nec3 engineering and construction contract (ecc) notices/20 20... · 2020. 6. 23. · work are...

176
TRANSNET SOC LTD operating as Transnet Port Terminals (REGISTRATION NO.1990/000900/30) NEC3 Engineering and Construction Contract (ECC) Request for Quotation for Tender Number: TPT CT 20/20 DESCRIPTION OF WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS. Tender Issue Date: 22 June 2020 Tender Closing Date: 16 July 2020 at 14H00

Upload: others

Post on 20-Jan-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET SOC LTD operating as Transnet Port Terminals

(REGISTRATION NO.1990/000900/30)

NEC3 Engineering and Construction Contract (ECC)

Request for Quotation

for

Tender Number: TPT CT 20/20

DESCRIPTION OF WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Tender Issue Date: 22 June 2020

Tender Closing Date: 16 July 2020 at 14H00

Page 2: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering Procedures Page 2 of 39 Tender Contents

Contents

The Tender

Part T1: Tendering Procedures

T1.1 Tender Notice and Invitation to Tender

T1.2 Tender Data

T1.3 Standard Conditions of Tender

Part T2: Returnable Documents

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

The Contract

Part C1: Agreements and Contract Data

C1.1 Form of Offer and Acceptance

C1.2 Contract Data (Parts 1 & 2)

C1.3 Forms of Securities

C1.4 Adjudicator’s Contract

Part C2: Pricing Data

C2.1 Pricing Instructions

C2.2 Bill of Quantities

Part C3: Scope of Work

C3 Works Information

Part C4: Site Information

C4 Site Information

Page 3: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering Procedures Page 3 of 39 Tender Contents

LIST OF ACRONYMS

B-BBEE Broad-Based Black Economic Empowerment

CD Compact/computer disc

RAC Regional Acquisition Council

EME Exempted Micro Enterprise

GBC General Bid Conditions

ID Identity Document

JV Joint Venture

LOI Letter of Intent

NDA Non-Disclosure Agreement

OD Transnet Operating Division

PPPFA Preferential Procurement Policy Framework Act

PTN Post-Tender Negotiations

QSE Qualifying Small Enterprise

RFQ Request for Quotation

SD Supplier Development

SME Small Medium Enterprise

SOC State Owned Company

TAC Transnet Acquisition Council

VAT Value-Added Tax

ZAR South African Rand

PPE Personal Protective Equipment

CIDB Construction Industry Development Board

Page 4: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 4 of 39 T1.1: Tender Notice and Invitation to Tender

T1.1 Tender Notice and Invitation to Tender

1. PROPOSAL REQUEST

Responses to this RFQ [hereinafter referred to as a Bid or a Proposal] are requested from persons,

companies, close corporations or enterprises [hereinafter referred to as an entity, Respondent or

Bidder] for: the Provision for the Refurbishment of 501, 600 and Out Gate buildings for Transnet SOC

Ltd (reg.no.1990/000900/30) operating as Transnet Port Terminals (hereinafter referred to as “TPT”)

at the Port of Cape Town for a period of two (2) months.

DESCRIPTION Provision for the Refurbishment of 501, 600 and Out Gate buildings for the

Port of Cape Town for a period of two (2) months.

ISSUE AND COLLECTION DATE DEADLINE

Bidders are to note that the RFP is downloaded directly from the National

Treasury e-Tender portal at www.etenders.gov.za; CIDB –Tender portal

and TPT portal (website) at

https://www.transnetportterminals.net/Supplier/Pages/Procurement_RFQs

free of charge.

VALIDITY PERIOD 90 working Days from Closing Date

Bidders are to note that they may be requested to extend the validity period

of their bid, at the same terms and conditions, if the internal evaluation

process has not been finalised within the validity period. However, once

the adjudication body has approved the process and award of the business

to the successful bidder(s), the validity of the successful bidder(s)’ bid will

be deemed to remain valid until a final contract has been concluded.

2. PROPOSAL SUBMISSION

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

2.1. Submit all mandatory returnables.

2.2. Submits a tendered price in the form of offer and acceptance which is fixed and firm for the

duration of the contract.

2.3. Proof of registration to National Treasury’s CSD.

Proposals in duplicate [1 original and 1 copy] plus a CD copy must reach the Secretariat, Regional

Acquisition Council before the closing hour on the date shown below, and must be enclosed in a

sealed envelope which must have inscribed on the outside:

RFQ No: TPT CT 20/20

Page 5: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 5 of 39 T1.1: Tender Notice and Invitation to Tender

Description Provision for the Refurbishment of 501, 600 and Out Gate buildings for

Transnet SOC Ltd (reg.no.1990/000900/30) operating as Transnet Port

Terminals (hereinafter referred to as “TPT”) for the Port of Cape Town for

a period of two (2) months.

Closing date and time: 16 July 2020, at 14H00

Closing address [Refer to options in paragraph 4 below]

All envelopes must reflect the return address of the Respondent on the reverse side.

2.4. Eligibility in terms of Construction Industry Development Board (CIDB)

Only those tenderers who are registered with CIDB or are capable of being so prior to the evaluation

of submission in a contractor grading designation equal to or higher than a contractor grading

designation determined in accordance with the sum tendered or a value determined in accordance

with Regulation 25 (1B) or 25 (7A) of the CIDB Regulations, for 3GB or higher class of construction

work are eligible to have their tenders evaluated.

2.5. Joint ventures are eligible to submit tenders subject to the following:

• Every member of the joint venture is registered with the CIDB.

• The lead partner has a contractor grading designation in a 3GB class of construction work.

• The combined Contractor grading designation calculated in accordance with the Construction

Industry Development Regulations is equal to or higher than a Contractor grading designation

determined in accordance with the sum tendered for a 3GB class of construction work or a

value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry

Development Regulations.

• The Contractor shall provide the employer with a certified copy of its signed joint venture

agreement and in the event that the joint venture is an ‘Incorporated Joint Venture’ the

Memorandum of Incorporation to be provided within four (4) weeks of the Contract Date.

3. DELIVERY INSTRUCTIONS FOR RFQ

3.1. Delivery by hand

If delivered by hand, the envelope is to be deposited in the Transnet tender box which is located at

the main entrance and should be addressed as follows:

THE SECRETARIAT

REGIONAL ACQUISITION COUNCIL

Transnet Port Terminal

Procurement Building

Ben Schoeman Dock

Port of Cape Town

Page 6: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 6 of 39 T1.1: Tender Notice and Invitation to Tender

8001

a) The measurements of the "tender slot" are 305mm wide x 65mm high, and Respondents must please

ensure that response documents or files are no larger than the above dimensions. Responses which

are too bulky [i.e. more than 65mm thick] must be split into two or more files, and placed in separate

envelopes, each such envelope to be addressed as required in paragraph 3 and 4 above.

b) It should also be noted that the above tender box is located at the ground level inside the main office

entrance and is accessible to the public 24 hours a day, 7 days a week.

3.2. Dispatch by courier

If dispatched by courier, the envelope must be addressed as follows and delivered to the Office of

The Secretariat, Divisional Acquisition Council and a signature obtained from that Office:

THE SECRETARIAT

REGIONAL ACQUISITION COUNCIL

Transnet Port Terminal

Procurement Building

Ben Schoeman Dock

Port of Cape Town

8001

3.3. Please note that this RFQ closes punctually at 14H00 on Thursday, 16 July 2020.

3.4. If responses are not delivered as stipulated herein, such responses will not be considered and will

be treated as "NON-RESPONSIVE" and will be disqualified.

3.5. No email or facsimile responses will be considered, unless otherwise stated herein.

3.6. The responses to this RFQ will be opened as soon as practicable after the expiry of the time

advertised for receiving them.

3.7. Transnet Port Terminals shall not, at the opening of responses, disclose to any other company any

confidential details pertaining to the Proposals / information received, i.e. pricing, delivery, etc. The

names and locations of the Respondents will be divulged to other Respondents upon request.

3.8. Envelopes must not contain documents relating to any RFQ other than that shown on the envelope.

3.9. No slips are to be attached to the response documents. Any additional conditions must be embodied

tender returnable T2.2-7. Subject only to clause T2.2-10 [Alterations made by the Respondent to Bid

Prices or necessary to correct errors made by the Respondent] of the Standard Conditions of Tender,

alterations, additions or deletions must not be made by the Respondent to the actual RFQ

documents.

Page 7: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 7 of 39 T1.1: Tender Notice and Invitation to Tender

4. BROAD-BASED BLACK ECONOMIC EMPOWERMENT AND SOCIO-ECONOMIC OBLIGATIONS

As explained in more detail in the B-BBEE Preference Claim Form in T2.2-5 and as prescribed in

terms of the Preferential Procurement Policy Framework Act (PPPFA), Act 5 of 2000 and its

Regulations, Respondents are to note that Transnet will award preference points to companies who

provide valid proof of their B-BBEE status using either the latest version of the generic Codes of

Good Practice or Sector Specific Codes (if applicable).

The value of this bid is estimated to be below R50 000 000 (all applicable taxes included); and

therefore the 80/20 system shall be applicable.

Respondents are required to complete Returnable T2.2-5 the [B-BBEE Preference Point Claim

Form] and submit it together with valid proof of their B-BBEE Status as stipulated in the Claim Form

in order to obtain preference points for their B-BBEE status. Respondents are required at all times

to comply with the latest B-BBEE legislation and/or instruction notes as issued from time to time by

the DTI.

Note: Failure to submit valid and original (or a certified copy of) proof of the Respondent’s

compliance with the B-BBEE requirements stipulated in Section 8 of this RFQ (the B-BBEE

Preference Points Claim Form) at the Closing Date of this RFQ, will result in a score of zero

being allocated for B-BBEE.

5.1 B-BBEE Joint Ventures or Consortiums

Respondents who would wish to respond to this RFQ as a Joint Venture [JV] or consortium

with B-BBEE entities, must state their intention to do so in their RFQ submission. Such

Respondents must also submit a signed JV or consortium agreement between the parties

clearly stating the percentage [%] split of business and the associated responsibilities of each

party. If such a JV or consortium agreement is unavailable, the partners must submit

confirmation in writing of their intention to enter into a JV or consortium agreement should they

be awarded business by Transnet through this RFQ process. This written confirmation must

clearly indicate the percentage [%] split of business and the responsibilities of each party. In

such cases, award of business will only take place once a signed copy of a JV or consortium

agreement is submitted to Transnet.

Respondents are to note the requirements for B-BBEE compliance of JVs or consortiums as

required by Section 8 [the B-BBEE Preference Point Claim Form] and submit it together with

proof of their B-BBEE Status as stipulated in the Claim Form in order to obtain preference

points for their B-BBEE status.

Note: Failure to submit a valid and original B-BBEE certificate for the JV or a certified copy

thereof at the Closing Date of this RFQ will result in a score of zero being allocated for B-

BBEE.

Page 8: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 8 of 39 T1.1: Tender Notice and Invitation to Tender

Note: Failure to submit a valid and original B-BBEE certificate for the JV or a certified copy

thereof at the Closing Date of this RFP will result in a score of zero being allocated for B-

BBEE.

If contemplating subcontracting, please note that a Respondent will not be awarded points for

B-BBEE if it is indicated in its Proposal that such Respondent intends subcontracting more

than 25% [twenty-five percent] of the value of the contract to an entity/entities that do not

qualify for at least the same points that the Respondent qualifies for, unless the intended

subcontractor is an EME with the capability to execute the contract.

Respondent/s are discouraged from subcontracting with their subsidiary companies as this

may be interpreted as subcontracting with themselves and / or using their subsidiaries for

fronting. Where a Respondent intends to subcontract with their subsidiary this must be

declared in their bid response.

A person awarded a contract may not subcontract more than 25% [twenty-five percent] of the

value of the contract to any other enterprise that does not have an equal or higher B-BBEE

status level than the person concerned, unless the contract is subcontracted to an EME that

has the capability and ability to execute the subcontract.

In terms of Returnable T2.2-5 of this RFQ the [B-BBEE Preference Point Claim Form]

Respondents are required to indicate the percentage of the contract that will be sub-

contracted, indicate the % allocation to EME’s and QSE’s and the B-BBEE status of the sub-

contractor/s.

5.2 Subcontracting

Transnet fully endorses Government’s transformation and empowerment objectives and when

contemplating subcontracting Respondents are requested to give preference to Exempted

Micro Enterprises (EMEs), Start-up companies and Qualifying Small Enterprises (QSEs)

which are Black Owned, Black Women Owned, Black Youth Owned, companies owned by

Black People with Disabilities, including any companies designated as B-BBEE Facilitators1.

If contemplating subcontracting, please note that a Respondent will not be awarded points for

B-BBEE if it is indicated in its Proposal that such Respondent intends subcontracting more

than 25% [twenty-five percent] of the value of the contract to an entity/entities that do not

qualify for at least the same points that the Respondent qualifies for, unless the intended

subcontractor is an EME with the capability to execute the contract.

1 The Minister of the Department of Trade and Industry has the power to designate certain Organs of State or Public Entities as B-BBEE Facilitators. For example, the South African National Military Veterans’ Association (SANMVA) has been designated as a B-BBEE Facilitator. As such they will be treated as having rights of ownership held 100% by Black People, 40% by Black Women and 20% by Black designated groups.

Page 9: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 9 of 39 T1.1: Tender Notice and Invitation to Tender

A person awarded a contract may not subcontract more than 25% [twenty-five percent] of the

value of the contract to any other enterprise that does not have an equal or higher B-BBEE

status level than the person concerned, unless the contract is subcontracted to an EME that

has the capability and ability to execute the subcontract.

In terms of Section 8 of this RFQ [the B-BBEE Preference Point Claim Form] Respondents

are required to indicate the percentage of the contract that will be sub-contracted, indicate the

% allocation to EME’s and QSE’s and the B-BBEE status of the sub-contractor/s.

5. COMMUNICATION

6.1 For specific queries relating to this RFQ, an RFQ Clarification Request Form should be submitted

to [email protected] before 12H00 on 02 July 2020, substantially in the form set

out in T2.2-15 hereto. In the interest of fairness and transparency Transnet’s response to such a

query will then be made available to the other Respondents who have collected RFQ documents.

For this purpose, Transnet will communicate with Respondents using the contact details provided

to the Secretariat on issue of the bid documentation to the Respondent. Kindly ensure that you

provide the Secretariat with the correct contact details, as Transnet will not accept responsibility

for being unable to contact a bidder who provided incorrect contact details.

6.2 After the closing date of the RFQ, a Respondent may only communicate with the Secretariat of

the Regional Acquisition Council (RAC), at telephone number (+27) 21 449 2158 or email

[email protected] on any matter relating to its RFQ Proposal.

6.3 Respondents are to note that changes to its submission will not be considered after the closing

date.

6.4 Respondents are warned that a Proposal will be liable to disqualification should any attempt be

made by a Respondent either directly or indirectly to canvass any officer or employee of Transnet

in respect of this RFQ between the closing date and the date of the award of the business.

Furthermore, Respondents found to be in collusion with one another will be automatically

disqualified and restricted from doing business with organ of state in the future.

6. CONFIDENTIALITY

All information related to this RFQ is to be treated with strict confidence. In this regard Respondents

are required to certify that they have acquainted themselves with the Non-Disclosure Agreement. All

information related to a subsequent contract, both during and after completion thereof, will be treated

with strict confidence. Should the need however arise to divulge any information gleaned from provision

of the Services, which is either directly or indirectly related to Transnet’s business, written approval to

divulge such information must be obtained from Transnet.

Page 10: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 10 of 39 T1.1: Tender Notice and Invitation to Tender

7. NATIONAL TREASURY’S CENTRAL DATABASE INSTRUCTIONS FOR COMPLETING THE RFQ

Respondents are required to self-register on National Treasury’s Central Supplier Database (CSD)

which has been established to centrally administer supplier information for all organs of state and

facilitate the verification of certain key supplier information. Respondents must register on the CSD

prior to submitting their bids. Business may not be awarded to a Respondent who has failed to

register on the CSD. The CSD can be accessed at https://secure.csd.gov.za/. Respondents are

required to provide the following to Transnet in order to enable it to verify information on the CSD:

Supplier Number: ____________ unique registration reference number: _____________.

8. TAX COMPLIANCE REQUIREMENTS FOR FOREIGN ENTITIES

Respondents must be compliant when submitting a proposal to Transnet and remain compliant for

the entire contract term with all applicable tax legislation, including but not limited to the Income

Tax Act, 1962 (Act No. 58 of 1962) and Value Added Tax Act, 1991 (Act No. 89 of 1991).

It is a condition of this bid that the tax matters of the successful Respondents be in order, or that

satisfactory arrangements have been made with South African Revenue Service (SARS) to meet

the Respondent’s tax obligations.

The Tax Compliance status requirements are also applicable to foreign Respondents/ individuals

who wish to submit bids.

It is a requirement that bidders grant a written confirmation when submitting this bid that SARS

may on an ongoing basis during the tenure of the contract disclose the bidder’s tax compliance

status and by submitting this bid such confirmation is deemed to have been granted.

Where Consortia / Joint Ventures / Sub-contractors are involved, each party must be registered on

the Central Contractor Database and their tax compliance status will be verified through the Central

Contractor Database.

For this purpose, the attached SBD 1 Returnable as Annexure B must be completed and

submitted as an essential returnable document by the closing date and time of the bid.

9. INSTRUCTIONS FOR COMPLETING THE RFQ

9.1. Sign one set of original documents [sign, stamp and date the bottom of each page]. This set will

serve as the legal and binding copy. A duplicate set of documents is required. This second set

must be a copy of the original signed Proposal.

9.2. Both sets of documents are to be submitted to the address specified in paragraph 4 above.

9.3. A CD copy of the RFQ Proposal must be submitted. Please provide files in MS Word / Excel

format, not PDF versions, noting that the signed original set will be legally binding.

9.4. All returnable documents tabled in the Proposal Form [Section 4] must be returned with your

Proposal.

9.5. Unless otherwise expressly stated, all Proposals furnished pursuant to this RFQ shall be deemed

to be offers. Any exceptions to this statement must be clearly and specifically indicated.

Page 11: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 11 of 39 T1.1: Tender Notice and Invitation to Tender

9.6. Any additional conditions must be embodied in an accompanying letter. Subject only to clause

15 [Alterations made by the Respondent to Bid Prices] of the General Bid Conditions, alterations,

additions or deletions must not be made by the Respondent to the actual RFQ documents.

10. COMPLIANCE

The successful Respondent [hereinafter referred to as the Contractor] shall be in full and complete

compliance with any and all applicable laws and regulations.

11. ADDITIONAL NOTES

12.1 Changes by the Respondent to its submission will not be considered after the closing date.

12.2 The person or persons signing the Proposal must be legally authorised by the Respondent to do

so [Refer tender returnable T2.2-1]. A list of those person(s) authorised to negotiate on behalf of

the Respondent [if not the authorised signatories] must also be submitted along with the Proposal

together with their contact details.

12.3 Bidders who fail to submit a duly completed and signed RFQ Declaration Form [Refer tender

returnable T2.2-10] will not be considered.

12.4 Transnet will not do business with companies involved in B-BBEE fronting practices.

12.5 Transnet may wish to visit the Respondent’s place of manufacture and/or workshop and/or office

premises during this RFQ process.

12.6 Transnet reserves the right to undertake post-tender negotiations [PTN] with highest score

Respondent, such PTN to include, at Transnet’s option, any evaluation criteria listed in this RFQ

document.

12.7 Unless otherwise expressly stated, all Proposals furnished pursuant to this RFQ shall be deemed

to be offers. Any exceptions to this statement must be clearly and specifically indicated.

FAILURE TO OBSERVE ANY OF THE AFOREMENTIONED

REQUIREMENTS

MAY RESULT IN A PROPOSAL BEING REJECTED

12. DISCLAIMERS

Respondents are hereby advised that Transnet is not committed to any course of action as a result

of its issuance of this RFQ and/or its receipt of Proposals. In particular, please note that Transnet

reserves the right to:

12.1. modify the RFQ’s Works and request Respondents to re-bid on any such changes;

12.2. reject any Proposal which does not conform to instructions and specifications which are

detailed herein;

12.3. disqualify Proposals submitted after the stated submission deadline [closing date];

12.4. disqualify Proposals lodged at the incorrect venue that reach the correct venue late;

Page 12: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 12 of 39 T1.1: Tender Notice and Invitation to Tender

12.5. not necessarily accept the lowest priced Proposal;

12.6. reject all Proposals, in accordance with the PPPFA

12.7. withdraw the RFQ on good cause shown;

12.8. award a contract in connection with this Proposal at any time after the RFQ’s closing date;

12.9. award a contract for only a portion of the proposed Goods which are reflected in the scope of

this RFQ;

12.10. split the award of the contract between more than one Service Provider, should it at Transnet’s

discretion be more advantageous in terms of, amongst others, cost or developmental

considerations;

12.11. make no award of contract;

12.12. validate any information submitted by Respondents in response to this bid. This would

include, but is not limited to, requesting the Respondents to provide supporting evidence. By

submitting a bid, Respondents hereby irrevocably grant the necessary consent to Transnet

to do so;

12.13. request audited financial statements or other documentation for the purposes of a due

diligence exercise; and/or

12.14. not accept any changes or purported changes by the Respondent to the Tender rates after

the closing date and/or after the award of the business, unless the contract specifically

provided for it.

12.15. Acceptance of this bid could be subject to the condition that the Successful Respondent, its

personnel providing the goods and its subcontractor(s) must obtain security clearance from

the appropriate authorities to the level of CONFIDENTIAL/ SECRET/TOP SECRET. Obtaining

the required clearance is the responsibility of the Successful Respondent. Acceptance of the

bid is also subject to the condition that the Successful Respondent will implement all such

security measures as the safe performance of the contract may require.

Should a contract be awarded on the strength of information furnished by the Respondent, which

after conclusion of the contract, is proved to have been incorrect, Transnet reserves the right to

cancel the contract and/or place the Respondent on National Treasury’s list of Restricted Suppliers.

Transnet reserves the right to negotiate market-related price with the tenderer scoring the highest

points or cancel the tender; if the tenderer does not agree to a market related price, negotiate a

market related price with the tenderer scoring the second highest points or cancel the tender; if the

tenderer scoring the second highest points does not agree to a market related price, negotiate a

market related price with the tenderer scoring the third highest points or cancel the tender. If the

market related price is not agreed as envisaged in paragraph above Transnet must cancel the tender.

Transnet reserves the right to award the business to the highest scoring bidder/s unless objective

criteria justify the award to another bidder. The objective criteria Transnet intends to apply in this bid

process is not applicable.

Page 13: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 13 of 39 T1.1: Tender Notice and Invitation to Tender

In addition, Transnet reserves the right to exclude any Respondent from the bidding process who

has been convicted of a serious breach of law during the preceding 5 [five] years, including but not

limited to breaches of the Competition Act 89 of 1998. Respondents are required to indicate in

tender returnable T2.2-9 [Breach of Law] whether or not they have been found guilty of a serious

breach of law during the past 5 [five] years.

Should the preferred bidder fail to sign or commence with the contract within a reasonable period

after being requested to do so, Transnet reserves the right to award the business to the next ranked

bidder, provided that he/she is still prepared to provide the required goods at the quoted price. Under

such circumstances, the validity of the bids of the next ranked bidder(s) will be deemed to remain

valid, irrespective of whether the next ranked bidder(s) were issued with a Letter of Regret. Bidders

may therefore be requested to advise whether they would still be prepared to provide the required

goods at their quoted price, even after they have been issued with a Letter of Regret.

Kindly note that Transnet will not reimburse any Respondent for any preparatory costs or other work

performed in connection with its Proposal, whether or not the Respondent is awarded a contract.

13. PROTECTION AND PERSONAL DATA

In responding to this bid, Transnet acknowledges that it may obtain and have access to personal

data of the Respondents. Transnet agrees that it shall only process the information disclosed by

Respondents in their response to this bid for the purpose of evaluating and subsequent award of

business and in accordance with any applicable law. Furthermore, Transnet will not otherwise

modify, amend or alter any personal data submitted by Respondents or disclose or permit the

disclosure of any personal data to any Third Party without the prior written consent from the

Respondents. Similarly, Transnet requires Respondents to process any personal information

disclosed by Transnet in the bidding process in the same manner. The detailed mutual duties of

Transnet and the Respondents to protect personal information is contained in paragraph 37 of the

General Bid Conditions.

14. LEGAL REVIEW

A Proposal submitted by a Respondent will be subjected to review and acceptance or rejection of its

proposed contractual terms and conditions by Transnet’s Legal Counsel, prior to consideration for

an award of business

Transnet urges its clients, Contractors and the general public

to report any fraud or corruption to

TIP-OFFS ANONYMOUS: 0800 003 056

Page 14: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 14 of 39 T1.2: Tender Data

T1.2 Tender Data

The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB

Standard for Uniformity in Construction Procurement, first published in Board Notice 62 of 2004 in

Government Gazette No 26427 of 9 June 2004. It was subsequently amended in Board Notice 67 of 2005

in Government Gazette No 28127 of 14 October 2005, Board Notice 93 of 2006 in Government Gazette

No 29138 of 18 August 2006, Board Notice No 9 of 2008 in Government Gazette No 31823 of 30 January

2009, Board Notice 86 of 2010 in Government Gazette No 33239 of 28 May 2010 and Board Notice 136 of

2015 in government Gazette 38960 of 10 July 2015.

This edition incorporates the amendments made in Board Notice 136 of 2015 in Government Gazette

38960 of 10 July 2015 and the erratum notices issued thereafter (see www.cidb.org.za).

The Standard Conditions of Tender make several references to Tender data for detail that apply specifically

to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or

inconsistency between it and the Standard Conditions of Tender.

Each item of data given below is cross-referenced in the left hand column to the clause in the Standard

Conditions of Tender to which it mainly applies.

Clause Data

T.1.1 The Employer is Transnet SOC Ltd

(Reg. No. 1990/000900/30)

T.1.2 The tender documents issued by the Employer comprise:

The Tender

Part T1: Tendering procedures T1.1 Tender notice and invitation to tender

T1.2 Tender data

T1.3 Standard Conditions of Tender

Part T2 : Returnable documents T2.1 List of returnable documents

T2.2 Returnable schedules

The Contract

Page 15: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 15 of 39 T1.2: Tender Data

Part C1: Agreements and contract data

C1.1 Form of offer and acceptance

C1.2 Contract data (part 1)

C1.2 Contract data (part 2)

C1.3 Form of Securities

C1.4 Adjudicator’s Contract

Part C2: Pricing data C2.1 Pricing instructions

C2.2 Bill of Quantities

Part C3: Scope of work C3 Works Information

C4 Site Information

Annexures A1 SHE Specification

A2 Drawings of 501, 600 and Out Gate buildings

A3 Contractor Compliance File Assessment Checklist

A4 Contractor Site Access Certificate

T.1.4 The Employer’s agent is: Transnet Port Terminals

Name: Siyanda Gxekwa

Address: Transnet Port Terminal

Procurement Building

Ben Schoeman Dock

Port of Cape Town

8001

E – mail [email protected]

T.1.6 The competitive negotiation procedure shall be applied.

T.2.1 Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders:

a) Submit all mandatory Returnables.

b) Submits a tendered price in the form of offer and acceptance which is fixed and firm

for the duration of the contract.

c) Fully comply with all the requirements of the Mandatory Eligibility Criteria returnable

form (T2.2-1)

Page 16: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 16 of 39 T1.2: Tender Data

T.2.7 The arrangements for a compulsory clarification meeting are as stated in the Tender Notice

and Invitation to Tender.

Tenderers must sign the attendance list in the name of the tendering entity. Addenda will be

issued to and tenders will be received only from those tendering entities appearing on the

attendance list.

T.2.12 If tenderer wishes to submit an alternative tender offer, the only criteria permitted for such

alternative tender offer is that it demonstrably satisfies the Employer’s standards and

requirements, the details of which may be obtained from the Employer’s Agent.

Calculations, drawings and all other pertinent technical information and characteristics as well

as modified or proposed Pricing Data must be submitted with the alternative tender offer to

enable the Employer to evaluate the efficacy of the alternative and its principal elements, to take

a view on the degree to which the alternative complies with the Employer’s standards and

requirements and to evaluate the acceptability of the pricing proposals. Calculations must be

set out in a clear and logical sequence and must clearly reflect all design assumptions. Pricing

Data must reflect all assumptions in the development of the pricing proposal.

Acceptance of an alternative tender offer will mean acceptance in principle of the offer. It will be

an obligation of the contract for the tenderer, in the event that the alternative is accepted, to

accept full responsibility and liability that the alternative offer complies in all respects with the

Employer’s standards and requirements.

The modified Pricing Data must include an amount equal to 5% of the amount tendered for the

alternative offer to cover the Employer’s costs of confirming the acceptability of the detailed

design before it is constructed.

T.2.13.3 All proposals shall be submitted in the following format:

• A completed original with all Returnables

• 1 (one) copy of the original with all Returnables

T.2.13.5

The Employer’s details and address for delivery of tender offers and identification details that

are to be shown on each tender offer package are:

Location of tender box Procurement Building

Physical address: THE SECRETARIAT

REGIONAL ACQUISITION COUNCIL

Transnet Port Terminal

Procurement Building

Ben Schoeman Dock

Port of Cape Town

8001

Page 17: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 17 of 39 T1.2: Tender Data

Identification details: The tender documents must be submitted to

Transnet Port Terminals Regional Acquisition

Council in a sealed envelope labelled with:

The Secretariat, Regional Acquisition

Council, Transnet Port Terminals,

TPT CT 20/20 – Provision for the Refurbishment of 501, 600 and Out Gate buildings for Transnet SOC Ltd (reg.no.1990/000900/30) operating as Transnet Port Terminals (hereinafter referred to as “TPT”) for the Port of Cape Town for a period of two (2) months. Couriered documents: tenderers must ensure that envelopes which are delivered by courier must not be placed in the tender box but must be delivered by hand to the office of: The Secretariat, TPT Regional Acquisition Council (RAC) and a signature obtained from the office, the address of which is: The Secretariat TPT Regional Acquisition Council Transnet Port Terminals Procurement Office Cape Town South Africa Tenderers are to ensure that the proposals submitted will fit into the tender box slot (opening) which measures 305mm x 65mm.

T.2.13.9 Telephonic, telegraphic, facsimile or e-mailed tender offers will not be accepted.

Page 18: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 18 of 39 T1.2: Tender Data

T2.14 The following essential Returnables are to be submitted together with a mandatory signed Form

of Offer and Acceptance (C1.1) and mandatory completed Price Schedule (C2.2) and all

mandatory returnable documents.

a) A copy of the Tendering Entity’s latest B-BBEE Certificate must accompany returnable

(T2.2.5). If the tenderer is not certified or valid if a B-BBEE Certificate is not submitted

the tenderer will automatically score Zero for B-BBEE.

b) Tax Clearance Certificate or electronic access PIN obtained from SARS’s new Tax

Compliance Status (TCS) system; (T2.2.3)

NB: Non South African tenderers are to still submit the signed mandatory returnable template

(T2.2.5) – B-BBEE Accreditation Certificate, stating “not applicable” on the documents.

T.2.15 The closing time for submission of tender offers is as stated in the Tender Notice and

Invitation to Tender.

T.2.16 The tender offer validity period is 90 working days

T.2.18 Provide, on request by the Employer, any other material information that has a bearing on the

tender offer, the tenderer’s commercial position (including notarized joint venture agreements),

preferencing arrangements, or samples of materials, considered necessary by the Employer for

the purpose of a full and fair risk assessment. Should the tenderer not provide the material, or

a satisfactory reason as to why it cannot be provided, by the time for submission stated in the

Employer’s request, the Employer may regard the tender offer as non-responsive.

T.2.19 Access shall be provided for the following inspections, tests and analysis:

T.2.20 Upon request by the Employer, the successful tenderer shall submit for the Employer’s

acceptance before formation of the contract, all securities, bonds, guarantees, policies and

certificates of insurance required in terms of the conditions of contract identified in the Contract

Data. (The format is included in Part C1.3 of this procurement document).

