shall

include all tools and associated items necessary to carry out

maintenance and install these spare parts. (I.e. this info is not needed

at time of submission of tender documentation)

❑ YES ❑ NO

R.T.D.131. The user and maintenance manuals shall include detailed and

specific safety precautions to be adhered to during the operation and

maintenance of the machinery. Otherwise a separate safety manual

(x2) shall be provided in both printed and electronic form.

❑ YES ❑ NO

Page 35: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 35 of 99 Ver. Standard 2018-6a

R.T.D.132. The SARAO Logistics Policy allows for basic maintenance tasks to be

carried out by SARAO staff on site and that only major services are

performed by the supplier as and when required.

❑ YES ❑ NO

R.T.D.133. Initial operating and maintenance training shall be provided to SARAO

staff during handover and commissioning ❑ YES ❑ NO

R.T.D.134. A checklist for visual and fuel/oil/water checks for visual and other

manual inspection shall be provided three weeks before the

handover/training and commissioning, and the checklist shall be used

when doing handover and commissioning with members of the

SARAO staff involved with the generator maintenance, as part of an

initial training session provided by the contractor.

❑ YES ❑ NO

R.T.D.135. The bidder shall explain its concept on end of life recycling and/or

disposal for the supplied equipment during the submission of

documentation three weeks before the handover/training and

commissioning

❑ YES ❑ NO

WARRANTY AND MAINTENANCE

R.T.D.136. The diesel generator warranty period shall be a minimum period of 24

months from date of successful commissioning. The warranty shall

cover faulty parts due to manufacturer poor workmanship during and

after the assembly, and the warranty shall remain in full force from

the date of commissioning of the full system on the site.

❑ YES ❑ NO

R.T.D.137. The dummy load warranty period shall be a minimum period of 24

months from date of successful commissioning. The warranty shall

cover faulty parts due to manufacturer poor workmanship during and

after the assembly, and the warranty shall remain in full force from

the date of commissioning of the full system on the site.

❑ YES ❑ NO

R.T.D.138. The battery charging system warranty period shall be a minimum

period of 24 months from date of successful commissioning. The

warranty shall cover faulty parts due to manufacturer poor

workmanship during and after the assembly, and the warranty shall

remain in full force from the date of commissioning of the full system

on the site.

❑ YES ❑ NO

R.T.D.139. The control panel containing microprocessor Chip(s) which shall carry

a minimum warranty of three years for its smooth & trouble free

operation. The warranty shall cover faulty parts due to manufacturer

poor workmanship during and after the assembly, and the warranty

shall remain in full force from the date of commissioning of the full

system on the site.

❑ YES ❑ NO

R.T.D.140. All costs for travel and upkeep of supplier's personnel to undertake

repairs and replacement of Generator set and associated equipment ❑ YES ❑ NO

Page 36: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 36 of 99 Ver. Standard 2018-6a

such as the dummy load, battery charging system and electronic

controller supplied and found to be defective or not to conform to

technical specifications contained in this document during the

warranty period shall be borne in full by the supplier. Repairs or

replacements of equipment made during the warranty period or

thereafter shall be warranted for the remainder of the original

warranty. The Supplier shall begin the remedial work within 24 hours

of being notified of the failure.

R.T.D.141. The generator supplier is required to maintain updated contacts with

spare parts suppliers or the equipment manufacturer for ease of

access to spare parts and/or accessories that may be necessary for

repairs and/or maintenance during the warranty period(s). The

generator supplier is required to maintain close contact with the on-

site technicians of SARAO upon receipt of the written report in the

form of email or letter requesting such service(s) in order to assess

the requirement of parts or other accessories. When remotely

diagnosing the fault and assessment of the requirement of parts

and/or accessories (those not available in the mission) is ascertained,

the supplier’s technician shall immediately deploy to the respective

site with the necessary part(s) and or accessories for accomplishing

the task. The requirement of special tools if any shall also be carried

along with the technician. When ascertaining the required parts or

accessories is not possible prior to actual troubleshooting of the

equipment at site, the generator supplier’s contacts shall be such that

the technician can be provided with the necessary parts and/or

accessories within two days of arrival of the technician at the project

site. If the parts in question are not readily available and requires

prolonged delivery periods, the supplier’s technician shall fully brief

the on-site technical personnel for carrying out the repairs upon arrival

of the ordered parts if they agree to it in writing. Else the supplier’s

technician will still be responsible for fitting the parts and testing and

re-commissioning the system.

❑ YES ❑ NO

VERIFICATION REQUIREMENTS

R.T.D.142. The contractor shall be responsible for the verification of all the

requirements R.T.D.1 through R.T.D.157 as per verification matrix

VM.T.D, and supplying SARAO with all the evidence for the

verification and liaising and setting up commissioning/verification

test/handover with basic training for SARAO, on a predetermined and

scheduled date, that is mutually agreed on between the supplier and

the SARAO. This is dependent on all specified documentation being

submitted with correct content (as approved by SARAO three weeks

prior to such an event). If there are problems with the documentation

corrective action will be needed as specified in table named

❑ YES ❑ NO

Page 37: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 37 of 99 Ver. Standard 2018-6a

“STATEMENT OF PERFORMANCE LEVELS FOR

SERVICES/GOODS”

R.T.D.143. Signed documents for the required statutory certification of the

installation, including an electrical Certificate of Conformance (CoC)

shall be supplied by the contractor three weeks prior to the conducting

of formal testing/handover/commissioning/training of the installation

with SARAO and be inspected by SARAO for completeness and

correctness before the final scheduling of formal

testing/handover/commissioning/training date will be allowed.

❑ YES ❑ NO

R.T.D.144. The battery charging system shall be tested in the SARAO RFI

reverberation chamber for RF emissions, and a permit be issued,

before any installation of the battery charger EMC/RFI enclosure and

internal electronics is allowed at Losberg. It may be requested that

filter fitting and wire mesh gasketing, and lid fastening be adjusted by

hand during testing to ensure lowest RFI. A 5 m power lead and 5m

battery output wires shall be supplied for connecting to SARAO power

filters. A test battery similar to the batteries used on site shall also be

used outside as a load for the charger.

❑ YES ❑ NO

R.T.D.145. The battery charging system inside the EMI shielding enclosure shall

be tested to self-cool to 65 degrees centigrade on the outside of the

charger inside the SAROA environmental chamber or the contractor’s

or a subcontractors own environmental test chamber. During test the

enclosure when placed on an thermal insulating sheet, where the

ambient temperature has been set to 50 degrees centigrade, shall

have the a load connected to it, to draw 90% of rated power output

current at 2 V above the nominal battery voltage of 12V/24 V. The

test at elevated temperature and above-mentioned current shall run

for at least 1 hour when both temperature and current is at the

abovementioned specifications. Results of temperature inside

chamber, on the charger, and current shall be logged on a minimum

interval of 5min.

❑ YES ❑ NO

R.T.D.146. The temperature sensor mounted on the battery charger shall be

calibrated with the 4-20mA transmitter. A look-up table provided for

the current to temperature conversion to provide maximum three

degrees centigrade maximum deviation between true temperature

and measured temperature is to be provided for every five degree

interval, starting from 10 degrees centigrade to 80 degrees

centigrade. The calibration artefact with its calibration certificate (and

uncertainty) and measured value on the installed apparatus shall be

provided in the two columns of the table.

❑ YES ❑ NO

R.T.D.147. The battery charger shall be tested on site and read-out capability

with the installed 4-20mA receiver be demonstrated via readout of the ❑ YES ❑ NO

Page 38: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 38 of 99 Ver. Standard 2018-6a

correct values as per calibration on a laptop connected with ethernet

to the receiver in the TFR rack area.

R.T.D.148. Post installation a RFI test for emitted radiation in the range of 30

MHz to 3 GHz will be done by the contractor or a subcontractor and a

permit issued by the SARAO with operational restrictions applicable to

when the diesel can be run up for maintenance. The measurement

results shall be supplied by the contractor as part of the necessary

document pack three weeks before the

handover/testing/commissioning date.

❑ YES ❑ NO

R.T.D.149. Test equipment supplied by the contractor for the purposes of

verifying the installation shall have valid certificates of calibration ❑ YES ❑ NO

R.T.D.150. Installation, integration and testing of all items shall take place on site

by the contractor. The test shall be to demonstrate 20 kW of power

dissipation into the dummy load, for 3.5 hours without diesel refill, and

where the cable was rolled out and rolled up again after test. The

generator will run till the tank is empty so as to check full possible run

time.

❑ YES ❑ NO

R.T.D.151. A test shall be done showing that earth and neutral for generator is

not connected via a resistance test with the generator off. ❑ YES ❑ NO

R.T.D.152. It shall be shown by test executed by the contractor that the frequency

of the generator is between 48Hz and 52Hz for either no load or

100% load, after 5 minutes of running at the specific load. The output

frequency of the AC power is allowed to change up to a peak of 5%

during stepped load changing from 0% to 100% rated current, but will

have settled to a frequency of 48 to 52 Hz after 50 second from load

change, as measured via test equipment. Data shall be digitally

logged for inspection/analysis.

❑ YES ❑ NO

R.T.D.153. It shall be shown by test executed by the contractor that the voltage of

the generator is between 380 and 420 V for either no load or 100%

load, after 5 minutes of running at the specific load, with no

adjustments made to the AVR between loads.

❑ YES ❑ NO

R.T.D.154. It shall be verified by test that the voltage output of the generator does

not rise above specified overvoltage level upon loss of load, if full load

was present beforehand. Ideally (but not compulsory) this data will be

digitally logged.

❑ YES ❑ NO

R.T.D.155. Compatibility of the power plug adapter and power plug to the Change

Over Panel (COP) socket shall be demonstrated via mechanical fitting

with the generator power OFF

❑ YES ❑ NO

R.T.D.156. The correct electrical connection of the power plug to the COP shall

be proven by electrical measurements on the board with the

generator power OFF, prior to any energisation of the COP by the

❑ YES ❑ NO

Page 39: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 39 of 99 Ver. Standard 2018-6a

generator

R.T.D.157. Any energisation of the COP by the diesel generator shall only be

performed once cleared with the Telescope Operations

Department under Dr. Lindsay Magnus in writing , and only after

handover/testing/commissioning/training was satisfactorily

completed

❑ YES ❑ NO

Page 40: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 40 of 99 Ver. Standard 2018-6a

SECTION D. BID SUBMISSION PACK

TABLE OF CONTENTS

SUPPLIER INFORMATION 4

THE BIDDING SELECTION PROCESS 9

CANCELLATION OF THE BID PRIOR TO AWARD 10

SBD 1 SIGNATURE 11

INTRODUCTION TO THE NRF 12

INTRODUCTION TO THE NRF BUSINESS UNIT MANAGING THIS BID 12

CONTEXT OF THIS PROCUREMENT 12

CONTRACT PERIOD 13

DETAILED SPECIFICATION 14

TABLE OF CONTENTS 40

SETS OF BID DOCUMENTS REQUIRED: 41

RETURNABLE DOCUMENTS CHECKLIST 41

PRE-QUALIFICATION ELIGIBILITY CRITERIA 42

ELIGIBILITY CRITERIA (GO/NO-GO) 43

SBD 3.1: PRICING DETAIL 45

SPECIAL SERVICE CONDITIONS OF CONTRACT 46

MANAGEMENT OF PERFORMANCE LEVELS 69

SBD 4 - DECLARATION OF INTEREST WITH GOVERNMENT 72

PREFERENCE POINTS CLAIMED (SBD 6.1) 74

SBD 6.2: DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS 76

SBD 8 - DECLARATION OF BIDDER’S PAST SCM PRACTICES 79

SBD 9: CERTIFICATE OF INDEPENDENT BID DETERMINATION 80

REFERENCE LETTER FORMAT 81

GENERAL CONDITIONS OF CONTRACT 82

BID SUBMISSION CERTIFICATE FORM - (SBD 1) 95

Page 41: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 41 of 99 Ver. Standard 2018-6a

SETS OF BID DOCUMENTS REQUIRED:

Number of ORIGINAL bid documents for contract signing 2

Bidders must submit the above number of original bid documents (including the bidder’s response to the specification and the bidder’s pricing) in hard copy format (paper document) to the NRF. These serve as the original master sets for the legal bid document and, upon award and signature, the legal contract document between the bidder and the NRF. The master sets at the NRF have precedence over any other copies in the case of any discrepancies within the sets of documents. The NRF with the awarded bidder sign these documents in black ink. The bidders attach the originals or certified copies of any certificates stipulated in this document to these original sets of bid documents.

Number of EVALUATION copies (physical documents) (1 x secured pdf for technical review and 1 x secured pdf for pricing review, if two-envelope system applies)or secured pdf:

1 evaluation copy or 2 electronic documents on a memory stick

Bidders mark documents as “Copy for evaluation” and number all pages sequentially. Bidders mark the secured pdfs on the electronic storage medium as “Copy for evaluation”

RETURNABLE DOCUMENTS CHECKLIST

The bidder is to complete this table and to supply the necessary page references to the supporting documentation. A bidder failing to adequately provide any of the mandatory documents is automatically disqualified.

Legislative/Technical Documents Compliance

(M – Mandatory); (O – Optional) Submitted Bid Section

Reference Reference to

Bidder’s document

Bidder Eligibility

Procurement Invitation (SBD 1), signed and completed. M ❑ Yes

❑ No

Page 11 & 95

Declaration of Interest with Government (SBD 4), signed and completed.

M ❑ Yes

❑ No Page 72

Preference Points Claimed (SBD 6.1), signed and completed with an original BBBEE certificate or a certified copy of an original BBBEE certificate.

M ❑ Yes

❑ No Page 74

Declaration of Past SCM Practices (SBD 8), signed and completed.

