request for proposals (rfp) - national treasury 3013-26-02-2016... · 23 engagement of consultants...
TRANSCRIPT
1
Request for Proposals (RFP)
Request for proposals are invited from all CIDB registered service
providers for the provision of construction services for the resurfacing
of the courtyard at building 18 for the CSIR
RFP No.: 3013/26/02/2016
Date of Issue Monday, 15 February 2016
Compulsory site Inspection
Friday, 19 February 2016
Venue: CSIR Building 18 Court Yard
Time: 10h00 – 11h00
Closing Date Friday, 26 February 2016
Place Tender box, CSIR Main Reception, Gate 3 ( North Gate)
Enquiries Strategic Procurement Unit E-mail: [email protected]
CSIR business hours 08h00 – 16h30
Category Building Construction
2
TABLE OF CONTENTS
SECTION A – TECHNICAL INFORMATION 4
1 INTRODUCTION 4
2 BACKGROUND 4
3 INVITATION FOR PROPOSAL 4
4 PROPOSAL SPECIFICATION 4
5 FUNCTIONAL EVALUATION CRITERIA 5
6 ELIMINATION CRITERIA 5
SECTION B – TERMS AND CONDITIONS 6
7 VENUE FOR PROPOSAL SUBMISSION 6
8 TENDER PROGRAMME 6
9 SUBMISSION OF PROPOSALS 6
10 DEADLINE FOR SUBMISSION 6
11 AWARDING OF TENDERS 7
12 EVALUATION PROCESS 7
13 PRICING PROPOSAL 7
14 VALIDITY PERIOD OF PROPOSAL 8
15 APPOINTMENT OF SERVICE PROVIDER 8
16 ENQUIRIES AND CONTACT WITH THE CSIR 8
17 MEDIUM OF COMMUNICATION 8
18 COST OF PROPOSAL 8
19 CORRECTNESS OF RESPONSES 9
20 VERIFICATION OF DOCUMENTS 9
21 SUB-CONTRACTING 9
22 LOCAL CONTENT 9
23 ENGAGEMENT OF CONSULTANTS 10
24 TRAVEL EXPENSES 10
25 ADDITIONAL TERMS AND CONDITIONS 10
26 CSIR RESERVES THE RIGHT TO 11
27 DISCLAIMER 11
DECLARATION BY TENDERER 12
30. LIST OF RETURNABLE CHECKLIST 14
31. RETURNABLE SCHEDULES 16
32. CERTIFICATE OF AUTHORITY 17
33. CSIR SUPPLIER REGISTRATION FORM 22
34. PROPOSED AMENDMENTS AND QUALIFICATIONS 23
35. METHOD STATEMENT 25
36. SCHEDULE OF PROPOSED SUBCONTRACTORS 26
3
37. SCHEDULE OF PLANT AND EQUIPMENT 27
38. SCHEDULE OF THE TENDERER’S EXPERIENCE 29
39. CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING 30
40. SCHEDULE OF KEY PERSONNEL 31
41. TENDERER’S FINANCIAL STANDING 36
42. CONTRACTOR'S HEALTH AND SAFETY DECLARATION 37
43. CONTRACTOR'S CERTIFICATE OF REGISTRATION WITH CIDB 39
44. AUDITED FINANCIAL STATEMENTS 40
45. TAX CLEARANCE CERTIFICATE 41
46. PROPOSED JOINT VENTURE AGREEMENT 42
47. PROOF OF COMPLIANCE WITH COID ACT 43
48. REGISTRATION CERTIFICATE / AGREEMENT / POWERS OF ATTORNEY / ID DOCUMENT (IF APPLICABLE) 44
49. PRELIMINARY PROGRAMME 45
50. AMENDMENTS, QUALIFICATIONS AND ALTERNATIVES 46
51. QUALITY PLAN 48
52. ADDENDA TO THE TENDER DOCUMENTS 49
4
SECTION A – TECHNICAL INFORMATION
1 INTRODUCTION
The Council for Scientific and Industrial Research (CSIR) is one of the leading scientific
research and technology development organisations in Africa. In partnership with national
and international research and technology institutions, CSIR undertakes directed and
multidisciplinary research and technology innovation that contributes to the improvement of
the quality of life of South Africans. The CSIR’s main site is in Pretoria while it is represented
in other provinces of South Africa through regional offices.