T.2.23 The tenderer is required to submit with his tender:

1. Tax Clearance Certificate or electronic access PIN obtained from SARS’s new Tax

Compliance Status (TCS) system; (T2.2.3)

2. A Valid Letter of good standing with the compensation fund or with a licensed

compensation insurer;

3. Tendering Entity’s latest valid B-BBEE Certificate must accompany returnable (T2.2.5)

Note: Refer to Section T2.1 for List of Returnable Documents

Page 19: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 19 of 39 T1.2: Tender Data

PRE-QUALIFICATION AND EVALUATION METHODOLOGY AND CRITERIA

Transnet will utilise the following methodology and criteria in selecting a preferred Supplier, if so required:

STAGE ONE: Test for Administrative Responsiveness

The test for administrative responsiveness will include the following:

Administrative responsiveness check RFQ Reference

• Whether the Bid has been lodged on time T.2.15

• Whether all Returnable Documents and/or schedules [where applicable] were completed and returned by the closing date and time

Part T 2

• Verify the validity of all returnable documents T.2.14

The test for administrative responsiveness [Stage One] must be passed for a Respondent’s

Proposal to progress to Stage Two for further pre-qualification

▪ Price (80)

▪ B-BBEE (20) Scorecard

Stage 1 Stage 2 Stage 4

80% Minimum

Threshold

Administrative

Responsivenes

s

Substantive

Responsiveness

Returnable

Documents

&

Schedules

Pre-

qualification

Technical &

Functionality

Stage 3

Weighted

Scoring / 100

FINAL

SCORE

Stage 5

Post tender

negotiation (if

applicable) &

final award of

contract

Page 20: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 20 of 39 T1.2: Tender Data

STAGE TWO: Test for Substantive Responsiveness to RFQ

The test for substantive responsiveness to this RFQ will include the following:

Pre-Qualification Criteria RFQ Reference

• Whether any pre-qualification criteria set by Transnet, have been met

Eligibility to the RFQ: Valid CIDB

Registration;

COIDA Registration

• Whether the Bid contains a priced offer C2.2

• Authority to Submit Tender

• Mandatory Enterprise Questionnaire

• National Treasury’s CSD Registration

• RFQ Breach of Law

• RFQ Declaration Form

T2.2-1

T2.2-2

T2.2.-7

T2.2-10

T2.2-11

The test for substantive responsiveness [Stage Two] must be passed for a Respondent’s

Proposal to progress to Stage Three for further pre-qualification

Page 21: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 21 of 39 T1.2: Tender Data

STAGE THREE: Test Minimum Threshold of 80% for Technical Criteria and Functional Requirements

The test for the Technical and Functional threshold will include the following:

Technical Evaluation Criteria for the Refurbishment of 501, 600 and Out Gate buildings at Container Terminal

Evaluation Criteria

Description Scoring principal Returnable Schedule

Weighting %

Eligibility

Contractor has a Level 3 GB grading or higher. Contractor to attach Registration Certificate

T2.2-20 Yes/No

Contractor is registered with Compensation for Occupational Injuries and Diseases Act (COIDA). Contractor to attach Registration Certificate

T2-2.-20

Yes/No

Technical

Compliance to Employer's Technical Specification

108 compliant clauses = 100 % compliant = 20 points 86 compliant clauses = 80 % compliant = 0 points <86 compliant clauses = 0 points Calculation of points allocated as follows: (Number of clauses compliant - 86) / 22 * 20 points

T2.-23 20

Previous Experience

Number of similar refurbishment projects executed in the past five years with a list indicating each project value and contact details of client reference.

5 projects or more = 20 points 3 projects or more = 10 points Less than 3 projects = 5 points

T2.2-21 20

Management & CV’s of

Key Personnel

Organizational Structure to include a clear indication of roles and responsibilities and specific function of each team member;

Submission of Organisational Structure = 5 points Non submission of Organisational Structure = 0 points

T2.2-19

5

Civil Foreman with N6: Building & Civil Engineering with relevant experience in building services in each field of the project including by not exclusive to Plumbing, Electrical and Civil works.

N6 Building or Civil Engineering or Equivalent with 6 or more than 6 years’ experience = 10 points N3 Building or Civil Engineering or Equivalent with 3 or more than 3 years’ experience = 5 points

10

Page 22: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 22 of 39 T1.2: Tender Data

SHEQ Officer with relevant experience. With knowledge of OHSAS 18001 (ISO 45001); ISO 14001 AND 9001

SHEQ Officer with experience more than 6 or more than 6 years = 5 points SHEQ Officer with experience of 3 years or more than 3 years = 3 points

5

Programme

The tender must provide a programme which provides the detail that would indicate the order and timing of activities to carry out the services in terms of the Employer’s requirements and within the stipulated timeframes.

Completion of works within 8 weeks = 20 points Completion of works in 10 weeks = 15 points Completion of works in 12 weeks = 10 points Completion of works in 14 weeks = 5 points Completion of works more than 16 weeks = 0 points

T2.2-21 20

Method Statement

The tenderer must sufficiently demonstrate the approach/methodology that he/she will employ to cover the scope of the project in a method statement

Method Statement submitted = 20 points Non submission of Method Statement = 0 points

T2.2-18 20

TOTAL RATING

100

Minimum qualifying score required: 80%

The minimum threshold for Stage Three pre-qualification criteria must be met or exceeded for a

Respondent’s Proposal to progress to Stage Four for final evaluation

Page 23: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 23 of 39 T1.2: Tender Data

STAGE FOUR: Evaluation and Final Weighted Scoring

a) Price Criteria [Weighted score 80%]:

Evaluation Criteria RFQ Reference

• Commercial offer Part C1.1

b) Broad-Based Black Economic Empowerment criteria

▪ B-BBEE - current scorecard / B-BBEE Preference Points Claims Form [tender returnable

T2.2-6]

• Preference points will be awarded to a bidder for attaining the B-BBEE status level of

contribution in accordance with the table below:

B-BBEE Status Level of

Contributor Number of points (80/20 system)

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor 0

Page 24: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 24 of 39 T1.2: Tender Data

SUMMARY: Pre-Qualification Threshold and Final Evaluated Weightings

Pre-Qualification Criteria Minimum Threshold [%]

Technical / functionality 80%

CIDB Grading 3GB

COIDA Registration

Evaluation Criteria Final Weighted Scores

Price 80

B-BBEE - Scorecard 20

TOTAL SCORE: 100

Note: Transnet reserves the right to conduct post-tender negotiations with the preferred Respondent(s)

STAGE FIVE Post Tender Negotiations (if applicable)

Transnet reserves the right to conduct post tender negotiations with the highest scorer for market related

price(s). The shortlist could comprise of one or more Respondents. Should Transnet conduct post tender

negotiations, Respondents will be requested to provide their best and final offers to Transnet based on

such negotiations. A final evaluation will be conducted in terms of 80/20 and the contract will be negotiated

and awarded to the successful Respondent(s).

Should the B-BBEE rating not be provided, Transnet reserves the right to award no points.

Transnet also reserves the right to carry out an independent audit of the tenderers scorecard

components at any stage from the date of close of the tenders until completion of the contract.

Tenderers with no accreditation will score zero points for preference purposes.

T.3.13.1 Tender offers will only be accepted if:

a) the tenderer submits a letter of intent from a financial institution acceptable to Transnet

with a long term international credit rating (International Institutions) and long term national

credit rating (local institutions) undertaking to provide the Performance Bond to the format

(C1.3) included in returnable document T2.2-14 of this procurement document

b) the tenderer or any of its directors/shareholders is not listed on the Register of Tender

Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a

person prohibited from doing business with the public sector;

c) the tenderer has not:

Page 25: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 25 of 39 T1.2: Tender Data

i) abused the Employer’s Supply Chain Management System; or

ii) failed to perform on any previous contract and has been given a written notice to this

effect;

e) the tenderer has completed the Mandatory Enterprise Questionnaire and there are no

conflicts of interest which may impact on the tenderer’s ability to perform the contract in the

best interests of the Employer or potentially compromise the tender process and persons

in the employ of the state are permitted to submit tenders or participate in the contract;

f) the tenderer is registered and in good standing with the compensation fund or with a

licensed compensation insurer;

g) the Employer is reasonably satisfied that the tenderer has in terms of the Construction

Regulations, 2003, issued in terms of the Occupational Health and Safety Act, 1993, the

necessary competencies and resources to carry out the work safely.

T.3.18 The number of paper copies of the signed contract to be provided by the Employer is 1 (one).

T.3.19 A financial due diligence exercise will be performed on the preferred tenderer or shortlist of

preferred tenderers before an award is made. Annual financial statements will be requested.

Refer to the corresponding clause “Disclaimers” in the Standard Conditions of Tender (T3.19)

The additional conditions of tender are:

The Tenderer is deemed to have satisfied himself before tendering as to the correctness and

sufficiency of his tender for the works and of the prices stated in the priced activity schedule.

The prices (except in so far as otherwise provided in the Tender) collectively cover full payment

for the discharge of all his obligations under the Contract and all the matters and things

necessary for the proper completion of the works.

Page 26: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 26 of 39 T1.3: Standard Conditions of Tender

T 1.3 Standard Conditions of Tender

T.1 General

All Bid Documents and subsequent contracts and orders shall be subject to the following

general conditions as laid down by Transnet and are to be strictly adhered to by any

Respondent to this RFX.

T.1 .1 Actions

The Employer and each tenderer submitting a tender offer shall comply with these Conditions of

Tender. In their dealings with each other, they shall discharge their duties and obligations as

set out in T.2 and T.3, timely and with integrity, and behave equitably, honestly and

transparently comply with all legal obligations and not engage in anticompetitive.

The employer and the tenderer and all their agents and employees involved in the tender

process shall avoid conflicts of interest and where a conflict of interest is perceived or known,

declare any such conflict of interest, indicating the nature of such conflict. Tenderers shall

declare any potential conflict of interest in their tender submissions. Employees, agents and

advisors of the employer shall declare any conflict of interest to whoever is responsible for

overseeing the procurement process at the start of any deliberations relating to the procurement

process or as soon as they become aware of such conflict, and abstain from any decisions

where such conflict exists or recuse themselves from the procurement process, as appropriate.

Note: 1) A conflict of interest may arise due to a conflict of roles which might provide

an incentive for improper acts in some circumstances. A conflict of interest

can create an appearance of impropriety that can undermine confidence in the

ability of that person to act properly in his or her position even if no improper

acts result.

2) Conflicts of interest in respect of those engaged in the procurement process

include direct, indirect or family interests in the tender or outcome of the

procurement process and any personal bias, inclination, obligation, allegiance

or loyalty which would in any way affect any decisions taken.

The employer shall not seek and a tenderer shall not submit a tender without having a firm

intention and the capacity to proceed with the contract.

Page 27: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 27 of 39 T1.3: Standard Conditions of Tender

T.1.2 Tender Documents

The documents issued by the Employer for the purpose of a tender offer are listed in the tender

data.

T.1.3 Interpretations

T.1.3.1 The tender data and additional requirements contained in the tender schedules that are

included in the Mandatory returnable documents are deemed to be part of these Conditions of

Tender.

T.1.3.2 These Conditions of Tender, the tender data and those tender schedules which are only

required for tender evaluation purposes (as detailed in schedule T1.2 - T3.11.3), shall not form

part of any contract arising from the invitation to tender.

T.1.3.3 For the purposes of these Conditions of tender, the following definitions apply:

a) conflict of interest means any situation in which:

i. someone in a position of trust has competing professional or personal interests

which make it difficult to fulfil his or her duties impartially;

ii. an individual or organisation is in a position to exploit a professional or official

capacity in some way for their personal or corporate benefit; or

iii. incompatibility or contradictory interests exist between an employee and the

organisation which employs that employee.

b) comparative offer means the Tenderer’s financial offer after the factors of non -

firm prices, all unconditional discounts and any other tendered parameters that will

affect the value of the financial offer have been taken into consideration

c) corrupt practice means the offering, giving, receiving or soliciting of anything of value

to influence the action of the Employer or his staff or agents in the tender process; and

d) fraudulent practice means the misrepresentation of the facts in order to influence the

tender process or the award of a contract arising from a tender offer to the detriment

of the Employer, including collusive practices intended to establish prices at artificial

levels

e) organisation means a company, firm, enterprise, association or other legal entity,

whether incorporated or not, or a public body

f) quality (functionality) means the totality of features and characteristics of a product or

service that bear on its ability to satisfy stated or implied needs.

T.1.4 Communication and Employer’s agent

Each communication between the Employer and a tenderer shall be to or from the Employer’s

agent only, and in a form that can be read, copied and recorded. Writing shall be in the English

Page 28: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 28 of 39 T1.3: Standard Conditions of Tender

language. The Employer shall not take any responsibility for non-receipt of communications

from or by a tenderer. The name and contact details of the Employer’s agent are stated in the

tender data.

T.1.5 The Employer’s right to accept or reject any tender offer

The Employer may accept or reject any variation, deviation, tender offer, or alternative tender

offer, and may cancel the tender process and reject all tender offers at any time before the

formation of a contract. The Employer shall not accept or incur any liability to a tenderer for such

cancellation and rejection, but will give written reasons for such action upon written request to

do so.

The employer may not subsequent to the cancellation or abandonment of a tender process or

the rejection of all responsive tender offers re-issue a tender covering substantially the same

scope of work within a period of six months unless only one tender was received and such

tender was returned unopened to the tenderer.

T.1.6 Procurement Procedures

T.1.6.1 General

Unless otherwise stated in the tender data, a contract will, subject to T.3.13, be concluded with

the tenderer who in terms of T.3.11 is the highest ranked or the tenderer scoring the highest

number of tender evaluation points, as relevant, based on the tender submissions that are

received at the closing time for tenders.

T.1.6.2 Competitive negotiation procedure

T.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed,

tenderers shall submit tender offers in response to the proposed contract in the first round of

submissions. Notwithstanding the requirements of T.3.4, the employer shall announce only the

names of the tenderers who make a submission. The requirements of T.3.8 relating to the

material deviations or qualifications which affect the competitive position of tenderers shall not

apply.

T.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in

terms of the evaluation method and evaluation criteria stated in the tender data, shall be invited

in each round to enter into competitive negotiations, based on the principle of equal treatment

and keeping confidential the proposed solutions and associated information. Notwithstanding

the provisions of T.2.17, the employer may request that tenders be clarified, specified and fine-

tuned in order to improve a tenderer’s competitive position provided that such clarification,

specification, fine-tuning or additional information does not alter any fundamental aspects of the

Page 29: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 29 of 39 T1.3: Standard Conditions of Tender

offers or impose substantial new requirements which restrict or distort competition or have a

discriminatory effect.

T.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to

make a fresh tender offer, based on the same evaluation criteria, with or without adjusted

weightings. Tenderers shall be advised when they are to submit their best and final offer.

T.1.6.2.4 The contract shall be awarded in accordance with the provisions of T.3.11 and T.3.13 after

tenderers have been requested to submit their best and final offer.

T.2 Tenderer’s obligations

T.2.1 Eligibility

Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and

the tenderer, or any of his principals, is not under any restriction to do business with Employer.

Notify the employer of any proposed material change in the capabilities or formation of the

tendering entity (or both) or any other criteria which formed part of the qualifying requirements

used by the employer as the basis in a prior process to invite the tenderer to submit a tender

offer and obtain the employer’s written approval to do so prior to the closing time for tenders.

T.2.2 Cost of tendering

Accept that the Employer will not compensate the tenderer for any costs incurred in the

preparation and submission of a tender offer, including the costs of any testing necessary to

demonstrate that aspects of the offer satisfy requirements.

T.2.3 Check documents

Check the tender documents on receipt for completeness and notify the Employer of any

discrepancy or omission.

T.2.4 Confidentiality and copyright of documents

Treat as confidential all matters arising in connection with the tender. Use and copy the

documents issued by the Employer only for the purpose of preparing and submitting a tender

offer in response to the invitation.

T.2.5 Reference documents

Obtain, as necessary for submitting a tender offer, copies of the latest versions of standards,

specifications, conditions of contract and other publications, which are not attached but which

are incorporated into the tender documents by reference.

Page 30: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 30 of 39 T1.3: Standard Conditions of Tender

T.2.6 Acknowledge addenda

Acknowledge receipt of addenda to the tender documents, which the Employer may issue,

and if necessary apply for an extension to the closing time stated in the tender data, in order

to take the addenda into account.

T.2.7 Compulsory Briefing Session

Attend, where required, a briefing session at which tenderers may familiarize themselves with

aspects of the proposed work, services or supply and raise questions. Details of the

meeting(s) are stated in the tender data.

T.2.8 Seek clarification

Request clarification of the tender documents, if necessary, by notifying the Employer at least

ten working days before the closing time stated in the tender data.

T.2.9 Insurance

Be aware that the extent of insurance to be provided by the Employer (if any) might not be

for the full cover required in terms of the conditions of contract identified in the contract data.

The tenderer is advised to seek qualified advice regarding insurance.

T.2.10 Pricing the tender offer

T.2.10.1 Include all duties, taxes (except South African Value Added Tax (VAT)), and other levies

payable by the successful tenderer in the rates, prices, and the tendered total of the prices.

All duties, taxes and levies that are applicable 14 days before the closing time as stated in

the tender data, to be included in the prices.

T.2.10.2 Show VAT payable by the Employer separately as an addition to the tendered total of the

prices.

T.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to

adjustment except as provided for in the conditions of contract identified in the contract data.

T.2.10.4 State the rates and prices in South African Rand (ZAR) unless instructed otherwise in the

tender data.

T.2.10.5 The delivery place for the Works is as per Part 3 Scope of works in South Africa

T.2.10.6 The Contractor shall be responsible for all costs for the transportation of the Works from

place of manufacture to the Employer’s nominated place of delivery in South Africa, including

the clearance of the Works through South African Customs, payment of Customs VAT, local

testing and onward delivery to Transnet’s nominated destination, which costs (excluding the

payment of Customs VAT) shall be separately identified in its Tax Invoices henceforth. The

Page 31: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 31 of 39 T1.3: Standard Conditions of Tender

Contractor will endeavour to reduce exposure to liability for Duty on importation of the works

and where not, to capture same. The Inco Term Required is (DDP Incoterms 2010

(Saldanha Multi-purpose Terminal)).

T.2.11 Alterations to documents

Not make any alterations or additions to the tender documents, except to comply with

instructions issued by the Employer, or necessary to correct errors made by the tenderer. All

signatories to the tender offer shall initial all such alterations. Erasures and the use of masking

fluid are prohibited.

T.2.12 Alternative tender offers

T.2.12.1 Submit alternative tender offers only if a main tender offer is also submitted, strictly in

accordance with all the requirements of the tender documents, the alternative tender offer is to

be submitted with the main tender offer together with a schedule that compares the

requirements of the tender documents with the alternative requirements the tenderer proposes.

T.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data

or criteria otherwise acceptable to the Employer.

T.2.13 Submitting a tender offer

T.2.13.1 Submit a tender offer to provide the whole of the works, services or supply identified in the

contract data and described in the scope of works, unless stated otherwise in the tender data.

T.2.13.2 Return all mandatory returnable documents to the Employer after completing them in their

entirety in writing in black ink.

T.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number

of copies stated in the tender data, with an English translation of any documentation in a

language other than English, and the parts communicated electronically in the same format as

they were issued by the Employer.

T.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data.

The employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for

tenderers proposing to contract as joint ventures shall state which of the signatories is the lead

partner whom the employer shall hold liable for the purpose of the tender offer.

T.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages

as "ORIGINAL" and "COPY". Each package shall state on the outside the Employer’s address

and identification details stated in the tender data, as well as the tenderer's name and contact

address.

Page 32: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 32 of 39 T1.3: Standard Conditions of Tender

T.2.13.6 Seal the original tender offer and copy packages together in an outer package that states on

the outside only the employer's address and identification details as stated in the tender data.

T.2.13.7 Accept that the Employer will not assume any responsibility for the misplacement or premature

opening of the tender offer if the outer package is not sealed and marked as stated.

T.2.13.8 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer,

unless stated otherwise in the tender data.

T.2.14 Information and data to be completed in all respects

Accept that tender offers, which do not provide all the data or information requested

completely and in the minimum issued format required, will be regarded by the Employer as

non-responsive.

T.2.15 Closing date and time

T.2.15.1 Ensure that the Employer receives the tender offer at the address specified in the tender data

not later than the closing time stated in the tender data. The Employer shall not accept tender

offers submitted by telegraph, facsimile, e-mail or tenders submitted by post. Only tenders

delivered by hand or delivered by courier will be accepted by the Employer.

T.2.15.2 Accept that, if the Employer extends the closing time stated in the tender data for any reason,

the requirements of these conditions of tender apply equally to the extended deadline.

T.2.16 Tender offer validity

T.2.16.1 Hold the tender offer(s) valid for acceptance by the Employer at any time during the validity

period stated in the tender data after the closing time stated in the tender data.

T.2.16.2 If requested by the Employer, consider extending the validity period stated in the tender data

for an agreed additional period with or without any conditions attached to such extension.

T.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn

or substituted by giving the employer’s agent written notice before the closing time for tenders

that a tender is to be withdrawn or substituted.

T.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with

the requirements of T.2.13 with the packages clearly marked as “SUBSTITUTE”.

T.2.17 Clarification of tender offer after submission

Provide clarification of a tender offer in response to a request to do so from the Employer

during the evaluation of tender offers. This may include providing a breakdown of rates or

prices and correction of arithmetical errors by the adjustment of certain rates or item prices

(or both). No change in the competitive position or substance of the tender offer is sought,

Page 33: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 33 of 39 T1.3: Standard Conditions of Tender

offered, or permitted during this stage of the tender process. The total of the prices stated by

the tenderer shall be binding upon the tenderer.

Note: Sub-clause T.2.17 does not preclude the negotiation of price and the final terms of

the contract during the post tender negotiation, should the Employer elect to do so.

F.2.18 Provide other material

T.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender

offer, the tenderer’s commercial position (including notarized joint venture agreements),

preferencing arrangements, or samples of materials, considered necessary by the employer

for the purpose of a full and fair risk assessment. Should the tenderer not provide the material,

or a satisfactory reason as to why it cannot be provided, by the time for submission stated in

the employer’s request, the employer may regard the tender offer as non-responsive.

T.2.18.2 Dispose of samples of materials provided for evaluation by the Employer, where required.

T.2.19 Inspections, tests and analysis

Provide access during working hours to premises for inspections, tests and analysis as

provided for in the tender data.

T.2.20 Submit securities, bonds, policies, etc.

If requested, submit for the Employer’s acceptance before formation of the contract, all

securities, bonds, guarantees, policies and certificates of insurance required in terms of the

conditions of contract identified in the contract data.

T.2.21 Check final draft

Check the final draft of the contract provided by the Employer within the time available for the

Employer to issue the contract.

T.2.23 Certificates

Include in the tender submission or provide the Employer with any certificates as stated in the

tender data.

T.3 The Employer’s undertakings

T.3.1 Respond to clarification

Respond to a request for clarification received up to five working days before the tender

closing time stated in the Tender Data and notify all tenderers who drew procurement

documents.

Consider any request to make a material change in the capabilities or formation of the tendering

entity (or both) or any other criteria which formed part of the qualifying requirements used to

Page 34: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 34 of 39 T1.3: Standard Conditions of Tender

prequalify a tenderer to submit a tender offer in terms of a previous procurement process and

deny any such request if as a consequence:

a) an individual firm, or a joint venture as a whole, or any individual member of the joint

venture fails to meet any of the collective or individual qualifying requirements;

b) the new partners to a joint venture were not prequalified in the first instance, either as

individual firms or as another joint venture; or

c) in the opinion of the Employer, acceptance of the material change would compromise

the outcome of the prequalification process.

T.3.2 Issue Addenda

If necessary, issue addenda that may amend or amplify the tender documents to each during

the period from the date that tender documents are available until seven days before the

tender closing time stated in the Tender Data. If, as a result a tenderer applies for an extension

to the closing time stated in the Tender Data, the Employer may grant such extension and,

shall then notify all tenderers who drew documents.

T.3.3 Return late tender offers

Return tender offers received after the closing time stated in the Tender Data, unopened,

(unless it is necessary to open a tender submission to obtain a forwarding address), to the

tenderer concerned.

T.3.4 Opening of tender submissions

T.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the

presence of tenderers’ agents who choose to attend at the time and place stated in the tender

notice and tender data. Tender submissions for which acceptable reasons for withdrawal have

been submitted will not be opened.

The names of tenderers will be announced at the opening in the presence of tenderers who

choose to attend. Tender submissions for which acceptable reasons for withdrawal have been

submitted will not be opened.

T.3.5 Non-disclosure

Not disclose to tenderers, or to any other person not officially concerned with such processes,

information relating to the evaluation and comparison of tender offers, the final evaluation

price and recommendations for the award of a contract, until after the award of the contract to

the successful tenderer.

Page 35: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 35 of 39 T1.3: Standard Conditions of Tender

T.3.6 Grounds for rejection and disqualification

Determine whether there has been any effort by a tenderer to influence the processing of tender

offers and instantly disqualify that tenderer (and his tender offer) if it is established that he

engaged in corrupt or fraudulent practices.

T.3.7 Test for responsiveness

T.3.7.1 The Employer will determine before detailed evaluation, whether each tender offer is properly

received, namely:

a) meets the laid-down grounds for eligibility;

b) complies with the requirements of these Conditions of Tender;

c) has been properly and fully completed and signed; and

d) is responsive to all other requirements of the tender documents, including the return of

all Mandatory returnable Schedules and documentation, as specified.

T.3.7.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the

tender documents without material deviation or qualification. A material deviation or

qualification is one which, in the Employer’s opinion, would:

a) detrimentally affect the scope, quality, or performance of the works, services or supply

identified in the Scope of Work,

b) change the Employer’s or the tenderer's risks and responsibilities under the

contract, or

c) affect the competitive position of other tenderers presenting responsive tenders, if it

were to be rectified.

T.3.7.3 Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by

correction or withdrawal of the non-conforming deviation or reservation.

T.3.8 Arithmetical errors, omissions and discrepancies

T.3.8.1 Check responsive tender offers for arithmetical errors, correcting them in the following manner:

a) Where there is a discrepancy between the amounts in figures and in words, the amount

in words shall govern.

b) If bills of quantities (or schedule of quantities or schedule of rates) apply and there is

an error in the line item total resulting from the product of the unit rate and the quantity,

the line item total shall govern and the rate shall be corrected. Where there is an

obviously gross misplacement of the decimal point in the unit rate, the line item total

as quoted shall govern, and the unit rate shall be corrected.

c) Where there is an error in the total of the prices either as a result of other corrections

required by this checking process or in the tenderer's addition of prices, the total of

Page 36: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 36 of 39 T1.3: Standard Conditions of Tender

the prices shall govern and the tenderer will be asked to revise selected item prices

(and their rates if bills of quantities apply) to achieve the tendered total of the prices.

T.3.9 Clarification of a tender offer

Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract

arising from the tender offer.

T.3.10 Evaluation of tender offers

In order to achieve the South African Government’s industrialization, capacity and capability

building goals a three step evaluation strategy will be used in the evaluation proposal.

T.3.11 Principles for Awarding Business

As is elsewhere also provided in the Tender, Tenderers are advised and should note that any

final award of business is entirely conditional upon and subject to the successful conclusion of

a written contract between the preferred Tenderer(s) and the Employer, which contract will

include such terms and conditions as the Employer’s management and Acquisitions Council

may require or prescribe.

T.3.12 Insurance provided by the Employer

If requested by the proposed successful tenderer, submit for the tenderer's information the

policies and / or certificates of insurance which the conditions of contract identified in the

contract data, require the Employer to provide.

T.3.13 Acceptance of tender offer

T.3.13.1 Accept the tender offer, if in the opinion of the employer, it does not present any unacceptable

commercial risk and only if the tenderer:

a) is not under restrictions, or has principals who are under restrictions, preventing

participating in the employer’s procurement,

b) can, as necessary and in relation to the proposed contract, demonstrate that he or

she possesses the professional and technical qualifications, professional and

technical competence, financial resources, equipment and other physical facilities,

managerial capability, reliability, experience and reputation, expertise and the

personnel, to perform the contract,

c) has the legal capacity to enter into the contract,

d) is not insolvent, in receivership, bankrupt or being wound up, has his affairs

administered by a court or a judicial officer, has suspended his business activities, or

is subject to legal proceedings in respect of any of the foregoing,

e) complies with the legal requirements, if any, stated in the tender data, and

Page 37: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 37 of 39 T1.3: Standard Conditions of Tender

f) is able, in the opinion of the employer, to perform the contract free of conflicts of

interest.

T.3.14 Notice to unsuccessful tenderers

After the successful tenderer has acknowledged the Employer’s notice of acceptance, notify

other tenderers that their tender offers have not been accepted.

T.3.15. Prepare contract documents

T.3.15.1 If necessary, revise documents that shall form part of the contract and that were issued by the

Employer as part of the tender documents to take account of:

a) addenda issued during the tender period,

b) inclusion of some of the mandatory returnable documents,

c) other revisions agreed between the Employer and the successful tenderer, and

T.3.15.2 Compile the schedule of deviations attached to the form of offer and acceptance, if any.

T.3.16 Issue final contract

Prepare and issue the final draft of contract documents to the successful tenderer for acceptance

as soon as possible after the date of the Employer’s signing of the form of offer and acceptance

(including the schedule of deviations, if any). Only those documents that the conditions of tender

require the tenderer to submit, after acceptance by the Employer, shall be included.

T.3.17 Complete adjudicator's contract

Unless alternative arrangements have been agreed or otherwise provided for in the contract,

arrange for both parties to complete formalities for appointing the selected adjudicator at the

same time as the main contract is signed.

T.3.18 Provide copies of the contracts

Provide to the successful tenderer the number of copies stated in the Tender Data of the signed

copy of the contract as soon as possible after completion and signing of the form of offer and

acceptance.

T.3.19 Disclaimers

a) The Employer reserves the right to request audited financial statements for the

purposes of the due diligence exercise.

b) The Employer reserves the right to accept the whole or any part of a tender

c) Changes or purported changes by the Tenderer to the Tender prices will not be

permitted after the closing date.

Page 38: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 38 of 39 T1.3: Standard Conditions of Tender

d) The person(s) signing the Tender must be legally authorised by the Tenderer to do so

by way of an appropriate written resolution, as also the person(s) authorised to

negotiate on the Tenderer’s behalf.

e) The Employer reserves the right to verify any information supplied by a Tenderer. By

submitting a Tender, the Tenderers hereby irrevocably grant the necessary consent

to the Employer to do so.

f) The Employer reserves the right to undertake post-tender negotiations with those

persons appearing on the list of preferred Tenderers, once such list is approved by the

Divisional Acquisitions Council.

g) Unless otherwise expressly stated, each Tender lodged in response to the invitation to

Tender shall be deemed to be an offer by the Tenderer. The Employer has the right in

its sole and unfettered discretion not to accept any offer without assigning any reason

therefor.

h) The Employer will not reimburse any Tenderer for any preparatory costs, travelling

and/or accommodation costs, or for other work performed in connection with the

Tender, whether the Tenderer is awarded any business arising out of the Tender, or

not.

i) The successful tenderer will be subject to the conclusion of a final NEC 3 Engineering

and Construction Contract.

j) Tenderers must note that the Employer is not committed to any irrevocable course of

action as a result of it issuing the Tender and/or its receipt of any Tender

documents. Without limitation to the Employer’s rights elsewhere contained herein,

and in addition thereto, the Employer may accordingly in its sole and unfettered

discretion:

k) change all services stipulated for in the Tender and re-issue the Tender in an

amended form;

l) reject any Tender which does not conform strictly with the stipulations and

requirements which are set out in these documents;

m) disqualify late Tenders received after the stated submission deadline;

n) not necessarily accept the lowest priced Tender;

o) award a contract in connection with this Tender at any time to any person(s) or

company;

p) make no award of business; and

q) withdraw the Tender on good cause at any stage of the Tender process upon written

notification to the Tenderers.

T.3.20 Compliance

a. Tenderers must be fully compliant with any and all the statutory and common law that is

applicable to the tender.

Page 39: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUSBIHSMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T1: Tendering procedures Page 39 of 39 T1.3: Standard Conditions of Tender

b. Tenderers shall comply with all applicable South African laws, including without

limitation, the following:

c. Occupational Health & Safety Act 85 of 1993 (“OHSA”);

d. International Health Regulation Act 28 of 1974;

e. National Environmental Management ACT No. 107 of 1998;

f. National Environmental Management Waste Act No. 59 of 2008;

g. Environment Conservation Act No. 73 of 1989;

h. Hazardous Substances Act 15 1973;

i. The Compensation for Occupational Injuries and Disease Act, 1993 (Act No.130 of

1993);

j. All material aspects of all applicable legislation, provincial ordinances and local authority

by-laws, including all relevant regulations promulgated in terms thereof, which affects the

Maritime business;

k. The Basic Conditions of Employment Act No. 75 of 1997;

l. Criminal Procedure Act No. 51 of 1977;

m. National Ports Act No. 12 of 2005 (“NPA”) and enabling legislation thereto, including the

Port Rules; Harbour Master’s Written Instructions and Regulations promulgated in terms

of the NPA.

n. Control of Access to Public Premises and Vehicle Act, No. 53 of 1985;

o. Legal Succession to the South African Transport Services Act No. 9 of 1989 (but

excluding any tariff provided for in such regulations);

p. Customs and Excise Act No 91 of 1964;

q. The National Railway Safety Regulator Act No 16 of 2002;

r. The Labour Relations Act No. 66 of 1995 and the Regulations thereto, and

s. Broad-Based Black Economic Empowerment (B-BBEE) Act 53, of 2003.