M ❑ Yes

❑ No Page 79

Certificate of Independent Bid Determination (SBD 9), signed and completed.

M ❑ Yes

❑ No Page 80

Tax compliance status of foreign suppliers with tax obligations in South Africa.

M ❑ Yes

❑ No

Pages 5 and 10

List of previous contracts covering the last 2 years of diesel generator installations and/or EMI/RFI shielded installations similar to the specification.

M ❑ Yes

❑ No Pages 15-39

Specification Eligibility

Page 42: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 42 of 99 Ver. Standard 2018-6a

Data Sheet(s) of the equipment offered in response to the specification in this invitation (if requested elsewhere in the bid document).

M ❑ Yes

❑ No Pages 15-39

The original equipment manufacturers (OEM) service and maintenance schedules as designed by the OEM over the life of the equipment offered (if requested elsewhere in the bid document).

M ❑ Yes

❑ No Pages 15-39

Declaration certificate for local production and content for designated sectors (SBD 6.2) signed and completed.

M ❑ Yes

❑ No

Page 76

Three (3) written references, per supply relationship, with contact details for those customers for whom the bidder has completed work within the last sixty months (preferably last thirty-six months) that meets the minimum threshold of “Meets requirements.” In addition, details of five additional customers for the last two years where practical to enable verbal references.

M ❑ Yes

❑ No Page 81

Reference 1: From:

M ❑ Yes

❑ No Reference 2: From:

Reference 3: From:

Pricing Documents Compliance

Pricing (SBD 3) in this document, to be completed. M ❑ Yes

❑ No Page 45

PRE-QUALIFICATION ELIGIBILITY CRITERIA

LOCAL CONTENT AS SPECIAL CONDITION OF CONTRACT

Legislative local content Not Applicable

NRF specific local content Not Applicable

ECONOMIC EMPOWERMENT AS SPECIAL CONDITION OF CONTRACT

Pre-Qualifying Criteria A minimum B-BBEE status level na

Pre-Qualifying Criteria An exempted micro enterprise (EME) or qualifying small enterprise (QSE)

EME/QSE INCLUDED IN THE LEVEL SET ABOVE

Pre-Qualifying Criteria At least 51% owned by black people Not Applicable

Pre-Qualifying Criteria At least 30% owned by black women Not Applicable

LOCAL EMPOWERMENT SUB-CONTRACTING AS A SPECIAL CONDITION OF CONTRACT

Subcontracting to an EME or QSE which is at least 51% owned by black people

Not Applicable

Subcontracting to an EME or QSE which is at least 51% owned by black youth

Not Applicable

Page 43: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 43 of 99 Ver. Standard 2018-6a

Subcontracting to an EME or QSE which is at least 51% owned by black women

Not Applicable

Subcontracting to an EME or QSE which is at least 51% owned by black disabled people

Not Applicable

Subcontracting to an EME or QSE living in rural or undeveloped areas or townships

Not Applicable

Subcontracting to a cooperative which is at least 51% owned by black people

Not Applicable

Subcontracting to an EME or QSE which is at least 51% owned by black military veterans

Not Applicable

Subcontracting to an EME or QSE Not Applicable

A bidder failing to meet any of the stipulated pre-qualifying criteria is automatically disqualified.

ELIGIBILITY CRITERIA (GO/NO-GO)

Important note: If yes is selected on all the below mentioned bid selection elements, it means bidder contractually binds itself to meeting a specific requirement even if some specific details can NOT be offered at tender submission stage. It also means that the bidder commits itself to the delivery and verification ALL of requirements that will be verified as per verification matrix VM.T.D . I.e. not all details will be required from the bidders at bid awarding stage, except those as explicitly indicated for the tender submission stage in VM.T.D. and as shown below. But the legal commitment should be there to meet all requirements if the bidder is sure it will meet all the requirements, if it is awarded the contract for the work.

Selection Element for bid evaluation stage: Requirement number

Meet Specification Minimum

Reference to Bidder’s document (Document/page number, letter(s), data sheets etc.)

R.T.D.1 ❑ YES ❑ NO

R.T.D.2 ❑ YES ❑ NO

R.T.D.4 ❑ YES ❑ NO

R.T.D.9 ❑ YES ❑ NO

R.T.D.16 ❑ YES ❑ NO

R.T.D.18 ❑ YES ❑ NO

R.T.D.19 ❑ YES ❑ NO

R.T.D.25 ❑ YES ❑ NO

R.T.D.28 ❑ YES ❑ NO

R.T.D.32 ❑ YES ❑ NO

Page 44: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 44 of 99 Ver. Standard 2018-6a

R.T.D.39 ❑ YES ❑ NO

R.T.D.40 ❑ YES ❑ NO

R.T.D.41 ❑ YES ❑ NO

R.T.D.42 ❑ YES ❑ NO

R.T.D.44 ❑ YES ❑ NO

R.T.D.45 ❑ YES ❑ NO

R.T.D.46 ❑ YES ❑ NO

R.T.D.48 ❑ YES ❑ NO

R.T.D.54 ❑ YES ❑ NO

R.T.D.63 ❑ YES ❑ NO

VR.T.BC.A as pertaining to R.T.65 through to R.T.D.114 of the generator system requirement specification in this document.

❑ YES ❑ NO

VR.T.LS.A as pertaining to R.T.115 through to R.T.D.135 of the generator system requirement specification in this document.

❑ YES ❑ NO

VR.D.LS.B ❑ YES ❑ NO

VR.D.LM as pertaining to R.T.136 through to R.T.D.141 of the generator system requirement specification in this document.

❑ YES ❑ NO

VR.D.VRG as pertaining to R.T.142 through to R.T.D.157 of the generator system requirement specification in this document.

❑ YES ❑ NO

Page 45: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 45 of 99 Ver. Standard 2018-6a

SBD 3.1: PRICING DETAIL

Pricing Special Conditions

1 Pricing Schedule: In terms of General Conditions of contract clause 17.1, the price schedule remains unchanged for the duration of the contract with the NRF accepting no changes, extensions, or additional ad hoc costs to the pricing conditions of the contract with the exception of any price adjustments authorised in the Special Conditions of Contract for pricing set out below:

2 Firm Quantities over the Contract Period: The NRF states what firm quantities are required during the current period. The NRF determines the time of delivery during the contract period.

3 Estimated quantities over the Contract Period: The NRF may require further quantities during the current contract period for the reason of not yet known at the date of bid, future operational requirements where the quantities and timing are not yet known at the date of bid.

4 Ceiling Price Calculation: For bidding purposes and to establish the contract ceiling price, the NRF provides estimated quantities of what its requirements and estimated timing during the contract period for bidders to establish their pricing.

5 Commitment to Contracted Service Provider: The NRF does not provide guarantees or commitments that it will order this entire amount during the contract’s life. The NRF, through the signed contract, guarantees its procurement of the specified goods and/or services from the contracted party only.

6 Commitment of funding to the Contract: The NRF, when issuing the written purchase order under the contract , guarantees that the funding is available for the value of that purchase order.

7 Placement of written purchase orders for actual quantities ordered: The NRF manages the execution of this contract through the issue of written purchase orders – stipulating quantity, description, delivery date, and the unit price as set out in this contract - for the contracted supplies.

8 Price Adjustments: In terms of General Conditions of Contract clause 17.1, the price adjustments with the rules for application are set out below as special conditions of Contract Clause 17.1.

Price adjustments and their corresponding rules are for the management of price risks on the basis of the NRF and the contracted bidder sharing the risk equally.

● Price adjustments will only be accommodated in the case of direct result of rate of current exchange

fluctuations beyond the buyer’s and the seller’s control.

9 Price quoted is South African Rands in terms of General Conditions of contract clause 16.4

10 Price Quotation Basis: Price quoted is fully inclusive of all costs to deliver the services and/or goods to the specified NRF price delivery point and includes value- added tax, income tax, unemployment insurance fund contributions, and skills development levies in terms of General Conditions of contract clauses 12, 32.1 and 32.2.

11 Price Delivery Point: In cases where different delivery points influence the pricing, the bidder submits a separate pricing schedule for each delivery point.

Delivery points are:

Losberg Farm

GPS for Losberg security: 30°45'16.1"S, 21°25'53.0"E

Turn off the R63 on to the Brandvlei road at 30°59'40.0"S, 22°00'42.4"E and follow the road for 90km to the turn off (left) to Losberg.

12 Detail Pricing Support: Detailed information supporting the price schedule below e.g. costed bill of quantities is optional an annexure to the details in the below price schedule

Page 46: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 46 of 99 Ver. Standard 2018-6a

13 Application of Preference Points: Pricing is subject to the addition of Preference Points as stipulated below - Standard Bidding Document 6.1 Preference claim form.

PRICING SCHEDULE

QTY DESCRIPTION/

(Reference to specific specification)

UNIT OF

MEASURE

UNIT PRICE TOTAL PRICE

1 1 3-phase (+N) 400V diesel generator with a power generation capacity >= 25 kVA

Per unit

2 1 5 core (R,W,B+N+PE) cable suitable for 63A maximum current with a length of 50m, with 2m adapter cable for connecting the female sockets on both ends to each other.

Per kit

3 1 lockable enclosure as part of or adjacent to the generator in which the cable can be coiled and stored.

Per kit

4 1 dummy load for the electrical loading the generator shall be supplied

Per unit

5 1 RFI compliant charging system including cable and conduit system to mains connection point and all necessary isolators, and electrical protection modules

Per unit

5 2 Printed copies and an electronic copy of the maintenance manuals for both the Diesel Generator and Dummy Load.

Per manual

6 5 Initial operating and maintenance training shall be provided to SARAO staff during handover and commissioning with training manuals highlighting main points available 3 weeks before training event

Per person

7 1 Incentive bonus of 5% is payable IF and only IF all above mentioned works within specification and 50 dB shielding of the EMI/RFI shielding of the battery charging system between 10MHz and 1GHz was achieved instead of the stated 40dB specification. The 50 dB is not compulsory. If 50 dB is not met this line-item simply falls away

As percentage of total of items 6 and 7

Total Cost is determined by multiplying quantity by unit price for all line items

TOTAL CONTRACT VALUE OF ABOVE (CEILING PRICE) R

SPECIAL SERVICE CONDITIONS OF CONTRACT

1 Implementation Planning and Project Management

The contracted provider will arrange an initial meeting to determine delivery execution with the assigned NRF project team. Both parties will review the proposed project execution plan submitted with the bid and agree on the finalised timetable stating clearing commence date and completion date of each stage of the implementation. Special conditions pertaining to project management are listed below (if applicable).

Page 47: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 47 of 99 Ver. Standard 2018-6a

- The contractor should carefully read the “STATEMENT OF PERFORMANCE LEVELS FOR SERVICES/GOODS”, which amongst other things require that:

- A set of shop drawings are required before any ordering of materials for the designed system and needs to be checked with the electrical engineering functional group within 6 working days, where-upon 10 working days are allowed if any corrections are found to be necessary

- It is important to note the full set of documentation including a complete test readiness report, and RFI testing of the the charger system, and other documentation as required in the specification is required three weeks before the suggested handover/verification testing/training/commissioning date. A maximum 6 day revision period is required from SARAO with a 10 days are allowed for correction and that approval for go-ahead on handover/verification testing/training/commissioning date is dependent on issuance of certificate from the Logistics Engineering Department of the SARAO (if the corrections were not made another 16 period is again implied).

- The contractor should note the need for verification done by the contractor during handover/training/commissioning and the pre-verification and testing of the battery charger for function and specified RFI emissions before the installation of the battery charger system.

- Also note the need to characterize the generator and charger system on site for RFI, at the cost of the contractor so as to provide the SARAO, the opportunity for issuance of correct certificates regarding the dates and times of running the system for maintenance.

- SARAO site personnel responsible for plant operation and maintenance expressing satisfaction that the system is understood, and can be operated and maintained by them. This fact shall be formalized by a statement/certificate with wording as above mentioned. This certificate shall supplied by the contractor and signed by the site manager and the two main electricians maintaining and operating the system if they are satisfied with the instructions and materials provided to them.

- The project planning shall therefore be inclusive of the need for drawings, lead times for items, installations, commissioning, drawing up of documentation, revision of documentation, RFI measurements and all other items or services as specified in this document.

- The bidding company shall provide an approximate time duration for contract delivery from placement of order to full close-out of all work and deliverables as specified in the tender documentation. This can later be fine-tuned and adjusted by a maximum factor of two should the bidder be successful in its bid and a contract be put in place.

2 Performance verification

In terms of GCC Clause 16 read with the SCC Clause 16.2A, the NRF appointed contract manager or agent verifies that the performance of this contract in terms of services, delivery service, goods, labour and any other element specified in this contract is at the contracted performance level and/or the goods meet the contracted specifications with the represented of the contracted provider. Both parties verify this through signing the verification documentation. Both parties, at this time, agree on quantity, unit cost and total value on the same signed document.

Further verification steps are set out below in table VM.T.D:

Some of the verifications are self-evidently overlapping or similar to the extent that they are not distinct except via the different verification numbers - this does not have any effect on the verification of each and every requirement.