FAILURE TO OBSERVE ANY OF THE AFOREMENTIONED REQUIREMENTS

MAY RESULT IN A PROPOSAL BEING REJECTED

Page 40: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Documents Page 1 of 2 T2.2: Returnable Schedules

T2.1 List of Returnable Documents

1. Returnable Schedules

T2.2-1 Authority to submit tender Mandatory

T2.2-2 Mandatory Enterprise Questionnaire Mandatory

T2.2-3 Tax Clearance Certificate

T2.2-4 Schedule of Proposed Subcontractors Mandatory

T2.2-5 Broad-Based Black Economic Empowerment (BBBEE) Certificate

T2.2-6 Central Supplier Database Registration (CSD) Mandatory

T2.2-7 Changes to tender documents

T2.2-8 Record of addenda to tender documents

T2.2-9 RFQ Breach of Law Mandatory

T2.2-10 RFQ Declaration Form Mandatory

T2.2-11 Supplier Code of Conduct

T2.2-12 Supplier Declaration Form

T2.2-13 Mutual Non-Disclosure Agreement

T2.2-14 Form of Intent to Provide Bonds

T2.2-15 RFQ Clarification Request Form

T2.2-16 Supplier Integrity Pact

2. Technical Returnable Schedules

T2.2-17 Method Statement Mandatory

T2.2-18 Management of CV’s Mandatory

T2.2-19 Compliance to Eligibility Contractor Mandatory

T2.2-20 Previous Experience Mandatory

T2.2-21 Project Programme Mandatory

T2.2-22 Compliance to Employers Technical Specification Mandatory

3. C1.1 Offer portion of Form of Offer & Acceptance Mandatory

4. C1.2 Contract Data Part 2: Data by Supplier

5. C2.2 Bill of Quantities/Price Schedule Mandatory

6. C3 Works Information

7. C4 Site Information

Page 41: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Documents Page 2 of 2 T2.2: Returnable Schedules

Annexures A: Technical Evaluation Criteria

Annexure B: SBD1 Form

Annexure C: Bill of Quantities

Annexure C1: Drawings 501, 600 and Out Gate buildings

Annexure C2: Specification 501, 600 and Out Gate buildings

T2.1 List of Returnable Documents Continued

NOTE:

Definitions:

Mandatory – A mandatory returnable that must be returned with the bid document, failure to provide

these documents at closing date will result in disqualification

ALL RETURNABLES MUST BE FULLY COMPLETED, FAILURE TO DO SO WILL NEGATIVELY

AFFECT YOUR TENDER AND MAY RESULT IN DISQUALIFICATION

Page 42: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 1 of 4 T2.2-1: Authority to submit a Tender

T2.2-1: Authority to submit a Tender

Indicate the status of the tenderer by ticking the appropriate box hereunder. The tenderer must complete

the certificate set out below for his category of organisation or alternatively attach a certified copy of a

company / organisation document which provides the same information for the relevant category as

requested here.

A - COMPANY B - PARTNERSHIP C - JOINT VENTURE D - SOLE PROPRIETOR

A. Certificate for Company

I,_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _._ _ _ , chairperson of the board of directors of _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _., hereby confirm that by resolution of the board

taken on _ _ _ __ _ _ _ _ (date), Mr/Ms _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ , acting in the

capacity of _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, was authorised to sign all documents in connection

with this tender offer and any contract resulting from it on behalf of the company.

Signed Date

Name Position Chairman of the Board of Directors

Mandatory Returnable

Page 43: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 2 of 4 T2.2-1: Authority to submit a Tender

B. Certificate for Partnership

We, the undersigned, being the key partners in the business trading as _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ hereby authorise Mr/Ms _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, acting in the

capacity of _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, to sign all documents in connection with the tender

offer for Contract _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ and any contract resulting from it on our behalf.

Name Address Signature Date

NOTE: This certificate is to be completed and signed by the full number of Partners necessary to commit

the Partnership. Attach additional pages if more space is required.

Page 44: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 3 of 4 T2.2-1: Authority to submit a Tender

C. Certificate for Joint Venture

We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise Mr/Ms _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, an authorised signatory of the company _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ , acting in the capacity of lead partner, to sign all documents in connection

with the tender offer for Contract _ _ _ _ __ _ _ and any contract resulting from it on our behalf.

This authorisation is evidenced by the attached power of attorney signed by legally authorised signatories

of all the partners to the Joint Venture.

Furthermore we attach to this Schedule a copy of the joint venture agreement which incorporates a

statement that all partners are liable jointly and severally for the execution of the contract and that the

lead partner is authorised to incur liabilities, receive instructions and payments and be responsible for the

entire execution of the contract for and on behalf of any and all the partners.

Name of firm Address Authorising signature, name (in caps) and capacity

Page 45: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 4 of 4 T2.2-1: Authority to submit a Tender

D. Certificate for Sole Proprietor

I, _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, hereby confirm that I am the sole owner of the business

trading as _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _.

Signed Date

Name Position Sole Proprietor

Page 46: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 1 of 4 T2.2-2: Mandatory Questionnaire

T2.2-2: Mandatory Enterprise Questionnaire

The following particulars must be furnished. In the case of a joint venture, separate enterprise

questionnaires in respect of each partner must be completed and submitted.

Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 4: Particulars of sole proprietors and partners in partnerships

Name Identity number Personal income tax number

* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners

Section 5: Particulars of companies and close corporations

Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Mandatory Returnable

Page 47: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 2 of 4 T2.2-2: Mandatory Questionnaire

Section 6: Record in the service of the state

Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or

director, manager, principal shareholder or stakeholder in a company or close corporation is currently or

has been within the last 12 months in the service of any of the following:

□ a member of any municipal council

□ a member of any provincial legislature

□ a member of the National Assembly or the National Council of Province

□ a member of the board of directors of any municipal entity

□ an official of any municipality or municipal entity

□ an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

□ a member of an accounting authority of any national or provincial public entity

□ an employee of Parliament or a provincial legislature

If any of the above boxes are marked, disclose the following:

Name of sole proprietor, partner, director, manager, principal shareholder or stakeholder

Name of institution, public office, board or organ of state and position held

Status of service (tick appropriate column)

Current Within last 12 months

*insert separate page if necessary

Page 48: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 3 of 4 T2.2-2: Mandatory Questionnaire

Section 7: Record of spouses, children and parents in the service of the state

Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor,

partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close

corporation is currently or has been within the last 12 months been in the service of any of the following:

□ a member of any municipal council

□ a member of any provincial legislature

□ a member of the National Assembly or the National Council of Province

□ a member of the board of directors of any municipal entity

□ an official of any municipality or municipal entity

□ an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

□ a member of an accounting authority of any national or provincial public entity

□ an employee of Parliament or a provincial legislature

Name of spouse, child or parent

Name of institution, public office, board or organ of state and position held

Status of service

(tick appropriate column)

Current Within last 12 months

*insert separate page if necessary

Page 49: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 4 of 4 T2.2-2: Mandatory Questionnaire

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise:

i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue

Services that my / our tax matters are in order;

ii) confirms that the neither the name of the enterprise or the name of any partner, manager, director

or other person, who wholly or partly exercises, or may exercise, control over the enterprise

appears on the Register of Tender Defaulters established in terms of the Prevention and

Combating of Corrupt Activities Act of 2004;

iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may

exercise, control over the enterprise appears, has within the last five years been convicted of fraud

or corruption;

iv) confirms that I / we are not associated, linked or involved with any other tendering entities

submitting tender offers and have no other relationship with any of the tenderers or those

responsible for compiling the scope of work that could cause or be interpreted as a conflict of

interest; and

v) confirms that the contents of this questionnaire are within my personal knowledge and are to the

best of my belief both true and correct.

Signed Date

Name Position

Enterprise name

Page 50: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 1 of 1 T2.2-3: An original valid Tax Clearance Certificate Issued by the South African Revenue Services

T2.2-3: An original valid Tax Clearance Certificate issued by the South African Revenue Services

Attach an original valid Tax Clearance Certificate issued by the South African Revenue Services or provide electronic access PIN obtained from SARS’s new Tax Compliance Status (TCS) system (TCS) system

Signed:

Date:

Name:

Position:

Tenderer:

Page 51: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

CONTRACT NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 1 of 1 T2.2-4: Schedule of Proposed Subcontractors

T2.2- 4: Schedule of Proposed Subcontractors

We notify you that it is our intention to employ the following subcontractor’s / sub consultants for work in

this contract.

If we are awarded a contract, we agree that this notification does not change the requirement for us to

submit the names of proposed Subcontractors in accordance with requirements in the contract for such

appointments. If there are no such requirements in the contract, then your written acceptance of this list

shall be binding between us.

The supplier may not sub-contract more than 25% of the value of the work to any other enterprise that

does not have an equal or higher B-BBEE status level, unless this work is sub-contracted to an

exempted micro enterprise that is capable to execute the sub-contract.

Name and address of proposed Subcontractor

Nature and extent of work (include % of work of whole contract)

Previous experience with Subcontractor and B-BBEE Status

1.

2.

3.

4.

Signed Date

Name Position

Tenderer

Page 52: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Valid and original (or a certified copy) of proof of Respondent’s compliance to B-BBEE requirements

stipulated in Section 5 of this RFQ.

Page 1 of 1

Signed Date

___________________________ _______________________________

Name Position ___________________________ _______________________________

Respondent_______________________________________________________________________

Attached

[Yes/No]

Valid and original (or a certified copy) of proof of Respondent’s

compliance to B-BBEE requirements stipulated in Section 5 of this RFQ.

T2.2-5

Valid and original (or a certified copy) of proof of Respondent’s

compliance to B-BBEE requirements

stipulated in Section 5 of this RFQ.

Returnable Schedule

Respondent must submit a Valid and original (or a certified copy) of proof of Respondent’s compliance to

B-BBEE requirements stipulated in Section 5 of this RFQ.

Page 53: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MOTNHS.

Part T2: Returnable Schedules Page 1 of 1 T2.2-6: CSD

T2.2-6: Central Supplier Database (CSD) Registration

Mandatory Returnable

Page 54: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TIOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 1 of 1 T2.2-7: Changes to Tender Documents

T2.2-7: Changes to Tender Document

Changes to the tender documents are only allowed if a main tender complying fully with the tender

documents has also been provided.

Do not return this schedule if no alternative tender is submitted.

The Conditions of Tender state that the tenderer may:

T.2.12.1 Submit alternative tender offers only if a main tender offer, strictly in accordance with all

the requirements of the tender documents, is also submitted. The alternative tender offer

is to be submitted with the main tender offer together with a schedule that compares the

requirements of the tender documents with the alternative requirements the tenderer

proposes.

T.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the

tender data or criteria otherwise acceptable to the employer.

Having examined the criteria stated in the Tender Data for this tender the proposed changes to the tender

documents are:

Document No.

Subject of the proposed change Propose to change to:

Signed Date

Name Position

Tenderer

Page 55: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDER Part T2: Returnable Schedules Page 1 of 1 T2.2-8: Record of Addenda to Tender documents

T2.2-8: Record of Addenda to Tender Documents

We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer:

Date Title or Details

1

2

3

4

5

6

7

8

9

10

Attach additional pages if more space is required.

Signed Date

Name Position

Tenderer

Page 56: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MOTNHS.

Part T2: Returnable Schedules Page 1 of 1 T2.2-9: Breach of Law

T2.2-9: Request for Proposal – Breach of Law

NAME OF COMPANY: _______________________________________________________

I / We ___________________________________________________________ do hereby certify that

I/we have/have not been found guilty during the preceding five(5) years of a serious breach of law,

including but not limited to a breach of the Competition Act, 89 of 1998, by a court of law, tribunal or other

administrative body. The type of breach that the Respondent is required to disclose excludes relatively

minor offences or misdemeanours, e.g. traffic offences.

Where found guilty of such a serious breach, please disclose:

NATURE OF BREACH:

__________________________________________________________________________________

__________________________________________________________________________________

__________________________________________________________________________________

DATE OF BREACH: _________________________________________________________________

Furthermore, I/we acknowledge that Transnet SOC Ltd reserves the right to exclude any Respondent

from the bidding process, should that person or company have been found guilty of a serious breach of

law, tribunal or regulatory obligation.

SIGNED at ___________________________ on this _____ day of _________________ 20____

_______________________ ___________________________

SIGNATURE OF WITNESS SIGNATURE OF RESPONDENT

Mandatory Returnable

Page 57: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 1 of 3 T2.2-10: RFQ – Declaration Form

T2.2-10: RFQ - Tender Declaration Form

NAME OF COMPANY: _______________________________________________________

We ___________________________________________________________ do hereby certify that:

1. Transnet has supplied and we have received appropriate responses to any/all questions (as

applicable) which were submitted by ourselves for bid clarification purposes;

2. we have received all information we deemed necessary for the completion of this tender;

3. at no stage have we received additional information relating to the subject matter of this tender

from Transnet sources, other than information formally received from the designated Transnet

contact(s) as nominated in the tender documents;

4. we are satisfied, insofar as our company is concerned, that the processes and procedures adopted

by Transnet in issuing this tender and the requirements requested from bidders in responding to

this tender have been conducted in a fair and transparent manner; and

5. furthermore, we acknowledge that a direct relationship exists between a family member and/or an

owner / member / director / partner / shareholder (unlisted companies) of our company and an

employee or board member of the Transnet Group as indicated below: [Respondent to indicate if

this section is not applicable]

FULL NAME OF OWNER/MEMBER/DIRECTOR/

PARTNER/SHAREHOLDER: ADDRESS:

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

Indicate nature of relationship with Transnet:

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

Mandatory Returnable

Page 58: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 2 of 3 T2.2-10: RFQ – Declaration Form

___________________________________________________________________________

[Failure to furnish complete and accurate information in this regard may lead to the disqualification of your

response and may preclude a Respondent from doing future business with Transnet]

6. We declare, to the extent that we are aware or become aware of any relationship between

ourselves and Transnet (other than any existing and appropriate business relationship with

Transnet) which could unfairly advantage our company in the forthcoming adjudication process,

we shall notify Transnet immediately in writing of such circumstances.

7. We accept that any dispute pertaining to this bid will be resolved through the Ombudsman process

and will be subject to the Terms of Reference of the Ombudsman. The Ombudsman process must

first be exhausted before judicial review of a decision is sought. (Refer “Important Notice to

Respondents” overleaf).

8. We further accept that Transnet reserves the right to reverse a tender award or decision based

on the recommendations of the Ombudsman without having to follow a formal court process to

have such award or decision set aside.

SIGNED at _________________________ on this _____ day of _________________ 20____

For and on behalf of AS WITNESS:

…………………………………………………………………………

duly authorised thereto

Name: Name:

Position: Position:

Signature: Signature:

Date:

Place:

IMPORTANT NOTICE TO RESPONDENTS

• Transnet has appointed a Procurement Ombudsman to investigate any material complaint in respect

of tenders exceeding R5,000,000.00 (five million S.A. Rand) in value. Should a Respondent have any

material concern regarding a tender process which meets this value threshold, a complaint may be

lodged with Transnet’s Procurement Ombudsman for further investigation.

Page 59: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules Page 3 of 3 T2.2-10: RFQ – Declaration Form

• It is incumbent on the Respondent to familiarise himself/herself with the Terms of Reference for the

Transnet Procurement Ombudsman, details of which are available for review at Transnet’s website

www.transnet.net.

• An official complaint form may be downloaded from this website and submitted, together with any

supporting documentation, within the prescribed period, to [email protected]

• For transactions below the R5,000,000.00 (five million S.A. Rand) threshold, a complaint may be

lodged with the Chief Procurement Officer of the relevant Transnet Operating Division.

• All Respondents should note that a complaint must be made in good faith. If a complaint is made in

bad faith, Transnet reserves the right to place such a bidder on its List of Excluded Bidders.

Page 60: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDERER Part T2: Returnable Schedule Page 1 of 3 T2.2-11: Supplier code of conduct

T2.2-11: Supplier Code of Conduct

Transnet SOC Ltd aims to achieve the best value for money when buying or selling goods and obtaining

services. This however must be done in an open and fair manner that supports and drives a competitive

economy. Underpinning our process are several acts and policies that any supplier dealing with Transnet

must understand and support. These are:

• The Transnet Procurement Policy – A guide for Tenderers.

• Section 217 of the Constitution - the five pillars of Public PSCM (Procurement and Supply Chain

Management): fair, equitable, transparent, competitive and cost effective;

• The Public Finance Management Act (PFMA);

• The Broad Based Black Economic Empowerment Act (B-BBEE)

• The Prevention and Combating of Corrupt Activities Act (PRECCA); and

• The Construction Industry Development Board Act (CIDB Act).

This code of conduct has been included in this contract to formally appraise Transnet Suppliers of

Transnet’s expectations regarding behaviour and conduct of its Suppliers.

Prohibition of Bribes, Kickbacks, Unlawful Payments, and Other Corrupt Practices

Transnet is in the process of transforming itself into a self-sustaining State Owned Enterprise, actively

competing in the logistics industry. Our aim is to become a world class, profitable, logistics organisation.

As such, our transformation is focused on adopting a performance culture and to adopt behaviours that

will enable this transformation.

1. Transnet Limited will not participate in corrupt practices. Therefore, it expects its suppliers

to act in a similar manner.

• Transnet and its employees will follow the laws of this country and keep accurate business

records that reflect actual transactions with, and payments to, our suppliers.

• Employees must not accept or request money or anything of value, directly or indirectly, from

suppliers.

• Employees may not receive anything that is calculated to:

- Illegally influence their judgement or conduct or to ensure the desired outcome of a

sourcing activity;

- Win or retain business or to influence any act or decision of any person involved in

sourcing decisions; or

- Gain an improper advantage.

Page 61: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDERER Part T2: Returnable Schedule Page 2 of 3 T2.2-11: Supplier code of conduct

• There may be times when a supplier is confronted with fraudulent or corrupt behaviour of

Transnet employees. We expect our Suppliers to use our “Tip-offs Anonymous” Hot line to

report these acts. (0800 003 056).

2. Transnet SOC Ltd is firmly committed to the ideas of free and competitive enterprise.

• Suppliers are expected to comply with all applicable laws and regulations regarding fair

competition and antitrust practices.

• Transnet does not engage with non-value adding agents or representatives solely for the

purpose of increasing BBBEE spend (fronting).

3. Transnet’s relationship with suppliers requires us to clearly define requirements, to

exchange information and share mutual benefits.

• Generally, suppliers have their own business standards and regulations. Although Transnet

cannot control the actions of our suppliers, we will not tolerate any illegal activities. These

include, but are not limited to:

- Misrepresentation of their product (origin of manufacture, specifications, intellectual

property rights, etc);

- Collusion;

- Failure to disclose accurate information required during the sourcing activity

(ownership, financial situation, BBBEE status, etc.);

- Corrupt activities listed above; and

- Harassment, intimidation or other aggressive actions towards Transnet employees.

• Suppliers must be evaluated and approved before any materials, components, products or

services are purchased from them. Rigorous due diligence is conducted and the supplier is

expected to participate in an honest and straight forward manner.

• Suppliers must record and report facts accurately, honestly and objectively. Financial

records must be accurate in all material respects.

Page 62: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

TENDERER Part T2: Returnable Schedule Page 3 of 3 T2.2-11: Supplier code of conduct

Conflicts of Interest

A conflict of interest arises when personal interests or activities influence (or appear to influence) the

ability to act in the best interests of Transnet SOC Ltd.

• Doing business with family members.

• Having a financial interest in another company in our industry

Where possible, contracts will be negotiated to include the above in the terms of such contracts. To the

extent such terms are not included in contractual obligations and any of the above code is breached, then

Transnet reserves its right to review doing business with these suppliers.

I,

of

(insert name of Director or as per Authority Resolution

from Board of Directors)

(insert name of Company)

hereby acknowledge having read, understood and agree to the terms and conditions set out in the

“Transnet Supplier Code of Conduct.”

Signed this on day ___________________________ at ________________________________

_________________________

Signature

Page 63: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 1 of 4 T2.2-12: Supplier Declaration Form

T2.2-12: Supplier Declaration Form

For Attention: The Financial Director or Company Secretary

Transnet Vendor Management has received a request to load your company as a Transnet SOC Ltd

vendor. We would like to take this opportunity to welcome you as a potential vendor and request that you

assist with the following to enable us to process this request:

1. Complete the “Supplier Declaration Form” (SDF) on page 3 of this letter

2. Copy of cancelled cheque OR letter from the bank verifying banking details (with bank stamp)

3. Certified copy of Identity document of Shareholders/Directors/Members (where applicable)

4. Certified copy of certificate of incorporation, CM29 / CM9 (name change)

5. Certified copy of share Certificates of Shareholders, CK1 / CK2 (if CC)

6. A letter with the company’s letterhead confirming physical and postal address

7. Original or certified copy of SARS Tax Clearance certificate and Vat registration certificate

8. A signed letter from the Auditor / Accountant confirming most recent annual turnover and

percentage black ownership in the company AND/OR B-BBEE certificate and detailed scorecard

from a SANAS Accredited Verification Agency.

NB: Failure to submit the above documentation will delay the vendor creation process.

Where applicable, the respective Transnet SOC Ltd business unit processing your application may

request further information from you, e.g. proof of an existence of a Service/Business contract

between your business and the respective Transnet business unit etc.

IMPORTANT NOTES:

a) If your annual turnover is less than R10 million, then in terms of the DTI codes, you are

classified as an Exempted Micro Enterprise (EME). If your company is classified as an EME,

please include in your submission, a signed letter from your Auditor / Accountant confirming your

company’s most recent annual turnover is less than R10 million and percentage of black

ownership in the company AND/OR B-BBEE certificate and detailed scorecard from a SANAS

Accredited Verification Agency.

b) If your annual turnover exceeds R10 million, and you claim a specific BEE level, please

include your BEE certificate in your submission as confirmation of your status.

c) To avoid PAYE tax being automatically deducted from any invoices received from you,

you must also contact the Transnet person who lodged this request on your behalf, so as to be

correctly classified in terms of Tax legislation.

d) Unfortunately, no payments can be made to a vendor until the vendor has been registered,

and no vendor can be registered until the vendor application form, together with its supporting

documentation, has been received and processed.

Page 64: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 2 of 4 T2.2-12: Supplier Declaration Form

Regards,

Transnet Capital Procurement Sourcing

Page 65: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 3 of 4 T2.2-12: Supplier Declaration Form

SUPPLIER DECLARATION FORM

Company Trading Name

Company Registered Name

Company Registration Number Or ID Number If A Sole Proprietor

Form of entity CC Trust Pty Ltd Limited Partnership Sole Proprietor

VAT number (if registered)

Company Telephone Number

Company Fax Number

Company E-Mail Address

Company Website Address

Postal Address

Physical Address

Contact Person

Designation

Telephone

Email

Annual Turnover Range (Last Financial Year) < R5 Million R5-35 million > R35 million

Does Your Company Provide Products Services Both

Area Of Delivery National Provincial Local

Is Your Company A Public Or Private Entity Public Private

Does Your Company Have A Tax Directive Or IRP30 Certificate Yes No

Main Product Or Service Supplied (E.G.: Stationery/Consulting)

Page 66: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 4 of 4 T2.2-12: Supplier Declaration Form

BEE Ownership Details

% Black Ownership % Black women ownership

% Disabled person/s ownership

Does your company have a BEE certificate Yes No

What is your broad based BEE status (Level 1 to 8 / Unknown)

How many personnel does the firm employ Permanent Part time

Name of person procuring your services/products

Contact number

Transnet operating division

Duly Authorised To Sign For And On Behalf Of Firm / Organisation

Name Designation

Signature Date

Stamp And Signature Of Commissioner Of Oath

Name Date

Signature Telephone No.

NB: Please return the completed form, with all the supporting documentation to the

person procuring your services/material/goods

Page 67: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 1 of 4 T2.2-13: Mutual Non-Disclosure Agreement

T2.2-13: Mutual Non-Disclosure Agreement

Note to tenderers: This Non-Disclosure Agreement is to be completed and signed by an

authorised signatory:

THIS AGREEMENT is made effective as of ........... day of ............................... 20...... by and between:

Transnet SOC Ltd (Registration No. 1990/000900/30), a company incorporated and existing under the

laws of South Africa, having its principal place of business at 2ND Floor, Waterfall Business Estate, 9

Country Estate Drive, Midrand, 1662, South Africa,

and

............................................................................... (Registration No. .........................................), a private

company incorporated and existing under the laws of South Africa having its principal place of business

at ..................................................................................................................................

.......................................................................................................................................................

1. Purpose

The parties to this Agreement have a business relationship under which each party may disclose its

Confidential Information to the other for the purpose of design, manufacture, supply and installation

of a coil stacking system for Transnet SOC Ltd (reg.no.1990/000900/30) operating as Transnet Port

Terminals (hereinafter referred to as “TPT”) at the Port of Saldanha. Each party (“the receiving

party”) shall treat as confidential all information and know-how which it may receive from the other

party (“the disclosing party”) in terms of this Agreement (hereinafter referred to as “confidential

information”), and shall not divulge to any other party in any circumstances any such confidential

information, and, in particular, any such confidential information as is covered by the National Key

Points Act (Act No. 102 of 1980), whether during the currency of this Agreement or at any time

thereafter, without the prior written consent of the disclosing party.

2. Definition

“Confidential Information” means any information, technical data, or know-how, including, but not

limited to, that which relates to research, product plans, products, services, customers, markets,

software, developments, inventions, processes, designs, drawings, engineering, hardware

configuration information, marketing or finances.

3. Exclusions

Confidential Information does not include information, technical data or know-how which:

3.1. is in the possession of the receiving party at the time of disclosure as shown by the receiving

party’s files and records immediately prior to the time of disclosure;

3.2. prior or after the time of disclosure becomes part of the public knowledge or literature, not as a

result of any inaction or action of the receiving party;

Page 68: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 2 of 4 T2.2-13: Mutual Non-Disclosure Agreement

3.3. is developed by the receiving party through its independent resources without reference to the

disclosing party's Confidential Information;

3.4. is disclosed to the receiving party by a third party without restriction and, to the knowledge of

the receiving party, without violation of any obligation of confidentiality; or

3.5. is approved for release by the disclosing party in writing.

4. Non-Disclosure of Confidential Information

4.1. The parties to this Agreement agree not to use the Confidential Information disclosed to it by

the other party for its own use or for any purpose except to carry out the Purpose as contained

in this Agreement. Neither party will disclose any Confidential Information of the other party to

third parties except those directors, officers, employees, consultants and agents who are

required to have the information in order to carry out the discussions of the contemplated

Purpose. Each party will notify those directors, officers, employees, consultants and agents to

whom Confidential Information of the other party is disclosed or who have access to

Confidential Information of the other party that they are bound by the obligations of this Non-

Disclosure Agreement.

4.2. Each party agrees that it will take all reasonable measures to protect the secrecy of and avoid

disclosure or use of Confidential Information of the other party in order to prevent it from falling

into the public domain or the possession of persons other than those persons authorised

hereunder to have any such information, which measures shall include the highest degree of

care that either party utilises to protect its own Confidential Information of a similar nature.

Each party agrees to notify the other party in writing of any misuse or misappropriation of such

Confidential Information of the other party which may come to its attention.

5. Promotion of Access to Information Act, No.2 of 2000

5.1. All information relating to the disclosing party and which the disclosing party has indicated to

the receiving party in writing to be confidential information, shall be deemed to be confidential

information.

5.2. No provision of this Agreement shall be construed in such a way that the disclosing party is

deemed to have granted its consent to the receiving party to disclose the whole or any part of

the confidential information in the event that the receiving party receives a request for the whole

or any part of the confidential information in terms of the provisions of the Promotion of Access

to Information Act, No.2 of 2000, as may be amended from time to time (“the Act”).

5.3. Subject to the provisions of sub-clause 5.3 below, the disclosure of confidential information by

the receiving party otherwise than in accordance with the provisions of this Agreement will

entitle the disclosing party to institute action for breach of confidence against the receiving

party, as envisaged by Section 65 of Act No.2 of 2000.

5.4. The receiving party acknowledges that the provisions of sub-clause 5.2 above shall not be

construed in such a manner as to exclude the applicability of any other grounds of refusal

contained in Act No.2 of 2000 which may be applicable in the event that the receiving party

Page 69: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 3 of 4 T2.2-13: Mutual Non-Disclosure Agreement

receives a request for the whole or any part of the confidential information in terms of Act No.2

of 2000.

6. Non-Solicitation

During the two-year period following the execution of this Agreement, neither party will solicit for

employment, on its own behalf or that of any other person, any officer, director or employee of the

other party at the level of director, vice-president or higher with whom the soliciting party became

acquainted during the course of the discussions contemplated by this Agreement; provided, that the

foregoing shall not be deemed to prohibit either party or a subsidiary of such party from making a

general, public solicitation of employment in the ordinary course of such party or subsidiary’s

business, provided that such solicitation is not directed specifically to employees of the other party.

7. Mandatory Disclosure

In the event that either party or their respective directors, officers, employees, consultants or agents

are requested or required by legal process to disclose any of the Confidential Information of the other

party, the party required to make such disclosure shall give prompt notice so that the other party may

seek a protective order or other appropriate relief. In the event that such protective order is not

obtained, the party required to make such disclosure shall disclose only that portion of the

Confidential Information, which its counsel advises that it is legally required to disclose.

8. Variation, Addition or Cancellation

No variation of, addition to, cancellation or novation of this Agreement in its entirety or of any term or

condition thereof shall be of any force or effect unless such amendment or cancellation is reduced to

writing and signed by both parties.

9. No License Granted

Nothing in this Agreement is intended to grant any rights to either party under any patent, copyright,

trade secret or other intellectual property right nor shall this Agreement grant either party any rights

in or to the other party’s Confidential Information, except the limited right to review such Confidential

Information solely for the purposes of the contemplated business relationship between the parties.

10. No Representations

No party makes any representation or warranty as to the accurateness or completeness of any

Confidential Information provided hereunder. Neither party shall have any liability to the other arising

from, or related to, the other party’s use of Confidential Information provided hereunder.

11. Term

The foregoing commitments of either party in this Agreement shall survive any termination of the

business relationship under the contemplated Purpose between the parties, and shall continue

relative to any Confidential Information disclosed hereunder for a period of 10 (ten) years following

the disclosure of such Confidential Information.

Page 70: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 4 of 4 T2.2-13: Mutual Non-Disclosure Agreement

12. Miscellaneous

This Agreement shall be binding upon and for the benefit of the undersigned parties, their successors

and assigns, provided that Confidential Information of either party may not be assigned without the

prior written consent of the disclosing party. Failure to enforce any provision of this Agreement shall

not constitute a waiver of any term hereof.

13. Governing Law and Jurisdiction

This Agreement shall be governed by and construed and enforced in accordance with the laws of the

Republic of South Africa, and shall be binding upon the parties hereto in South Africa and worldwide.

14. Disputes

Any dispute or difference arising out of or relating to this Confidentiality Agreement shall be referred

to arbitration and settled by arbitration according to the rules then in effect of the Arbitration

Foundation of Southern Africa. Such arbitration shall be held in Johannesburg, and conducted in the

English language before 1 (one) arbitrator appointed in accordance with the said rules. The arbitrator

shall apply the law chosen by the parties elsewhere in this Agreement to the merits of the dispute.

This Agreement to arbitrate shall be enforceable in, and judgement upon any award may be entered

in any court of any country having appropriate jurisdiction.

15. Remedies

Each party agrees that its obligations hereunder are necessary and reasonable in order to protect

the other party and the other party’s business, and expressly agrees that monetary damages may be

inadequate to compensate the other party for any breach by either party of any covenants and

agreements set forth herein. Accordingly, each party agrees and acknowledges that any such

violation or threatened violation may cause irreparable injury to the other party and that, in addition

to any other remedies that may be available, in law, in equity or otherwise, the other party shall be

entitled to obtain injunctive relief against the threatened breach of this Agreement or the continuation

of any such breach, without the necessity of proving actual damages.

Signed

Date

Name

Position

Tenderer

Page 71: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

CONTRACT NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 1 of 1 T2.2-14: Form of Intent to provide a Performance Bond

T2.2-14: Form of Intent to Provide a Performance Bond

Secondary Option X13 of NEC3 documents (ECC, PSC, and TSC) allows for provision of a

performance bond from an approved financial institution which the Employer has accepted.

For this contract only performance bonds provided by a financial institution registered in South

Africa will be accepted.

It is hereby agreed that a Performance Bond drafted exactly as provided in the tender documents will

be provided by the Surety named below, which is a bank or insurer registered in South Africa:

Name of Surety (Bank/insurer)

Address

The Performance Bond shall be provided within 4 (four) weeks after the Contract Date defined in the

contract unless otherwise agreed to by the parties.

Signed

Name

Capacity

On behalf of (name of tenderer)

Date

CONFIRMED BY Surety's Authorised Representative

Signature(s)

Name (print)

Capacity

On behalf of Surety (Bank/insurer)

Date

Page 72: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/00900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedule Page 1 of 1 T2.2-15: Clarification Request Form

T2.2-15: RFQ CLARIFICATION REQUEST FORM

RFQ No: TPT CT 20/20

RFQ Deadline for questions / RFQ Clarifications: Before 12H00 on 02 July 2020

TO: Transnet Port Terminals

ATTENTION: The Secretariat, Regional Acquisition Council [RAC]

EMAIL [email protected]

DATE: _____________________________________________

FROM: _____________________________________________

_____________________________________________

RFQ Clarification No [to be inserted by Transnet] ………

REQUEST FOR RFQ CLARIFICATION

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

____________________________________________________________________________________________

Page 73: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Part T2: Returnable Schedules 1 T2.2-16: Supplier Integrity Pact

T2.2-16: Supplier Integrity Pact

Transnet’s Integrity Pact requires a commitment from suppliers and Transnet that they will not engage in

any:

• Corrupt and fraudulent practices;

• Anti-competitive practices; and

• Act in bad faith towards each other.

The Integrity Pact also serves to communicate Transnet’s Gift Policy as well as the remedies available to

Transnet where a Respondent contravenes any provision of the Integrity Pact.

Respondents are required to familiarise themselves with the contents of the Integrity Pact which is

available on the Transnet Internet site [www.transnsnet.net/Tenders/Pages/default.aspx] or on request.

NAME OF ENTITY:

__________________________________________________________________________________

I/We

__________________________________________________________________________________

do hereby certify that I/we have acquainted myself/ourselves with all the documentation comprising the

Transnet Integrity Pact. I/We agree to fully comply with all the terms and conditions stipulated in the

Transnet Supplier Integrity Pact.

I/We furthermore agree that Transnet SOC Ltd shall recognise no claim from me/us for relief based on

an allegation that I/we overlooked any terms and conditions of the Integrity Pact or failed to take it into

account for the purpose of submitting my/our offer.

I/We confirm having been advised that a signed copy of this Schedule can be submitted in lieu of the

entire Transnet Integrity Pact as confirmation in terms of the Returnable Schedule.

SIGNED at ___________________________ on this _____ day of _______________20______

SIGNATURE OF WITNESS SIGNATURE OF RESPONDENT

___________________________ ___________________________

Page 74: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/00900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

1 Returnable Schedule

T2.2-17: Method Statement

Signed Date

__________________________ _____________________________

Name Position

__________________________ ______________________________

Tenderer:

T2.2-17 Method Statements

The tenderer must sufficiently demonstrate the approach/methodology that he/she will employ to cover the

scope of the project in a method statement

Summary of items attached to this method statement:

Page 75: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

1 Returnable Schedule T2.2-18: Management CV’s

Signed Date

__________________________ _____________________________

Name Position

__________________________ ______________________________

Tenderer:

T2.2-18 Management of CV’s of Key Persons

The tenderer Submit the following documents as a minimum with your tender document:

1. An organisational chart indication clear roles and responsibilities and specific function of each

team member,

2. CV’s for people proposed for all identified posts including Site Foreman and Safety Officer,

3. Details of the experience of the staff who will be working on the works with respect to NEC 3 ECC.

Summary of items attached to this schedule:

Page 76: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Page1 Returnable Schedule

T2.2-19: Compliance

Parameter for Refurbishment of Buildings Comply

(Yes/No)

Attach proof

of certificate

Contractor is registered with CIDB and has a minimum Level 3GB grading or Higher

Contractor is registered with Compensation for Occupational Injuries and Diseases Act

(COIDA)

Signed ___________________________ Date ___________________________

Name ____________________________ Position ___________________________

Tenderer ____________________________________________________________________

T2.2-19

Compliance to Eligibility Criteria

Tenderers are to list in this schedule compliance to the Eligibility Criteria of the Contractor

Page 77: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE GOODS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Returnable Schedules 1 T2.2-20: Previous Experience

# Name of Previous Customer, Contact details

(Physical address, phone, fax, email)

Description of Renovation Work Done

Contract Value

No Of

Contracts

Year Done

1

2

3

4

5

6

7

8

9

10

Signed Date

___________________________ ___________________________

Name Position

____________________________ ___________________________

Tenderer

_______________________________________________________________________

T2.2-20 Previous Experience

Note to Tenderers:

Tenderers are required to demonstrate their previous experience on renovation projects executed in the

past five years and to this end shall supply a sufficient detailed reference list of clients with contact

details.

Page 78: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

1 Part T2: Returnable Schedule

T2.2-21: Programme

Signed Date

__________________________ _____________________________

Name Position

__________________________ ______________________________

Tenderer:

T2.2-21

Programme and Timelines

The tender must provide a programme that provides the detail that would indicate the order and timing of

activities to carry out the services in terms of the Employer’s requirements and within the stipulated timeframes.

The tenderer must provide his first programme as detailed in Clause 3.6 of NEC 3 ECC.

The programme must be in the form of a Gantt bar chart in Microsoft Project and must include amongst other the

following:

1. Lead time from the Letter of Award.

2. Start of Execution.

3. Completion of Execution.

Summary of items attached to this schedule:

Page 79: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMIANLS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG. NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

1 Part T2: Returnable Schedules T2.2-22: Compliance to scope

T2.2-22 Compliance to Technical Specification Renovations to Building 501

2.5 SANITARY FIXTURES

Note that this schedule is cross-referenced and must be read in conjunction with the Technical Specification TPT_TS_F. Elements of this document not completed will be deemed as non-compliant to that particular clause. The Tenderer's sign-off at the bottom is deemed as confirmation that this document has been read in conjunction with the Technical Specification.

Technical Spec. Clause

Comply (Y/N)

Comment (mandatory if non-compliant) and reference to returnable schedule

BUILDING 501

1. GENERAL`

1.1

1.2

1.3

1.4

1.5

1.6

1.7

2. PARTICULAR SPECIFICATION

2.1 GENERAL

2.1.1

2.1.2

2.1.3

2.2 PAINTING

2.2.1

2.2.2

2.2.3

2.2.4

2.2.5

2.2.6

2.3 TILING

2.3.1

2.3.2

2.3.3

2.4 DOORS

2.4.1

2.4.2

Page 80: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMIANLS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG. NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

2 Part T2: Returnable Schedules T2.2-22: Compliance to scope

2.5.1

2.5.2

2.6 SANITARY FITTINGS

2.6.1

2.6.2

2.6.3

2.6.4

2.6.5

2.6.6

2.6.7

2.6.8

2.7 KITCHEN FITTINGS

2.7.2

2.7.3

2.7.4

2.7.5

BUILDING 600

1. GENERAL

1.1

1.2

1.3

1.4

1.5

1.6

1.7

2. PARTICULAR SPECIFICATION

2.1 GENERAL

2.1.1

2.1.2

2.1.3

2.2 PAINTING

2.2.1

2.2.2

2.2.3

2.2.4

2.2.5

2.2.6

2.3 TILING

2.3.1

Page 81: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMIANLS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG. NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

3 Part T2: Returnable Schedules T2.2-22: Compliance to scope

2.3.2

2.3.3

2.3.4

2.4 DOORS

2.4.1

2.4.2

2.5 SANITARY FIXTURES

2.5.1

2.5.2

2.5.3

2.6 SANITARY FITTINGS

2.6.1

2.6.2

2.6.3

2.6.4

2.6.5

2.6.6

2.6.7

2.6.8

2.7 KITCHEN FITTINGS

2.7.2

2.7.3

2.7.4

2.7.5

OUT GATE BUILDINGS

1. GENERAL

1.1

1.2

1.3

1.4

1.5

1.6

1.7

2. PARTICULAR SPECIFICATION

2.1 GENERAL

2.1.1

2.1.2

2.1.3

2.2 CEILINGS

Page 82: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMIANLS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG. NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

4 Part T2: Returnable Schedules T2.2-22: Compliance to scope

2.2.1

2.3 PAINTING

2.3.1

2.3.2

2.3.3

2.3.4

2.3.5

2.3.6

2.3.7

2.4 PVC TRUCKING

2.4.1

2.5 TILING

2.5.1

2.5.2

2.5.3

2.5.4

2.5.5

2.6 WINDOWS

2.6.1

2.6.2

2.7 DOORS

2.7.1

2.7.2

2.8 SANITARY FIXTURES

2.8.1

2.8.2

2.9 SANITARY FITTINGS

2.9.1

2.9.2

2.10 KITCHEN FITTINGS

2.10.1

2.10.2

2.10.3

2.10.4

2.10.5

2.10.6

Signed Date

Page 83: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMIANLS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF WORKS: PROVISION FOR THE REFUBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG. NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

5 Part T2: Returnable Schedules T2.2-22: Compliance to scope

__________________ _________________

Name Position

__________________ __________________

Supplier

__________________

Page 84: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 1 of 22 Part C1 Part C1.1: Form of Offer and Acceptance

C1.1 Form of Offer & Acceptance

Offer The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract for the procurement of: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

The tenderer, identified in the Offer signature block, has examined the draft contract as listed in the Acceptance section and agreed to provide this Offer. By the representative of the tenderer, deemed to be duly authorised, signing this part of this Form of Offer and Acceptance the tenderer offers to perform all of the obligations and liabilities of the Contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of contract identified in the Contract Data.

The offered total of the Prices exclusive of VAT is R

Value Added Tax @ 15% is R

The offered total of the Prices inclusive of VAT is R

(in words)

If Option E or F apply, for each offered total insert in brackets, “(Not Applicable – Cost reimbursable)”

This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and Acceptance and returning one copy of this document including the Schedule of Deviations (if any) to the tenderer before the end of the period of validity stated in the Tender Data, or other period as agreed, whereupon the tenderer becomes the party named as the Contractor in the conditions of contract identified in the Contract Data. Signature(s)

Name(s)

Capacity

For the tenderer:

(Insert name and address of organisation)

Name & signature of witness

Date

Mandatory Returnable

Page 85: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 2 of 22 Part C1 Part C1.1: Form of Offer and Acceptance

Acceptance By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the tenderer’s Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in accordance with the conditions of contract identified in the Contract Data. Acceptance of the tenderer’s Offer shall form an agreement between the Employer and the tenderer upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement. The terms of the contract, are contained in: Part C1 Agreements and Contract Data, (which includes this Form of Offer and Acceptance) Part C2 Pricing Data Part C3 Scope of Work: Works Information Part C4 Site Information and drawings and documents (or parts thereof), which may be incorporated by reference into the above listed Parts. Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Returnable Schedules as well as any changes to the terms of the Offer agreed by the tenderer and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations attached to and forming part of this Form of Offer and Acceptance. No amendments to or deviations from said documents are valid unless contained in this Schedule. The tenderer shall within two weeks of receiving a completed copy of this agreement, including the Schedule of Deviations (if any), contact the Employer’s agent (whose details are given in the Contract Data) to arrange the delivery of any securities, bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of contract identified in the Contract Data at, or just after, the date this agreement comes into effect. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this agreement. Notwithstanding anything contained herein, this agreement comes into effect on the date when the tenderer receives one fully completed original copy of this document, including the Schedule of Deviations (if any). Unless the tenderer (now Contractor) within five working days of the date of such receipt notifies the Employer in writing of any reason why he cannot accept the contents of this agreement, this agreement shall constitute a binding contract between the Parties. Signature(s)

Name(s)

Capacity

for the Employer

Transnet SOC limited operating as Transnet Port Terminals Kingsmead Office Park Stalwart Simelane (Stanger) Street Durban, South Africa 4001

Name & signature of witness

Date

Note: If a tenderer wishes to submit alternative tenders, use another copy of this Form of Offer and Acceptance.

Page 86: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 3 of 22 Part C1 Part C1.1: Form of Offer and Acceptance

Schedule of Deviations Note:

1. To be completed by the Employer prior to award of contract. This part of the Offer & Acceptance would not be required if the contract has been developed by negotiation between the Parties and is not the result of a process of competitive tendering.

2. The extent of deviations from the tender documents issued by the Employer prior to the tender closing date is limited to those permitted in terms of the Conditions of Tender.

3. A tenderer’s covering letter must not be included in the final contract document. Should any matter in such letter, which constitutes a deviation as aforesaid be the subject of agreement reached during the process of Offer and Acceptance, the outcome of such agreement shall be recorded here and the final draft of the contract documents shall be revised to incorporate the effect of it.

No. Subject Details

1

2

3

4

By the duly authorised representatives signing this Schedule of Deviations below, the Employer and the tenderer agree to and accept this Schedule of Deviations as the only deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Tender Schedules, as well as any confirmation, clarification or changes to the terms of the Offer agreed by the tenderer and the Employer during this process of Offer and Acceptance. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the tender documents and the receipt by the tenderer of a completed signed copy of this Form shall have any meaning or effect in the contract between the parties arising from this Agreement. For the tenderer:

For the Employer:

Signature

Name

Capacity

On behalf of

(Insert name and address of organisation)

Transnet SOC limited operating as Transnet Port Terminals Kingsmead Office Park Stalwart Simelane (Stanger) Street Durban 4001

Name & signature of witness

Date

Page 87: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 4 of 22 Part C1 Part C1.2: Contract Data Contract Data by Employer

C1.2 Contract Data

Part one - Data provided by the Employer

Clause Statement Data

1 General

The conditions of contract are the core clauses and the clauses for main Option

B: Priced contracts with Bill of Quantities

dispute resolution Option W1: Dispute resolution procedure

and secondary Options

X7: Delay damages

X13: Performance Bond

X18: Limitation of liability

Z: Additional conditions of contract Z1: Intellectual property Z2: Assignment and Waiver Z3: Defect Correction Bond (Retention)

10.1 The Employer is: Transnet SOC Ltd (Reg. no. 1990/000900/30)

Address Having elected its Contractual Address for the purposes of this contract as:

2nd Floor, Waterfall Business Estate 9 Country Estate Drive, Midrand, 1662 Transnet Port Terminals Kingsmead Office Park Stalwart Simelane (Stanger) Street Durban 4001

Tel No. 031 308 8067

Fax No.

10.1 The Project Manager is: (Name) Nkosinathi Mda

Address Transnet Port Terminals Port of Cape Town Technical Building Cape Town, South Africa

Page 88: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 5 of 22 Part C1 Part C1.2: Contract Data Contract Data by Employer

Tel 021 449 2229

Fax 021 449 2181

e-mail [email protected]

10.1 The Supervisor is: (Name) Nicolaas Carstens

Address Transnet Port Terminals Port of Cape Town Technical Building Cape Town, South Africa

Tel No. 021 449 3687

Fax No.

e-mail [email protected]

11.2(13) The works are Provision for the Refurbishment of 501, 600 and Out Gate buildings for Transnet SOC Ltd (reg.no.1990/000900/30) operating as Transnet Port Terminals (hereinafter referred to as “TPT”) for the Port of Cape Town for a period of two (2) months.

11.2(14) The following matters will be included in the Risk Register

11.2(15) The boundaries of the site are Port of Cape Town

11.2(16) The Site Information is in Part C4:Site Information

11.2(19) The Works Information is in Part C3: Scope of Work

12.2 The law of the contract is the law of the Republic of South Africa subject to the jurisdiction of the Courts of South Africa.

13.1 The language of this contract is English

13.3 The period for reply is 3 (Three) weeks

2 The Contractor's main responsibilities No additional data is required for this section of the conditions of contract.

3 Time

11.2(3) The completion date for the whole of the works is

11.2(9) The key dates and the conditions to be met are:

Condition to be met key date

1 TBA TBA

Page 89: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 6 of 22 Part C1 Part C1.2: Contract Data Contract Data by Employer

30.1 The access dates are Part of the Site Date

1 TBA TBA

31.1 The Contractor is to submit a first programme for acceptance within

Two weeks of the Contract Date

31.2 The starting date is.

32.2 The Contractor submits revised programmes at intervals no longer than

Two (2) weeks

4 Testing and Defects

42.2 The defects date is The defects date is 52 (fifty two) weeks after Completion of the whole of the works.

43.2 The defect correction period is Two 2 weeks

except that the defect correction period for a defect which constrains TPTs safe operating or operating capacity to 50% or less is 5 days

5 Payment

50.1 The assessment interval is monthly on the 15th (fifteen) day of each successive month.

51.1 The currency of this contract is the South African Rand. (ZAR)

51.2 The period within which payments are made is

30 Days (from receipt of the Contractor’s valid

Tax invoice and statement prepared in

accordance with this contract and the

applicable law)

51.4 The interest rate is the prime lending rate of the Standard Bank of South Africa.

6 Compensation events

60.1(13) The weather measurements to be recorded for each calendar month are,

the cumulative rainfall (mm)

the number of days with rainfall more than 10 mm

the number of days with minimum air temperature less than 0 degrees Celsius

the number of days with snow lying at 08:00 hours South African Time

and these measurements:

The place where weather is to be recorded (on the Site ) is:

On Site at Cape Town

Page 90: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 7 of 22 Part C1 Part C1.2: Contract Data Contract Data by Employer

The weather data are the records of past weather measurements for each calendar month which were recorded at:

Cape Town Weather Station

and which are available from: Pretoria Weather Bureau 012 367 6023 or [email protected].

60.1(13)

Assumed values for the ten year return weather data for each weather measurement for each calendar month are:

These are additional compensation events: 1

2

3

7 Title No additional data is required for this section of the conditions of contract.

8 Risks and insurance Public Liability Insurance

80.1 These are additional Employer's risks No additional risks are accepted by the Employer other than those which are provided for in this contract.

84.2

The minimum limit of indemnity for insurance in respect of loss of or damage to property (except the works, Plant, Materials and Equipment) and liability for bodily injury to or death of a person (not an employee of the Contractor) caused by activity in connection with this contract for any one event is

Whatever the Contractor requires Within minimum limit of R10m. The contractual amount must be in the offer.

The minimum limit of indemnity for insurance in respect of death of or bodily injury to employees of the Contractor arising out of and in the course of their employment in connection with this contract for any one event is

The Contractor must comply at a minimum with the provisions of the Compensation for Occupational Injuries and Diseases Act No. 130 of 1993 as amended.

Processional indemnity Which cover legal liability as a result of neglect , error or omission

Product indemnity Insurance which cover legal liability as result of defects

Page 91: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 8 of 22 Part C1 Part C1.2: Contract Data Contract Data by Employer

Marine cover Cover the full replacement of the Goods to be transported to include but not limited to the loading and unloading of the Goods from vessel during any stage in the transportation of the Goods.

Marine Transit Covering imports until delivered and checked on site

84.1

The Employer provides these insurances from the Insurance Table

1 Insurance against: Loss of or damage to the goods immediately after the goods, which are the subject matter of this contract or any part of such goods, have arrived off the vessel carrying such goods at the Employer’s site in South Africa at which the Goods are to be delivered.

Cover / indemnity: As is to be stated in the Employer’s insurance policy for contract works liability and public liability (Project Specific Insurance).

The deductibles are: As is determined by the Principle Controlled Insurance (PCI) of the Employer.

2 Insurance against: Loss of or damage to property (except the works, plant, materials & equipment) and liability for bodily injury to or death of a person (not an employee of the Contractor) arising out of or in connection with the performance of the Contract as stated in the PCI insurance policy for Contract Works / Public Liability

Cover / indemnity Is to the extent as stated in the PCI insurance policy for Contract Works / Public Liability

The deductibles are As stated in the PCI insurance policy for Contract Works / Public Liability

84.1

3 Insurance against: Loss of or damage to Equipment (Temporary Works only) as stated in the PCI insurance policy for contract Works and Public Liability

Cover / indemnity Is to the extent as stated in thePCI insurance policy for Contract Works / Public Liability

The deductibles are: As stated in the PCI insurance policy for Contract Works / Public Liability

4 Insurance against: Contract Works SASRIA insurance subject to the terms, exceptions and conditions of the SASRIA coupon

Cover / indemnity Cover / indemnity is to the extent provided by the SASRIA coupon

Page 92: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 9 of 22 Part C1 Part C1.2: Contract Data Contract Data by Employer

The deductibles are The deductibles are subject to the SASRIA COUPON of the SASRIA insurance provided by the Employer.

9 Termination There is no additional Contract Data required for this section of the conditions of contract.

10 Data for main Option clause

B Priced contract of Bill of Quantities No additional data is required for this Option

W1.1 The Adjudicator is Both parties will agree as and when a dispute arises. If the parties cannot reach an agreement on the Adjudicator, the chairman of the Association of Arbitrators will appoint an Adjudicator.

W1.2(3) The Adjudicator nominating body is: The Chairman of the Association of Arbitrators (Southern Africa)

If no Adjudicator nominating body is entered, it is:

the Association of Arbitrators (Southern Africa)

W1.4(2) The tribunal is: Arbitration

W1.4(5) The arbitration procedure is The Rules for the Conduct of Arbitrations of the Association of Arbitrators (Southern Africa)

The place where arbitration is to be held is Durban South Africa

The person or organisation who will choose an arbitrator if the Parties cannot agree a choice or if the arbitration procedure does not state who selects an arbitrator, is

The Chairman of the Association of Arbitrators (Southern Africa)

12 Data for secondary Option clauses

X7 Delay Damages

X7.1

Delay damages for late Completion of the:

Description

Amount per day

1

Refurbishment of 501, 600 and Out Gate buildings

0.1% of the total contract value per day capped at 7,5%

X13 Performance bond

X13.1 The amount of the performance bond is 10% of the Total Contract Price and expires on commissioning, completion of endurance test and handover of the last

Page 93: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 10 of 22 Part C1 Part C1.2: Contract Data Contract Data by Employer

X18.1 The Contractor’s liability to the Employer for indirect or consequential loss is limited to:

An amount being equal to the total Contract Value inclusive of VAT.

X18.2 For any one event, the Contractor’s liability to the Employer for loss of or damage to the Employer’s property is limited to:

An amount being equal to the total Contract Value inclusive of VAT.

X18.3 The Contractor’s liability for Defects due to his design which are not listed on the Defects Certificate is limited to:

An amount being equal to the total Contract Value inclusive of VAT.

X18.4 The Contractor’s total liability to the Employer for all matters arising under or in connection with this contract, other than excluded matters, is limited to:

An amount being equal to the total Contract Value inclusive of VAT.

X18.5 The end of liability date is A period being 12 (Twelve) consecutive

months after the completion by the Contractor

of the whole of the works to the Employer in

terms of the Contract

Five years after the defect date for latent

defects.

Z Additional conditions of contract

The additional conditions of contract are:

Z 1 Intellectual property

Intellectual property rights (including patents, copyright, trademarks etc.) rest with the party owning them and the Employer indemnifies the Contractor from any liability arising from infringement of such intellectual property rights. [See Clauses 80.1, 83.1 and 83.2]

Z 2

Z 2.1

Assignment and Waiver

Neither the Employer nor the Contractor may, without the written consent of the other, assign the Contract or any part thereof or any obligation under the Contract or cede any right or benefit thereunder

Z 2.2 No grant by the Contractor or the Employer to the other of any concession, waiver, condonation or allowance is, in respect of any specific event or circumstance other than that in respect of which the grant was made to constitute a waiver of the rights of the grantor in terms of the Contract or an estoppel of the grantor’s right to enforce the provisions of the Contract.

Z3 Defects Correction Guarantee ( Retention Bond)

Z3.1 The Contractor gives the Employer a Defects correction bond, provided by a bank with a minimum long term credit rating of A – (Fitch rating or equivalent) which the Project Manager has accepted, to the value of 10% of the Contract value and in the form set out in document C1.3 Sureties in Part 1 Agreements and Contract Data. The bond will be given to the Employer prior to the final completion of the works.

Page 94: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 11 of 22 Part C1 Part C1.2: Contract Data Contract Data by Contractor

C1.2 Contract Data

Part two - Data provided by the Contractor The tendering contractor is advised to read both the NEC3 Engineering and Construction Contract – April 2013 and the relevant parts of its Guidance Notes (ECC3-GN)1 in order to understand the implications of this Data which the tenderer is required to complete. An example of the completed Data is provided on pages 152 to 154 of the ECC3 Guidance Notes. Completion of the data in full, according to Options chosen, is essential to create a complete contract.

Clause Statement Data

10.1 The Contractor is (Name):

Address

Tel No.

Fax No.

11.2(8) The direct fee percentage is …..%

The subcontracted fee percentage is …...%

11.2(18) The working areas are the Site and Cape Town Terminal

24.1 The Contractor's key persons are:

1 Name:

Job:

Responsibilities:

Qualifications:

Experience:

2 Name:

Job

Responsibilities:

Qualifications:

Experience:

CV's (and further key persons data including CVs) are appended to Tender Schedule entitled…..

11.2(3) The completion date for the whole of the works is

1 Available from Engineering Contract Strategies Tel 011 803 3008, Fax 011 803 3009

Page 95: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 12 of 22 Part C1 Part C1.2: Contract Data Contract Data by Contractor

11.2(14) The following matters will be included in the Risk Register

B Priced contract of Bill of Quantities

11.2(20) The activity schedule is in

11.2(30) The tendered total of the Prices is (in figures) (in words), excluding VAT

Data for Schedules of Cost Components

Note “SCC” means Schedule of Cost Components starting on page 56 of ECC3, and “SSCC” means Shorter Schedule of Cost Components starting on page 59 of ECC3.

B Priced contract of Bill of Quantities Data for the Shorter Schedule of Cost Components

41 in SSCC

The percentage for people overheads is: ………%

21 in SSCC

The published list of Equipment is the last edition of the list published by

The percentage for adjustment for Equipment in the published list is

1% (state plus or minus)

22 in SSCC

The rates of other Equipment are: Equipment Size or capacity

Rate

61 in SSCC

The hourly rates for Defined Cost of design outside the Working Areas are

Category of employee

Hourly rate

62 in SSCC

The percentage for design overheads is %

63 in SSCC

The categories of design employees whose travelling expenses to and from the Working Areas are included in Defined Cost are:

Per

Page 96: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 13 of 22 Part C1 Part C1.2: Contract Data Contract Data by Contractor

Per

per

per

24 in SCC

The rates of special Equipment are: Equipment Size or capacity

Rate

44 in SCC

The percentage for Working Areas overheads is:

: %

51 in SCC

The hourly rates for Defined Cost of manufacture or fabrication outside the Working Areas are

Category of employee

Hourly rate

52 in SCC

The percentage for manufacture and fabrication overheads is

%

If Option C, D, or E is used Data for both schedules of cost components

61 in SCC & SSCC

The hourly rates for Defined Cost of design outside the Working Areas are

Category of employee

Hourly rate

62 in SCC & SSCC

The percentage for design overheads is %

63 in SCC & SSCC

The categories of design employees whose travelling expenses to and from the Working Areas are included as a cost of design of the works and Equipment done outside the Working Areas are:

If Option C, D or E is used Data for the Shorter Schedule of Cost Components

Page 97: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 14 of 22 Part C1 Part C1.2: Contract Data Contract Data by Contractor

41 in SSCC

The percentage for people overheads is: %

21 in SSCC

The published list of Equipment is the last edition of the list published by

The percentage for adjustment for Equipment in the published list is

%

22 in SSCC

The rates of other Equipment are: Equipment Size or capacity

Rate

Page 98: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 15 of 22 C1.4 Part C1: Agreements and Contract Data Adjudicator’s appointment

C1.3 Forms of Securities

Pro formas for Bonds & Guarantees For use with the NEC3 Engineering & Construction Contract - June 2005 (with amendments June 2006). The conditions of contract stated in the Contract Data Part 1 may include one or more of the following Secondary Options: Option X13: Performance Bond Option Z3: Defects Correction Guarantee (Retention Bond) Each of these Secondary Options requires a bond or guarantee “in the form set out in the Works Information”. Pro forma documents for these bonds and guarantee are provided here for convenience but are to be treated as part of the Works Information. The organisation providing the bond / guarantee does so by copying the pro forma document onto his letterhead without any change to the text or format and completing the required details. The completed document is then given to the Employer within the time stated in the contract.

Page 99: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 16 of 22 C1.4 Part C1: Agreements and Contract Data Adjudicator’s appointment

Pro forma Performance Bond (for use with Option X13) (to be reproduced exactly as shown below on the letterhead of the Surety)

Transnet SOC limited operating as Transnet Port Terminals Kingsmead Office Park Stalwart Simelane (Stanger) Street Durban, South Africa 4001

Date:

Dear Sirs,

Performance Bond for Contract No. With reference to the above numbered contract made or to be made between

Transnet SOC Ltd Registration Number 1990/000900/30 Trading through its Operating Division Transnet Port Terminals

(the Employer) and

(the Contractor), for

Provision for the Refurbishment of 501, 600 and Out Gate buildings for the Port of Cape Town for a period of two (2) months.

(the works).

I/We the undersigned

on behalf of the Surety

of physical address

and duly authorised thereto do hereby bind ourselves as Guarantor and co-principal debtors in solidum for the due and faithful performance of all the terms and conditions of the Contract by the Contractor and for all losses, damages and expenses that may be suffered or incurred by the Employer as a result of non-performance of the Contract by the Contractor, subject to the following conditions:

1. The terms Employer, Contractor, Project Manager, Works and Completion Certificate have the meaning as assigned to them by the conditions of contract stated in the Contract Data for the aforesaid Contract.

2. We renounce all benefits from the legal exceptions "Benefit of Excussion and Division", "No value

received" and all other exceptions which might or could be pleaded against the validity of this performance bond, with the meaning and effect of which exceptions we declare ourselves to be fully acquainted.

3. The Employer has the absolute right to arrange his affairs with the Contractor in any manner which

the Employer deems fit and without being advised thereof the Guarantor shall not have the right to claim his release on account of any conduct alleged to be prejudicial to the Guarantor. Without derogating from the foregoing compromise, extension of the construction period, indulgence, release or variation of the Contractor's obligation shall not affect the validity of this performance bond.

4. This performance bond will lapse on the earlier of

a. the date that the Guarantor receives a notice from the Project Manager, whose authority and

appointment need not be proved by the Guarantor, stating that the Completion Certificate for the whole of the works has been issued, that all amounts due from the Contractor as

Page 100: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 17 of 22 C1.4 Part C1: Agreements and Contract Data Adjudicator’s appointment

certified in terms of the contract have been received by the Employer and that the Contractor has fulfilled all his obligations under the Contract, or

b. the date that the Guarantor issues a replacement Performance Bond for such lesser or

higher amount as may be required by the Project Manager, whose authority and appointment need not be proved by the Guarantor.

5. Always provided that this performance bond will not lapse in the event the Guarantor is notified by the

Project Manager, (before the dates above) whose authority and appointment need not be proved by the Guarantor, of the Employer's intention to institute claims and the particulars thereof, in which event this performance bond shall remain in force until all such claims are paid and settled.

6. The amount of the performance bond shall be payable to the Employer upon the Employer's demand

and no later than 7 days following the submission to the Guarantor of a certificate signed by the Project Manager, whose authority and appointment need not be proved by the Guarantor, stating the amount of the Employer's losses, damages and expenses incurred as a result of the non-performance aforesaid. The signed certificate shall be deemed to be conclusive proof of the extent of the Employer's loss, damage and expense.

7. The Guarantors total liability hereunder is limited to the payment of money only and shall not exceed

the sum of:

(Words)______________________________________________________________________

R ____________________________________________________

8. This Performance Bond is neither negotiable nor transferable and is governed by the laws of the Republic of South Africa, subject to the jurisdiction of the courts of the Republic of South Africa.

9. An irrevocably, on-demand payment guarantee to be issued substantially in the form of Schedule ……. in favour of the Company by a financial institution reasonably acceptable to the Company with a long term international credit rating (International Institutions) and long term national credit rating (local institutions) (by Moody's Investors Service Limited or Fitch Ratings Limited or any successor to their respective ratings business or any other ratings agency approved by the Company) of at least A- (in the case of Fitch Ratings Limited) and A3 (in the case of Moody's Investor Services Limited) and otherwise acceptable to the Company (in its sole and absolute discretion). In any event if the credit rating of the issuer of the guarantee falls below the required minimum before the expiry date, the guarantee should be replaced at the cost of the supplier with an issuer that comply with the minimum required credit rating.

Signed at on this day of 200_

Signature(s)

Name(s) (printed)

Position in Guarantor company

Signature of Witness(s)

Name(s) (printed)

Page 101: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 18 of 22 C1.4 Part C1: Agreements and Contract Data Adjudicator’s appointment

Pro forma Defect correction guarantee (for use with Option Z3) (to be reproduced exactly as shown below on the letterhead of the Bank providing the Guarantee) Transnet SOC Ltd Transnet Port Terminals Kingsmead Office Park Stalwart Simelane (Stanger) Street Durban, 4001

Date:

Dear Sirs Reference No. [●] [Drafting Note: Bank reference number to be inserted] Defect Correction Guarantee: [Drafting Note: Name of Contractor to be inserted] Project [ ] : Contract Reference: [Drafting Note: Contractor contract reference number to be inserted] 1. In this Guarantee the following words and expressions shall have the following meanings:-

1.1 “Bank” means [Insert name of Bank], [●] Branch, Registration No. [●]

1.2 “Bank’s Address” means [Insert physical address of Bank]

1.3 “Contract” means the written agreement relating to providing the works, entered into between the Employer and the Contractor, on or about the [●] day of [●] 20[●] (Contract Reference No. [●]) as amended, varied, restated, novated or substituted from time to time;

1.4 “Contractor” means [●] a company registered in accordance with the laws of [●] under Registration No [●].

1.5 “Employer” means [●] a company registered in accordance with the laws of the Republic of South Africa under Registration Number [●]

1.6 “Expiry Date” means the date on which the Defects Certificate is issued in terms of the Contract.

1.7 “Guaranteed Sum” means the sum of R[●], ([●] Rand)

1.8 “works” means [insert details from Contract Data part 1]

2. At the instance of the Contractor, we the undersigned ______________ and ______________, in our

respective capacities as _____________ and ___________ of the Bank, and duly authorized thereto, confirm that we hold the Guaranteed Sum at the disposal of the Employer as security for the proper performance by the Contractor of all of its obligations in terms of and arising from the Contract and hereby undertake to pay to the Employer, on written demand from the Employer received prior to the Expiry Date, any sum or sums not exceeding in total the Guaranteed Sum.