Page 48: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 48 of 99 Ver. Standard 2018-6a

OVERALL DESCRIPTION OF VERIFICATION REQUIREMENTS: VM.T.D

Requirement number

Verification

requirement

number

Timing or date of

verification

Description of verification Meets

verification

requirement

or not

R.T.D.1. VR.T.D.1.A

and

VR.T.D.1.B

At tender

evaluation (A)

AND at handover,

testing,

commissioning

and training date

(B)

Inspection of tender

documentation (A) and

installation at commissioning (B)

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.2. VR.T.D.2 Briefing session

date

Name of company, name of

representative present at briefing

session, with his/her signature on

attendance register

❑ YES ❑ NO

R.T.D.3. VR.T.D.3 Handover, testing,

commissioning,

training date

Visual inspection ❑ YES ❑ NO

R.T.D.4. VR.T.D.4 Briefing session

date

Name of company, name of

representative present at briefing

session, with his/her signature on

attendance register

❑ YES ❑NO

R.T.D.5. VR.T.D.5 Three weeks

before a planned

handover, testing,

commissioning,

training date

Inspection and approval of

documentation pack submitted

three weeks before a planned

handover, testing,

commissioning, training date.

Documentation to be inspected

within six working days after the

date.

❑ YES ❑ NO

R.T.D.6. VR.T.D.6 Handover, testing,

commissioning,

training date

SARAO site personnel

responsible for plant operation

and maintenance expressing

satisfaction that the system is

understood, and can be operated

and maintained by them, in a safe

manner and that proper safety

mechanisms are in place. This

fact shall be formalized by a

❑ YES ❑ NO

Page 49: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 49 of 99 Ver. Standard 2018-6a

statement/certificate with wording

as above mentioned. This

certificate shall be supplied by the

contractor and signed by the site

manager and the two main

electricians maintaining and

operating the system.

R.T.D.7. VR.T.D.7 Three weeks

before a planned

handover, testing,

commissioning

and training date

SARAO shall check that all

necessary documentation have

been received electronically and

has been found to be complete

as per specifications - submission

of documentation is required

three weeks before any planned

handover/testing/commissioning.

This fact shall be formalized by a

statement/certificate with wording

stating compliance with

requirements on documentation.

This certificate shall be supplied

by the contractor and signed by

the logistics engineering manager

and logistics engineer responsible

for site infrastructure, within 6

working days of receiving the

documentation if they are

satisfied. Or else the site

infrastructure engineer shall after

same 6 days, supply a corrective

list of items and suggested

actions to be completed by the

contractor, in order to meet the

documentation requirements. The

contractor shall then within 10

working days take corrective

action, and resubmit the

documentation, where-upon

again a 6 day revision period is

allowed for SARAO, after which

the handover/verification

testing/commissioning date can

be scheduled two weeks after

approval for completeness was

obtained (if the second

❑ YES ❑ NO

Page 50: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 50 of 99 Ver. Standard 2018-6a

submission was complete).

R.T.D.8. VR.T.D.8 Three weeks

before a planned

handover, testing,

commissioning

and training date

SARAO shall check that all

necessary documentation have

been received electronically and

has been found to be complete

as per specifications - submission

of documentation is required

three weeks before any planned

handover/testing/commissioning.

This fact shall be formalized by a

statement/certificate with wording

stating compliance with

requirements on documentation.

This certificate shall be supplied

by the contractor and signed by

the logistics engineering manager

and logistics engineer responsible

for site infrastructure, within 6

working days of receiving the

documentation if they are

satisfied. Or else the site

infrastructure engineer shall after

same 6 days, supply a corrective

list of items and suggested

actions to be completed by the

contractor, in order to meet the

documentation requirements. The

contractor shall then within 10

working days take corrective

action, and resubmit the

documentation, where-upon

again a 6 day revision period is

allowed for SARAO, after which

the handover/verification

testing/commissioning date can

be scheduled two weeks after

approval for completeness was

obtained (if the second

submission was complete).

❑ YES ❑ NO

Page 51: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 51 of 99 Ver. Standard 2018-6a

R.T.D.9. VR.T.D.9.A and

VR.T.D.9.B

Tender

submission date

(A) and (B)

handover, testing,

commissioning

and training date.

A:

Signed letter by CEO/head of

bidding COMPANY on letterhead

of the contracting/supplying

COMPANY, that says the specific

COMPANY as legal person

stating that:”The whole

installation and all machinery by

the COMPANY, that COMPANY

is bidding shall be made

inherently safe for personal injury

by design, installation, markings,

and operational guidelines.

Regulatory requirements of South

African laws will be abided by for

this class of machinery, and

where-in all legally applicable

certification of selection and

installation of the machinery is the

responsibility of the COMPANY.”

COMPANY shall be substituted

with the name of the bidding

company.

B: All certificates of compliance,

and safety related

materials/mechanisms shown to

be in place with the delivery of

this documentation simultaneous

and together with the full data

pack referred to in the next row.

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.10. VR.T.D.10 Handover, testing,

commissioning

and training date

Visual inspection of machinery

during event and successful

completion of event. SARAO site

personnel responsible for plant

operation and maintenance

expressing satisfaction that the

system is understood, and can be

operated and maintained by

them, in a safe manner and that

proper safety mechanisms are in

place. This fact shall be

formalized by a

❑ YES ❑ NO

Page 52: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 52 of 99 Ver. Standard 2018-6a

statement/certificate with wording

as above mentioned. This

certificate shall be supplied by the

contractor and signed by the site

manager and the two main

electricians maintaining and

operating the system

R.T.D.11. VR.T.D.11 Date on which

shop drawings

and bill of

materials,

including part

numbers is

submitted for

SARAO approval.

A certificate of approval shall be

submitted by the contractor with

the drawings and list of

parts/machinery (including bill of

materials), and signed the

Electrical Engineering functional

manager and main responsible

electrical engineer after six

working days after receipt of the

certificate. In Lieu of approval a

list of corrective actions with

suggested solutions shall be

given in the same timeframe (6

days after submission of

certificate). Then corrected

drawings and updated bill of

materials is expected in 10

working days, and a certificate of

approval again be submitted with

similar timelines as above.

❑ YES ❑ NO

R.T.D.12. VR.T.D.12 Handover, testing,

commissioning,

training date

Visual inspection ❑ YES ❑ NO

R.T.D.13. VR.T.D.13 Three weeks

before a planned

handover, testing,

commissioning

and training date

A list of equipment and related

software and the software itself

should be given, together with the

software and/or dongles. This is

considered as part of the

deliverables, and handled by

SARAO Logistics engineering in

the same way as the

documentation pack.

❑ YES ❑ NO

DIESEL GENERATOR REQUIREMENTS

R.T.D.14. R.T.D.152 Handover, testing, It shall be shown by test executed ❑ YES ❑ NO

Page 53: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 53 of 99 Ver. Standard 2018-6a

commissioning

and training date

by the contractor that the

frequency of the generator is

between 48Hz and 52Hz for

either no load or 100% load, after

5 minutes of running. The output

frequency of the AC power is

allowed to change up to a peak of

5% during stepped load changing

from 0% to 100% rated current,

but will have settled to a

frequency of 48 to 52Hz after 50

second from load change, as

measured via test equipment.

R.T.D.15. R.T.D.153 Handover, testing,

commissioning

and training date

It shall be shown by test executed

by the contractor that the voltage

of the generator is between 380 V

and 420 V for either no load or

100% load, after 5 minutes of

running at the specific load, with

no adjustments made to the AVR

between loads.

❑ YES ❑ NO

R.T.D.16. V.R.T.D.16.A

and

V.R.T.D.16.B

Submission of

tender

documentation (A)

and during

handover, testing,

commissioning

and training date

(B)

A: Inspection of tender

documentation

B: Visual inspection during

handover, testing,

commissioning, training date

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.18 V.R.T.D.18 Tender

submission date

Inspection of data sheet supplied

with tender documentation ❑ YES ❑ NO

R.T.D.19 V.R.T.D.19 Tender

submission date

Inspection of data sheet supplied

with tender documentation ❑ YES ❑ NO

R.T.D.20 V.R.T.D.20.A

and

V.R.T.D.20.B

(A) Document

submission date

three weeks

before handover,

testing,

commissioning

and training date

(B) During

handover, testing,

A: Inspection of data sheets

B: Visual inspection of installed

items

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

Page 54: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 54 of 99 Ver. Standard 2018-6a

commissioning

and training date

R.T.D.21. V.R.T.D.21.A

and

V.R.T.D.21.B

(A) Document

submission date

three weeks

before handover,

testing,

commissioning,

training date

(B) During

handover, testing,

commissioning,

training date

A: Inspection of data sheets

B: Visual inspection of installed

items

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.22. V.R.T.D.22.A

and

V.R.T.D.22.B

(A) Document

submission date

three weeks

before handover,

testing,

commissioning,

training date

(B) During

handover, testing,

commissioning,

training date

A: Inspection of data sheets

B: Visual inspection of installed

items

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.23. V.R.T.D.23.A

and

V.R.T.D.23.B

(A) Document

submission date

three weeks

before handover,

testing,

commissioning,

training date

(B) During

handover, testing,

commissioning,

training date

A: Inspection of data sheets

B: Visual inspection of installed

items

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.24. V.R.T.D.24.A

and

V.R.T.D.24.B

(A) Document

submission date

three weeks

before handover,

testing,

commissioning,

training date

A: Inspection of data sheets

B: Visual inspection of installed

items

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

Page 55: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 55 of 99 Ver. Standard 2018-6a

(B) During

handover, testing,

commissioning,

training date

R.T.D.25. V.R.T.D.25.A

and B:

R.T.D.154

A: Tender

submission date

B: During

handover, testing,

commissioning,

training date

A: Inspection of data sheet

B: It shall be verified by test that

the voltage output of the

generator does not rise above

specified overvoltage level upon

loss of load, if full load was

present beforehand.

❑ YES ❑ NO

R.T.D.26. V.R.T.D.26.A

and

V.R.T.D.26.B

(A) Document

submission date

three weeks

before handover,

testing,

commissioning,

training date

(B) During

handover, testing,

commissioning,

training date

A: Inspection of data sheets

B: Visual inspection of installed

items

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.27. V.R.T.D.27.A

and

V.R.T.D.27.B

(A) Document

submission date

three weeks

before handover,

testing,

commissioning,

training date

(B) During

handover, testing,

commissioning,

training date

A: Inspection of data sheets

B: Visual inspection of installed

items

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.28. V.R.T.D.28 Tender

submission date

Inspection of supplied data

sheets ❑ YES ❑ NO

R.T.D.29. V.R.T.D.29 Submission date

for drawings and

bill of materials

before ordering

items

Inspection of submitted drawings

and bill of materials ❑ YES ❑ NO

Page 56: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 56 of 99 Ver. Standard 2018-6a

R.T.D.30. V.R.T.D.30 Submission date

for drawings and

bill of materials

before ordering

items

Inspection of submitted drawings

and bill of materials ❑ YES ❑ NO

R.T.D.31. V.R.T.D.31.A

and

V.R.T.D.31.B

During handover,

testing,

commissioning,

training date

A: Visual inspection

B: Demonstrate emergency stop

and start up afterwards (test

function)

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.32. V.R.T.D.32 Tender

submission date

Inspection of data sheet showing

this ❑ YES ❑ NO

R.T.D.33. V.R.T.D.33.A

and

V.R.T.D.33.B

A: Tender

submission date

B:During

handover, testing,

commissioning,

training date

A: Inspection of data sheet

showing this

B: visually inspect that:

- The fuel tank is

physically housed in the

overall enclosure of the

unit, unless there is a

compelling reason not

for doing so.

- The filler connection for

the fuel tank is located at

a point that is easily

accessible once the

generator has been

installed.

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

R.T.D.34. V.R.T.D.34 During handover,

testing,

commissioning,

training date

Visual inspection of installation ❑ YES ❑ NO

R.T.D.35. V.R.T.D.35. During handover,

testing,

commissioning,

training date

Visual Inspection of installation ❑ YES ❑ NO

R.T.D.36. V.R.T.D.36. During handover,

testing,

Visual Inspection of installation ❑ YES ❑ NO

Page 57: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 57 of 99 Ver. Standard 2018-6a

commissioning,

training date

R.T.D.37. V.R.T.D.37. During handover,

testing,

commissioning,

training date

Visual Inspection of installation ❑ YES ❑ NO

R.T.D.38. V.R.T.D.38. During handover,

testing,

commissioning,

training date

Demonstration during handover,

testing, commissioning, training

date

❑ YES ❑ NO

R.T.D.39. V.R.T.D.39.

Tender

submission date

Visual inspection of drawings

submitted with tender ❑ YES ❑ NO

R.T.D.40. V.R.T.D.40.A and

V.R.T.D.40.B

A: Tender

submission date

B:During

handover, testing,

commissioning,

training date

A: Written and signed

commitment by CEO/head on

letterhead by the bidding

COMPANY that

“The diesel generator/alternator

shall be a single integral unit type,

mounted on a suitable chassis.

The steel chassis shall include

anti- vibration measures to

protect the paving from breakup

during continued use of the

machinery. The chassis shall be

designed for the diesel generator

to be lifted and moved using a

suitable forklift.”

B: Visual Inspection of

installation

❑ YES ❑ NO

R.T.D.41. V.R.T.D.41.A and

V.R.T.D.41.B

A: Tender

submission date

B:During

handover, testing,

commissioning,

training date

A: Written and signed

commitment (by CEO/head of

COMPANY) on letterhead by the

bidding COMPANY that: “As a

minimum oil resistant anti

vibration padding shall be

provided between the generator

and its chassis/frame, but the

previous requirement for

protection of the pavement via

any extra measures (if necessary)

A:

❑ YES ❑ NO

B:

❑ YES ❑ NO

Page 58: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 58 of 99 Ver. Standard 2018-6a

will be the responsibility of

COMPANY.”