3. A demand for payment under this guarantee shall be made in writing at the Bank’s address and shall:

• be signed on behalf of the Employer by a director of the Employer;

• state the amount claimed (“the Demand Amount’);

• state that the Contractor has failed to carry out his obligation(s) to rectify Defect(s) for which he is responsible under the Contract (and the nature of such defect(s)) alternatively that the Demand Amount is payable to the Employer in the circumstances contemplated in the Contract.

Page 102: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 19 of 22 C1.4 Part C1: Agreements and Contract Data Adjudicator’s appointment

4. Notwithstanding the reference herein to the Contract the liability of the Bank in terms hereof is as principal and not as surety and the Bank’s obligation/s to make payment:

• is and shall be absolute provided demand is made in terms of this bond in all circumstances; and

• is not, and shall not be construed to be, accessory or collateral on any basis whatsoever. 5. The Bank’s obligations in terms of this Guarantee:

• shall be restricted to the payment of money only and shall be limited to the maximum of the Guaranteed Sum; and

• shall not be discharged and compliance with any demand for payment received by the Bank in terms hereof shall not be delayed, by the fact that a dispute may exist between the Employer and the Contractor.

6. The Employer shall be entitled to arrange its affairs with the Contractor in any manner which it sees fit,

without advising us and without affecting our liability under this Guarantee. This includes, without limitation, any extensions, indulgences, release or compromise granted to the Contractor or any variation under or to the Contract.

7. Should the Employer cede its rights against the Contractor to a third party where such cession is permitted

under the Contract, then the Employer shall be entitled to cede to such third party the rights of the Employer under this Guarantee on written notification to the Bank of such cession.

8. This Guarantee:

• shall expire on the Expiry Date until which time it is irrevocable;

• is, save as provided for in 7 above, personal to the Employer and is neither negotiable nor transferable;

• shall be returned to the Bank upon the earlier of payment of the full Guaranteed Sum or expiry hereof;

• shall be regarded as a liquid document for the purpose of obtaining a court order; and

• shall be governed by and construed in accordance with the law of the Republic of South Africa and shall be subject to the jurisdiction of the Courts of the Republic of South Africa.

• will be invalid and unenforceable if any claim which arises or demand for payment is received after the Expiry Date.

9. The Bank chooses domicilium citandi et executandi for all purposes in connection with this Guarantee at

the Bank’s Address.

Signed at on this day of 20__

For and on behalf of the Bank

Bank Signatories(s)

Name(s) (printed)

Witness(s)

Bank’s seal or stamp

Page 103: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS

Contract Page 20 of 22 C1.4 Part C1: Agreements and Contract Data Adjudicator’s appointment

C1.4 NEC3 Adjudicator’s Contract

Contract between

and

and

for

Contents: Page No.

Form of Agreement 2

Contract Data 3

Documentation prepared by:

Page 104: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract Page 21 of 22 C1.4 Part C1: Agreements and Contract Data Adjudicator’s appointment

Form of Agreement This agreement is made on the day of 20 between

{Insert registered name and address of the Employer} and

{Insert registered name and address of the Contractor}

(the Parties) and

{Insert name and address of the Adjudicator}

(the Adjudicator). The Parties appoint the Adjudicator in accordance with the conditions of contract stated in the NEC3 Adjudicators Contract (June 2005)2 and the Contract Data attached to this agreement. The Adjudicator accepts this appointment and undertakes to carry out the Adjudicator’s duties as described in the conditions of contract. Signed jointly on behalf of the Parties by:

for the Employer for the Contractor

Signature(s)

Name(s) (printed)

Position in organisation

On behalf of (name of organisation)

Signature of Witness(s)

Name(s) (printed)

Date:

and signed by the Adjudicator:

Signature Name (print)

Date:

Contract Data

2 Available from Engineering Contract Strategies Tel 011 803 3008 Fax 011 803 3009

Page 105: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS CONTRACT NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG.NO.1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract Page 22 of 22 C1.4 Part C1: Agreements and Contract Data Adjudicator’s appointment

Please read the relevant clauses in the conditions of contract before you enter data. The number of the principal clause is shown for each statement however other clauses may also use the same data. Rows containing the statement and data for options selected for this contract are identified by shading in the Clause number column. Completion of the data in full, according to Options chosen, is essential to create a complete contract.

Clause Statement Data

1.1 The contract between the Parties is

1.6 The law of the contract is the law of South Africa subject to the jurisdiction of the courts of South Africa

1.9 The language of this contract is English

2.6 The period of retention is weeks

3.1 The amount of the advanced payment is R

3.4 The Adjudicator’s fee (which also applies to time spent travelling) is.

R per hour excluding value added tax

3.5 The period for payment of invoices (if it is not three weeks), is

weeks

3.6 The currency of this contract is the South African Rand.

3.7 The interest rate is % per annum above the prime lending rate of

4.3 The Adjudicator’s appointment terminates on (date)

The additional conditions of contract are:

1

Page 106: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/00900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 1 Part C2: Pricing Data PRO-FAT-0216 Rev02 Part C2.1: Pricing Instructions ECC Option B

PART 2: PRICING DATA

Document reference

Title No of pages

C2.1 Pricing instructions: Option B 2-5

C2.2 The bill of quantities 6

Page 107: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/00900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 1 C2.1 Part C2: Pricing Data Pricing instructions ECC3 Option B

C2.1 Pricing instructions: Option B

1. The conditions of contract

1.1. How the contract prices work and assesses it for progress payments

Clause 11 in NEC3 Engineering and Construction Contract, June 2005 (ECC3) Option B states: Identified and defined terms

11 11.2

(21) The Bill of Quantities is the bill of quantities as changed in accordance with this contract to accommodate implemented compensation events and for accepted quotations for acceleration. (22) Defined Cost is the cost of the components in the Shorter Schedule of Cost Components whether work is subcontracted or not excluding the cost of preparing quotations for compensation events.

(28) The Price for Work Done to Date is the total of

• the quantity of the work which the Contractor has completed for each item in the Bill of Quantities multiplied by the rate and

• a proportion of each lump sum which is the proportion of the work covered by the item which the Contractor has completed.

Completed work is work without Defects which would either delay or be covered by immediately following work.

(31) The Prices are the lump sums and the amounts obtained by multiplying the rates by the quantities for the items in the Bill of Quantities.

This confirms that Option B is a re-measurement contract and the bill comprises only items measured using quantities and rates or stated as lump sums. Value related items are not used. Time related items are items measured using rates where the rate is a unit of time.

1.2. Function of the Bill of Quantities

Clause 55.1 in Option B states, “Information in the Bill of Quantities is not Works Information or Site Information”. This confirms that instructions to do work or how it is to be done are not included in the Bill, but in the Works Information. This is further confirmed by Clause 20.1 which states, “The Contractor Provides the Works in accordance with the Works Information”. Hence the Contractor does not Provide the Works in accordance with the Bill of Quantities. The Bill of Quantities is only a pricing document.

1.3. Guidance before pricing and measuring

Employers preparing tenders or contract documents, and tendering contractors are advised to consult the sections dealing with the bill of quantities in the NEC3 Engineering and Construction Contract (June 2005) Guidance Notes before preparing the bill of quantities or before entering rates and lump sums into the bill. Historically bill of quantities based contracts in South Africa have been influenced by the different approaches of the civil engineering and building sectors of the industry through their respective discipline based standard forms of contract and methods of measurement. This is particularly apparent in the approach to the Preliminary and General bill. On the other hand, because ECC3 caters for a number of disciplines in the same contract, including electrical works, a different approach not currently found in local methods of measurement to the Preliminary & General bill items may have been used.

Page 108: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/00900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 2 C2.1 Part C2: Pricing Data Pricing instructions ECC3 Option B

The NEC approach to the P & G bill assumes use will be made of method related charges for Equipment applied to Providing the Works based on durations shown in the Accepted Programme, fixed charges for the use of Equipment that is required throughout the construction phase, time related charges for people working in a supervisory capacity for the period required, and lump sum charges for other facilities or services not directly related to performing work items typically included in other parts of the bill.

2. Measurement and payment

2.1. Symbols

The units of measurement described in the Bill of Quantities are metric units abbreviated as follows:

Abbreviation Unit

% percent

h hour

ha hectare

kg kilogram

kl kilolitre

km kilometre

km-pass kilometre-pass

kPa kilopascal

kW kilowatt

l litre

m metre

mm millimetre

m2 square metre

m2-pass square metre pass

m3 cubic metre

m3-km cubic metre-kilometre

MN meganewton

MN.m meganewton-metre

MPa megapascal

No. number

Prov sum1 provisional sum

PC-sum prime cost sum

R/only Rate only

sum Lump sum

t ton (1000kg)

W/day Work day

1 Provisional Sums should not be used unless absolutely unavoidable. Rather include specifications and associated bill items for the most likely scope of work, and then change later using the compensation event procedure if necessary. This is because tenderers cannot programme effectively for unknown scopes of work

Page 109: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/00900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 3 C2.1 Part C2: Pricing Data Pricing instructions ECC3 Option B

Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

2.2. General assumptions

The Contractor refers to the Works Information, Specifications, relevant SANS document and general pricing instructions when pricing the items.

All prices are to be shown excluding VAT unless instructed otherwise by the Employer in Tender Data or in an instruction the Employer has given before the Contractor enter his/her Prices.

The Contractor completes all empty cells where the Employer has not made entries.

If the Contractor is to be paid an amount for the item which is not adjusted if the quantity of work in the item changes, the Contractor enters the amount in the Price column only; the Unit, Quantity and Rate columns being left blank.

Unless otherwise stated, items are measured net in accordance with the drawings, and no allowance has been made in the quantities for waste.

The Prices and rates stated for each item in the Bill of Quantities shall be treated as being fully inclusive of all work, risks, liabilities, obligations, overheads, profit and everything necessary as incurred or required by the Contractor in carrying out or providing that item.

Clause 63.13 in Option B provides that these rates and Prices may be used as a basis for assessment of compensation events instead of Defined Cost.

Where this contract requires detailed drawings, designs or other information to be provided, and no rates or prices are included in the bill specifically for such matters, then the Contractor is deemed to have allowed for all costs associated with such requirements within the tendered rates and Prices in the Bill of Quantities.

An item against which no Price is entered will be treated as covered by other Prices or rates in the bill of quantities. If a number of items are grouped together for pricing purposes, this will be treated as a single lump sum.

The quantities contained in the Bill of Quantities may not be final and do not necessarily represent the actual amount of work to be done. The quantities of work assessed and certified for payment by the Project Manager at each assessment date will be used for determining payments due and not the quantities given in the Bill of Quantities.

The short descriptions of the items of payment given in the bill of quantities are only for the purposes of identifying the items. More detail regarding the extent of the work entailed under each item is provided in the Works Information.

If the Contractor is to be paid an amount for the item of work which is the rate for the work multiplied by the quantity completed, the Contractor enters the rate which is then multiplied by the expected quantity to produce the Price, which is also entered.

All Prices are to be shown excluding VAT unless instructed otherwise by the Employer in Tender Data or in an instruction the Employer has given before the Contractor enters his Prices.

If there is insufficient space in the Price List which follows, state in which document the Price List is contained.

Page 110: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/00900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 4 C2.1 Part C2: Pricing Data Pricing instructions ECC3 Option B

The Contractor is deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the works and of the rates and prices stated in the priced Price List in the Works Information. The rates and prices (except in so far as otherwise provided in the Tender) collectively cover full payment for the discharge of all his obligations under the Contract and all matters and things necessary for the proper completion of the works.

Any additional costs foreseen by the Contractor for items not included in the Price List shall be included in the List to be submitted, under the item 1. These items must be specified.

It will be assumed that prices included in the Price List are based on Acts, Ordinances, Regulations, Bylaws, International Standards and National Standards that were published 28 days before the closing date for tenders.

Reference to any particular trademark, name, patent, design, type, specific origin or producer is purely to establish a standard for requirements. Products or articles of an equivalent standard may be substituted but will be subject to approval by the Employer.

The prices and rates in this Price List are fully inclusive prices for the work described under the items. Such prices and rates cover all costs and expenses that may be required in and for the execution of the work described in accordance with the provisions of the scope of work and shall cover liabilities and obligations set forth or implied in the Contract data, as well as profit.

Where no quantity has been provided against an item in the Price List, the Contractor shall use their discretion and provide the quantity.

The short descriptions of the items of payment given in this Price List are only for purposes of identifying the items. More details regarding the extent of the work entailed under each item appear in the Service information.

2.3. Departures from the method of measurement

Items described in the bills of quantities and not covered in the Pricing Information or supplementary specifications shall be governed by the ‘MODEL PREAMBLES FOR TRADES 2008’ instituted by The Association of South African Quantity Surveyors.

2.4. Amplification of or assumptions about measurement items

For the avoidance of doubt the following is provided to assist in the interpretation of descriptions given in the method of measurement. In the event of any ambiguity or inconsistency between the statements in the method of measurement and this section, the interpretation given in this section shall be used.

In the event of conflicting specifications in the various documents, the following order of precedence shall prevail: 1st Bill of Quantities; 2nd This Specification; 3rd Supplementary Specifications; 4th Drawings; 5th ‘MODEL PREAMBLES FOR TRADES 2008 final edition’.

Reference to any documents or supplementary specifications shall be to its latest edition.

Page 111: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/00900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 1 Part C2: Pricing Data PRO-FAT-0216 Rev02 C2.2: Bill of quantities

C2.2 the bill of quantities

For Full Bill of Quantities: Refer to Design, Supply and Execution of Building 501, Building 600 and Out-Gate Facilities – Staff Facility Refurbishment Bills of Quantities

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501, BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY REFURBISHMENT

SUMMARY

Bill Description Pg AMOUNT

SUMMARY OF TRADES

1 PRELIMINARIES & GENERAL 3

2 ALTERATIONS 8

3 CARPENTRY AND JOINERY 14

4 CEILINGS, PARTITIONS AND ACCESS FLOORING 16

5 IRONMONGERY 19

6 METALWORK 23

7 PLASTERING 25

8 TILING 27

9 PLUMBING AND DRAINAGE 33

10 ELECTRICAL WORK 34

11 GLAZING 37

12 PAINTWORK 38

SUB-TOTAL

VAT

GRAND TOTAL

Page 112: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 1 of 23 Part C3: Works Information

PART C3: SCOPE OF WORK

Document reference

Title No of page

This cover page 1

C3.1 Employer’s Works Information 22

Total number of pages 23

Page 113: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 2 of 23 Part C3: Works Information

C3.1 EMPLOYER’S WORKS INFORMATION

Contents

PART C3: SCOPE OF WORK ................................................................................................................................... 1

SECTION 1 ................................................................................................................................................................. 4

1 Description of the works ................................................................................................................................................. 4

1.1 Executive overview ................................................................................................................ 4

1.2 Employer’s objectives ............................................................................................................ 4

1.3 Interpretation and terminology ............................................................................................ 4

2 Engineering and the Contractor’s design ........................................................................................................................ 6

2.1 Employer’s design .................................................................................................................. 6

2.2 Parts of the works which the Contractor is to design ........................................................... 6

2.3 Procedure for submission and acceptance of Contractor’s design ....................................... 6

2.4 Review and Acceptance of Contractor Documentation ........................................................ 7

2.5 Other requirements of the Contractor’s design .................................................................... 7

3 Construction ................................................................................................................................................................... 8

3.1 Temporary works, Site services & construction constraints ................................................. 8

3.2 Completion, testing, commissioning and correction of Defects ......................................... 10

4 Plant and Materials Standards and Workmanship ....................................................................................................... 11

4.1 Investigation, Survey and Site Clearance ............................................................................ 11

4.2 Building works ..................................................................................................................... 11

4.3 Materials .............................................................................................................................. 11

4.4 Workmanship ...................................................................................................................... 11

4.5 Dimensions, heights and levels ........................................................................................... 12

4.6 Set-out ................................................................................................................................. 12

4.7 Clean site ............................................................................................................................. 12

5 List Of Drawings ............................................................................................................................................................ 13

5.1 Drawings issued by the Employer ........................................................................................ 13

SECTION 2 ............................................................................................................................................................... 14

6 Management and start up ............................................................................................................................................ 14

6.1 Management meetings ....................................................................................................... 14

6.2 Documentation Control ....................................................................................................... 14

6.3 Health and Safety risk management ................................................................................... 14

Page 114: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 3 of 23 Part C3: Works Information

6.4 Environmental constraints and management ..................................................................... 15

6.5 Quality assurance requirements ......................................................................................... 15

6.6 Programming constraints .................................................................................................... 16

6.7 Contractor’s management, supervision and key people ..................................................... 17

6.8 Insurance provided by the Employer ................................................................................... 18

6.9 Contract change management ............................................................................................ 18

7 Procurement ................................................................................................................................................................. 19

7.1 Code of Conduct .................................................................................................................. 19

7.2 The Contractor’s Invoices .................................................................................................... 20

7.3 People .................................................................................................................................. 20

7.4 Subcontracting..................................................................................................................... 21

7.5 Plant and Materials ............................................................................................................. 21

Page 115: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 4 of 23 Part C3: Works Information

SECTION 1

1 Description of the works

1.1 Executive overview

Transnet Port Terminals (TPT), hereinafter the Employer, is responsible for the commercial handling

services of sea-route freight across imports, exports and transhipments. In the Port of Cape Town, TPT

operates the Cape Town Container Terminal (CTCT) which is used for the logistics of containerized cargo.

The works that the Contractor is to perform involves, at a high level:

Buildings 501 and 600

The 501 & 600 buildings will undergo internal refurbishment work only. Internal work will include, new

floor finishes, new ceilings, installation of air conditioning and new painting.

Out Gate Facility Building

The Out Gate Facility will undergo a complete internal refurbishment and partial external refurbishment

work. Internal work will include, but not limited to new floor finishes, new ceilings, installation of air

conditioning, new paint, removal of redundant cables, built-in desks and cashier’s window to replace

sliding window. External work will include weatherproofing of all windows, repainting of windowsills and

facia boards.

1.2 Employer’s objectives

The contract forms part of the larger Cape Town Container Terminal employee facilities improvements

project undertaken by the Employer with the objective of rectifying non-compliance to the Occupational

Health & Safety Act (Act 85 of 1993) by providing a clean and safe working environment for staff.

The Employer’s objectives are to achieve completion of the works meeting the Completion Date whilst

still maintaining the highest quality and safety standards and whilst minimising disruptions to ongoing port

and terminal operations. Emphasis is placed on the Employer’s commitment to safety and their objective

to Zero Harm and the Employer’s objective of achieving an incident free construction contract.

The Employer’s specific objective for this contract is to refurbish buildings 501, 600 and Out Gate Facility

by rectifying non-compliance issues identified in a 2018 assessment report and provide a safe and clean

working environment for staff.

1.3 Interpretation and terminology

The following abbreviations are used in this Works Information:

Abbreviation Meaning given to the abbreviation

AIA Authorised Inspection Authority

Page 116: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 5 of 23 Part C3: Works Information

BBBEE Broad Based Black Economic Empowerment

CEMP Construction Environmental Management Plan

CDR Contractor Documentation Register

CDS Contractor Documentation Schedule

CM Construction Manager

CTCT Cape Town Container Terminal

DTI Department of Trade and Industry

HSSP Health and Safety Surveillance Plan

INC Independent Nominated Consultants

SHE Safety, Health and Environment

SANS South African National Standards

SES Standard Environmental Specifications

QA Quality Assurance

SIP Site Induction Programme

SMP Safety Management Plan

TPT Transnet Port Terminals

Page 117: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 6 of 23 Part C3: Works Information

2 Engineering and the Contractor’s design

2.1 Employer’s design

2.1.1 The Employer’s design for the works is done by Transnet Group Capital,

and is contained in:

• BUILDING 501: PARTICULAR SPECIFICATION – ARCHITECTURAL - REV 00

• BUILDING 600: PARTICULAR SPECIFICATION – ARCHITECTURAL - REV 00

• OUT-GATE FACILITIES: PARTICULAR SPECIFICATION – ARCHITECTURAL - REV 00

And

• Drawing 2-001-A-LA-0013-01

• Drawing 2-001-A-LA-0014-01

2.1.2 The Employer grants the Contractor a licence to use the copyright in design data presented to the Contractor for the purpose of the works (and the Contractor’s obligation under paragraph 2.2 of the Employer’s Works Information) ONLY.

2.2 Parts of the works which the Contractor is to design

2.2.1 The Contractor is to design the following parts of the works:

• Site establishment layout(s), as required

• Any temporary works required to construct the permanent works

• Construction Execution Plan

2.2.2 The Contractor is responsible in their design for the overall integration of the design of the works with the design of the Employer as stated under 2.1 Employer’s design above for the following parts of the works:

• Cubicle window trays (refer to Drawing 2-001-A-LA-0014-01)

• Materials, fittings and fixtures (refer to particular specifications)

2.2.3 The Contractor shall be responsible for full compliance with all codes of practice, safety, professional procedures, checking, site approval and requirements of the Construction Regulations in regard to their design.

2.2.4 Unless expressly stated to form part of the design responsibility of the Employer as stated under 2.1 Employer’s design above and whether or not specifically stated to form part of the design responsibility of the Contractor under this paragraph 2.2, all residual design responsibility and overall responsibility for the total design solution for the works rests with the Contractor.

2.3 Procedure for submission and acceptance of Contractor’s design

2.3.1 The Contractor will adhere to the following procedure for submitting designs or specifications for acceptance:

• Design review meetings shall be held on an as-and-when-required basis.

• The Contractor shall present the designs to the Project Manager and the stakeholders identified by the Project Manager.

• These designs shall be signed/approved by the Project Manager after deliberation with stakeholders.

Page 118: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 7 of 23 Part C3: Works Information

• The designs shall be presented in the format as requested by the Project Manager and may include drawings, specifications sheets, technical schedules or physical samples.

2.3.2 Documentation Submission

Project documentation can be submitted electronically where possible. Samples and hard-copies (as-an-when required) to be delivered to the Project Manager’s office.

Hard-copies of certain files (such as the safety file or the Model Preambles for Trades 2008) may be required.

2.4 Review and Acceptance of Contractor Documentation

The Contractor submits documentation as the ‘Works Information’ requires to the Project Manager for review and acceptance.

2.5 Other requirements of the Contractor’s design

2.5.1 The Contractor’s design complies with the following:

• South African National Standards (for details, see Employer’s Design)

• Model Preambles for Trades 2008

• AAMSA Performance Criteria

• AAMSA Selection Guide for Aluminium Architectural Products

Page 119: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 8 of 23 Part C3: Works Information

3 Construction

3.1 Temporary works, Site services & construction constraints

3.1.1 Employer’s Site entry and security control, permits, and Site regulations

Access to the Works will be via existing port roads (Container Road and Duncan Road) in the Port of Cape Town.

The Port of Cape Town is a security-regulated port in terms of the ISPS Maritime Security Regulations of 2004.

• The Contractor’s employees shall produce their identification cards at the main entrance gate.

• All vehicles, persons and goods may be subject to a search.

• Admission to the port is subject to random breathalyser testing. No alcohol is permitted on site and Transnet property.

Visitors must sign in at the main entrance gate to gain access to the Port. Should the Contractor prefer to gain access by electronic card, such access permits may be obtained from Transnet National Ports Authority.

All personnel entering general and operational areas under the jurisdiction of the Employer in the Port of Cape Town must undergo safety induction, which is available hourly between 10:00 and 14:00 every day at the TPT Administration Building.

• Induction slips are mandatory to carry on site and are renewable yearly. The slips are also submitted as part of the safety file.

• The Contractor must obtain a permit for persons and vehicles entering the terminal from the TPT Permit Office for the duration of the work (including third-party delivery vehicles). Permits are renewable monthly and will be the responsibility of the Contractor.

• The Contractor shall provide all personnel (including delivery personnel) with the required PPE. The minimum safety requirement access to operational zones includes steel-toe boots, a hard-hat and a high-visibility vest. Additional equipment including but not limited to ear-, hand and face-protecting PPE may be required for the Works. All vehicles (including delivery vehicles) are required to use orange strobe lights.

• The Contractor shall comply with the safety rules as indicated during the safety induction and as indicated on signage on any TPT site entered.

Access to the Works will be via existing port roads (Container Road and Duncan Road) in the Port of Cape Town. Due allowance must be made for any potential delays arising from vehicular congestion due to the large number of trucks that use Container and Duncan Road. here.

3.1.2 The Contractor complies with the following of the Employer:

• Procedure: Access Control (TPT Sec Pro 001); and

• Procedure: Issuing of Security Access Permits (TPT Sec Pro 003).

3.1.3 Restrictions to access on Site, roads, walkways and barricades

The Contractor, their agents, employees, and Sub-contractors are not allowed in operational, stacking or quayside space. Breaches will be seen in a very serious light.

3.1.4 People restrictions on Site; hours of work, conduct and records:

The terminal operates on a 24-hour basis and work can be scheduled during and after normal working hours, subject to arrangements with the Project Manager.

The site will be surrounded by container operations for the duration of the project. RTG’s (Rubber Tyred Gantries) may move over the site. RTG pathways may not be obstructed.

Facilities may remain in partial use for the duration of the Works. The Contractor shall account for this complication and introduce measures to restrict site access to prevent accidents, interference or damage to property.

Page 120: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 9 of 23 Part C3: Works Information

3.1.5 The Contractor keeps daily records of his people engaged on the Site and Working Areas (including Sub-contractors) with access to such daily records available for inspection by the Project Manager at all reasonable times.

3.1.6 The Contractor complies with the requirements stated under paragraph 2.3 of C3.1 Employer’s Works Information.

3.1.7 The Contractor complies with the CEMP, SES and PES in the construction of the works.

3.1.8 Cooperating with and obtaining acceptance of others

3.1.9 The Contractor performs the works and co-operates with the Employer.

Where the Contractor’s work may affect or interfere with the activities of the Employer or Others, it is important that interfaces in respect of physical location and timing are agreed by all parties and shown on the Contractor’s plan.

3.1.10 Publicity and progress photographs

The Contractor is not allowed to take photographs on-site for publicity, media relations or advertisement without the permission of the Project Manager.

3.1.11 The Contractor provides progress photographs at weekly intervals in electronic format through a cloud-based data storage system.

3.1.12 The Contractor does not advertise the contract or the project to any third party, nor communicate directly with the media (in any jurisdiction) whatsoever without the express written notification and consent of the Project Manager.

3.1.13 Contractor’s Equipment

The Contractor must provide and keep records of their equipment with serial numbers on persons at all times. The Employee may perform random checks to verify ownership. Removal of Transnet assets or material require a release note that is signed and stamped by the Supervisor.

3.1.14 The Contractor keeps daily records of his Equipment used on Site and the Working Areas (distinguishing between owned and hired Equipment) with access to such daily records available for inspection by the Project Manager at all reasonable times.

3.1.15 Site services and facilities:

• On-site water and electricity (220V outlets only)

3.1.16 The Employer provides the following facilities for the Contractor:

• None

3.1.17 Facilities provided by the Contractor:

• Office and storage sheds (if required by the Contractor);

• Ablution and latrine facilities;

• Access and site barricading;

3.1.18 The Contractor provides the following facilities for the Project Manager and Supervisor:

• None

3.1.19 Wherever the Contractor provides facilities (either his own or for the Project Manager and/or Supervisor) and all items of Equipment, involving, inter alia, offices, accommodation, laboratories, Materials storage, compound areas etc, within the Working Areas, then the Contractor makes good and provides full reinstatement to the land (including all apparatus of the Employer and Others in, on or under the land) and surrounding areas to its original standard, upon dismantling of such facilities and items of Equipment.

3.1.20 Unless expressly stated as a responsibility of the Employer as stated under 5.1.11 Site services and facilities, all residual requirements for the provision of facilities and all items of Equipment necessary for the Contractor to Provide the Works remains the responsibility of the Contractor.

3.1.21 Sequences of construction or installation

The Construction Execution Plan must take the following into account:

Page 121: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 10 of 23 Part C3: Works Information

• Works on Buildings 501 and 600 is done consecutively. One building is occupied while the other is undergoing works.

• Works on either Buildings 501 or 600 may be done concurrently with works on the Out-Gate Facility if two teams are available at the same time.

• Works on individual cabins at the Out-Gate is done consecutively. Three cabins are occupied while the other is undergoing works.

3.1.22 Control of noise, dust, water and waste

• The Contractor will keep noise and dust levels to a minimum. At no time shall his/her work result in nuisance, interference or danger to the public or any other person working at Transnet.

• At no time shall the Contractor: - allow any palliative or toxic substance to be released into the air or storm water systems interfere with, or put at risk, the functionality of any system or service cause a fire or safety hazard - interfere with, or put at risk, the functionality of any system or service - cause a fire or safety hazard.

3.2 Completion, testing, commissioning and correction of Defects

3.2.1 The work to be done by the Completion Date

On or before the Completion Date the Contractor shall have done everything required to Provide the Works including the work listed below which is to be done before the Completion Date and in any case before the dates stated. The Project Manager cannot certify Completion until all the work listed below has been done and is also free of Defects, which would have, in his opinion, prevented the Employer from using the works and Others from doing their work.

Item of work To be completed by

Construction Execution Plan Within 3 working days after the Starting Date

Submission of Contractor Safety File Within 2 working days after the Starting Date

Contractor’s Design (including but not limited to the specification sheets, technical schedules and physical samples).

Within 5 working days after the Starting Date

Window schedule Within 10 working days after the Starting Date

Site establishment Within 10 working days after Acceptance of the Safety File

One (1) of four (4) Out-Gate kiosks Within 15 working days after the Starting Date

Either Building 501 or Building 600 and two (2) of four (4) kiosks

Within 25 working days after the Starting Date

Three (3) of four (4) Out-Gate kiosks Within 35 working days after the Starting Date

Remainder of works, site clearance and return handover

The Completion Date

3.2.2 The Contractor is permitted to carry out the following works after Completion:

• Defect correction

3.2.3 Access given by the Employer for correction of Defects

• Subject to Employer’s operational requirements

3.2.4 The Supervisor or Project Manager uses the following tools:

• Pre-Site Handover Inspection Checklist (TRN-IMS-GRP-TMP 014.8)

• Defect List Template

• Final Handover Inspection Checklist (TRN-IMS-GRP-TMP 014.13)

Page 122: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 11 of 23 Part C3: Works Information

4 Plant and Materials Standards and Workmanship

4.1 Investigation, Survey and Site Clearance

4.1.1 The Contractor carries out a site investigation before site establishment to prepare a repair proposal and other documents.

4.1.2 The Contractor shall ensure the existing services & infrastructure in the vicinity of the work area are protected.

4.1.3 All existing surfaces, services and / or structures affected, whether shown on the plan or otherwise, that are damaged or caused to be repositioned as a result of the activities, will have to be reinstated at the cost of the Contractor.

4.2 Building works

4.2.1 All work shall be executed in accordance with the requirements of SANS 10400, a copy of which shall be provided by Contractor and kept of site for the duration of the Contract

4.2.2 This Specification, any Supplementary Specifications and Drawings, shall be read in conjunction with and shall form part of the descriptions of items in the bills of quantities

4.2.3 Items described in the bills of quantities and not covered in these specifications or supplementary specifications shall be governed by ‘MODEL PREAMBLES FOR TRADES 2008’ instituted by The Association of South African Quantity Surveyors, a copy of which shall be provided by the Contractor and kept on site for the duration of the Contract.

4.2.4 In the event of conflicting specifications in the various documents, the following order of precedence shall prevail: 1st Bill of Quantities; 2nd This Specification; 3rd Supplementary Specifications; 4th Drawings; 5th ‘MODEL PREAMBLES FOR TRADES 2008 final edition’.

4.2.5 Reference to any documents or supplementary specifications shall be to its latest edition.

4.3 Materials

4.3.1 All materials specified herein, wastage and supportive installation material shall be provided by the Contractor, and understood as included in the relevant rates.

4.3.2 Materials must be as specified and from prescribed manufacturers only. Such materials may only be substituted upon written approval from the Architect.

4.3.3 For the purposes of submission of tenders, rates for items described in the bills of quantities by trade names, catalogue references, etc shall be for the particular type and manufacture specified.

4.3.4 Rates and quantities may be adjusted relative to such substitutions.

4.3.5 Upon delivery of any material onto site, the Contractor must first confirm that such materials conform to specifications herein and thereafter provide proof of conformance to the Supervisor, prior to building in any such material.

4.3.6 Materials built in must be the best of their respective kinds, new and free from defects and damage.

4.3.7 All materials shall be SABS approved.

4.4 Workmanship

4.4.1 Workmanship must be the best in each trade and executed by competent, certified and registered Artisans, proof of which must be kept on site for duration of the Contract.

4.4.2 The Contractor’s foreman shall be competent in all trades and shall rigorously interrogate workmanship in its finest detail. The Supervisor reserves the right to demand a more reliable

Page 123: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 12 of 23 Part C3: Works Information

replacement for any Artisan he justifies as not performing according to the standards of these specifications or relevant SABS standards.

4.4.3 Rates for manufactured items shall include assembling complete and handing over in proper working order.

4.4.4 The dimensional and positional accuracy of the buildings and their component parts shall comply with Grade I requirements of SANS 10155 unless otherwise stated.

4.5 Dimensions, heights and levels

4.5.1 All Dimensions, Heights and Levels indicated on attached drawings and documentations are based on surface examination of the site. Drawings must not be scaled but rather written dimensions shall be taken in preference. The Architect shall be approached for any missing dimensions, heights and levels.

4.5.2 The Contractor shall verify written dimensions on site prior to the manufacture or preparation of installation items. Discrepancies’ and implications must be escalated to the Architect as soon as it is realized.

4.6 Set-out

4.6.1 The Contractor shall timeously set-out all aspects of the works, identify any conflicts or services and obtain the Supervisor’s approval prior to commencing the works.

4.7 Clean site

4.7.1 At the end of each working day the site must be properly cleaned and all dust inside the building must be vacuum cleaned. All material on site must be properly stacked or stored during all times of every day during the works.

Page 124: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 13 of 23 Part C3: Works Information

5 List Of Drawings

5.1 Drawings issued by the Employer

This is the list of drawings issued by the Employer at or before the Contract Date and which apply to this contract. Note: Some drawings may contain both Works Information and Site Information.

Drawing number Revision Title

2-001-A-LA-0013-01

0A Renovations to Staff Facilities Quay Side Buildings 501 and 600

2-001-A-LA-0014-01

0A Renovations to Staff Facilities Out-Gate Facilities

Page 125: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 14 of 23 Part C3: Works Information

SECTION 2

6 Management and start up

6.1 Management meetings

Regular meetings of a general nature may be convened and chaired by the Project Manager as follows:

Title and Purpose

Approximate time & interval

Location Attendance by:

Kick-off Meeting

Once off at beginning of contract

Employer’s office,

Port of Cape Town

Project Manager (and appropriate delegates) and Contractor

Risk register and –

Compensation events

Bi-Weekly Employer’s office,

Port of Cape Town

Project Manager (and appropriate delegates) and Contractor

Overall contract progress and feedback

Bi-Weekly Employer’s office,

Port of Cape Town

Project Manager (and appropriate delegates) and Contractor

Safety Workshop Once Week Employer’s office,

Port of Cape Town

Contracts Manager (and appropriate delegates) and Contractor

Other meetings of a specialist nature may be convened as specified elsewhere in this Works Information or if not so specified by persons and at times and locations to suit the Parties, the nature and the progress of the works. Records of these meetings shall be submitted to the Project Manager by the person convening the meeting within five days of the meeting. All meetings shall be recorded using minutes or a register prepared and circulated by the person who convened the meeting. Such minutes or register shall not be used for the purpose of confirming actions or instructions under the contract as these shall be done separately by the person identified in the conditions of contract to carry out such actions or instructions.

6.2 Documentation Control

6.2.1 The Contractor shall submit all documentation (including correspondence and drawings) to Transnet (Employer) standards and to the Project Manager’s requirements in accordance with the Project Manager’s document control procedure. The Contractor shall use his own suitable document control system for the control, maintenance and handling of all relevant documentation and drawings issued to him.

6.2.2 The Suppler is to ensure that the latest versions of the required application software and a suitable ‘IT’ Infrastructure are in place to support the electronic transmission of documentation.

6.3 Health and Safety risk management

6.3.1 The Contractor complies with the following SMP:

• TRN-IMS-GRP-GDL-014.2 (Contractor Safety, Health and Environmental Management Specification Guideline)

Page 126: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 15 of 23 Part C3: Works Information

6.3.2 The Contractor performs the works having due regard to the HSSP.

• The HSSP is: TPT SHEQ RS STD 001 (Transnet Port Terminals Standard Operating Procedure for Safety, Health, Environment and Quality Standard)

6.3.3 The Contractor ensures that its Sub-contractors comply with the requirements of the SMP and the HSSP.

6.3.4 The Contractor shall comply with Transnet safety requirements to the satisfaction of the Employer

6.3.5 The Contractor shall prepare a project safety file according to the requirements of TPT CTT SHEQ/RS FORM 077. Approval of this file is a requirement before work can commence.

6.3.6 A Site Access Certificate can only be obtained by the Contractor once the SHE Department has approved the safety plan and documentation.

6.3.7 The Contractor shall ensure that the site and work areas are kept neat, clean and tidy at all times and minimise potential hazards.

6.3.8 The Contractor shall provide their own safety equipment.

6.3.9 The Contractor shall undertake regular site safety toolbox talks. The toolbox talks shall take place at least once per week of work planned.

6.4 Environmental constraints and management

6.4.1 The Contractor complies with the following CEMP:

• TRN-IMS-GRP-GDL-014.2 (Contractor Safety, Health and Environmental Management Specification Guideline)

6.4.2 The Contractor performs the works and all construction activities within the Site and Working Areas having due regard to the environment and to environmental management practices as more particularly described within the Standard Environmental Specification.

6.4.3 The SES describes the minimal acceptable standard for environmental management for a range of environmental aspects commonly encountered on construction projects and sets environmental objectives and targets, which the Contractor observes and complies.

6.5 Quality assurance requirements

6.5.1 The Contractor shall have, maintain and demonstrate its use to the Project Manager (and/or the Supervisor to satisfy the requirements of paragraphs 7.4, 7.5, 3.2.1 and 3.2.8 as appropriate) the documented Quality Management System to be used in the performance of the works.

6.5.2 The Contractor submits his Quality Management System documents to the Project Manager as part of his programme under ECC Clause 31.2 to include details of:

• Quality Plan for the contract;

• Quality Policy; and

• Index of Procedures to be used;

The Project Manager indicates those documents required to be submitted for either information, review or acceptance and the Contractor indicates such requirements within his register of documents. The register shall indicate the dates of issue of the documents with the Project Manager responding to documents submitted by the Contractor for review or acceptance within the period for reply prior to such documents being used by the Contractor.

6.5.3 The Quality Plan means the Contractor’s statement, which outlines strategy, methodology, resources allocation, QA and Quality Control co-ordination activities to ensure that the works meet the standards stated in the Works Information.

6.5.4 The services of a TGC Architect will be engaged by the Employer to assist him with meeting his quality assurance objectives and the Contractor must give the necessary co-operation and supply all the necessary quality management documentation as required. The cost of the QA work by the Architect will be borne by the Employer.

Page 127: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 16 of 23 Part C3: Works Information

6.5.5 The Contractor shall ensure that the quality assurance requirements placed on him under this Contract are transferred into any subcontracts.

6.5.6 Quality system requirements shall be applied on all subcontracts to the point where the acceptability of supplies can be demonstrated solely by the conduct of inspection and/or examination of goods upon receipt at the designated point of delivery.

6.5.7 The Contractor’s quality plan shall include or reference the quality plans of Sub-contractors.

6.6 Programming constraints

6.6.1 General

The Contract programme, progress reports, subsequent updates, revisions and supplementary programmes as detailed in this section are an essential part of the project control system used by the Employer for managing the works and in monitoring the progress of the work under the Contract. The information and data provided by the Contractor pursuant to this procedure must therefore be reliable, accurate and timely in presentation.

6.6.2 Programme submission

A copy of the Contractor’s First Programme shall be submitted with the Tender Document Returnable Schedules that shall comply with the requirements as indicated in the Works Information. The Contractor’s Detailed Programme shall be submitted in both hard and soft copy forms within two weeks of award using a computer software package approved by the Project Manager.

The preferred software package is Microsoft Projects or similar approved.

6.6.3 Contract programme (baseline)

The Contractor’s First Programme, agreeing with the tender submission, shall become the “Contract Programme” or “baseline” against which actual time performance will be compared. Once the baseline has been established, all subsequent programmes will have baseline (target) bars shown against each activity. This programme will be used as the basis on which all variations, extensions of time and changes to methods of delivery shall be assessed.

Identified deviations from the baseline shall be addressed by the Contractor by either demonstrating that the deviation does not constitute a problem to the overall Contractor’s Programme or providing a course of action to remedy the deviation.

6.6.4 Revisions to contract schedule

The Project Manager’s written approval of any revised contract programme shall be given prior to the revised contract programme becoming the new contract programme.

Additional detail may be inserted into the Contract Programme at the request of either the Contractor or the Project Manager. In such cases, the overall start and finish dates of the detail activities shall not vary from the original summary activity(s) that were replaced.

All revisions to the contract programme shall be prepared by, and at the cost of the Contractor.

6.6.5 Supplementary programmes

The Project Manager may at any time, and at the cost and expense of the Contractor, direct the Contractor to produce supplementary programmes to highlight a particular aspect of the work under the Contract. The Project Manager shall not unreasonably request supplementary programmes.

6.6.6 Cash flow

The Contractor shall submit to the Project Manager a detailed cash flow chart based on the contract programme showing the anticipated cash flow as represented by expected payment claim submissions, not only payments received.

6.6.7 Progress reporting

Page 128: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 17 of 23 Part C3: Works Information

To demonstrate the actual progress of the work under the Contract the Contractor shall, on a bi-weekly basis, update and submit the contract programme and the progress to the Project Manager.

The contract programme shall be in the form of a two week look ahead schedule, and shall show the following two separate bars for each activity so as to enable comparison of the actual progress to the contract programme:

The contract programme “baseline” activity bar

The current schedule activity bar identifying the currently forecast start and finish dates of the activity, and the status (% completion of each activity).

6.6.8 Progress monitoring and review

Monitoring and review of the progress of work under the Contract shall consist of an assessment of all activities currently in progress. The following shall be determined:

• percentage complete;

• forecast completion date;

• deviations from the baseline programme; and

• actions required to remedy any deviations.

6.6.9 Monthly status report

The Contractor shall provide a written status report by the 20th of each month or such other reporting period as may be required by the Project Manager from time-to-time. The report shall summarise progress and problems encountered during that month in respect of all parts of the work under the Contract.

As a minimum the report shall include:

• progress against the current approved contract programme;

• summary of progress achieved during the period;

• list of milestones achieved during the period;

• status of design, procurement, and off-site works;

• status of on-site works;

• deviations from the contract programme “baseline”, and in particular, the forecast completion dates of activities which have or should have commenced;

• status of approvals;

• actual or anticipated problems with corresponding action plans to minimise the impact;

• summary of works planned for the following period, and

• cash flow status versus the original forecast.

The progress report shall form the basis of a monthly progress meeting between the Project Manager and the Contractor.

6.6.10 Monthly expediting report

The Contractor shall submit to the Project Manager by facsimile or email within four (4) days after month-end a report on progress of any off-site manufacturing activities of the Contractor during the previous month.

The report shall state the current percentage progress of each major piece of equipment as applies at that date.

Each report shall state the actual completion date for those manufacturing activities completed in the last reported period, shall advise the anticipated completion date for each major piece of equipment and shall comment on any delay or variance with respect to scheduled progress.

The Contractor shall also report his calculated overall completion percentage for each Subcontract at each report date.

6.7 Contractor’s management, supervision and key people

Page 129: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 18 of 23 Part C3: Works Information

6.7.1 The Contractor shall make an adequate, experienced and stable project team available for the duration of the contract. Every effort must be exercised by the Contractor to minimise replacement of individual project team members in order to ensure optimum contract management continuity.

6.7.2 It is a requirement of this contract that the Contractor employs a full time, fully qualified and experienced Foreman who has been delegated sufficient authority to manage the contract efficiently on Site during erection and commissioning. The Foreman is required to be fluent in English, both in writing and orally.

6.7.3 An organogram of all the Contractor‘s people who will be directly involved with the management and execution of this contract down to Supervisory level, showing each key person named to do the job as stated in the Contract Data, shall be submitted with the Tender Document Returnable Schedules.

6.8 Insurance provided by the Employer

6.8.1 Insurance provided by the Employer is contained in the Contract Data – Part 1.

6.9 Contract change management

6.9.1 No additional requirements apply to ECC Clause 60 series.

Page 130: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 19 of 23 Part C3: Works Information

7 Procurement

7.1 Code of Conduct

Transnet aims to achieve the best value for money when buying or selling goods and obtaining services. This however must be done in an open and fair manner that supports and drives a competitive economy. Underpinning our process are several acts and policies that any supplier dealing with Transnet must understand and support. These are:

• The Transnet Procurement Procedures Manual (PPM);

• Section 217 of the Constitution - the five pillars of Public PSCM (Procurement and Supply Chain Management): fair, equitable, transparent, competitive and cost effective;

• The Public Finance Management Act (PFMA);

• The Broad Based Black Economic Empowerment Act (B-BBEE); and

• The Anti-Corruption Act.

This code of conduct has been included in this contract to formally apprise Transnet Suppliers of Transnet’s expectations regarding behaviour and conduct of it’s Suppliers.

Prohibition of Bribes, Kickbacks, Unlawful Payments, and Other Corrupt Practices Transnet is in the process of transforming itself into a self-sustaining State Owned Enterprise, actively competing in the logistics industry. Our aim is to become a world class, profitable, logistics organisation. As such, our transformation is focused on adopting a performance culture and to adopt behaviours that will enable this transformation. 1. Transnet will not participate in corrupt practices and therefore expects its suppliers to act in a

similar manner.

• Transnet and its employees will follow the laws of this country and keep accurate business records that reflect actual transactions with and payments to our suppliers.

• Employees must not accept or request money or anything of value, directly or indirectly, to:

- Illegally influence their judgement or conduct or to ensure the desired outcome of a sourcing activity;

- Win or retain business or to influence any act or decision of any decision stakeholders involved in sourcing decisions; or

- Gain an improper advantage.

• There may be times when a supplier is confronted with fraudulent or corrupt behaviour of Transnet employees. We expect our Suppliers to use our “Tip-offs Anonymous” Hot line to report these acts. (0800 003 056).

2. Transnet is firmly committed to the ideas of free and competitive enterprise.

- Suppliers are expected to comply with all applicable laws and regulations regarding fair competition and antitrust.

- Transnet does not engage with non-value adding agents or representatives solely for the purpose of increasing B-BBEE spend (fronting)

3. Transnet’s relationship with suppliers requires us to clearly define requirements, exchange information and share mutual benefits.

• Generally, Suppliers have their own business standards and regulations. Although Transnet cannot control the actions of our suppliers, we will not tolerate any illegal activities. These include, but are not limited to:

- Misrepresentation of their product (origin of manufacture, specifications, intellectual property rights, etc);

- Collusion;

- Failure to disclose accurate information required during the sourcing activity (ownership, financial situation, B-BBEE status, etc.);

- Corrupt activities listed above; and

Page 131: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 20 of 23 Part C3: Works Information

- Harassment, intimidation or other aggressive actions towards Transnet employees.

• Suppliers must be evaluated and approved before any materials, components, products or services are purchased from them. Rigorous due diligence is conducted and the supplier is expected to participate in an honest and straight forward manner.

• Suppliers must record and report facts accurately, honestly and objectively. Financial records must be accurate in all material respects.

Conflicts of Interest

1. A conflict of interest arises when personal interests or activities influence (or appear to influence) the ability to act in the best interests of Transnet.

• Doing business with family members

• Having a financial interest in another company in our industry

7.2 The Contractor’s Invoices

7.2.1 When the Project Manager certifies payment (see ECC Clause 51.1) following an assessment date, the Contractor complies with the Employer’s procedure for invoice submission.

7.2.2 The invoice must correspond to the Project Manager’s assessment of the amount due to the Contractor as stated in the payment certificate.

7.2.3 The invoice states the following:

Invoice addressed to Transnet SOC Ltd;

Transnet SOC Limited’s VAT No: 4720103177;

Invoice number;

The Contractor’s VAT Number; and

The Contract number [insert relevant details].

The invoice contains the supporting detail [insert relevant details].

7.2.4 The invoice is presented through accepted electronic communication methods.

7.3 People

7.3.1 B-BBEE and preferencing scheme

Points will be awarded to tenderers based on preferencing using the balanced Department of Trade and Industry (DTI) scorecard. The application of the Broad-Based Black Economic Empowerment recognition levels and score preferencing points are as follows:

Contribution Level

Qualification Points on the generic scorecard

Broad-Based BEE Recognition Level

Preferencing Points Scored

Level 1 Greater than or equal to 100 points 135% 10

Level 2 Greater than or equal to 85 points but less than 100 points

125% 9.26

Level 3 Greater than or equal to 75 points but less than 85 points

110% 8.15

Level 4 Greater than or equal to 65 points but less than 75 points

100% 7.41

Level 5 Greater than or equal to 55 points but less than 65 points

80% 5.95

Level 6 Greater than or equal to 45 points but less than 55 points

60% 4.44

Page 132: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 21 of 23 Part C3: Works Information

Level 7 Greater than or equal to 40 points but less than 55 points

50% 3.70

Level 8 Greater than or equal to 30 points but less than 40 points

10% .74

Level 9 Less than 30 points 0% 0.00

On the basis the tenderer with a B-BBEE recognition level of 135% will achieve 10 points, and the points will be allocated accordingly on a pro-rata basis as per the table above.

In addition to the above, provision is made for the case where a tenderer has greater than 50% black ownership. In this instance, provided the requisite documentary evidence is supplied, the tenderer will then be awarded preference points one level above that awarded based on the DTI scorecard. For example, a tenderer with > 50% black ownership obtaining a Level 6 contribution equating to 4.44 points will be awarded 5.95 preferencing points (Level 5).

Tenderers claiming Preference Points must submit together with the tender document their generic scorecard, evaluated by an independent accreditation agency. Transnet therefore requires tenderers to have been accredited by one of the various SANAS Accreditation Agencies in accordance with the latest relevant Codes of Practice applicable not more than 3 months prior to the date of tender. Although Transnet cannot be prescriptive in this regard, especially if a tenderer has already employed another Rating Agency to provide a rating certificate, it can recommend the services of either Verify Solutions, Cerilog 271 CC trading as Goal Achievement Partners or Mohlaleng trading as On Track, all of whom Transnet has already had extensive dealings with and whose rating methodologies are aligned to the most recent DTI Codes of Good Practice. Should the B-BBEE rating not be provided, Transnet reserves the right to award no points and/or declare the tender void. Transnet also reserves the right to carry out an independent audit of the tenderers scorecard components at any stage from the date of close of the tenders until completion of the contract.

Tenderers with no accreditation will score zero points for preferencing.

7.4 Subcontracting

7.4.1 Preferred Sub-contractors

None

7.4.2 Subcontract documentation, and assessment of subcontract tenders

The Contractor shall only employ or bring a Sub-contractor onto the site and/or working areas with prior written approval of the Project Manager.

The Contractor shall be responsible for the correct and complete installation of all Plant and Materials supplied by Sub-contractors.

7.4.3 Limitations on subcontracting

The Contractor shall be responsible for the correct and complete installation of all Plant and Materials supplied by Sub-contractors.

In such instances where the Contractor employs a Sub-contractor who constructs or installs part of the Works, The Contractor shall ensure that any such Sub-contractor complies with all the safety, risk and quality requirements as stipulated in this document and as required by the Employer.

7.4.4 Attendance on Sub-contractors

The safety file of the Sub-contractor shall be submitted and approved by TPT SHEQ department. The Employer reserves two (2) weeks for review and approval of safety files.

7.5 Plant and Materials

7.5.1 Standard Codes of Practise

Page 133: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 22 of 23 Part C3: Works Information

All materials, where applicable, shall conform in respect to quality, manufacture, tests and performance, to the applicable South African National Standards or where no such Standard exists, the appropriate British Standard. Materials not specifically stipulated shall be of the best commercial quality.

7.5.2 The latest editions and/or amendments of the following Standards and Codes shall be considered a minimum requirement. In the event of differing requirements, the most stringent Code or Standard shall apply:

• South African National Standards;

• DIN or British Standard Specifications / DIN,

• EN and ASME Standard Specifications; N.O.S.A. Safety Guidelines;

7.5.3 The Contractor provides Plant and Materials for inclusion in the works in accordance with SANS 1200A sub-paragraph 2.1, unless otherwise stated elsewhere in the Works Information provided by the Employer. All Plant and Materials are new, unless the use of old or refurbished goods and/or Materials are expressly permitted as stated elsewhere in this Works Information or as may be subsequently instructed by the Project Manager.

7.5.4 Where Plant and Materials for inclusion in the works originate from outside the Republic of South Africa, all such Plant and Materials are new and of merchantable quality, to a recognised national standard, with all proprietary products installed to manufacturers’ instructions.

7.5.5 The Contractor replaces any Plant and Materials subject to breakages (whether in the Working Areas or not) or any Plant and Materials not conforming to standards or specifications stated and notifies the Project Manager and the Supervisor on each occasion where replacement is required.

7.5.6 Use of locally manufactured materials

The Contractor must adhere to the revised Preferential Procurement Policy Framework Act (PPPFA) regulations. This act empowers the Department of Trade and Industry (the dti) to designate industries, sectors and sub-sectors for local production at a specified level of local content.

The following relevant industries, sectors and sub-sectors have so far been designated for local production with minimum local content thresholds:

Industry/sector/sub-sector Minimum threshold for local content

Steel Value-added Products

• Fabricated Structural Steel

• Joining/Connecting Components

• Frames

• Roof and Cladding

• Fasteners

• Wire Products

• Ducting and Structural pipework

• Gutters, downpipes and lauders

Steel Value-added Products

• Plates

• 100%

• 100%

• 100%

• 100%

• 100%

• 100%

• 100%

• 100%

• 100%

Page 134: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS

TENDER NUMBER: TPT CT 20/20

DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE

BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT

TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF

TWO (2) MONTHS.

NEC3 CONTRACT Page 23 of 23 Part C3: Works Information

• Sheets

• Galvanised and Colour Coated Coils

• Wire Rod and Drawn Wire

• Sections

• Reinforcing bars

• 100%

• 100%

• 100%

• 100%

• 100%

Plastc pipes

• Polyvinyl chloride (PVC) pipes

• High density polyethylene (HDPE) pipes

• Polypropylene (PP) pipes

• Glass reinforced plastic (GRP) pipes

100%

• 100%

• 100%

• 100%

• 100%

Page 135: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 1 Part C4: Site Information C4. Site Information

PART C4: SITE INFORMATION

1. Description of the Site and its surroundings

1.1. General description

The facilities as described in the Works Information included in the scope of upgrades are located in the busy operational space in the Cape Town Container Terminal, Port of Cape Town. The site is subject to conditions described in Table 1.

Table 1: Site conditions

The specific facilities can be identified using the following drawings and subjoined table:

• Drawing no. TBH 106 A5-2250 sh1 Duncan Dock Premises Leased to Transnet Port Terminals (see next page)

Table 2: List of permanent buildings in the Cape Town Terminals

Description Function Floors Footprint

(m2)

Drawing reference

no.

Cape Town Container Terminal (TBH 106 A5-2089 sh1)

P-Check Out-Gate Gantry n/a 220 40

Building 600 Staff Facility 1 120 5

Building 501 Staff Facility 1 120 19

Altitude: Approximately 5 masl

Air pollution: Moderate, heavy saline and diesel fumes

Function of site: Container logistics

Page 136: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 2 Part C4: Site Information C4. Site Information

Page 137: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRANSNET PORT TERMINALS TENDER NUMBER: TPT CT 20/20 DESCRIPTION OF THE WORKS: PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

Contract PAGE 3 Part C4: Site Information C4. Site Information

1.2. Existing buildings, structures, and plant & machinery on the Site

The CTCT is a busy, customs controlled container yard which is used to accept and deliver containerised cargo. The site has heavy moving machinery including gantry cranes which may move over the working areas. The working area is within a promulgated port area and the Contractor will be required to observe customs, ISPS and Port regulations (as required) in the Port area. Copies of the Port Regulations can be obtained from the Port admin offices. The fullest collaboration between the Contractor, the Port and the Project Manager is essential in regard to the working of the port.

1.3. Subsoil information

None required for execution of work.

1.4. Hidden services

The site may contain hidden or buried services. All excavation work will be performed manually (i.e. by hand). In instances where mechanical excavation is required, a submission to the Port Authority will be required to determine the location of hidden services. The Contractor must assume that all wires are live and that all services are in-service.

1.5. Other reports and publicly available information

None.

Page 138: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Evaluation

CriteriaDescription Scoring principal Criteria Weighting

Contractor has a Level 3 GB CIDB grading or

Higher. Contractor to attach Registration CertificateYes/No

Contractor is registered with Compensation for

Occupational Injuries and Diseases Act (COIDA).

Contractor to attach Registration Certificate

Yes/No

Previous

Experience

Number of similar refurbishment projects executed in

the past five years with a list indicating each project

value and contact details of client reference.

5 projects or more = 20 points

3 projects or more = 10 points

Less than 3 projects = 5 points

No of projects

completed20

Organizational Structure to include a clear indication

of roles and responsibilities and specific function of

each team member;

Submission of Organisational Strucure = 5 points

Non submission of Organisational Structure = 0 points

Organisational

Organogram5

Civil Foreman with N6: Building & Civil Engineering

with relevant experience in building services in each

field of the project including by not exclusive to

Plumbing, Electrical and Civil works.

N6 Building or Civil Engineering or Equivalent with 6 or more than 6 years experience = 10 points

N3 Building or Civil Engineering or Equivalent with 3 or more than 3 yearsexperience = 5 points

Foreman

Experience10

SHEQ Officer with relevant experience. With

knowledge of OHSAS 18001 (ISO 45001); ISO

14001 AND 9001

SHEQ Officer with experience more than 6 or more than 6 years = 5 points

SHEQ Officer with experience of 3 years or more than 3 years = 3 points

SHEQ Officer

Experience5

Programme

The tender must provide a programme which

provides the detail that would indicate the order and

timing of activities to carry out the services in terms

of the Employer’s requirements and within the

stipulated timeframes.

Completion of works within 8 weeks = 20 points

Completion of works in 10 weeks = 15 points

Completion of works in 12 weeks = 10 points

Completion of works in 14 weeks = 5 points

Completion of works more than 16 weeks = 0 points

Time Frame in

weeks20

Method Statement

The tenderer must sufficiently demonstrate the

approach/methodology that he/she will employ to

cover the scope of the project in a method statement

Method Statement submitted = 20 points

Non submission of Method Statement = 0 points

Method

Statement20

100

TPT CT 20/20: Provision for the Refurbishment of 501, 600 and Out Gate Buildings for Transnet SOC Ltd (Reg No. 1990/00900/30) operating

as Transnet Port Terminals (Hereinafter referred to as “TPT”) for the Port of Cape Town for a period of two (2) months.

Technical

Eligibility

TOTAL RATING

Technical Qualification Threshold = 80%

Compliance to Employer's Technical Specification

108 compliant clauses = 100 % compliant = 20 points

86 compliant clauses = 80 % compliant = 0 points <86

compliant clauses = 0 points

Calculation of points allocated as follows: (Number of clauses compliant - 86) / 22 * 20 points

Compliance to

TS

Management &

CV’s of Key

Personnel

Technical Evaluation Criteria for 501, 600 and Out Gate Buildings at CTCT

20

Page 139: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

SBD1

1

PART A INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF DEPARTMENT/ PUBLIC ENTITY)

BID NUMBER: TPT CT 20/20 CLOSING DATE: 16 JULY 2020 CLOSING TIME: 14:00

DESCRIPTION

PROVISION FOR THE REFURBISHMENT OF 501, 600 AND OUT GATE BUILDINGS FOR TRANSNET SOC LTD (REG NO. 1990/000900/30) OPERATING AS TRANSNET PORT TERMINALS (HEREINAFTER REFERRED TO AS “TPT”) FOR THE PORT OF CAPE TOWN FOR A PERIOD OF TWO (2) MONTHS.

BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)

The Secretariat

Procurement Building

Ben Schoeman Dock

Port of Cape Town

BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:

CONTACT PERSON Siyanda Gxekwa CONTACT PERSON

TELEPHONE NUMBER 021 - 449 2822 TELEPHONE NUMBER

FACSIMILE NUMBER 021 - 449 5931 FACSIMILE NUMBER

E-MAIL ADDRESS [email protected] E-MAIL ADDRESS

SUPPLIER INFORMATION

NAME OF BIDDER

POSTAL ADDRESS

STREET ADDRESS

TELEPHONE NUMBER CODE NUMBER

CELLPHONE NUMBER

FACSIMILE NUMBER CODE NUMBER

E-MAIL ADDRESS

VAT REGISTRATION NUMBER

SUPPLIER 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]

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

Page 140: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

SBD1

2

SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.

Page 141: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

SBD1

3

PART B TERMS AND CONDITIONS FOR BIDDING

1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR

CONSIDERATION.

1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED– (NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN THE BID DOCUMENT.

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) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.

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.

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 PIN 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.”

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 142: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.9 Version 01 P a g e 1 | 1 ©Transnet SOC Ltd

SITE ACCESS CERTIFICATE

To the Contractor Attention (Name)

Address

Tel

Fax

Date E-mail

Contract title / Project Scope Contract / Order No.

Access to (Area) :

Validity Period of Acess Start Date:

End Date

Transnet SOC Ltd allows access to, and use of each part of the Site to the above mentioned Contractor which is necessary for the work included in this contract. Access and use is allowed on the date of access shown on the Accepted Programme / Project Plan.

Note that the Contractor at all times is responsible for the control and safety of the site, and for persons under their control having access to the site. As from the date hereof you will be responsible for compliance with requirements of the Occupational Health and Safety Act, 1993 (Act 85 of 1993) as amended, Railway Safety Requirements, Transnet Contractor Management Specification, National Key Point Requirements where applicable and all conditions of the Contract pertaining to the site of the works as defined and demarcated in the contract documents including the plans of the site or work areas forming part thereof. This shall include compliance to the site access control procedures. For these reasons we prefer to record the dates when access was given, as shown in the table below.

The starting date (from Contract data) is ________________________

Signature (for the Transnet Representative )

Name Date

Signature (for the Health & Safety Representative)

Name Date

Signature (for the Project/Contract Manager)

Name Date

Please confirm your acceptance of this by signature of a Contractor’s key person below.

I, ____________________________________________ do hereby acknowledge and accept the duties and obligations in

respect of the Safety of the site / area of Work in terms of the Occupational Health and Safety Act 85 of 1993 and or any other

legislation and regulations applications.

Name : _________________________________ Designation : _________________________________

Signature : ______________________________ Date : ___________________________________

Page 143: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 1 | 9 ©Transnet SOC Ltd

MANDATARY AGREEMENT

OCCUPATIONAL HEALTH AND SAFETY ACT 85 of 1993 (AS AMENDED)

AGREEMENT WITH MANDATORY In terms of Section 37(1) & (2)

WRITTEN AGREEMENT ENTERED INTO AND BETWEEN

Transnet SOC Ltd

(Hereinafter referred to as the Employer)

AND

------------------------------------------

(Hereinafter referred to as Mandatory (Principal Contractor)

Compensation Fund Number : Project Name :

Page 144: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 2 | 9 ©Transnet SOC Ltd

TABLE OF CONTENTS

1. DEFINITIONS

2. INTERPRETATION

3. REPORTING

4. WARRANTY OF COMPLIANCE

5. APPOINTMENTS AND TRAINING

6. SUPERVISION, DISCIPLINE AND REPORTING

7. ACCESS TO THE OHS ACT

8. COOPERATION

9. WORK PROCEDURES

10. HEALTH AND SAFETY MEETINGS

11. COMPENSATION REGISTRATION

12. MEDICAL EXAMINATIONS

13. INCIDENT REPORTING AND INVESTIGATION

14. SUBCONTRACTORS

15. SECURITY AND ACCESS

16. FIRE PRECAUTIONS AND FACILITIES

17. ABLUTION FACILITIES

18. HYGIENE AND CLEANLINESS

19. NO NUISANCE

20. INTOXICATION NOT ALLOWED

21. PERSONAL PROTECTIVE EQUIPMENT

22. PLANT, MACHINERY AND EQUIPMENT

23. NO USAGE OF EMPLOYER’S EQUIPMENT

24. TRANSPORT

25. CLARIFICATION

26. DURATION OF AGREEMENT 27. NON COMPLINCE

28. HEADING

Page 145: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 3 | 9 ©Transnet SOC Ltd

PREAMBLE

WHEREAS section 37(1) & (2) of the Occupational Health and Safety Act No 85 of 1993 (“the Act”) requires that parties have an agreement in writing to ensure compliance by a mandatory in line with the provisions of the Act.

AND WHEREAS Transnet SOC Ltd requires the services of the Contractors to execute certain projects within its workshops.

AND WHEREAS TRANSNET SOC LTD can be better served by Contractors who have the infrastructure, specialist employees and expertise to execute such projects at the highest level of efficiency on short notice.

NOW THEREFORE the parties agree as follows;

1. DEFINITIONS

For the purpose of this agreement, unless the context indicates otherwise, the following definitions are set out for the terms indicated:

1.1 “Act” means the Occupational Health and Safety Act No 85 of 1993;

1.2 "Agreement" means this Mandatary agreement;

1.3 “Contractor ” means the Mandatory;

1.4 “COID Act” means the Compensation for Occupational Injuries and Diseases Act No 130 of 1993.