B: Visual Inspection of installation

R.T.D.42. V.R.T.D.42 Tender

submission date

Inspection of mass on supplied

datasheet ❑ YES ❑ NO

R.T.D.43. V.R.T.D.43 During handover,

testing,

commissioning,

training date

Inspection and operation of the

apparatus, including testing that

neutral is not necessarily at

building ground using multimeter

at safe contacting point and long

leads

❑ YES ❑ NO

R.T.D.44. V.R.T.D.44 A: Tender

submission date

B: During

handover, testing,

commissioning,

training date

A: Written and signed commitment (by CEO/head of COMPANY) on COMPANY letterhead by the bidding COMPANY that: “ COMPANY shall provide and install thermal insulation on the diesel generator and supplied auxiliaries where required for the efficiency of the works, to meet statutory and local regulatory requirements and safety of personnel.

No part of the works that can be touched during normal operation shall have a surface temperature in excess of 50°C. All insulation materials shall not contain any asbestos or asbestos based products.

All insulation applied to pipe work, machinery, works, and ducting shall be clad with aluminium or stainless steel cladding of appropriate thickness not less than that conforming with BS 5970

COMPANY shall provide and install thermal insulation on the diesel generator and supplied auxiliaries where required for the efficiency of the works, to meet statutory and local regulatory requirements and safety of personnel.”

B: Visual inspection of installation

❑ YES ❑ NO

Page 59: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 59 of 99 Ver. Standard 2018-6a

R.T.D.45. V.R.T.D.45 Tender

submission date

Inspection of supplied data

sheets ❑ YES ❑ NO

R.T.D.46. V.R.T.D.46 Tender

submission date

Inspection of supplied data

sheets ❑ YES ❑ NO

R.T.D.47. V.R.T.D.47 During handover,

testing,

commissioning,

training date

Visual inspection of installation ❑ YES ❑ NO

POWER CABLE REQUIREMENTS

R.T.D.48. V.R.T.D.48 Tender

submission date

Inspection of tender

documentation ❑ YES ❑ NO

R.T.D.49. V.R.T.D.49 Date on which

shop drawings

and bill of

materials,

including part

numbers is

submitted for

SARAO approval.

A certificate of approval shall be

submitted by the contractor with

the drawings and list of

parts/machinery (including bill of

materials), and signed the

Electrical Engineering functional

manager and main responsible

electrical engineer after six

working days after receipt of the

certificate. In Lieu of approval a

list of corrective actions with

suggested solutions shall be

given in the same timeframe (6

days after submission of

certificate). Then corrected

drawings and updated bill of

materials is expected in 10

working days, and a certificate of

approval again be submitted with

similar timelines as above.

❑ YES ❑ NO

R.T.D.50. V.R.T.D.49 Date on which

shop drawings

and bill of

materials,

including part

numbers is

submitted for

SARAO approval.

Analysis via calculation

submitted with drawings and bill

of materials for R.T.D..49

❑ YES ❑ NO

Page 60: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 60 of 99 Ver. Standard 2018-6a

R.T.D.51. V.R.T.D.51 During handover,

testing,

commissioning,

training date

Visual inspection of installation ❑ YES ❑ NO

R.T.D.52. R.T.D.155,

R.T.D.156 and

R.T.D.157

During handover,

testing,

commissioning,

training date

Successful mating of the

generator with changeover panel:

refer to wording of R.T.D.155,

R.T.D.156 and R.T.D.157.

R.T.D.155:

❑ YES ❑ NO

R.T.D.53. R.T.D.156:

❑ YES ❑ NO

DUMMY LOAD (This will be used during routine generator startups to provide a suitable load to the

generator in order to prevent “glazing”)

R.T.D.54. aand

R.T.D.63.

V.R.T.D.54 During tender

submission

Inspection of tender

documentation, including the size,

mass and a proposed general

arrangement diagram of the

dummy load.

❑ YES ❑ NO

R.T.D.55. VR.T.DL.A

and

VR.T.DL.B

and

VR.T.DL.C

A: Date on which

shop drawings

and bill of

materials,

including part

numbers is

submitted for

SARAO approval.

B: During

handover, testing,

commissioning,

training

C: During

handover, testing,

commissioning,

training

VR.T.DL.A: A certificate of

approval shall be submitted by

the contractor with the drawings

and list of parts/machinery

(including bill of materials), and

signed the Electrical Engineering

functional manager and main

responsible electrical engineer

after six working days after

receipt of the certificate. In Lieu

of approval a list of corrective

actions with suggested solutions

shall be given in the same

timeframe (6 days after

submission of certificate). Then

corrected drawings and updated

bill of materials is expected in 10

working days, and a certificate of

approval again be submitted with

similar timelines as above.

Analysis via calculation

submitted with drawings and bill

of materials shall be included, if

customization was necessary in

offering this item.

VR.T.DL.A:

❑ YES ❑ NO

VR.T.DL.B:

❑ YES ❑ NO

VR.T.DL.C:

❑ YES ❑ NO

R.T.D.56.

R.T.D.57.

R.T.D.58.

R.T.D.59.

R.T.D.60.

R.T.D.61.

R.T.D.62.

R.T.D.63.

R.T.D.64.

Page 61: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 61 of 99 Ver. Standard 2018-6a

V.R.T.DL.B: Visual inspection of

installation

VR.T.DL.C: Special test - a

thermocouple and readout meter

provided should be used to

measure temperature at power

cable attachment point and make

sure it is <50% of the insulation

thermal damage point of the

materials within 10cm of the

attachment point. The

thermocouple should also be

used to make sure hot external

surfaces that is exposed to users

are below 50 degrees centigrade,

after running the generator output

into the dummy load for a

minimum of 1 hour.

LOW RFI EXTERNAL BATTERY CHARGING SYSTEM REQUIREMENT

R.T.D.65. tto

R.T.D.114

V.R.T.BC.A

and

VR.T.BC.B

and

VR.T.BC.C

and

VR.T.BC.D

and

R.T.D.144

and

R.T.D.145

and

R.T.D.146

A: Tender

submission

B: Date on which

shop drawings

and bill of

materials,

including part

numbers is

submitted for

SARAO approval.

C: During

handover, testing,

commissioning,

training

D: During

handover, testing,

commissioning,

training

VR.T.BC.A: Signed statement of

compliance (during tender of

submission) on letterhead of

COMPANY that R.T.65 through

R.T.D.114 is fully understood by

COMPANY (signed by CEO/head

of company). The COMPANY will

state that this set of requirements

will be complied to by COMPANY

in design and delivery and the

system shall be successfully

integrated with the site electrical

system, the generator to full

stated functionality and Ethernet

based monitoring system.

Specifically the main contracting

COMPANY shall state that the

EMI shielded battery system shall

be able to provide enough charge

between weekly maintenance for

longevity of the generator

batteries, at the stated RFI

shielding levels.

VR.T.BC.A:

❑ YES ❑ NO

VR.T.BC.B:

❑ YES ❑ NO

VR.T.BC.C:

❑ YES ❑ NO

VR.T.BC.D:

❑ YES ❑ NO

Page 62: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 62 of 99 Ver. Standard 2018-6a

V.R.T.BC.B: A certificate of

approval shall be submitted by

the contractor with the drawings

and list of parts/machinery

Electrical Engineering functional

manager and main responsible

electrical engineer after six

working days after receipt of the

certificate. In Lieu of approval a

list of corrective actions with

suggested solutions shall be

given in the same timeframe (6

days after submission of

certificate). Then corrected

drawings and updated bill of

materials is expected in 10

working days, and a certificate of

approval again be submitted with

similar timelines as above.

Analysis via calculation

submitted with drawings and bill

of materials shall be included, if

customization was necessary in

offering this item.

V.R.T.BC.C: Visual inspection of

installation including inspection of

requested photos for

gasketing/filter mounting

submitted during date coinciding

with B.

VR.T.BC.D: Demonstration

during

handover/training/commissiong/v

erification that full systems is

working. This shall include

generating appropriate voltage

and current (contractor to supply

ammeter for

testing/demonstration) on battery

before generator is turned on and

after it is turned off, with correct

temperature measured over

Ethernet/Modbus on charger with

Page 63: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 63 of 99 Ver. Standard 2018-6a

4-20 mA transmitter.

LOGISTIC SUPPORT AND TRAINING REQUIREMENTS

R.T.D.115 to R.T.D.135

VR.D.LS.A

and

VR.D.LS.B

and

VR.D.LS.C

and

VR.D.LS.D

A. At tender

submission

B. At tender

submission

C. At scheduling

of

training/commissio

ning/handover/test

ing

D. During

training/commissio

ning/handover/test

ing

VR.D.LS.A: Signed statement by

of compliance (during tender of

submission) on letterhead of

bidding COMPANY by CEO/head

of COMPANY that R.T.115

through to R.T.D.135 will be

complied to by COMPANY as

stated in the requirements

R.T.D.65 through R.T.D.165.

The COMPANY will also state

that these requirements are fully

understood and will be

individually checked by SARAO

via inspection of documentation

and the installation itself through

a checklist pertaining to this

category of requirements.

VR.D.LS.B.:During tender

submission the generator supplier

shall demonstrate via

documentary evidence:

(i) that a well-organized network

and supply chain structure for any

given spare part is in place for the

generator itself. It shall be

illustrated by the supplier on how

Global or Regional Service

Centres are facilitated with spare

parts and how spare parts can be

ordered and subsequently

supplied in the shortest possible

time.

(ii) The COMPANY shall also

provide at this stage:

a) An outline drawing of the

diesel generator showing major

dimensions and weights,

b) Technical data on all control

system components, protection

VR.D.LS.A

❑ YES ❑ NO

VR.D.LS.B

YES ❑ NO

VR.D.LS.C

❑ YES ❑NO

VR.D.LS.D

❑ YES ❑ NO

Page 64: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 64 of 99 Ver. Standard 2018-6a

relays, etc.

VR.D.LS.C: Submitted material

shall be in order for requirements

R.T.D.115 through R.T.D.135

before a date of

training/commissioning/handover/

testing will be confirmed and/or

that step can go ahead (i.e.

needs approval from SARAO)

VR.D.LS.D: Durability

requirements for external

surfaces, labelling and

identification will be visually

inspected on the installation

itself.

WARRANTY AND MAINTENANCE

R.T.D.136 through to R.T.D.141

VR.D.LM During submission

of tender

documentation.

COMPANY shall state in bid in

writing on COMPANY letterhead

that R.T.D.136 to R.T.D.141 will

be complied to (signed by

CEO/head of company)

❑ YES ❑ NO

VERIFICATION REQUIREMENTS

R.T.D.142. VR.D.VRG During submission

of tender

documentation.

COMPANY shall state in bid

documentation in writing that

R.T.D.142 to R.T.D.157 of the

generator system requirement

specification is fully understood

and will be complied to, in

contract delivery. This writing

should be on a letterhead of the

COMPANY, signed by the

head/CEO of the company.

❑ YES ❑ NO

R.T.D.143. VR.T.D.143 Three weeks

before formal

Inspection of certification

documentation ❑ YES ❑ NO

Page 65: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 65 of 99 Ver. Standard 2018-6a

testing/handover/c

ommissioning/train

ing

R.T.D.144. VR.T.D.144 After completion of

physical build of

battery charger

mounted with

filters, temperature

transmitter in EMI

shielding

enclosure.

Inspection of test results in test

report by contractor to be

submitted as part of the

necessary document pack three

weeks before the

handover/testing/commissioning

date.

❑ YES ❑ NO

R.T.D.145. VR.T.D.145 After completion of

physical build of

battery charger

mounted with

filters, temperature

transmitter in EMI

shielding

enclosure.

Inspection of test results in test

report by contractor to be

submitted as part of the

necessary document pack three

weeks before the

handover/testing/commissioning

date.

❑ YES ❑ NO

R.T.D.146. VR.T.D.146 After procurement

of thermocouple

and temperature

transmitter and

charger and their

integration

Inspection of calibration report for

temperature transmitter to be

submitted as part of the

necessary document pack three

weeks before the

handover/testing/commissioning

date.

❑ YES ❑ NO

R.T.D.147. VR.T.D.147 After installation of

charging system

and temperature

read out via 4-

20mA transmitter

and receiver, as

per the indicated

system

requirements

Inspection of test results in

monitoring system test report by

contractor to be submitted as part

of the necessary document pack

three weeks before the

handover/testing/commissioning

date

❑ YES ❑ NO

R.T.D.148. VR.T.D.148 Three weeks

before the

handover /testing /

training/

Perusal of RFI test results in

installation RFI test report. The

test results will be derived from

dual polarization resolved E-field

❑ YES ❑ NO

Page 66: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 66 of 99 Ver. Standard 2018-6a

commissioning

date

measurements on four sides on

generator installation (North,

West, South, East) at same

height elevation (3m) and

horizontal distance (5m) from

reference point on base of

generator frame (as indicated in a

photo) with:

(1) Generator off and

charger off and Deep

Sea controller off.

(2) Generator off and

charger and Deep Sea

Controller on

(3) Generator off and

charger and Deep Sea

controller on.

(4) Generator on, supplying

no load and charger

and Deep Sea controller

on

(5) Generator on, supplying

full load and Charger

and Deep Sea

Controller off.

Measurements shall cover the

frequency range 30 MHz to 3

GHz. Equipment used shall be

calibrated.

R.T.D.149. VR.T.D.149 Three weeks

before the

handover/ testing/

training/

commissioning

date

Inspection of calibration

certificates for applicable test

equipment.

❑ YES ❑ NO

R.T.D.150. N/A - it is

already a

verification

requirement

by itself.

During the the

handover/ testing/

training/

commissioning

date

Note down outcome of tests in

writing and share with all parties. ❑ YES ❑ NO

Page 67: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 67 of 99 Ver. Standard 2018-6a

R.T.D.151. N/A - it is

already a

verification

requirement

by itself.

During the

handover/testing/

training/

commissioning

date

Note down the resistance

between earth and neutral at the

end of the power cable connected

to the generator with the

generator OFF.

❑ YES ❑ NO

R.T.D.152. N/A - it is

already a

verification

requirement

by itself.

During and after

the handover/

testing/ training/

commissioning

date

Inspection of test report based on

digital logging of data. ❑ YES ❑ NO

R.T.D.153. N/A - it is

already a

verification

requirement

by itself.

During and after

the

handover/testing/

training/

commissioning

date

Viewing/inspection of readout of

true RMS voltmeter. ❑ YES ❑ NO

R.T.D.154. N/A - it is

already a

verification

requirement

by itself.

During and after

the

handover/testing/

/training /

commissioning

date

Viewing/inspection of readout of

true RMS voltmeter or direct

digital voltage logger with

response time connected before

load that is suddenly

disconnected. The meters shall

have response time 2X faster

than the transients.

❑ YES ❑ NO

R.T.D.155. N/A - it is

already a

verification

requirement

by itself.

During the

handover/testing/c

ommissioning date

Demonstration. ❑ YES ❑ NO

R.T.D.156. N/A - it is

already a

verification

requirement

by itself.

During the

handover/testing/

training/

commissioning

date

Demonstration. ❑ YES ❑ NO

R.T.D.157 Compliance requirement to be adhered to at all times.

3 Contracted Party Due Diligence: The NRF has the right to conduct supply chain due diligence including site

Page 68: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 68 of 99 Ver. Standard 2018-6a

visits and inspections at any time during the contract period.

4 Communication: The contracted parties communicate in writing through mail, delivery, or email. The contracted party states the contract number and purchase order number, if the latter is applicable, on communication documentation. The contract party does not act upon any communication without the contract number or must verify such communication with the assigned NRF contract manager prior to acting upon it.

5 Occupational Health and Safety when working on NRF sites: All personnel performing work on NRF site/s as part of this contract are responsible to obtain safety induction.

Over and above the obligations provided by the Occupational Health and Safety Act (OHS Act No 85 of 1993 and its Regulations, known as ‘the Act’), the contracted party meets with all relevant health and safety instructions as given to them by site safety personnel, where relevant. Personal protection equipment including closed safety shoes, hard hats, height safety equipment, and high visibility vests are worn at all times while on the work site. All personnel are to obey the relevant instructions, including signage, related to restricted access and speed limits on all sites.

The contracted party, once signing the contract (SBD 7), is responsible for itself, its employees, and those people affected by its operations in terms of the Act the regulations promulgated in terms thereof. The contracted party performs all work and uses equipment on site complying with the provisions of the Act.

To this end, the contracted party shall make available to the NRF on the valid Letter of Good Standing in terms of the COID Act and ensures its validity does not expire while executing this bid, where applicable. The contracted party furnishes its registration number with the office of the Compensation Commissioner. The contracted party enters into a Section 37.2 agreement in terms of Occupational Health and Safety Act (OHS Act No 85 of 1993 and its Regulations) that the NRF drafts.

The contracted party maintains a health and safety plan complying with the requirements of The Act at the work site during the period that contracted work takes place on the site.

The NRF manages the contracted party in his capacity for the execution of this contract to meet the provisions of the said Act and the regulations promulgated in terms thereof. The contracted party accepts liability for any contraventions to the Act. Each member of the contracted party’s team (including sub-contracted personnel), submit a signed indemnity form prior to entering the work site and kept in the contracted party’s health and safety file.

6 Jigs, Tools, Data Packs, and Templates (where applicable): All jigs, tools, templates, manufacturing data packs, and similar equipment necessary for the execution of this contract is property of the NRF where the NRF pays for these. NRF provides templates, manufacturing data packs, and similar equipment/data transfer necessary for the execution of this contract and these remain the property of the NRF. On completion or cancellation of the contract, the contractor returns all NRF property to the NRF.

7 Software Maintenance Service

The contracted provider, during any paid software maintenance service term, provides software maintenance service for the licensed program(s) which consist of delivering subsequent releases of the program, if any; exerting reasonable efforts to both (a) provide, within a reasonable time, workarounds for any material programming errors in the current release of the program that are directly attributable to the contract provider, and (b) correct such errors in the next available release, provided the NRF provides the contract provider with sufficient information to identify the errors. The NRF, during the same paid software maintenance service term, is entitled to receive technical support for the current release. Technical support means assistance by telephone, fax, electronic mail, and any digital communication methods with the installation and/or use of the then-current release of the licensed program, including all available bug fixes and patches, and their interaction with the supported hardware and operating systems (“Platforms”).

8 Response times for call-outs or support (where applicable): The NRF specifies the falling response services as set out below and, for each, specifies in the section “Management of Performance Levels: the performance levels with their penalties.

Page 69: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 69 of 99 Ver. Standard 2018-6a

Call-out to site during warranty period: available 24 hours, 365 days. Performance level = 24 hours from call-out notification.

9 Insert any further performance delivery contract conditions here

10 Insert any further performance delivery contract conditions here

MANAGEMENT OF PERFORMANCE LEVELS

1 The NRF manages this contract through agreed minimum service levels and verification of deliverables to specifications. The NRF measures service performance levels to achieve the following goals:

a. Receive savings (Cost);

b. Increase quality (Quality);

c. Improve delivery (Delivery);

d. Timeliness of actions (Timeliness);

e. Improved transparency (Integrity); and

f. Improved productivity (Systems Productivity)Click here to enter text.

2. The NRF measures the contracted bidder’s performance against these in the execution of the contract.

3. The contracted bidder recognises that its failure to meet the performance levels has material adverse impact on the operations of NRF and that the damage from the contracted bidder’s failure to meet any performance level is not susceptible to precise determination.

4. The NRF excuses the contracted bidder from failing to comply with the performance levels to the extent that non-performance or delayed performance is solely and directly attributable to an act or omission of the NRF or its staff or circumstances of force majeure as referred to in this Agreement.

5. If the contracted bidder fails to meet any performance level:

a. The contracted bidder shall investigate and report on the root causes of the performance level failure;

b. Promptly correct the failure and begin meeting the set performance levels;

c. Advise the NRF as and to the extent requested by the NRF of the status of remedial efforts being

undertaken with respect to such performance level failure; and

d. Take appropriate preventive measures to prevent the recurrence of the performance level failure.

6. Both parties are responsible for monitoring and measuring the performance of the contracted bidder against the performance levels set in this document. The NRF deems failure by the contracted bidder to measure performance with respect the contract specifications for any measurement period as a failure to meet the stipulated performance levels.

STATEMENT OF PERFORMANCE LEVELS FOR SERVICES/GOODS

Service/Goods being Measured

Measurement Methodology Penalty/Bonus and level applicable from

Before any equipment is A certificate of approval shall be None, but his can affect timely delivery, if work

Page 70: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 70 of 99 Ver. Standard 2018-6a

ordered and/or built that a set

of shop drawings must be

submitted to SARAO for

approval. SARAO approval

does not free the contractor of

his obligations to meet

spec/requirements.

submitted by the contractor with the drawings and list of parts/machinery (including bill of materials), and signed the Electrical Engineering functional manager and main responsible electrical engineer after six working days after receipt of the certificate. In Lieu of approval a list of corrective actions with suggested solutions shall be given in the same timeframe (6 days after submission of certificate). Then corrected drawings and updated bill of materials is expected in 10 working days, and a certificate of approval again be submitted with similar timelines as above.

is not done correctly or correct project planning done. Labour and time of the contractor for the cost of the contractor.

Delivery of the specified goods via successful handover/testing/commissioning/ training an where-in alll verification testing showed that specification was met as witnessed by SARAO and where raw measurement data was made available to SARAO.

Both parties jointly check and confirm specifications are met

Replacement of failed/out of specification parts, extra labour and parts to bring generator plant up to specification or redo verification testing and transport and accomodation cost paid by contractor. Note the third, and fourth row of this table where-in this milestone is dependent on preceding successful and complete delivery of the documentation as required via specification and the fifth row where-in training is required. Note that there is also a clause in the sixth row for timeous delivery of the following handover/testing/commissioning/ training

Conformance to safety and regulatory standards applicable to installation.

All certificates of compliance, and safety related materials/mechanisms shown to be in place with the delivery of this documentation simultaneous and together with the full datapack referred to in the next row.

A date for handover/testing/commissioning/ training can only be confirmed after all required documentation have been received ( a week will be utilized to check completeness of documentation)

Delivery of accurate and complete data pack, including full drawings of the whole generator plant and manuals and test readiness report and a short training manual.

SARAO shall check that all necessary documentation have been received electronically and has been found to be be complete as per specifications - submission of documentation is required three weeks before any planned handover/testing/commissioning.

This fact shall be formalized by a statement/certificate with wording stating compliance with requirements on documentation.

A date for handover/testing/commissioning/ training can only be confirmed after all required documentation have been received ( a week will be utilized to check completeness of documentation)

Page 71: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 71 of 99 Ver. Standard 2018-6a

This certificate shall supplied by the contractor and signed by the logistics engineering manager and logistics engineer responsible for site infrastructure, within 6 working days of receiving the documentation if they are satisfied. Or else the site infrastructure engineer shall after same 6 days, supply a corrective list of items and suggested actions to be completed by the contractor, in order to meet the documentation requirements. The contractor shall then within 10 working days take corrective action, and resubmit the documentation, where-upon again a 6 day revision period is allowed for SARAO, after which the handover/verification testing/commissioning date can be scheduled two weeks after approval for completeness was obtained (if the second submission was complete).

Pointing out of main installed items and parts, controls and demonstrating operation and safety mechanisms and precautions with possibility for questions will take place during handover/testing/commissioning day and explicitly forms part of the deliverables. A short training manual (5-10 pages long) highlighting main parts/principles for operation and maintenance (it can all refer to sections in the user and maintenance manuals) and shall be made available with above mentioned documentation pack.

SARAO site personnel responsible for plant operation and maintenance expressing satisfaction that the system is understood, and can be operated and maintained by them, in a safe manner and that proper safety mechanisms are in place. This fact shall be formalized by a statement/certificate with wording as above mentioned. This certificate shall supplied by the contractor and signed by the site manager and the two main electricians maintaining and operating the system.

Incomplete or no training will result in the date for this being rescheduled and will affect the timeous delivery of all goods and services as per the next row in this table.

Timeous delivery of goods and services coinciding with handover/testing/commissioning/ training

Delivery delay exceeding 30 working days from the delivery date set in the placed purchase order

Penalty – 10% of invoice value and the penalties in GCC 22 in the general clause section . Note the dependency of the delivery date for handover/testing/commissioning/ training

on the receipt of complete and correct documentation pack as per the previous row.

Page 72: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 72 of 99 Ver. Standard 2018-6a

Spare parts service Initial call response time – 24 hours; Delivery within 72 working hours of the agreed delivery date stated in the issued purchase order

Where 72 hours exceeded, the penalty is 5% of the original invoice value for each day late

Repairs service Initial call response time – 24 hours; Delivery within 72 working hours of the agreed delivery date stated in the issued purchase order

Where 72 hours exceeded, the penalty is 5% of the original invoice value for each day late

SBD 4 - DECLARATION OF INTEREST WITH GOVERNMENT

Any legal person, including persons employed by the State (meaning 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); any municipality or municipal entity; provincial legislature; national Assembly or the national Council of

provinces; or Parliament), 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 an advertised competitive Bid, a limited

Bid, a proposal or written price quotation). 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 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/s person

who is/are 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.

In order to give effect to the above, the following questionnaire must be completed and submitted with this Bid:

Full Name of Bidder or his/her

representative:

Identity Number:

Position occupied in the

Company (director, trustee,

shareholder, member):

Registration number of

company, enterprise, close

corporation, partnership

agreement:

Page 73: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 73 of 99 Ver. Standard 2018-6a

Tax Reference Number:

VAT Registration Number:

The names of all directors/trustees/shareholders/members, their individual identity numbers, tax reference numbers and,

if applicable, employee/PERSAL numbers must be indicated in a separate schedule including the following questions:

Schedule attached with the above details for all directors/members/shareholders

Are you or any person connected with the Bidder presently employed by the State? If so, furnish the

following particulars in an attached schedule

❑ Yes ❑ No

Name of person/ director/ trustee/ shareholder/member:

Name of State institution at which you or the person connected to the Bidder is employed

Position occupied in the State institution

Any other particulars:

If you are presently employed by the State, did you obtain the appropriate authority to undertake

remunerative work outside employment in the public sector?

❑ Yes ❑ No

If Yes, did you attach proof of such authority to the Bid document?

If No, furnish reasons for non-submission of such proof as an attached schedule

(Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the Bid.)

Did you or your spouse or any of the company’s directors/ trustees /shareholders /members or their

spouses conduct business with the State including any business units of the National Research

Foundation in the previous twelve months?

❑ Yes ❑ No

If so, furnish particulars as an attached schedule

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

If so, furnish particulars as an attached schedule.

Do you or any of the directors/ trustees/ shareholders/ members of the company have any interest in

any other related companies whether or not they are bidding for this contract?

❑ Yes ❑ No

If so, furnish particulars as an attached schedule:

Page 74: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 74 of 99 Ver. Standard 2018-6a

PREFERENCE POINTS CLAIMED (SBD 6.1)

Preference points claim form for broad-based black economic empowerment (B-BBEE) status level of contribution in terms of the preferential procurement regulations 2017

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:

1.1.1. the 80/20 system for requirements with a Rand value of up to R 50 000 000 (all applicable taxes included); and

1.1.2. The 90/10 system for requirements with a Rand value above R 50 000 000 (all applicable taxes included)

The maximum points for this bid are allocated as follows: POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTION 20

TOTAL POINTS FOR PRICE AND B-BBEE MUST NOT EXCEED 100

1.2. 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.