1.5 “Effective Date” means the date of signature of this Agreement by the last party signing hereto;

1.6 “Employer” refers to TRANSNET SOC LTD;

1.7 “Mandatary” means an agent, Contractor or sub-contractor for work, but without derogating from the status in his own right as an employer or user;

1.8 “Parties” means TRANSNET SOC LTD and the Contractor, and “Party” shall mean either one of them, as the context indicates;

1.9 “Principal Contract” means the appointed contractor whereby such contractor has to provide goods and or services to TRANSNET SOC LTD.

1.10 “Regulations” means regulations promulgated in terms of the relevant legislation.

1.11 “Section” means the relevant section of the Occupational Health and Safety Act No 85 of 1993

1.12 "Services" means the services to be provided by the Contractor to TRANSNET SOC LTD.

1.13 "TRANSNET SOC LTD" means Transnet Group and all its operating divisions and Specialist units with (Registration No. 1990/000900/06), a public company incorporated in accordance with the company laws of the Republic of South Africa;

2. INTERPRETATION 2.1 Clause headings in this Agreement are included for ease of reference only and do not form part of this

Agreement for the purposes of interpretation or for any other purpose. No provision shall be construed

Page 146: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 4 | 9 ©Transnet SOC Ltd

against or interpreted to the disadvantage of either Party hereto by reason of such Party having or being deemed to have structured or drafted such provision.

2.2 Any term, word or phrase used in this Agreement, other than those defined under the clause heading

“Definitions” shall be given its plain English meaning, and those terms, words, acronyms, and phrases used in this Agreement will be interpreted in accordance with the generally accepted meanings accorded thereto.

2.3 A reference to the singular incorporates a reference to the plural and vice versa. 2.4 A reference to natural persons incorporates a reference to legal persons and vice versa. 2.5 A reference to a particular gender incorporates a reference to the other gender.

3. REPORTING

3.1 The Mandatary and/or his designated person appointed in terms of Section 16(2) of the Occupational Health and Safety Act 85 of 1993 (”the OHS Act”) shall report to the Risk Manager and/or a Project Manager and/or a representative designated by the Employer prior to commencing the work at the premises of the Employer.

4. WARRANTY OF COMPLIANCE

4.1 In terms of this Agreement the Mandatary warrants that he agrees to any of the arrangements and procedures as prescribed by the Employer and as provided for in terms of Section 37(2) of the OHS Act for the purposes of compliance with the OHS Act.

4.2 The Mandatary further warrants that he and/or his employees undertake to maintain such compliance

with the OHS Act. Without derogating from the generality of the above, nor from the provisions of the said Agreement, the Mandatary shall ensure that the clauses as hereunder described are at all times adhered to by himself and his employees.

4.3 The Mandatary hereby undertakes to ensure that the health and safety of any other person on the

premises is not endangered by the conduct of his activities and that of his employees.

5. APPOINTMENTS AND TRAINING

5.1 The Mandatary shall appoint competent persons as per Section 16(2) of the OHS Act. Any such appointed person shall be trained on any occupational health and safety matter and the OHS Act provisions pertinent to the work is to be performed under his responsibility. Copies of any appointments made by the Mandatary shall immediately be provided to the Employer.

5.2 The Mandatary shall further ensure that all his employees are trained on the health and safety aspects

relating to the work to be done on the premises of the Employer and that they understand the hazards associated with such work being carried out on the premises. Without derogating from the foregoing,

the Mandatary shall, in particular, ensure that all his users or operators of any materials, machinery or equipment are properly trained in the use of such materials, machinery or equipment.

5.3 Notwithstanding the provisions of the above, the Mandatary shall ensure that he, his appointed

responsible persons and his employees are at all times familiar with the provisions of the OHS Act, and that they comply with the provisions of the Act.

6. SUPERVISION, DISCIPLINE AND REPORTING

6.1 The Mandatary shall ensure that all work performed on the Employer’s a premise is done under strict supervision and that no unsafe or unhealthy work practices are permitted. Discipline regarding health

Page 147: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 5 | 9 ©Transnet SOC Ltd

and safety matters shall be strictly enforced against any of his employees regarding non-compliance by such employee with any health and safety matters.

6.2 The Mandatary shall further ensure that his employees report to him all unsafe or unhealthy work

situations immediately after they become aware of such conditions and that he in turn immediately reports these to the Employer and/or his representative.

7. ACCESS TO THE OHS ACT

7.1 The Mandatary shall ensure that he has an updated copy of the OHS Act on site at all times and that this is accessible to his appointed responsible persons and employees, save that the parties may make arrangements for the Mandatary and his appointed responsible persons and employees to have access to the Employer’s updated copy/copies of the Act.

8. COOPERATION

8.1 The Mandatary and/or his responsible persons and employees shall provide full co-operation and information if and when the Employer or his representative inquires into any occupational health and safety issues concerning the Mandatary. It is hereby recorded that the Employer and his representative shall at all times be entitled to make such inquiry.

8.2 Without derogating from the generality of the above, the Mandatary and his responsible persons shall

make available to the Employer and his representative, on request, all and/or any checklists and inspection registers required to be kept by him in respect of any of his materials, machinery or equipment.

9. WORK PROCEDURES

9.1 The Mandatary shall, after having established the dangers associated with the work performed,

develop and implement mitigation measures to minimize or eliminate such dangers for the purpose of ensuring a healthy and safe working environment. The Mandatary shall then ensure that his responsible persons and employees are familiar with such mitigation measures.

9.2 The Mandatary shall implement any other safe work practices as prescribed by the Employer and shall

ensure that his responsible persons and employees are made conversant with such other safe work practices as prescribed by the Employer and that his responsible persons and employees adhere to such safe work practices.

9.3 The Mandatary shall ensure that work for which any permit is required by the Employer is not

performed by his employees prior to the Employer obtaining such permit from the Mandatary. 10. HEALTH AND SAFETY MEETINGS

10.1 If required in terms of the OHS Act, the Mandatary shall establish his own health and safety committee(s) and ensure that his employees, being the committee members, provide health and safety representatives to attend the Employer’s health and safety committee meetings.

11. COMPENSATION REGISTRATION

11.1 The Mandatary shall ensure that he has a valid proof of registration with the Compensation Commissioner, as required in terms of COID Act, and that all payments owing to the Commissioner are discharged. The Mandatary shall further ensure that the cover remain in force while any such employee is present on the premises.

12. MEDICAL EXAMINATIONS

12.1 The Mandatary shall ensure that all his employees undergo routine medical examinations and that they are medically fit for the purposes of the work they are to perform.

Page 148: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 6 | 9 ©Transnet SOC Ltd

13. INCIDENT REPORTING AND INVESTIGATION

13.1 All incidents referred to in Section 24 of the OHS Act shall be reported by the Mandatary to the Department of Labour and to the Employer. The Employer shall further be provided with copies of any written documentation relating to any incident.

13.2 The Employer retains an interest in the reporting of any incident as described above as well as in any

formal investigation and/or inquiry conducted in terms of section 32 of the OHS-Act into such incident. 14. SUBCONTRACTORS

14.1 The Mandatary shall notify the Employer of any subcontractor he may wish to perform work on his behalf on the Employer’s premises. It is hereby recorded that all the terms and provisions contained in this clause shall be equally binding upon the subcontractor prior to the subcontractor commencing with the work. Without derogating from the generality of this paragraph:

14.1.1 The Mandatary shall ensure that training as discussed under appointments and training,

is provided prior to the subcontractor commencing work on the Employer’s premises.

14.1.2 The Mandatary shall ensure that work performed by the subcontractor is done under his strict supervision, discipline and reporting.

14.1.3 The Mandatary shall inform the Employer of any health and safety hazards and/or issue

that the subcontractor may have brought to his attention.

14.1.4 The Mandatary shall inform the Employer of any difficulty encountered regarding compliance by the subcontractor with any health and safety instruction, procedure

and/or legal provision applicable to the work the subcontractor performs on the Employer’s premises.

15. SECURITY AND ACCESS

15.1 The Mandatary and his employees shall enter and leave the premises only through the main gate(s) and/or checkpoint(s) designated by the Employer. The Mandatary shall ensure that employees observe the security rules of the Employer at all times and shall not permit any person who is not directly associated with the work from entering the premises.

15.2 The Mandatary and his employees shall not enter any area of the premises that is not directly

associated with their work.

15.3 The Mandatary shall ensure that all materials, machinery or equipment brought by him onto the premises are recorded at the main gate(s) and/or checkpoint(s). Failure to do this may result in a refusal by the Employer to allow the materials, machinery or equipment to be removed from the Employer’s premises.

16. FIRE PRECAUTIONS AND FACILITIES

16.1 The Mandatary shall ensure that an adequate supply of fire-protection and first-aid facilities are provided for the work to be performed on the Employer’s premises, save that the Parties may mutually make arrangements for the provision of such facilities.

16.2 The Mandatary shall further ensure that all his employees are familiar with fire precautions at the

premises, which includes fire-alarm signals and emergency exits, and that such precautions are adhered to.

Page 149: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 7 | 9 ©Transnet SOC Ltd

17. ABLUTION FACILITIES

17.1 The Mandatary shall ensure that an adequate supply of ablution facilities are provided for his employees performing work on the Employer’s premises, save that the parties may mutually make arrangements for the provision of such facilities.

18. HYGIENE AND CLEANLINESS

18.1 The Mandatary shall ensure that the work site and surround area is at all times maintained to the reasonably practicable level of hygiene and cleanliness. In this regard, no loose materials shall be left lying about unnecessarily and the work site shall be cleared of waste material regularly and on completion of the work.

19. NO NUISANCE

19.1 The Mandatary shall ensure that neither he nor his employees undertake any activity that may cause environmental impairment or constitute any form of nuisance to the Employer and/or his surroundings.

19.2 The Mandatary shall ensure that no hindrance, hazard, annoyance or inconvenience is inflicted on the

Employer, another Mandatary or any tenants. Where such situations are unavoidable, the Mandatary shall give prior notice to the Employer.

20. INTOXICATION NOT ALLOWED

20.1 No intoxicating substance of any form shall be allowed on site. Any person suspected of being intoxicated shall not be allowed on the site. Any person required to take medication shall notify the relevant responsible person thereof, as well as the potential side effects of the medication.

21. PERSONAL PROTECTIVE EQUIPMENT

21.1 The Mandatary shall ensure that his responsible persons and employees are provided with adequate personal protective equipment (PPE) for the work they may perform and in accordance with the requirements of General Safety Regulation 2 (1) of the OHS Act. The Mandatary shall further ensure that his responsible persons and employees wear the PPE issued to them at all material times.

22. PLANT, MACHINERY AND EQUIPMENT

22.1 The Mandatary shall ensure that all the plant, machinery, equipment and/or vehicles he may wish to utilize on the Employer’s premises is/are at all times of sound order and fit for the purpose for which it/they is/are attended to, and that it/they complies/comply with the requirements of Section 10 of the OHS Act.

22.2 In accordance with the provisions of Section 10(4) of the OHS Act, the Mandatary hereby assumes the

liability for taking the necessary steps to ensure that any article or substance that it erects or installs at

the premises, or manufactures, sells or supplies to or for the Employer, complies with all the prescribed requirements and will be safe and without risks in terms of health and safety when properly used.

23. NO USAGE OF THE EMPLOYER’S EQUIPMENT

23.1 The Mandatary hereby acknowledges that his employees are not permitted to use any materials, machinery or equipment of the Employer unless the prior written consent of the Employer has been obtained, in which case the Mandatary shall ensure that only those persons authorized to make use of such materials, machinery or equipment, have access thereto.

Page 150: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 8 | 9 ©Transnet SOC Ltd

24. TRANSPORT

24.1 The Mandatary shall ensure that all road vehicles used on the premises are in a roadworthy condition and are licensed and insured. The Mandatary shall ensure that all drivers shall have relevant and valid driving licenses and the Mandatary shall ensure that no vehicle/s shall carry passengers unless it is specifically designed to do and that all drivers shall adhere to the speed limits and road signs on the premises at all times.

24.2 In the event that any hazardous substances are to be transported on the premises, the Mandatary

shall ensure that the requirements of the Hazardous Substances Act 15 of 1973 are complied with fully all times.

25. CLARIFICATION

25.1 In the event that the Mandatary requires clarification of any of the terms or provisions of this Agreement, he should take the necessary steps to contact the Risk Manager of the Employer to obtain such clarification.

26. DURATION OF AGREEMENT

26.1 This Agreement shall remain in force for the duration of the work to be performed by the Mandatary and/or while any of the Mandatary’s employees are present on the Employer’s premises.

27. NON COMPLIANCE WITH THE AGREEMENT

27.1 If the Mandatory fails to comply with any provisions of this Agreement, the Employer shall be entitled to give the mandatory 7 (seven) days written notice to remedy such non-compliance and if the Mandatory fails to comply with such notice, then the Employer shall forthwith be entitled but not obliged, without prejudice to any other rights or remedies which the mandatory may have in law,

271.1 to suspend the main Agreement; or

27.1.2 To claim immediate performance and/or payment of such obligations.

27.2 Should mandatory continue to breach the contract on three occasions, then the Employer is authorised to suspend the main contract without complying with the condition stated in the clause above.

28. HEADINGS

The headings as contained in this Agreement are for reference purposes only and shall not be construed as having any interpretative value in them or as giving any indication as to the meaning of the contents of the paragraphs contained in this Agreement.

Page 151: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

TRN-IMS-GRP-TMP-014.1 Version 1.0 P a g e 9 | 9 ©Transnet SOC Ltd

Thus done and signed

at ___________________on the _____ day of _____________ 2020.

______________________________________________

For and on behalf of the Employer

Witnesses:

1. ____________________________

2. ____________________________

at ___________________on the _____ day of _____________ 2020.

______________________________________________

for and on behalf of the Mandatary

Witnesses:

3. ____________________________

4. ____________________________

Page 152: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No.: P3238360

1 3

2 8

3 14

4 16

5 19

6 23

7 25

8 27

9 33

10 34

11 37

12 38

AMOUNT

TOTAL CARRIED TO FORM OF OFFER

GLAZING

PAINTWORK

PLUMBING AND DRAINAGE

ELECTRICAL WORK

TILING

CEILINGS, PARTITIONS AND ACCESS FLOORING

IRONMONGERY

METALWORK

PLASTERING

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Bill Pg

CARPENTRY AND JOINERY

Description

SUMMARY OF TRADES

PRELIMINARIES & GENERAL

ALTERATIONS

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items. 2. Abbreviations used in the "Payment reference" column below, are as follows :-

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501, BUILDING 600 AND OUT-

GATE FACILITIES - STAFF FACILITY REFURBISHMENT

BILLS OF QUANTITIES

SUMMARY

BOQ 1 Design, Supply and Execution of Building 501, Building 600 and Out-Gate Facilities

Page 153: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

1 BILL NO: 1

1.1 PRELIMINARIES & GENERAL

1.1.1 Fixed Charge Items

8.3.1 Contractual Requirements

1.1.1.1 8.3.1.1 Contractual Requirements Sum 1

8.3.2 Establishment of Facilities on Site

8.3.2.2 Facilities for the Contractor

1.1.1.2 a Office & storage sheds Sum 1

1.1.1.3 b Workshops & training Sum 1

1.1.1.5 c Ablution & Latrine facilities Sum 1

1.1.1.6 d Tools & equipment Sum 1

1.1.1.7 e Water supplies, electric power and communications Sum 1

1.1.1.8 f Access Sum 1

1.1.1.9 g Plant Sum 1

8.3.3 Other Fixed charge obligations

1.1.1.10 8.3.3.1 Occupational Health & Safety Sum 1

1.1.1.11 8.3.3.2 Environmental management Sum 1

8.3.4 Removal of Site Establishment

1.1.1.12 8.3.4.1

Removal of all items as stated above, including restoring and making

good to the Project Manager's satisfaction Sum 1

1.1.2 Time Related Items

8.4.1 Contractual Requirements

1.1.2.1 8.4.1.1 Contractual Requirements Month 2

8.4.2

Operation and Maintenance of Facilities on Site, for duration of

construction, except where otherwise stated

1.1.2.2 a Office & storage sheds Month 2

1.1.2.3 b Workshops & training Month 2

1.1.2.5 c Ablution & Latrine facilities Month 2

1.1.2.6 d Tools & equipment Month 2

1.1.2.7 e Water supplies, electric power and communications Month 2

1.1.2.8 f Access Month 2

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

PRELIMINARIES & GENERAL

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 2 Design, Supply and Execution of Building 501, Building 600 and Out-Gate Facilities

Page 154: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Item No. Payment Ref. Description Unit Quantity Rate Price

1.1.2.9 g Plant Month 2

8.4.3 Supervision

1.1.2.10 8.4.3.1 Supervision for the duration of the contract Month 2

1.1.2.11 8.4.3.2 Provision of as-built drawings Month 2

1.1.2.12 8.4.3.3

Company & head office overhead costs for the duration of the

contract Month 2

8.4.4 Other Time related obligations

1.1.2.13 8.4.4.1 Signage for information and protection of site Month 2

1.1.2.14 8.4.4.2

Compliance with Construction Regulations (2003)

Health and Safety measures Month 2

1.1.2.15 8.4.4.3 Security Month 2

1.1.2.16 8.4.4.4 Safety Induction and Environmental Course Month 2

1.1.2.17 8.4.4.5 Environmental management Month 2

8.4.5 Temporary works

1.1.2.18 8.4.5.1

Protection of existing structure until construction in vicinity is

complete Sum 1

8.4.6 Existing services

1.1.2.19 a

Supply or hire of specialist equipment for the detection of a particular

services Sum 1

1.1.2.20 b The use of equipment referred in item (a) above Sum 1

1.1.2.21 c Temporary protection of existing services as prescribed. Sum 1

Total Carried to the Summary Page

BOQ 3 Design, Supply and Execution of Building 501, Building 600 and Out-Gate Facilities

Page 155: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

2 BILL NO: 2

2.1 ALTERATIONS

2.1.1 SUPPLEMENTARY PREAMBLES

2.1.1.1 GENERAL

2.1.1.1.1

In taking down and removing existing work the utmost care shall be

observed to prevent any structural or other damage to remaining

portions of the building and the Contractor shall provide all shoring,

needling, structing, etc to ensure the stability of all structures during

alterations work.

2.1.1.1.2

Special care shall be exercised during the progress of the work to

ensure that any electrical installations, water supply pipes,

telephones and other services which may be encountered are not

interfered with and notice shall be given to the Employer's

Representative if any disconnection or alterations become

neccessary.

2.1.1.1.3

Any water supply and other piping that may be encountered and

which is found necessary to disconnect or cut shall, after such

disconnection or cutting has been authorised by the Employer's

Representative, be effectively stopped off and any new connections

that may be neccessary made with the proper tees, junctions pieces,

etc. to the satisfaction of the Employer's Representative.

2.1.1.1.4

The Contractor shall afford every facility to workmen not under his

control making disconnections and new connections as required to

any service.

2.1.1.2 MATERIALS FROM ALTERATIONS, ETC

Old materials to be carted away

2.1.1.2.1

Old materals from alterations, where described as to be "removed" as

well as all rubbish, etc. must be regularly carted from the site and not

be allowed to accumulate on or around the site.

Old materials not te be re-used

2.1.1.2.2

None of old materials are to be used for new work except where

specifically described as being "set aside for re-use"

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No.Payment

Ref.Description Unit Quantity Rate Price

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

ALTERATIONS

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 4 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 156: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Item No.Payment

Ref.Description Unit Quantity Rate Price

Handing over materials

2.1.1.2.3

Where certain materials or articles from alterations are described as

to be "handed over" to the Employer's Representative, such material

or articles shall be properly stored by the Contractor, until handing

over thereof. The Contractor must obtain an official receipt listing the

materials or articles and dates of handing over. If the Contarctor fails

to submit the receipt when requested, it shall be deemed that the

materials or articles are still in his possession and he will be held liable

to Transnet for the full replacement value thereof, which amount will

be deducted from monies due to the Contractor.

2.1.1.3 EXISTING BUILDINGS

2.1.1.3.1

The existing buildings will be in use and occupied during the progress

of the contract and the contractor will be required to carry out the

works in such a manner as will least interfere with the occupants and

with the minimum of disturbance.

2.1.1.3.2

Contractors are also to note that due to the buildings being occupied

the repairs and renovations works will be requiered to be executed in

a specific order as will be determined by the Employer'

Representative.

2.1.1.4 SIZE PERTAINING TO EXISTING WORK

2.1.1.4.1

The Contractor is advised to take all dimensions affecting the existing

buildings on the site and he will be held soley responsible for the

correctness of sizes of all new work.

2.1.1.4.2 All sizes given in relation to the existing work are approximate

2.1.1.5 MAKING GOOD DAMADED WORK

2.1.1.5.1

The Contractor shall make good in all trades to existing work where

damaged or disturbed through the alterations with all necessary new

materials to match the existing

2.1.1.6 FORMING NEW OPENINGS OR ALTERING

Openings in existing walls

2.1.1.6.1

Descriptions of forming new openings or alterating openings in

existing walls shall be deemed to include breaking out for and forming

new brick, in situ concrete or prestressed concrete lintels including all

reinforcement, formwork, turning pieces, etc, building up jammps or

portion of openings as described with brickwork properly toothed

and bonded to existing, building cavities of hollow walls solid where

necessary and making good finishes all around on both sides and into

reveals as described.

2.1.1.7 BUILDING UP OPENINGS

2.1.1.7.1

Descriptions of building up existing openings where given in number

shall be deemed to include preparing existing surfaces all around,

brickwork properly toothed and bonded to existing, wedging up and

making good on both sides as described.

2.1.1.8 PAINTWORK

2.1.1.8.1

Where plasterwork on walls, ceilings, etc. are required to be patched

or made good, prices are to include for the appropriate priming coat

and one coat undercoat to receive paint finishing coats which are

measured elsewhere.

BOQ 5 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 157: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Item No.Payment

Ref.Description Unit Quantity Rate Price

2.1.2 REMOVAL OF EXISTING  W ORK

Taking down and removing roofs, floors, panelling, ceilings, partitions,

etc

2.1.2.1 Ceiling boards m2 105

2.1.2.2 Cornice m 157

Taking up and removing vinyl floor coverings, carpeting, etc

2.1.2.3 500 x 500 PVC floor tiles m2 25

2.1.2.4 Timber Skirting (Provisional Item) m 15

Taking out and removing ironmongery

2.1.2.5

Allow for a provisional sum amount of R 1 000.00 (One Thousand

Rand Only) for removing ironmongery No. 1

Hacking up/off and removing ceramic tile floor and wall finishes

including removing mortar bed or backing and preparing concrete or

brick surfaces for new scread, plaster or tile finish.

2.1.2.6 300 x 300 Ceramic floor tiles m2 66

2.1.2.7 Shower floor tiles m2 4

2.1.2.8 300 x 300mm Ceramic wall tiles (Provisional Item) m2 21

2.1.2.9 Tile Skirting (Provisional Item) m 59

Taking out and removing sanitary fittings, piping, etc

2.1.2.10 Hand wash basins (Provisional Item) No. 8

2.1.2.11 Toilet roll holders No. 8

2.1.2.12 Stainless steel single/double bowl sinks (Provisional Item) No. 4

2.1.3 POWER WASH ON EXISTING WALLS

2.1.3.1

Power wash on existing walls (Internal and external walls) as per

Architect's supervision m2 252

2.1.4 ADDITIONAL ITEMS

Miscellaneous items

2.1.4.1

The Contractor is to list any additional items that he may deem

necessary for the satisfactory completion of the works. Sum 1

Total Carried to the Summary Page

BOQ 6 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 158: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

3 BILL NO: 3

3.1 CARPENTRY AND JOINERY

3.1.1 SUPPLEMENTARY PREAMBLES

Timber

3.1.1.1 All softwood to be South African Pine

Description

3.1.1.2

The term "planted on" shall mean the countersunk screwing of one

timber member to another with the heads of screws sunk and

pelleted.

3.1.1.3

The term "plugged" shall mean the screwing of a timber member to

and including plastic plugs in brickwork or concrete with heads of

screws sunk and pelleted

3.1.1.4

Shelving, etc. described as screwed to steel must be fixed from

underside and prices are to include for countersunk drilling through

the steel for screw fixing

3.1.1.5

Descriptions of floors, ceilings, joinery, etc shall be deemed to include

for all square cutting

3.1.1.6

Descriptions of items given in lineal metre shall be deemed to include

for mitres, stopped ends, fitted intersections, etc.

3.1.1.7

Descriptions of rounded angles, rebates, grooves, chamfers, moulded

edges, etc. shall be deemed to include for angles, ends, etc

3.1.2 DOORS, ETC

Lotus horizontal 813 solid meranti hardwood, to be hung within

pressed metal frames

3.1.2.1

40mm Semi solid door with 3mm tempered masonite veneer both

sides and hardwood edge size 813 x 2100mm high (only replace where

needed) No. 5

3.1.3 SPECIALIST WORK

Shopfitting

3.1.3.1

Specialist Manufacturer to design, supply and install a robust kitchen

cupboard with open shelving based on the concept design provided.

Approximately 1,5m long. The Specialist shall obtain detail

requirements from the Architects approval before manufacture. No. 4

3.1.4 FASCIA BOARDS, BARGE BOARDS, ETC

Fibre cement fascia boards

3.1.4.1 Repair/replace (where needed) existing fascia boards m 19

Total Carried to the Summary Page

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

CARPENTRY AND JOINERY

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501, BUILDING

600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 7 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 159: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

4 BILL NO: 4

4.1 CEILINGS, PARTITIONS AND ACCESS FLOORING

4.1.1 SUPPLEMENTARY PREAMBLES

Fixing

4.1.1.1

Items described as "nailed" shall be deemed to be fixed with hardened

steel nails or pins, or to be shot-pinned, to bricwork or concrete

4.1.1.2

Items described as "plugged" shall be deemed to include screwing to

fibre, plastic or metal plugs at not exceeding 500mm cetres, and where

described as "bolted", the bolts have been given elsewhere.

Ceilings

4.1.1.3 Unless otherwise described ceilings shall be deemed to be horizontal

Bulkheads

4.1.1.4

Bulkheads are defined as those portions of ceilings which are stepped

down from the general ceiling level in a particular room or area and

which generally occur along the perimeter. The purpose is either to

conceal services or to create architectural features

4.1.1.5

Bulkheads have only been described as such where they conform to

the above defination and where the horizontal or vertical dimensions

do not exceed 900mm. Where these dimensions are more than

900mm such portions of ceilings have been included in the appropriate

general items of ceilings

4.1.1.6

Unless otherwise described bulkheads shall be deemed to be

horizontal along the length

Steel components

4.1.1.7

All steel components for ceilings, partitions, etc are to be galvinised in

accordance with SANS 121

4.1.2 CEILINGS, PARTITIONS, ETC

Ceilings and cornices

Out-Gates only:-

4.1.2.1

6mm Everite Nutec fibre cement ceiling board, complete with

galvinised steel H strips to 38 x 38mm brandering spaced at 400

centres maximum according to manufacture's instruction m2 67

4.1.2.2

90 x 90 mm Nutec Nu-Corinthian Fibre cement Cornice fixed to all

ceilings with adhesive as specified by architect m 128

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity RatePrice

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

CEILINGS, PARTITIONS AND ACCESS FLOORING

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501, BUILDING

600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 8 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 160: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Item No. Payment Ref. Description Unit Quantity RatePrice

Building 501 & 600

4.1.2.3 Repair/replace (Where needed) existing celing boards m2 38

4.1.2.4 Repair/replace (Where needed) existing cornice m 29

Total Carried to the Summary Page

BOQ 9 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 161: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

5 BILL NO: 5

5.1 IRONMONGERY

5.1.1 SUPPLEMENTARY PREAMBLES

General

5.1.1.1

Corrosion proof ironmongery as specified in the door schedule shall be

fitted by professional carpenter

Proprietary items

5.1.1.2

Where applicable the manufacturers' names or product catalogue

titles are given in sub-heading preceding the items

5.1.1.3

Prices are to be based on the specific products/articles specified. If

tenders with to offer alternative products/articles for certain items,

these items are to be clearly marked and the alternative specification

given with supporting brochures etc clarifying the features of the

products/articles offered.

5.1.1.4

On request returnable samples are to be provided to the employer's

representative for consideration.

Finishes to ironmongery

Where applicable finishes to ironmongery are indicated bysuffixes in accordance with the following list:BS Satin bronze lacqueredCH Chromium platedSC Satin chromium platedSE Silver enamelledGE Grey enamelledAN Anodised naturalAS Anodised silverAB Anodised bronzeAG Anodised goldABL Anodised blackPB Polished brassPL Polished and lacqueredPT Epoxy coatedSD Sanded

5.1.2 MONETARY ALLOWANCE

There are elements of the Scope of Works for which the Employer is

unable to provide, at the time of tender, sufficient information for the

Contractor to consider and subsequently provide Prices within the Bill

of Quantities. The Employer includes his estimate of the Actual Cost of

carrying out such work by providing items comprising "Provisional

Sums" as the Prices. The Contractor will

maintain records of Actual Cost of the Work done and submit to the

Project Manager. The Final Total of Prices will be adjusted accordingly.

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

5.1.1.5

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

IRONMONGERY

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501, BUILDING

600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 10 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 162: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Item No. Payment Ref. Description Unit Quantity Rate Price

5.1.2.1

Allow for a provisional sum amount of R 20, 000.00 ( Twenty Thousand

Rand Only) for Ironmongery. The Contractor will provide the

employer's representative with a complete quote from supplier and

maintain records of actual cost of work done. The final total of prices

will be adjusted accordingly. Sum

Total Carried to the Summary Page

BOQ 11 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 163: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

6 BILL NO: 6

6.1 METALWORK

6.1.1 SUPPLEMENTARY PREAMBLES

Descriptions of bolts, anchors, etc

6.1.1.1 Descriptions of bolts shall be deemed to include nuts and washers

6.1.1.2

Descriptions of expansion anchors and bolts and chemical anchors

and bolts shall be deemed to include nuts, wahers and mortices in

brickwork or concrete

6.1.1.3

Items described as "holed for bolt(s)" shall be deemed to exclude the

bolts unless otherwise described

6.1.1.4

Items described as "plugged" shall be deemed to include screwing to

fibre, plastic or metal plugs at not exceeding 600mm cetres

Aluminium doors, windows, etc

6.1.1.5 Doors and windows shall comply with AAAMSA design criteria

6.1.1.6

Glazing shall comply with SAGGA regulations. Glass shall be laminated

performance glass as shown on the window schedule/drawings

appended to this bills of quantities (as described in the headings to

window descriptions). Glass thickness shall comply with SAGGA

regulations irrespective of thickness shown on the

schedules/drawings.

6.1.1.7

Doors and windows shall be supplied with protective tape and plastic

and shall be removed only once surrounding trades have been

completed.

6.1.1.8

For purpose made windows and doors, refer to drawings annexed to

(issued separately with) thise bills of quantities

6.1.1.9

The following certificates shall be provided prior to commencement

of site work

6.1.1.10

1 A copy of the relevant AAAMSA Performance Test Certificate from

the manufacturer/contractor supplying the architectural aluminium

product

6.1.1.11

2 A Certificate of conformance confirming that anodised or powder

coating has been processed in accordance with SANS 1796

respectively.

6.1.1.12

3 A powder guarantee of not less that 15 years issued by the powder

manufacturer. The specific conditions contained in this guarantee

shall form part of the powder coating process.

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

METALWORK

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 12 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 164: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Item No. Payment Ref. Description Unit Quantity Rate Price

6.1.1.13

4 A Certificate of Conformance confirming that glazing has been

installed in accordance with SANS 0137, ensuring that safety glazing

materials have been installed in the mandatory areas and that each

individual pane of safety glazing materials has been permanently

marked.

6.1.1.14

5 A warranty from the manufacturer of the laminated safety glass

and/or hermetically sealed glazing units guaranteeing the products

againsts delamination and colour degredation for a period of not less

than five years.