1.3. The purchaser reserves the right to require either of a bidder, before a bid is adjudicated or at any time

subsequently, to substantiate any claim concerning preferences, in any manner required by the purchaser.

1.4. POINTS AWARDED FOR PRICE

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 :

Where Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

2. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

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 1 2 3 4 5 6 7 8 Non-compliant contributor

0 Number of points (90/10 system) 10 9 6 5 4 3 2 1

Number of points (80/20 system) 20 18 14 12 8 6 4 2

3. BID DECLARATION

Page 75: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 75 of 99 Ver. Standard 2018-6a

Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1 AND 2

B-BBEE Status Level of Contributor:= ………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 3 must be in accordance with the table reflected in paragraph 2 and must be substantiated by relevant proof of B-BBEE status level of contributor.

4. SUB-CONTRACTING

Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

If yes, indicate:

1. What percentage of the contract will be subcontracted............…………….…………%

2. The name of the sub-contractor…………………………………………………………..

3. The B-BBEE status level of the sub-contractor......................................……………..

4. Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

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

5. DECLARATION WITH REGARD TO COMPANY/FIRM

Name of company/firm: …………………………………………………………………………….

VAT registration number: ……………………………………….…………………………………

Company registration number:…………….……………………….…………………………….

TYPE OF COMPANY/ FIRM

Partnership/Joint Venture /Consortium

One person business/sole proprietor

Close corporation

Page 76: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 76 of 99 Ver. Standard 2018-6a

Company

(Pty) Limited

[TICK APPLICABLE BOX]

DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

……………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………

COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc.

[TICK APPLICABLE BOX]

Total number of years the company/firm has been in business: ……………………………

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-BBEE status level of contributor indicated in paragraphs 1 and 3 of the foregoing

certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

1. The information furnished is true and correct;

2. The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;

3. In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1 and 3, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

4. 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 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.

SBD 6.2: DECLARATION CERTIFICATE FOR LOCAL

PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

This Standard Bidding Document (SBD) must form part of all bids invited. It contains general information and serves as a

Page 77: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 77 of 99 Ver. Standard 2018-6a

declaration form for local content (local production and local content are used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2017, the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

Preferential Procurement Regulations, 2017 (Regulation 8) make provision for the promotion of local production and

content.

Regulation 8.(2) prescribes that in the case of designated sectors, organs of state must advertise such tenders with the

specific bidding condition that only locally produced or manufactured goods, with a stipulated minimum threshold

for local production and content will be considered.

Where necessary, for tenders referred to in paragraph 1.2 above, a two stage bidding process may be followed, where

the first stage involves a minimum threshold for local production and content and the second stage price and B-

BBEE.

A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that the local

production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS

approved technical specification number SATS 1286: 2011 as follows:

LC = [1 - x / y] * 100

Where

x is the imported content in Rand

y is the bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as indicated in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.

A bid may be disqualified if this Declaration Certificate and the Annex C (Local Content Declaration: Summary

Schedule) are not submitted as part of the bid documentation;

2. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS 1286:2011)

for this bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

_______________________________ _______%

_______________________________ _______%

_______________________________ _______%

3. Does any portion of the goods or services offered have any imported content?

(Tick applicable box)

Page 78: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 78 of 99 Ver. Standard 2018-6a

YES NO

3..1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in paragraph 1.5 of the general conditions must be the rate(s) published by SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

4. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum threshold for local content the DTI must be informed accordingly in order for the DTI to verify and in consultation with the AO/AA provide directives in this regard.

LOCAL CONTENT DECLARATION (REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY

RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR

MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP

OR INDIVIDUAL) IN RESPECT OF BID NO. .................................................................................

ISSUED BY: (Procurement Authority / Name of Institution): .........................................................................................................................

NB

1. The obligation to complete, duly sign, and submit this declaration cannot be transferred to an external

authorized representative, auditor, or any other third party acting on behalf of the bidder.

2. Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex

C, D, and E) is accessible on http://www.thdti.gov.za/industrial development/ip.jsp. Bidders should first

complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then

consolidate the information on Declaration C. Declaration C should be submitted with the bid

documentation at the closing date and time of the bid in order to substantiate the declaration made

in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for

a period of at least 5 years. The successful bidder is required to update continuously Declarations C, D,

and E with the actual values for the duration of the contract.

I, the undersigned, …………………………….................................................... (full names),

Do hereby declare, in my capacity as ……………………………………… ………..

of ...............................................................................................................(name of bidder entity), the following:

Page 79: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 79 of 99 Ver. Standard 2018-6a

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that:

a. the goods/services/works to be delivered in terms of the above-specified bid comply with

the minimum local content requirements as specified in the bid, and as measured in

terms of SATS 1286:2011; and

(c) The local content percentage (%) indicated below has been calculated using the formula given in clause

3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information

contained in Declaration D and E which has been consolidated in Declaration C:

Bid price, excluding VAT (y) R

Imported content (x), as calculated in terms of SATS 1286:2011 R

Stipulated minimum threshold for local content (paragraph 3 above)

Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in

Declaration C shall be used instead of the table above.

The local content percentages for each product has been calculated using the formula given in clause

3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information

contained in Declaration C, D and E.

(d) I accept that the Procurement Authority / Institution have the right to request that the local content be

verified in terms of the requirements of SATS 1286:2011.

(e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in

this application. I also understand that the submission of incorrect data, or data that are not

verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Institution

imposing any or all of the remedies as provided for in Regulation 14 of the Preferential Procurement

Regulations, 2017 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5

of 2000).

SIGNATURE: DATE: ___________

WITNESS No. 1 DATE: ___________

WITNESS No. 2 DATE: ___________

SBD 8 - DECLARATION OF BIDDER’S PAST SCM PRACTICES

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? If Yes, furnish particulars as an attached schedule:

❑ Yes

❑ No

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)? If Yes, furnish particulars as an attached schedule:

❑ Yes

❑ No

Page 80: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 80 of 99 Ver. Standard 2018-6a

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? If Yes, furnish particulars as an attached schedule:

❑ Yes

❑ No

Was any contract between the Bidder and any NRF terminated during the past five years because of failure to perform on or comply with the contract? If Yes, furnish particulars as an attached schedule:

❑ Yes

❑ No

The Database of Restricted Suppliers and Register for Tender Defaulters 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.

SBD 9: CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the signatory to this document, in submitting this Bid in response to the invitation for the Bid made by the National Research Foundation, do hereby make the following statements that I certify to be true and complete in every respect:

I have read and I understand the contents of this Certificate;

I understand that the Bid will be disqualified if this Certificate is found not to be true and complete in every respect;

I am authorised by the Bidder to sign this Certificate, and to submit the Bid, on behalf of the Bidder;

Each person whose signature appears on the Bid has been authorised by the Bidder to determine the terms of, and to sign, the Bid on behalf of the Bidder;

For the purposes of this Certificate and the accompanying Bid, I understand that the word “competitor” shall include any

individual or organisation, 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

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 (meaning an association of persons for combining their expertise, property, capital, efforts, skill, and

knowledge in an activity for the execution of the bid) will not be construed as collusive bidding.

In particular, without limiting the generality of paragraphs above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:

a. Prices;

b. Geographical area where product or service will be rendered (market allocation);

c. Methods, factors or formulas used to calculate prices;

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.

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

Page 81: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 81 of 99 Ver. Standard 2018-6a

this Bid invitation relates.

The terms of this 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 the bid or to the signing of the contract.

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

REFERENCE LETTER FORMAT

Referee Letterhead

Referee Legal Name:

REFERENCE ON COMPANY:

Bid Number: NRF SARAO STFR 004 2018

Bid Description Supply, Deliver, and Installation of a 3 phase (+N) 400V diesel generator at the SARAO Losberg Site, near Carnarvon, Northern Cape

Describe the service/work the above bidder provide to you below

Criteria / risks Below requirements Meets requirements Exceeds requirements

Professionalism in dealing with service provider; was service provider helpful, always available to assist

Delivery of goods – Was the good delivered timeously, undamaged from original packaging

Turnaround time when service repair calls logged

Satisfaction with support rendered; did it solve the problem experienced

Overall Impression Other comments

Approximate value of contract

Page 82: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 82 of 99 Ver. Standard 2018-6a

Would you use the provider again? ❑ YES ❑ NO

Completed by:

Signature:

Company Name:

Contact Telephone Number:

Date:

GENERAL CONDITIONS OF CONTRACT

In this document words in the singular also mean in the plural and vice versa, words in the masculine mean in the feminine and neuter, words “department” means organs of state inclusive of public entities and vice versa, and the words “will/should” mean “must”.

The National Research Foundation cannot amend the National Treasury’s General Conditions of Contract (GCC). The National Research Foundation therefore appends Special Conditions of Contract (SCC) providing specific information relevant to a GCC clause below that GCC clause. Special contract conditions specific to this bid contract that are not part of the General Conditions section are listed in the above sections of this document. Whenever there is an unintended conflict, the provisions of the Special Conditions of Contract shall prevail over the General Conditions of Contract.

GCC1 Definitions - The following terms shall be interpreted as indicated:

1.1 “Closing time” means the date and hour specified in the bidding documents for the receipt of bids.

1.2 “Contract” means the written agreement entered into between the purchaser and the supplier, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein..

1.3 “Contract price” means the price payable to the supplier under the contract for the full and proper performance of his contractual obligations.

1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution.

1.5 "Countervailing duties” imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its products internationally.

1.6 “Country of origin” means the place where the goods were mined, grown, or produced, or from which the services are supplied. Goods produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components..

1.7 “Day” means calendar day.

1.8 “Delivery” means delivery in compliance of the conditions of the contract or order.

1.9 “Delivery ex stock” means immediate delivery directly from stock actually on hand..

1.10 “Delivery into consignees store or to his site” means delivered and unloaded in the specified store or

Page 83: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 83 of 99 Ver. Standard 2018-6a

depot or on the specified site in compliance with the conditions of the contract or order, the supplier bearing all risks and charges involved until the supplies are so delivered and a valid receipt is obtained.

1.11 "Dumping" occurs when a private enterprise abroad market its goods on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the RSA.

1.12 ”Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may include, but is not restricted to, acts of the purchaser in its sovereign capacity, wars, or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

1.13 “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of any bidder, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the bidder of the benefits of free and open competition.

1.14 “GCC” mean the General Conditions of Contract.

1.15 “Goods” means all of the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser under the contract.

1.16 “Imported content” means that portion of the bidding price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African place of entry as well as transportation and handling charges to the factory in the Republic where the supplies covered by the bid will be manufactured.

1.17 “Local content” means that portion of the bidding price, which is not included in the imported content if local manufacture does take place.

1.18 “Manufacture” means the production of products in a factory using labour, materials, components, and machinery and includes other related value-adding activities.

1.19 “Order” means an official written order issued for the supply of goods or works or the rendering of a

service.

1.20 “Project site”, where applicable, means the place indicated in bidding documents.

1.21 “Purchaser” means the organization purchasing the goods.

1.22 “Republic” means the Republic of South Africa.

1.23 “SCC” means the Special Conditions of Contract.

1.24 “Services” means those functional services ancillary to the supply of the goods, such as transportation and any other incidental services, such as installation, commissioning, provision of technical assistance, training, catering, gardening, security, maintenance and other such obligations of the supplier covered under the contract.

1.25 “Written” or “in writing” means handwritten in ink or any form of electronic or mechanical writing.

GCC2 Application

2.1 These general conditions are applicable to all bids, contracts and orders including bids for functional and professional services, sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise indicated in the bidding documents.

2.2 Where applicable, special conditions of contract laid down to, cover specific supplies, services or works.

2.3 Where such special conditions of contract are in conflict with these general conditions, the special conditions shall apply.

Page 84: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 84 of 99 Ver. Standard 2018-6a

GCC3 General

3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any expense incurred in the preparation and submission of a bid. Where applicable a non-refundable fee for documents may be charged.

3.2 With certain exceptions (National Treasury’s eTender website), invitations to bid are only published in the Government Tender Bulletin. The Government Tender Bulletin may be obtained directly from the Government Printer, Private Bag X85, Pretoria 0001, or accessed electronically from www.treasury.gov.za

GCC4 Standards

4.1 The goods supplied shall conform to the standards mentioned in the bidding documents and specifications.

SCC4 No additional standards required.

GCC5 Use of contract documents and information

5.1 The supplier shall not disclose, without the purchaser’s prior written consent, the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the supplier in the performance of the contract. Disclosure made to any such employed person is in confidence and shall extend only as far as may be necessary for purposes of such performance.

5.2 The supplier shall not make, without the purchaser’s prior written consent, use of any document or information mentioned in GCC clause 5.1 except for purposes of performing the contract.

5.3 Any document, other than the contract itself mentioned in GCC clause 5.1 shall remain the property of the purchaser and shall be returned (all copies) to the purchaser on completion of the supplier’s performance under the contract if so required by the purchaser.

5.4 The supplier shall permit the purchaser to inspect the supplier’s records relating to the performance of the supplier and to have them audited by auditors appointed by the purchaser, if so required by the purchaser.

SCC5A Copyright and Intellectual Property

Intellectual property are creations of the mind, such as inventions; literary and artistic works; designs; and symbols, names, images used in commerce; and includes copyright (a legal term describing the rights that creators have over their literary and artistic works including books, music, paintings, sculpture and films, to computer programs, databases, advertisements, maps and technical drawings); trademark (a legal term describing a sign capable of distinguishing the goods or services of one enterprise from those of other enterprises); and patents (a legal terms describing an exclusive right granted for an invention providing the patent owner with the right to decide how - or whether - the invention can be used by others).

Background intellectual property is the intellectual property pertaining to this contract, created, and owned by any of the contracted parties to this contract prior to the effective date of this contract.

Contract intellectual property is the intellectual property created by the parties to this contract for and in the execution of the contract.

All background intellectual property (existing prior to this contract) invests in and remains the sole property of the contracted parties to this contract. Both parties disclose openly such intellectual property ownership to the parties in writing at the commencement of this contract.

The contracted supplier/party grants the National Research Foundation a fully paid up, irrevocable, and non-exclusive licence to use its background intellectual property for the exploitation of this contract to

Page 85: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 85 of 99 Ver. Standard 2018-6a

enable the National Research Foundation to obtain the full benefit of the contracted deliverables for this contract.

The parties agree that all right, title, and interest in contract intellectual property created during the execution of this contract invests with the National Research Foundation unless where agreed in writing to a different allocation of the ownership of the contract intellectual property as set out in the below special condition (SCC 5B).

Both parties to this contract shall keep the intellectual property created during this contract confidential and shall fulfil its confidentiality obligations as set out in this document.

The contracted supplier/party agrees to assist the National Research Foundation in obtaining statutory protection for the contract intellectual property at the expense of the National Research Foundation wherever the National Research Foundation may choose to obtain such statutory protection.

The contracted supplier/party shall procure where necessary the signatures of its personnel for the assignment of its respective contract intellectual property to the National Research Foundation or as the National Research Foundation may direct, and to support the National Research Foundation or its nominee, in the prosecution and enforcement thereof in any country in the world.

The contracted supplier/party irrevocably appoints the National Research Foundation to be its true and lawful agent in its own name, to do such acts, deeds, and things and to execute deeds, documents, and forms that the National Research Foundation in its discretion requires in order to give effect to the terms of this clause.

SCC5B Confidentiality

The recipient of confidential information shall be careful and diligent as not to cause any unauthorised disclosure or use of the confidential information, in particular, during its involvement with the National Research Foundation and after termination of its involvement with the National Research Foundation, the recipient shall not:

a. Disclose the confidential information, directly or indirectly, to any person or entity, without the

National Research Foundation’s prior written consent.

b. Use, exploit or in any other manner whatsoever apply the confidential information for any other

purpose whatsoever, other than for the execution of the contract and the delivery of the

deliverables or

c. Copy, reproduce, or otherwise publish confidentiality information except as strictly required for

the execution of the contract.

The recipient shall ensure that any employees, agents, directors, contractors, service providers, and associates which may gain access to the confidential information are bound by agreement with the recipient both during the term of their associations with the recipient and after termination of their respective associations with the recipient, not to

a. Disclose the confidential information to any third party, or

b. Use the confidential information otherwise than as may be strictly necessary for the execution of

the contract,

c. The recipient shall take all such steps as may be reasonably necessary to prevent the

confidential information from falling into the hands of any unauthorised third party.

The undertakings set out in this clause shall not apply to confidential information, which the recipient is able to prove:

a. Was independently developed by the recipient prior to its involvement with the National

Research Foundation or in the possession of the recipient prior to its involvement with the

National Research Foundation;

Page 86: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 86 of 99 Ver. Standard 2018-6a

b. Is now or hereafter comes into the public domain other than by breach of this contract by the

recipient;

c. Was lawfully received by the recipient from a third party acting in good faith having a right of

further disclosure and who do not derive the same directly or indirectly from the National

Research Foundation, or

d. Required by law to be disclosed by the recipient, but only to the extent of such order and the

recipient shall inform the National Research Foundation of such requirement prior to any

disclosure.

The recipient shall within one (1) month of receipt of a written request from the NRF to do so, return to the National Research Foundation all material embodiments, whether in documentary or electronic form, of the confidential information including but not limited to:

a. All written disclosures received from the NRF;

b. All written transcripts of confidential information disclosed verbally by the National Research

Foundation; and

c. All material embodiments of the contract intellectual property.

The recipient acknowledges that the confidential information made available solely for the execution of the contract and for no other purpose whatsoever and that the confidential information would not have been made available to the recipient, but for the obligations of confidentiality agreed to herein.

Except as expressly herein provided, this contract shall not be construed as granting or confirming, either expressly or impliedly any rights, licences or relationships by furnishing of confidential information by either party pursuant to this contract.

The recipient acknowledges that the unauthorised disclosure of confidential information may cause harm to the NRF. The recipient agrees that, in the event of a breach or threatened breach of confidentiality, the NRF is entitled to seek injunctive relief or specific performance, in order to obtain immediate remedies. Any such remedy shall be in addition to and not in lieu of any other remedies available at law, including monetary damages.

SCC5C Protection of Private Information

The supplier hereby gives the NRF permission, in terms of the Protection of Private Information Act 4 of 2013, to process, collect, receive, record, organise, collate, store, update, modify, retrieve, alter, consult, use, disseminate, distribute, merge, link, erase or destroy personal information received. By submitting a bid the supplier gives its voluntary explicit consent to the terms of this special condition.

GCC6 Patent rights

6.1 The supplier shall indemnify the purchaser against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the goods or any part thereof by the purchaser.

GCC7 Performance security

7.1 Within thirty days (30) of receipt of the notification of contract award, the successful bidder shall furnish to the purchaser the performance security of the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the supplier’s failure to complete his obligations under the contract.

7.3 The performance security shall be denominated in the currency of the contract, or in a freely convertible currency acceptable to the purchaser and shall be in one of the following forms:

7.3.1 bank guarantee or an irrevocable letter of credit issued by a reputable bank located in the purchaser’s country or abroad, acceptable to the purchaser, in the form provided in the bidding

Page 87: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 87 of 99 Ver. Standard 2018-6a

documents or another form acceptable to the purchaser; or

7.3.2 a cashier’s or certified cheque.

7.4 The performance security will be discharged by the purchaser and returned to the supplier within thirty (30) days following the date of completion of the supplier’s performance obligations under the contract, including any warranty obligations, unless otherwise specified in SCC.

SCC7A No performance security is required.

SCC7B No deposit security is required unless an upfront deposit is paid by NRF.

GCC8 Inspections, tests and analyses

8.1 All pre-bidding testing will be for the account of the bidder.

8.2 If it is a bid condition that supplies to be produced or services to be rendered should at any stage during production or execution or on completion be subject to inspection, the premises of the bidder or contractor shall be open, at all reasonable hours, for inspection by a representative of the purchaser or an organization acting on behalf of the purchaser.

8.3 If there are no inspection requirements indicated in the bidding documents and contract makes no mention, but during the contract period, it is decided that inspections shall be carried out, the purchaser shall itself make the necessary arrangements, including payment arrangements with the testing authority concerned.

8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the supplies to be in accordance with the contract requirements, the cost of the inspections, tests and analyses shall be defrayed by the purchaser.

8.5 Where the supplies or services referred to in clauses 8.2 and 8.3 do not comply with the contract requirements, irrespective of whether such supplies or services are accepted or not, the supplier shall defray the cost in connection with these inspections, tests, or analyses.

8.6 Supplies and services referred to in clauses 8.2 and 8.3 and which do not comply with the contract requirements may be rejected.

8.7 Any contract supplies may on or after delivery be inspected, tested or analysed and may be rejected if found not to comply with the requirements of the contract. Such rejected supplies are held at the cost and risk of the supplier who shall, when called upon, remove them immediately at his own cost and forthwith substitute them with supplies, which do comply with the requirements of the contract. Failing such removal the rejected supplies shall be returned at the suppliers cost and risk. Should the supplier fail to provide the substitute supplies forthwith, the purchaser may, without giving the supplier further opportunity to substitute the rejected supplies, purchase such supplies as may be necessary at the expense of the supplier.

8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to cancel the contract because of a breach of the conditions thereof, or to act in terms of Clause 23 of GCC.

SCC8 ● Signed documents for the required statutory certification of the installation, including an electrical

Certificate of Conformance (CoC) shall be supplied by the contractor prior to the conducting of

formal testing of the installation with SARAO

● Test equipment supplied by the contractor for the purposes of verifying the installation shall have

valid certificates of calibration.

● Installation, integration and testing of all items shall take place on site by the contractor. The test

shall be to demonstrate 20kW of power dissipation into the dummy load, for minimum 3.5 hours on

one tank filling but till the fuel runs out, and where the cable was rolled out and rolled up again after

test.

Page 88: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 88 of 99 Ver. Standard 2018-6a

GCC9 Packing

9.1 The supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt, and precipitation during transit, and open storage. Packing, case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the purchaser.

SCC9 No additional requirements for this bid

GCC10 Delivery and Documentation

10.1 The supplier in accordance with the terms specified in the contract shall make delivery of the goods/services. The SCC specifies the details of shipping and/or other documents furnished by the supplier.

10.2 Documents submitted by the supplier specified in SCC.

SCC10 No additional requirements for this bid.

GCC11 Insurance

11.1 The goods supplied under the contract are fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the SCC.

SCC11A The contractor carries insurance of R 3 million for both:

a. public liability (including product liability) plus

b. professional indemnity

SCC11B NRF assets in custody of the contractor are insured for the value of the replacement value of the asset.

GCC12 Transportation

12.1 Should a price other than an all-inclusive delivered price be required, this shall be specified in the SCC.

SCC12 No additional requirements for this bid.

GCC13 Incidental services

13.1 The supplier may be required to provide any or all of the following services, including additional services, if any, specified in SCC:

13.1.1 Performance or supervision of on-site assembly and/or commissioning of the supplied goods;

13.1.2 Furnishing of tools required for assembly and/or maintenance of the supplied goods;

13.1.3 Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods;

13.1.3 Performance or supervision or maintenance and/or repair of the supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty obligations under this contract; and

13.1.4 Training of the purchaser’s personnel, at the supplier’s plant and/or on-site, conducted in

Page 89: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 89 of 99 Ver. Standard 2018-6a

assembly, start-up, operation, maintenance, and/or repair of the supplied goods.

13.2 Prices charged by the supplier for incidental services, if not included in the contract price for the goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.

SCC13A No additional requirements to the above for this bid unless separately specified below:

a. Should the need arise due to unknown and unforeseen circumstances, SARAO reserves the

right to at any point at a unknown future date to purchase another vector network analyser

matching the exact same specifications and performance from the awarded bidder provided a

fair price analysis has been conducted and the price is a market related price

b. __________

c. __________

SCC13B In the event that this section is invoked it is only valid if confirmed through the issue of a written purchase order that specifies quantity, description, unit price, and delivery date as a minimum.

SCC13C The NRF does not include the cost of incidental goods or services in the ceiling contract price which are contingent on future events that are not determinable at the date of the issue of this bid contract. The NRF reserves the right to include a contingency amount in the ceiling contract price to address the potential use of Clause 13 as set out in Clause 13.2 read with SCC13B.

GCC14 Spare parts

14.1 As specified in SCC, the supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the supplier:

14.1.1 Such spare parts as the purchaser may elect to purchase from the supplier, provided that this election shall not relieve the supplier of any warranty obligations under the contract; and

14.1.2 In the event of termination of production of the spare parts:

14.1.2.1 Advance notification to the purchaser of the pending termination, in sufficient time to permit the purchaser to procure needed requirements; and

14.1.2.1 Following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

SCC14.1A As stated in Clause 14.1, the supplier is required to make available any or all of the materials, notifications, and information pertaining to the following spare parts:

a. Insert list of spare parts if applicable

SCC14.1B The supplier provides at commencement of the contract a list of spares, whether in stock or ordered in from the OEM, their lead times for delivery to NRF and their unit prices and at each time the list is amended, updated or re-priced

SCC14.1C The supplier holds or has available adequate supplies of spare parts to enable delivery upon receipt of the spares purchase order issued under this GCC and its SCC within the time frame stipulated in the Management of Performance Levels section.

SCC14.1D Prices for spare parts charged by supplier not included in this contract’s initial price schedule (SBD 3.1) shall be agreed in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for these spares.

The NRF, upon agreement, confirms through the issue of a written purchase order that specifies quantity, delivery date, description, unit price, and delivery date as a minimum.

SCC14.1.2A

Alternatively to GCC 14.1.2.1 is for the supplier to have available a ten year supply of spare parts, held either in escrow or by the supplier. If the equipment is still used by NRF after this period, then GCC

Page 90: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 90 of 99 Ver. Standard 2018-6a

14.1.2.1 is reinstated.

GCC15 Warranty

15.1 The supplier warrants that the goods supplied under the contract are new, unused, of the most recent or current models and those they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier further warrants that all goods supplied under this contract shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the purchaser’s specifications) or from any act or omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination.

15.2 This warranty shall remain valid for twelve (12) months after the goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the contract, or for eighteen (18) months after the date of shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified otherwise in SCC.

15.3 The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty.

15.4 Upon receipt of such notice, the supplier shall, within the period specified in SCC and with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to the purchaser.

15.5 If the supplier, having been notified, fails to remedy the defect(s) within the period specified in SCC, the purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights, which the purchaser may have against the supplier under the contract.

SCC15A The warranty period in Clause 15.2 for delivery or performance that has been accepted by the NRF at the final destination indicated in the contract shall not read twelve (12) months, or eighteen (18) months after the date of shipment from the port or place of loading in the source country, rather shall read as thirty-six (36) months or, forty two (42) months respectively

SCC15B No additional requirements for this bid, unless the scope contains an extended period defined as a time extension from thirty-six months warranty to a longer warranty period.

GCC16 Payment

16.1 The method and conditions of payment to be made to the supplier under this contract shall be specified in SCC.

16.2 The supplier shall furnish the purchaser with an invoice accompanied by a copy of the delivery note and upon fulfilment of other obligations stipulated in the contract.

16.3 Payments shall be made promptly by the purchaser, but in no case later than thirty (30) days after submission of an invoice or claim by the supplier.