6.1.2 DOOR FRAMES, DOORS, ETC

Galvinised pressed steel door frames

6.1.2.1 Suitable for one brick wall for door size 813 x 2100mm high No 25

Aluminium windows

Out-Gate Only

6.1.2.2

Natural anodised aluminium framed window size 1350 x 850mm high

with clear laminated safety glass including ironmongery complete as

per architect's window schedule to match with. No 5

6.1.2.3

Level G1 bullet resistant natural anodised aluminium pay window

with shallow tray (Type 1) with 19mm deep stainless steel dish tray

(Code: G1 - PW-S), overall size 600 X 800mm high glazed in 28mm

thick clear glass with 32mm post formed Oak counter top and

stainless steel exterior counter finish. No 5

Aluminium Doors

Out-Gate Only

6.1.2.4

Powder coated aluminium pivot shower doors with obsure glass to be

fitted and edges sealed after tiling, by specialist. Opening size to be

measured after tiling No 2

Additional items on the above aluminium windws, shop front and

doors

6.1.2.5

Allow R 50 000.00 (Fifty Thousand Rand Only) for the sealing/

weatherproofing of the existing aluminium window frames by means

of cover plates, silicon works, neoprene or rubber gaskets, etc. Sum 1

Total Carried to the Summary Page

BOQ 13 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 165: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

7 BILL NO: 7

7.1 PLASTERING

7.1.1 SUPPLEMENTARY PREAMBLES

Granolithic

Method

7.1.1.1

The method to be used shall be either the monolithic method or the

bonded method

Preparation

7.1.1.2

For granolithic applied monolithically, the concrete floor shall be

swept clean after bleeding of the concrete has ceased and the slab

has begun to stiffen; any remaining bleed water shall be removed and

the granolithic applied immediately thereafter. For granolithic to be

bonded to the floor slab after it has hardened, the slab surface shall

be hacked (preferably by mechanical means) until all laitance, dirt, oil,

etc is dislodged and swept clean of all loose matter. The slab shall

then be wetted and kept damp for at least six hours before applying

the granolithic

Mix

7.1.1.3

Granolithic shall attain a compressive strength of at least 41MPa. The

coarse aggregate shall comply with SANS 1083 and shall generally be

capable of passing a 10mm mesh sieve. Where the thickness of the

granolithic exceeds 25mm, the size of the coarse aggregate shall be

increased to the maximum size compatible with the thickness of the

granolithic

Panels

7.1.1.4

Granolithic shall be laid in panels not exceeding 14m² for monolithic

finishes, not exceeding 9,5m² for bonded finishes and not exceeding

6m² for all external granolithic. Wherever possible, panels shall be

square but at no time should the length of the panel exceed 1,5 times

its width

7.1.1.5

Where possible joints between panels shall be positioned over joints

in the floor slab and shall be at least 3mm wide through the full

thickness of the finish, separated by strips of wood or fibreboard and

finished with V-joints

Laying

7.1.1.6

Monolithic granolithic shall be applied to the partially set slab and

thoroughly compacted and lightly wood floated to the required levels

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

PLASTERING

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 14 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 166: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Item No. Payment Ref. Description Unit Quantity Rate Price

7.1.1.7

Bonded granolithic shall be applied to the slab after applying a 1:1

sand-and-cement slurry brushed over the surface and allowed to

partially set before applying the granolithic. The granolithic shall be

throughly compacted and lightly wood floated to the required levels

7.1.1.8

After wood floating, the monolithic and bonded granolithic shall

remain undisturbed until bleeding has ceased and the surface has

stiffened. Any remaining bleed water and laitance shall then be

removed and the surface steel trowelled or power floated

Curing, seasoning and protection

7.1.1.9

Granolithic shall be covered with clean hessian with waterproof

building foil over and kept wet for at least seven days after laying

Colour

7.1.1.10

Coloured granolithic shall be tinted with an approved colouring

pigment mixed into a true and even colour

7.1.2 INTERNAL PLASTER

One coat cement sand plaster (where required)

7.1.2.1 On brick walls. m2 20

Rhinolite plaster

7.1.2.2

Skim all plastered walls, reveals and corners, not intended for tiling,

with 1 coat rhinolite to manufacturer's instruction (Where required) m2 20

Total Carried to the Summary Page

BOQ 15 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 167: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

8 BILL NO: 8

8.1 TILING

8.1.1 SUPPLEMENTARY PREAMBLES

Fixing

8.1.1.1

Unless described as "fixed with adhesive to plaster (plaster

elsewhere)" descriptions of tiling on brick or concrete walls, columns,

etc shall be deemed to include 1:4 cement plaster backing and

descriptions of tiling on concrete floors etc shall be deemed to

include 1:3 plaster bedding

8.1.1.2

Tiling described as "fixed with adhesive on power floated concrete"

shall be deemed to include for approved tiling key-coat

8.1.1.3

Ceramic, porcelain, marble and granite tiles are to be fixed and

grouted with suitable adhesives and grouts from the Tal Professional

("Ceresit Tylon") range of products as recommended by the

manufacturer of the tiles

8.1.2 FLOOR TILING

600x600x7mm Full bodied porcelain floor tiles laid in 40mm cement

screed and in panels not exceeding 4.2x4.2m with soft joint golostar 6

hour adhesive. Joints in both directions not to exceed 2mm. (PC

Amount R350/m2)

8.1.2.1 On floors m2 66

8.1.2.2 100mm Cut tile skirting to march floors m 59

Mosaic tiles as per "Just Tiles":

8.1.2.3 To floors (PC Amount R2000/m2) m2 4

8.1.3 WALL TILING

200 x 200mm first grade white glazed tiles on walls fixed with

adhesive including backing (PC Amount R250.00/M2)

8.1.3.1 On walls m2 21

Total Carried to the Summary Page

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

TILING

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 16 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 168: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

BILLS OF QUANTITIES

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

PLUMBING AND DRAINAGE (PROVISIONAL)

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items. 2. Abbreviations used in the "Payment reference" column below, are as follows :-- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

9 BILL NO: 9

9.1 PLUMBING AND DRAINAGE (PROVISIONAL)

9.1.1 SUPPLEMENTARY PREAMBLES

Wire gratings

9.1.1.1

Descriptions of gutter outlets etc shall be deemed to include wire

balloon gratings

Stormwater channels

9.1.1.2

Descriptions of channels shall be deemed to include necessary

excavation, surface preparation, compaction, etc, and disposal of

surplus material on site

Stainless steel basins, sinks, wash troughs, urinals, etc

9.1.1.3

Stainless steel for economy basins, domestic sinks and worktops shall

be Type 430 (17/0)

9.1.1.4

Stainless steel for urinals, basins, quality sinks, wash troughs,

institutional equipment, etc shall be Type 304 (18/8)

9.1.1.5

Stainless steel for laboratory sinks, photographic equipment, etc shall

be Type 316 (18/8)

9.1.1.6

Units shall have standard aprons on all exposed edges and tiling keys

against walls where applicable

Sealing of edges

9.1.1.7

Outer edges of sinks, basins, baths, urinals, etc are to be sealed

against adjacent surfaces with approved silicone

uPVC pipes and fittings

9.1.1.8

Sewer and drainage pipes and fittings shall be jointed and sealed with

butyl rubber rings

9.1.1.9

Soil, waste and vent pipes and fittings shall be solvent weld jointed or

sealed with butyl rubber rings

uPVC pressure pipes and fittings

9.1.1.10

Pipes of 50mm diameter and smaller shall be plain ended with solvent

welded uPVC loose sockets and fittings

9.1.1.11

Pipes of 63mm diameter and greater shall have sockets and spigots

with push-in type integral rubber ring joints. Bends shall be uPVC and

all other fittings shall be cast iron, all with similar push-in type joints

High density polyethylene (HDPe) pipes and fittings

9.1.1.12

Pipes shall be type IV and of the class specified with Plasson or

"Alprene" compression fittings

Price Item No. Payment Ref. Description Unit Quantity Rate

BOQ 17 Design, Suppy and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 169: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Price Item No. Payment Ref. Description Unit Quantity Rate

Polycop polypropylene pipes

9.1.1.13

Polypropylene pipes 54mm diameter and smaller shall be seamless

copper coloured Class 16 pipes jointed with Fast-fuse heat welded

thermoplastic or where so described "Polylock" compression fittings

9.1.1.14

Pipes shall be firmly fixed to walls, etc with coloured nylon snap-in

pipe clips with provision for accommodating thermal movement and

jointed and fixed strictly in accordance with the manufacturer's

instructions

Copper pipes

9.1.1.15

Pipes shall be hard drawn and half-hard "Maksal" pipes of the class

described. Class 0 (thin walled hard drawn) pipes shall not be bent.

Class 1 (thin walled half-hard), Class 2 (half-hard) and Class 3 (heavy

walled half-hard) pipes shall only be bent with benders with inner and

outer formers. Fittings to copper waste, vent and anti-syphon pipes,

capillary solder fittings and compression fittings shall be Cobra

Watertech type. Capillary solder fittings shall comply with ISO 2016

9.1.1.16

Copper pipes are to be installed in accordance with the latest revision

of the Code of Practice for Copper Plumbing soldering techniques.

Flux, solder, etc to be strictly in accordance with the manufacturer's

requirements with accordance with the manufacturer's requirements

with special attention to copper flux composition

Reducing fittings

9.1.1.17

Where fittings have reducing ends or branches they are described as

"reducing" and only the largest end or branch size is given. Should the

contractor wish to use other fittings and bushes or reducers he may

do so on the understanding that no claim in this regard will be

entertained

Fixing of pipes

9.1.1.18

Unless specifically otherwise stated, descriptions of pipes shall be

deemed to include fixing to walls, etc, casting in, building in or

suspending not exceeding 1m below suspension level

Paper wrapping to pipes

9.1.1.19

Pipes chased into brickwork must be wrapped with two layers of

stout brown paper tied with wire. Rates are to include for wrapping

around joints and fittings

Disinfection of water pipework

9.1.1.20

Water pipework is to be disinfected at completion in accordance with

SABS 1200L (provision for disinfection elsewhere)

Densyl" petrolatum anti-corrosion tape as manufactured by Denso SA

(Pty) Ltd.

9.1.1.21

Pipes to be taped shall be coated with the appropriate primer and the

tape shall be applied in the appropriate widths and with ?% overlaps

9.1.1.22

Couplings and fittings to pipes shall be taped in strict accordance with

the manufacturer's instructions including mastic, tape, "Layflat"

sheeting, securing of same, etc

9.1.1.23

Prices for wrapping of pipes shall include for all work as described to

couplings in the length

BOQ 18 Design, Suppy and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 170: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Price Item No. Payment Ref. Description Unit Quantity Rate

Laying, backfilling, bedding, etc of pipes

9.1.1.24

Pipes shall be laid and bedded in accordance with manufacturers'

instructions and trenches shall be carefully backfilled

9.1.1.25

Where no manufacturers' instructions exist, pipes shall be laid in

accordance with Clauses 5.1 and 5.2 of each of the following:

SABS 1200L : Medium-pressure pipelines

SABS 1200LD: Sewers

SABS 1200LE: Stormwater drainage

9.1.1.26

Pipe trenches, etc shall be backfilled in accordance with Clauses 3,

5.5, 5.6, 5.7 and 7 of SABS 1200DB : Earthworks (Pipe trenches)

9.1.1.27

Pipes shall be bedded in accordance with Clauses 3.1 to 3.4.1, 5.1 to

5.3 and 7 of SABS 1200LB : Bedding (Pipes)

9.1.1.28

Unless otherwise described bedding of rigid pipes shall be Class B

bedding

General

9.1.1.29

Descriptions of cast iron roof outlets shall be deemed to include joints

to pipes and casting into concrete (adaptors for joints to PVC pipes,

etc are given separately)

9.1.1.30

Descriptions of overflow pipes where measured in number, shall be

deemed to include joints to cisterns and splay cut ends

9.1.1.31

Descriptions of pipes laid in and including trenches and of inspection

chambers, catchpits, etc shall be deemed to include excavation,

bedding, backfilling, compaction to a minimum of ?% Mod AASHTO

density and disposal of surplus material on site

9.1.1.32

Descriptions of service pipes and flexible connecting pipes shall be

deemed to include connections to taps, cisterns, etc and to steel

pipes (adaptors for connections to copper pipes, etc are given

separately)

9.1.1.33

Descriptions of WC pans, slop hoppers, etc shall be deemed to

include for joints to soil pipes (pan connectors are separately

measured)

As-built drawings

9.1.1.34

Where required, the contractor shall prepare an updated set of as-

built drawings. At completion of the contract the contractor shall

hand these drawings to the employer's representative for

reproducing onto the originals for handing over to the employer

(provision for allowance of as-built drawings elsewhere)

9.1.2 SANITARY FITTINGS

9.1.2.2

Locally manufactured ceramic fireclay semi-recessed basin colour

white, overall size 510 x 500 x 160mm with one taphole with

intergrated overflow and chrome plated basin waste, fitted onto

vanity top (elsewhere specified) No. 8

9.1.2.3

Locally manufactured chrome basin mixer, installed in accordance

with the manufacture's recommendation. No. 8

9.1.2.4

Vandal proof shower head, single-function, chrome. Includes: 1/2"

BSP male inlet, 10L/min maximum flow restrictor, self-cleaning spray

nozzle, and minimum flow pressure 50 kPa. Chrome finish and brass

housing No. 2

BOQ 19 Design, Suppy and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 171: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

Price Item No. Payment Ref. Description Unit Quantity Rate

9.1.2.5

Locally manufactured Chrome bath/shower mixer, installed in

accordance with the manufacturer's recommendations. No. 2

9.1.2.6 Stainless steel 2 roll capacity unit. Refer to sanitary schedule. No. 8

9.1.2.7 Stainless steel towel disposers unit. Refer to sanitary schedule. No. 6

9.1.2.8Galvanised steel floor stand unit for towel dispensers. Refer to

sanitary schedule. No. 4

9.1.2.9 Stailess steel wall mounted refuse bins. Refer to sanitary schedule. No. 6

9.1.2.10 SHE Bin. Refer to sanitary schedule. No. 4

9.1.2.11

3 DIVISION BIN (recycling) including 1 piece hinged lid with cut-outs

and bag holders. Refer to sanitary schedule. No. 4

9.1.2.12 Stainless steel towel hooks. Refer to sanitary schedule. No. 2

9.1.2.13 Stainless steel soap dispensers unit. Refer to sanitary schedule. No. 6

9.1.2.14

Stainless steel shower caddy soap dish and rack. Refer to sanitary

schedule. No. 2

9.1.2.15

Polished mid-range granite slab worktop 25mm thick with 40mm

edge size 1500 x 600mm, including 100mm splashback. Carcass shall

be high impact water resistant high density boards with sealed edges

in melamine finish to be selected. All fittings shall be best grade and

corrosion resistant. No. 4

9.1.2.16

High quality Grade 304 18/10 stainless steel standard single right

hand drop-in sink (Code: SDI-860-SER), overall size 860 x 435mm wide

with 395 x 330 x 170mm deep bowl, 38mm waste outlet and folded

edges, fitted into worktop of cupboard (elsewhere specified) with

fixing clips. No. 4

9.1.2.17 SKU: FC-970 single lever sink mixer with swivel outlet. Chrome finish No. 4

9.1.2.18

Allow R 8 000.00 (Eight Thousand Rand Only) for connection points (4

No.) above each kitchen sink for connection to cold water system

and power isolator Sum 1

9.1.3 VALVES, ETC

Flush Valves, waste union, stop vavels etc (Assess existing; Only

replace where needed)

9.1.3.1

Allow a Provisional Sum Amount of R 30 000.00 (Thirty Thousand

Rand Only) for prividing main stop valve (4 No.) to main cold water

supply to building and for providing stop valves along both hot and

cold water lines at each and every sanitary fitting. Sum 1

9.1.3.2

Allow a Provisional Sum Amount of R 5 000.00 (Five Thousand Rand

Only) for domestic reticulation design Sum 1

Total Carried to the Summary Page

BOQ 20 Design, Suppy and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 172: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

10 BILL NO: 10

10.1 ELECTRICAL WORK

10.1.1 SUPPLEMENTARY PREAMBLES

Specifications, drawings, etc

10.1.1.1

Tenderers are referred to the specification and drawings for the

electrical work, for the full descriptions of the following items which

are to be read and priced in conjunction with the said specification

and drawings

Distribution boards etc

10.1.1.2

Rates for distribution boards etc are to include for busbars, jumpers,

neutral bars, internal wiring and connections, circuit identification

markers, control gear labels, circuit legend cards and working

drawings

Switches, socket outlets, etc

10.1.1.3

Rates for switches, socket outlets, etc are to include for screwing to

outlet boxes, connecting up and cover plates

Light fittings

10.1.1.4

Rates for light fittings are to include for hanging, fixing and

connecting and for lamp holders and fluorescent tubes and lamps of

the type and wattage described

10.1.2 MONETARY ALLOWANCE

There are elements of the Scope of Works for which the Employer is

unable to provide, at the time of tender, sufficient information for the

Contractor to consider and subsequently provide Prices within the Bill

of Quantities. The Employer includes his estimate of the Actual Cost

of carrying out such work by providing items comprising "Provisional

Sums" as the Prices. The Contractor will

maintain records of Actual Cost of the Work done and submit to the

Project Manager. The Final Total of Prices will be adjusted

accordingly.

10.1.2.1

Allow for a Provisional Sum of R 12 500.00 (Twelf Thousand Five

Hundred Rand Only) for provision of electrical point 5 No. (for the

installation of air conditioning units) and sundry work for electrical

compliuance at the out-gate office cubicles. Sum 1

Total Carried to the Summary Page

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

ELECTRICAL WORK

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 21 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 173: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

11 BILL NO: 11

11.1 GLAZING

11.1.1 SUPPLEMENTARY PREAMBLES

Float glass

11.1.1.1 The term "float glass" is used for monolithic annealed glass

Laminated glass

11.1.1.2 Laminated glass to have polyvinyl butyral (PVB) interlayer(s)

11.1.2 TOPS, SHELVES, DOORS, MIRRORS, ETC

Mirrors

11.1.2.1

5mm frameless bevelled silver mirrors, 750mm high and 500mm wide

above whb No. 7

Total Carried to the Summary Page

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

GLAZING

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 22 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 174: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

Contract No. P3238360

12 BILL NO: 12

12.1 PAINTWORK

12.1.1 SUPPLEMENTARY PREAMBLES

Paint Specifications

12.1.1.1

All painting shall be done in accordance with Architect's specification

unless otherwise described.

Colours

12.1.1.2

Unless otherwise described all paintwork shall be deemed to have a

colour value in excess of 7 on the Munsell system in accordance with

SANS 1091

12.1.2 PAINTWORK ETC TO NEW WORK

ON FLOATED PLASTER

Prepare, prime and paint with one coat "Plascon" Super acrylic PVA

paint and two coats "Plascon" cashmere as instructed by

Manufacturer. Allow for deep colour to be selected.

12.1.2.1.1 On Internal walls m2 625

12.1.2.1.2 On Internal ceilings m2 256

ON WOOD

Prepare and paint one coat "Plascon" UC56 plaster primer, 2 coats

"Plascon" Super Universal enamel paint on doors

12.1.2.2.1 On doors m2 45

12.1.2.2.2 On wood panelling m2 20

ON METAL SURFACES

Prepare and apply plascon metalcare galvanized iron primer, one

undercoats and two finishing coats of plascon metalcare WB enamel

(allow for deep colour)

12.1.2.3.1 Steel door frames m2 20

Total Carried to the Summary Page

- PI, …. , refers to the relevant Pricing Instruction in Part C2.1

- Numbers with no prefix, refer to the relevant SANS 1200 Specifications or Transnet's E10 specifications, as in the headings of such items.

Item No. Payment Ref. Description Unit Quantity Rate Price

12.1.2.1

12.1.2.2

12.1.2.3

2. Abbreviations used in the "Payment reference" column below, are as follows :-

BILLS OF QUANTITIES

PAINTWORK

Preamble : -

1. The Contractor is to refer to the Scope of Work, Spec, relevant SANS document and general pricing instructions when pricing the items.

DESIGN, SUPPLY AND EXECUTION OF BUILDING 501,

BUILDING 600 AND OUT-GATE FACILITIES - STAFF FACILITY

REFURBISHMENT

BOQ 23 Design, Supply and Execution Of Building 501, Building 600 and Out-Gate Facilities

Page 175: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

GSPublisherVersion 0.0.100.100

REFERENCE DRAWINGS

REFERENCE

A3

DRAWING NO.. .

DATE

TITLE

TITLE DATENAMEDATENAMETITLE

DATE

OPERATING DIVISIONS

.

.

.

.

.

SCALE :

SIGNATURE

NAME

REG. NUMBER

PR.ENG. / PR.TECH./PR. ARCH

CONTRACTOR / CONSULTANT

CHECKED

DRAWN

TRANSNET GROUP CAPITAL

----- -

RENOVATIONS TO STAFF FACILITIESCAPE TOWN CONTAINER TERMINAL

Transnet Group Capital TRANSNET LTD (TRADING AS TRANSNET GROUP CAPITAL) : REG. NO. 1990/000900/30

TRANSNET WATERFALL OFFICE9 COUNTRY ESTATE DRIVEWATERFALL BUSINESS ESTATEMIDRAND

JOHANNESBURG TEL: 011 308 3000

0PROJECT NUMBER OD FBS DIS TYPE DRAWING NO. SHEET REV ID

This Document including all design and information therein is Confidential Intellectual Property ofTransnet.

Copyright and all other rights are reserved by Transnet. This Document may only be used for itsintended purpose.

REVISIONSNO. DESCRIPTION BY CHKD APPD DATE

.LDPLDP. .

. . .

. . .

. . .

. . .

. . .

. . .

. . .

. . .

. . .

NOTES

.

.

.

.

.

.

.

.

.

.

.

.

SIGNSIGN

. . .

. . .

. . .

. . .

. . .

NAME

.

.

.

.

.

.

.

.

.

.

SIGN

1. DO NOT SCALE DRAWING - ONLY DIMENSIONS SHOWNTO BE USED.

2. THE CONTRACTOR SHALL VERIFY ALL CONDITIONS,DIMENSIONS AND LEVELS ON THE SITE AND NOTIFY THENEC SUPERVISOR OF ANY VARIATIONS BEFORECONSTRUCTION.

-

DESIGNED

A

B

C

D

E

F

1 2 3 4 5 6 7 8

A

B

C

D

E

F

FLOOR PLAN

06 09 19

LDP

LDP

LDP

04.10.2019LDP.1 ISSUED FOR INTERNAL REVIEW3424302-4-1C1-A-LA-0002-02 SITE PLAN, ROOF PLAN AND CEILING PLAN

3424302-4-1C1-A-SE-0002-01 SECTIONS AND ELEVATIONS

3424302-4-1C1-A-SC-0002-01 SCHEDULES

LOUWRENS DU PLESSIS

PrArch 20732

13 09 19

04 10 19.

2 0 0 1 A 0 0 0 A LDP

.LDPLDP 04.05.2020LDP.1 ISSUED FOR TENDER

QUAY SIDE BUILDINGS 501 AND 600

L A 1 3 1

300 2950 230 4330 230 1140 230 2050 230 230 1920 3001820 230 2050

4730182011690

18240

300

995

230

1889

115

878

115

878

300

5700

300

995

230

3875

300

5700

3002490171023018202301710171023043302302950300

18240

22,000 m2

600X600 PORCELAIN FLOORTILES

REPLACE INDIVIDUAL BROKEN / CRACKEDWALL TILES2. 600X600 PORCELAIN FLOOR TILES

3. NEW KITCHEN SINK4. NEW SPLASH BACK TILES5. NEW HYDROBOIL

FEMALE ABLUTIONS MALE ABLUTIONS

PREPARE AND REPAINT WALLS

1. PREPARE AND REPAINT WALLS

PREPARE ANDREPAINT DOORS;REPLACE IRON-MONGERY

REPLACE INDIVIDUAL BROKEN /CRACKED WALL TILESPREPARE AND REPAINT WALLS

PREPARE ANDREPAINT DOORSREPLACE IRON-MONGERYAND ADD INDICATOR BOLTS

PREPARE ANDREPAINT DOORSREPLACE IRON-MONGERYAND ADD INDICATOR BOLTS

REPLACE BASINSREPLACE BASINS

300 2950 230 4330 230 3420 230

1820

230 1355 230 2615 300

479511855

18240

3001115115138515852301820230342023043302302950300

18240

300

995

230

3875

300

5700

300

1225

115

1756

115

1889

300

995

230

856

115

900

115

878

115

896

5700

1820

22,261 m2 17,408 m2

FEMALEABLUTIONS

MALE ABLUTIONS

600X600 PORCELAIN FLOORTILES

2. 600X600 PORCELAIN FLOOR TILES

3. NEW KITCHEN SINK4. NEW SPLASH BACK TILES5. NEW HYDROBOIL

1. PREPARE AND REPAINT WALLS

PREPARE ANDREPAINT DOORS;

REPLACE IRON-MONGERY

REPLACEINDIVIDUALBROKEN / CRACKEDWALL TILES

REPLACE INDIVIDUALBROKEN / CRACKEDWALL TILES

REPLACE IRON-MONGERY ANDADD INDICATORBOLTS

REPLACE IRON-MONGERY ANDADD INDICATORBOLTS

PREPARE ANDREPAINT WALLS

2. 600X600 PORCELAIN FLOOR TILES

1. PREPARE AND REPAINT WALLS REPLACESHOWERFLOORTILES

REPLACESHOWERFLOORTILES

REPLACEBASIN

NEWDOOR

NEWDOOR

REPLACEBASIN

PREPARE AND REPAINT WALLS

ALL DIMENSIONS / MEASUREMENTS MUST BE CONFIRMED ON SITE BY THE SUPPLIER BEFORE MANUFACTURING.

ALUMINIUM FRAMES AND GLASS COMPLYING WITH AAAMSA PERFORMANCE CRITERIA (2000kPA), GLAZED IN ACCORDANCE WITH

SANS 10160: 2010, SANS 10137: 2002, SANS 10400: 2010 (PART N OF SECTION 3) AND SANS 1263-1: 2006 WITH PVB HIGH IMPACT (H.I),

LAMINATED SAFETY GLASS, WITH CLIP-ON GLAZING BEADS WITH GASKET SEALS, PLUGGED TO BRICKWORK OR CONCRETE, ALL IN

ACCORDANCE WITH AAAMSA SELECTION GUIDE FOR GLAZED ALUMINIUM ARCHITECTURAL ALUMINIUM PRODUCTS - JUNE 2008.1:50

BUILDING 501SCALE 1:100

BUILDING 600SCALE 1:100

Page 176: NEC3 Engineering and Construction Contract (ECC) Notices/20 20... · 2020. 6. 23. · work are eligible to have their tenders evaluated. 2.5. Joint ventures are eligible to submit

GSPublisherVersion 0.0.100.100

REFERENCE DRAWINGS

REFERENCE

A3

DRAWING NO.. .

DATE

TITLE

TITLE DATENAMEDATENAMETITLE

DATE

OPERATING DIVISIONS

.

.

.

.

.

SCALE :

SIGNATURE

NAME

REG. NUMBER

PR.ENG. / PR.TECH./PR. ARCH

CONTRACTOR / CONSULTANT

CHECKED

DRAWN

TRANSNET GROUP CAPITAL

----- -

RENOVATIONS TO STAFF FACILITIESCAPE TOWN CONTAINER TERMINAL

Transnet Group Capital TRANSNET LTD (TRADING AS TRANSNET GROUP CAPITAL) : REG. NO. 1990/000900/30

TRANSNET WATERFALL OFFICE9 COUNTRY ESTATE DRIVEWATERFALL BUSINESS ESTATEMIDRAND

JOHANNESBURG TEL: 011 308 3000

0PROJECT NUMBER OD FBS DIS TYPE DRAWING NO. SHEET REV ID

This Document including all design and information therein is Confidential Intellectual Property ofTransnet.

Copyright and all other rights are reserved by Transnet. This Document may only be used for itsintended purpose.

REVISIONSNO. DESCRIPTION BY CHKD APPD DATE

.LDPLDP. .

. . .

. . .

. . .

. . .

. . .

. . .

. . .

. . .

. . .

NOTES

.

.

.

.

.

.

.

.

.

.

.

.

SIGNSIGN

. . .

. . .

. . .

. . .

. . .

NAME

.

.

.

.

.

.

.

.

.

.

SIGN

1. DO NOT SCALE DRAWING - ONLY DIMENSIONS SHOWNTO BE USED.

2. THE CONTRACTOR SHALL VERIFY ALL CONDITIONS,DIMENSIONS AND LEVELS ON THE SITE AND NOTIFY THENEC SUPERVISOR OF ANY VARIATIONS BEFORECONSTRUCTION.

-

DESIGNED

A

B

C

D

E

F

1 2 3 4 5 6 7 8

A

B

C

D

E

F

FLOOR PLAN

06 09 19

LDP

LDP

LDP

04.10.2019LDP.1 ISSUED FOR INTERNAL REVIEW3424302-4-1C1-A-LA-0002-02 SITE PLAN, ROOF PLAN AND CEILING PLAN

3424302-4-1C1-A-SE-0002-01 SECTIONS AND ELEVATIONS

3424302-4-1C1-A-SC-0002-01 SCHEDULES

LOUWRENS DU PLESSIS

PrArch 20732

13 09 19

04 10 19.

2 0 0 1 A 0 0 0 A LDP

.LDPLDP 04.05.2020LDP.1 ISSUED FOR TENDER

L A 1 4 1

22,311 m2

9,531 m2

11,051 m2

9,531 m2

11,051 m2

22,311 m2

Replace ceilings and cornicesPrepare and paint Ceilings and CornicesPrepare and Repaint WallsPrepare and repaint Timber PanelsPrepare and repaint door framesReplace doors where neededPrepare and paint / repaint doorsNew Ironmongery and BiometricsRepair / Replace PVC cable trunking

Replace ceilings and cornicesPrepare and paint Ceilings and CornicesPrepare and Repaint WallsPrepare and repaint Timber PanelsPrepare and repaint door framesReplace doors where neededPrepare and paint / repaint doorsNew Ironmongery and BiometricsRepair / Replace PVC cable trunking

Replace ceilings and cornicesPrepare and paint Ceilings and CornicesPrepare and Repaint WallsPrepare and repaint Timber PanelsPrepare and repaint door framesReplace doors where neededPrepare and paint / repaint doorsNew IronmongeryRepair / Replace PVC cable trunking

Replace ceilings and cornicesPrepare and paint Ceilings and CornicesPrepare and Repaint WallsPrepare and repaint Timber PanelsPrepare and repaint door framesReplace doors where neededPrepare and paint / repaint doorsNew Ironmongery and BiometricsRepair / Replace PVC cable trunking

New splash-back at sinkInstall new hydroboil above sinkReplace ceilings and cornicesPrepare and paint Ceilings and CornicesPrepare and Repaint WallsPrepare and repaint door framesReplace doors where neededPrepare and paint / repaint doorsNew IronmongeryReplace Wall Tiles in toiletNew whb (in new position)New urinal

Replace ceilings andcornicesPrepare and paint Ceilingsand CornicesPrepare and Repaint WallsPrepare and repaint doorframesReplace doors whereneededPrepare and paint / repaintdoorsNew Ironmongery

Replace Wall Tiles in toiletNew whb (in new position)New urinal

300X300 Full bodyporcelain floor tiles with100mm cut porcelain tileskirting

300X300 Full bodyporcelain floor tiles with100mm cut porcelain tileskirting

300X300 Full bodyporcelain floor tiles with100mm cut porcelain tileskirting

300X300 Full bodyporcelain floor tiles with100mm cut porcelain tileskirting

300X300 Full bodyporcelain floor tiles with100mm cut porcelain tileskirting

300X300 Full bodyporcelain floor tiles with100mm cut porcelain tileskirting

300X300 Full bodyporcelain floor tiles with100mm cut porcelain tileskirting 300X300 Full body

porcelain floor tiles with100mm cut porcelain tileskirting

300X300 Full bodyporcelain floor tiles with100mm cut porcelain tileskirtingPay Window with tray

as per specificationPay Window with trayas per specification

Pay Window with trayas per specification

Pay Window with trayas per specification

Repair, prepare and repaintall fibre cement windowsills and fascia boards

Repair, prepare and repaintall fibre cement windowsills and fascia boards

Repair, prepare and repaintall fibre cement windowsills and fascia boards

Repair, prepare and repaintall fibre cement windowsills and fascia boards

New splash-back at sinkInstall new hydroboil above sinkReplace ceilings and cornicesPrepare and paint Ceilings and CornicesPrepare and Repaint WallsPrepare and repaint door framesReplace doors where neededPrepare and paint / repaint doorsNew Ironmongery

Replace ceilings and cornicesPrepare and paint Ceilings and CornicesPrepare and Repaint WallsPrepare and repaint Timber PanelsPrepare and repaint door framesReplace doors where neededPrepare and paint / repaint doorsNew IronmongeryRepair / Replace PVC cable trunking

EATINGAREA FORSECUTIRY &DRIVERS

DRIVERS'REST AREA

TRUCKCONTROL POINTTRUCK

CONTROL POINT

SECURITYROOM

SECURITYROOM

EATING AREA FORTRANSNET STAFF

TRUCKCONTROL POINT

TRUCKCONTROL POINT

OUT-GATE FACILITIES

ALL DIMENSIONS / MEASUREMENTS MUST BE CONFIRMED ON SITE BY THE SUPPLIER BEFORE MANUFACTURING.

ALUMINIUM FRAMES AND GLASS COMPLYING WITH AAAMSA PERFORMANCE CRITERIA (2000kPA), GLAZED IN ACCORDANCE WITH

SANS 10160: 2010, SANS 10137: 2002, SANS 10400: 2010 (PART N OF SECTION 3) AND SANS 1263-1: 2006 WITH PVB HIGH IMPACT (H.I),

LAMINATED SAFETY GLASS, WITH CLIP-ON GLAZING BEADS WITH GASKET SEALS, PLUGGED TO BRICKWORK OR CONCRETE, ALL IN

ACCORDANCE WITH AAAMSA SELECTION GUIDE FOR GLAZED ALUMINIUM ARCHITECTURAL ALUMINIUM PRODUCTS - JUNE 2008.1:100

GROUND FLOOR PLANSCALE 1:100

SOUTH ELEVATIONSCALE 1:100