16.4 Payment will be made in Rand unless otherwise stipulated in SCC.

SCC16.1A Payment terms are as follows:

a. Payment terms will be 30 days from approved invoice payable on South African rands.

SCC16.2A Clause 16.2 is met only where the invoice is accompanied by NRF agreed signed proof of performance/delivery stating acceptance of quantity, acceptance to specification, and unit pricing in agreement with the contract and any purchase orders issued in terms of the contract.

SCC16.3A The period in 16.3 applies from the date of receipt of an invoice, meeting the requirements of Clause 16.2 read with Clause SCC16.2A.

GCC17 Prices

17.1 Prices charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices quoted by the supplier in his bid, with the exception of any price adjustments

Page 91: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 91 of 99 Ver. Standard 2018-6a

authorized in SCC or in the purchaser’s request for bid validity extension, as the case may be.

SCC17 Exceptions to the above clause are incidental services, changes in Value Added Tax as gazetted, and spare parts.

GCC18 Contract amendment

18.1 No variation in or modification of the terms of the contract shall be made except by written amendment signed by the parties concerned.

GCC19 Assignment

19.1 The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser’s prior written consent.

GCC20 Subcontract

20.1 The supplier shall notify the purchaser in writing of all subcontracts awarded under this contract if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the contract

SCC20 Any sub-contract to another party complies with the requirements of the Preferential Procurement Policy Framework Act and its regulations.

GCC21 Delays in supplier’s performance

21.1 Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule prescribed by the purchaser in the contract.

21.2 If at any time during performance of the contract, the supplier or its subcontractor(s) should encounter conditions impeding timely delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its likely duration, and its cause(s). As soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and may at his discretion extend the supplier’s time for performance, with or without the imposition of penalties, in which case the extension shall be ratified by the parties by amendment of contract.

21.3 No provision in a contract shall be deemed to prohibit the obtaining of supplies or services from a national department, provincial department, or a local authority.

21.4 The right is reserved to procure outside of the contract small quantities or to have minor essential services executed if an emergency arises, the supplier’s point of supply is not situated at or near the place where the supplies are required, or the supplier’s services are not readily available.

21.5 Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of penalties, pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of penalties.

21.6 Upon any delay beyond the delivery period in the case of a supplies contract, the purchaser shall, without cancelling the contract, be entitled to purchase supplies of a similar quality and up to the same quantity in substitution of the goods not supplied in conformity with the contract and to return any goods delivered later at the supplier’s expense and risk, or to cancel the contract and buy such goods as may be required to complete the contract and without prejudice to his other rights, be entitled to claim damages from the supplier.

GCC22 Penalties

22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to perform the services within the period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the contract price, as a penalty, a sum calculated on the delivered price of the delayed goods or unperformed services using the current prime interest rate calculated for each day of the delay until actual delivery or performance. The purchaser may also consider termination of the

Page 92: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 92 of 99 Ver. Standard 2018-6a

contract pursuant to GCC Clause 23.

GCC23 Termination for default

23.1 The purchaser, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier, may terminate this contract in whole or in part:

23.1.1 If the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause 21.2;

23.1.2 If the Supplier fails to perform any other obligation(s) under the contract; or

23.1.3 If the supplier, in the judgment of the purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

23.2 In the event the purchaser terminates the contract in whole or in part, the purchaser may procure, upon such terms and in such manner as it deems appropriate, goods, works or services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue performance of the contract to the extent not terminated.

SCC23.2A In the event of the non-performance as per the agreed contract, the purchaser (NRF) will appoint an alternative service provider/supplier at the cost of the contracted service provider/supplier. The defaulting service provider/supplier is obliged to settle the damages/additional costs that the purchaser has incurred as result of the non-performance of the contracted service provider/supplier.

23.3 Where the purchaser terminates the contract in whole or in part, the purchaser may decide to impose a restriction penalty on the supplier by prohibiting such supplier from doing business with the public sector for a period not exceeding 10 years.

23.4 If a purchaser intends imposing a restriction on a supplier or any person associated with the supplier, the supplier will be allowed a period of not more than fourteen (14) days to provide reasons why the envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated fourteen (14) days the purchaser may regard the intended penalty as not objected against and may impose it on the supplier.

23.5 Any restriction imposed on any person by the Accounting Officer / Authority will, at the discretion of the Accounting Officer / Authority, also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and with which enterprise or person the first-mentioned person, is or was in the opinion of the Accounting Officer / Authority actively associated.

23.6 If a restriction is imposed, the purchaser must, within five (5) working days of such imposition, furnish the National Treasury, with the following information:

23.6.1 The name and address of the supplier and / or person restricted by the purchaser;

23.6.2 The date of commencement of the restriction

23.6.3 The period of restriction; and

23.6.4 The reasons for the restriction.

These details will be loaded in the National Treasury’s central database of suppliers or persons prohibited from doing business with the public sector.

23.7 If a court of law convicts a person of an offence as contemplated in sections 12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32 of the Act the

Page 93: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 93 of 99 Ver. Standard 2018-6a

Register must be open to the public. The Register can be perused on the National Treasury website.

GCC24 Anti-dumping and countervailing duties and rights

24.1 When, after the date of bid, provisional payments are required, or anti-dumping or countervailing duties are imposed, or the amount of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized import, the State is not liable for any amount so required or imposed, or for the amount of any such increase. When, after the said date, such a provisional payment is no longer required or any such anti-dumping or countervailing right is abolished, or where the amount of such provisional payment or any such right is reduced, any such favourable difference shall on demand be paid forthwith by the contractor to the State or the State may deduct such amounts from moneys (if any) which may otherwise be due to the contractor in regard to supplies or services which he delivered or rendered, or is to deliver or render in terms of the contract or any other contract or any other amount which may be due to him

GCC25 Force Majeure

25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture of its performance security, damages, or termination for default if and to the extent that his delay in performance or other failure to perform his obligations under the contract is the result of an event of force majeure.

25.2 If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event

GCC26 Termination for insolvency

26.1 The purchaser may at any time terminate the contract by giving written notice to the supplier if the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.

GCC27 Settlement of disputes

27.1 If any dispute or difference of any kind whatsoever arises between the purchaser and the supplier in connection with or arising out of the contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

27.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the purchaser or the supplier may give notice to the other party of his intention to commence with mediation. No mediation in respect of this matter may be commenced unless such notice is given to the other party.

27.3 Should it not be possible to settle a dispute by means of mediation, it may be settled in a South African court of law.

27.4 Mediation proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

27.5 Notwithstanding any reference to mediation and/or court proceedings herein,

27.5.1 The parties shall continue to perform their respective obligations under the contract unless they otherwise agree; and

27.5.2 The purchaser shall pay the supplier any monies due the supplier.

GCC28 Limitation of liability

28.1 Except in cases of criminal negligence or wilful misconduct, and in the case of infringement pursuant to Clause 6;

Page 94: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 94 of 99 Ver. Standard 2018-6a

28.1.1 The supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay penalties and/or damages to the purchaser; and

28.1.2 The aggregate liability of the supplier to the purchaser, whether under the contract, in tort or otherwise, shall not exceed the total contract price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

GCC29 Governing language

29.1 The contract shall be written in English. All correspondence and other documents pertaining to the contract that is exchanged by the parties shall also be written in English.

GCC30 Applicable law

30.1 The contract shall be interpreted in accordance with South African laws, unless otherwise specified in SCC.

GCC31 Notices

31.1 Every written acceptance of a bid shall be posted to the supplier concerned by registered or certified mail and any other notice to him shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him in writing and such posting shall be deemed to be proper service of such notice.

31.2 The time mentioned in the contract documents for performing any act after such aforesaid notice has been given, shall be reckoned from the date of posting of such notice

SCC31 Electronic communication, to the extent it meets the requirements of legal notices, is also permitted.

GCC32 Taxes and duties

32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the purchaser’s country.

32.2 A local supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted goods to the purchaser.

32.3 No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award of a bid, the Department must be in possession of a tax clearance certificate, submitted by the bidder. This certificate must be an original issued by the South African Revenue Services

SCC32A The “tax certificate” in clause 32.3’s second sentence refers to the documents specified in National Treasury Instruction Note 9 of 2017/18 applicable to public entities and departments.

GCC33 National Industrial Participation Programme

33.1 The NIP Programme administered by the Department of Trade and Industry shall be applicable to all contracts that are subject to the NIP obligation.

GCC34 Prohibition of restrictive practices

34.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder (s) is / are or a contractor(s) was / were involved in collusive bidding (or bid rigging).

34.2 If a bidder(s) or contractor(s), based on reasonable grounds or evidence obtained by the purchaser, has/have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of 1998.

34.3 If a bidder(s) or contractor(s), has / have been found guilty by the Competition Commission of the

Page 95: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 95 of 99 Ver. Standard 2018-6a

restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.

BID SUBMISSION CERTIFICATE FORM - (SBD 1)

I hereby undertake to supply all or any of the goods, works, and services described in this procurement invitation to the NRF in accordance with the requirements and specifications stipulated in this Bid Invitation document at the price/s quoted.

My offer remains binding upon me and open for acceptance by the NRF during the validity period indicated and calculated from the closing time of Bid Invitation.

The following documents are deemed to form and be read and construed as part of this offer / bid even where integrated in this document:

Invitation to Bid (SBD 1) Specification(s) set out in this Bid Invitation inclusive of any annexures thereto

Bidder’s responses to this invitation as attached to this document

Pricing Schedule(s) (SBD3) including detailed schedules attached

Preference (SBD 6.1) claims for Broad Based Black Economic Empowerment Status Level of Contribution in terms of the Preferential Procurement Regulations 2017, supported by a valid certified BBBEE certificate.

Local Content and Local Manufacturing Certification (SBD 6.2) in accordance with the SABS standard

Declaration of Interest (SBD4) Independent Price Determination (SBD 9)

Declaration of Bidder’s past SCM practice (SBD 8)

Special Conditions of Contract for pricing, service/goods delivery, and performance management as set out in this document

General Conditions of Contract and special amendments to these general conditions as set out in this document

I confirm that I have satisfied myself as to the correctness and validity of my offer/bid in response to this Bid Invitation; that the price(s) and rate(s) quoted cover all the goods, works and services specified in the Bid Invitation and cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me in terms of this Bid Invitation as the principal liable for the due fulfilment of the subsequent contract if awarded to me.

I declare that I have had no participation in any collusive practices with any Bidder or any other person regarding this or

any other Bid.

I certify that the information furnished in these declarations (SBD 3, SBD 4, SBD 6.1, SBD 6.2, SBD 8, SBD 9) is correct and I accept that the NRF may reject the Bid or act against me should these declarations prove to be false.

I confirm that I am duly authorised to sign this offer/ bid response.

NAME (PRINT)

CAPACITY

SIGNATURE

Page 96: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 96 of 99 Ver. Standard 2018-6a

WITNESS 1

NAME

SIGNATURE

WITNESS 2

NAME

SIGNATURE

DATE

Appendix:Tables, Diagrams and photos

Tables

Table A: Metals that can be used in mating surfaces for ensuring EMI sealing without corrosion problems. Metals from

one group should not be used with metals from another group without first applying a protective coating. Tin, cadmium

and zinc may be used with all metals in both Groups II and III, and therefore SnCuFe mesh at filters can be in contact

with stainless steel, aluminium, aluminium alloys, Zn coated steel. Therefore no parts of the filters or fixing devices

should be gold, silver, nickel, chromium or copper coated.

Diagrams and photos:

Example drawing of Diesel Generator and Enclosure which houses the cable and load:

Page 97: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 97 of 99 Ver. Standard 2018-6a

Photos of Installation Location. Location of Generator and Enclosure for Cable highlighted in yellow.

Page 98: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 98 of 99 Ver. Standard 2018-6a

Photo of Change Over Panel (COP) located in KPA, showing connector on RHS

Photo of example of EMI/RFI enclosure (before machining of holes), for housing charger, filters and

Page 99: Invitation to Bid - SARAO€¦ · Old Times Media Building, 2 Fir Street, Black River Park Observatory 7925 Cape Town Tender box opening hours 08h00-16h30 on weekdays GPS coordinates

Bid Number . NRF SARAO STFR 004 2018

Page 99 of 99 Ver. Standard 2018-6a

temperature transmitter:

i Similar to MESH STRIP® Metal Mesh EMI Gasketing from Parker Chomerics or equivalent. ii Such a plastic sealed area can be accomplished amongst other method by bonding a plastic enclosure to the metal enclosure with appropriate epoxy and sealing of its sides. iii An Example is UVOX KWM - 2 - 5003 and UVOX KWN- 2 - 5006 mesh wrap or equivalents which may be cut in 25mm and 50mm lengths with appropriate holes chiselled (cold chisel) or punched for the penetrations. This is just one possible example and this footnote is not a specification neither the endorsed method, rather an illustration as to how the requirement could be possibly be met iv A suitable part is API technologies part number 51-390-318 or FN 7661-10-M3 from Schaffner or equivalents v An Example is UVOX KWM - 2 - 5003 and UVOX KWN- 2 - 5006 mesh wrap or equivalents which may be cut in 25mm and 50mm lengths with appropriate holes chiselled (cold chisel) or punched for the penetrations. This is just one possible example and this footnote is not a specification neither the endorsed method, rather an illustration as to how the requirement could be possibly be met, and means that specially formed gaskets to specific sizes does not necessarily have to be made by supplier. vi An example is Argo Diode Battery Combiner BCD 402 BCD 802 from Victron Energy although this note constitutes no specific endorsement of a specific part or manufacturer and the responsibility lies with the bidder to select and install the correct system