2 BACKGROUND
The courtyard to Building 18 needs to be resurfaced to replace deteriorated concrete areas
and improve the aesthetics of the area. This entails resurfacing of the asphalt access road,
the removal and replacement of damaged concrete surfacing the building court.
3 INVITATION FOR PROPOSAL
Proposals are hereby invited from all CIDB registered service providers for the provision of
construction services for the resurfacing of the courtyard at building 18 for the CSIR.
Tenderers must have a CIDB contractor grading designation of 5CE or higher.
Resurfacing of the access road to the building comprising the following:
Milling and removing of a 1m strip either side of the existing access road.
Cleaning and applying a tack coat to the existing asphalt surface.
Resurfacing the road with a 25mm medium grade asphalt layer.
Painting of road markings.
Replacement of concrete surfacing in court yard comprising the following:
The demolition and removal of the existing concrete surfacing in the courtyard.
Preparation of in-situ roadbed bellow new concrete surfaces.
Placement of steel reinforcement and shuttering.
Casting of new concrete surfacing.
Saw cut and sealing of joints.
Painting of road markings.
Lifting and relaying of existing paved areas.
4 PROPOSAL SPECIFICATION
All proposals are to be submitted in a format specified in this enquiry.
5
5 FUNCTIONAL EVALUATION CRITERIA
5.1 The evaluation of the functional / technical detail of the proposal will be based on the
following criteria:
Evaluation element Weighted score
1 Approach paper which responds to the proposed Scope of Work and outlines proposed approach / methodology and work plan complete with time frames
20
2 Qualification and experience of the key staff (assigned personnel) in relation to the scope of work
30
3 Experience of the service provider with respect to specific aspects of the project / comparable projects
40
4 Financial capability of Tender 10
Total 100
5.2 Proposals with functionality / technical points of less than the pre-determined minimum
overall of 70% and on any of the individual criteria will be eliminated from further evaluation.
5.3 Refer to Annexure A for the scoring sheet that will be used to evaluate functionality.
6 ELIMINATION CRITERIA
Proposals will be eliminated under the following conditions:
Submission after the deadline
Proposals submitted at incorrect location
CIDB Registration less than the required CIDB grading 5CE and
Non-attendance of the compulsory site inspection
The following mandatory documentation will be required before any negotiations will start with the
potential winning bidder or before any contract / order will be awarded
Completed CSIR Supplier Registration Form (if not registered with CSIR)
alternatively, provide the CSIR Vendor number
Original valid Tax Clearance Certificate or Letter of Good standing issued by SARS
(RSA suppliers only
Original or certified copy of B-BBEE certificate – where B-BBEE credentials were used
as part of evaluation; (RSA suppliers only
Proof of company registration. (CK2 form) (RSA suppliers only)
CIDB Regsitartion certificate
COID Registration
6
SECTION B – TERMS AND CONDITIONS
7 VENUE FOR PROPOSAL SUBMISSION
All proposals must be submitted at:
CSIR GATE 03 - Main Reception Area (in the Tender box) at the following address
Council for Scientific and Industrial Research (CSIR)
Meiring Naudé Road
Brummeria
Pretoria
8 TENDER PROGRAMME
The tender program, as currently envisaged, incorporates the following key dates:
Issue of tender documents: 15 February 2016
Compulsory site inspection: 19 February 2016
Last date for submission of queries: 23 February 2016
Closing / submission Date: 26 Febraury 2016
Estimate appointment date of successful tenderer: 02 March 2016
Estimated contract duration (in months/years) 6 weeks
9 SUBMISSION OF PROPOSALS
9.1 All proposals are to be sealed. No open proposals will be accepted.
9.2 All proposals are to be clearly marked with the RFP number and the name of the tenderer
on the outside of the main package. Proposals must consist of two parts, each of which is
placed in a separate sealed package clearly marked:
PART 1: Technical Proposal: RFP No.: 3013/26/02/2016.
PART 2: Pricing Proposal: RFP No.: 3013/26/02/2016
9.3 Proposals submitted by companies must be signed by a person or persons duly authorised.
9.4 The CSIR will award the contract to qualified tenderer(s)’ whose proposal is determined to
be the most advantageous to the CSIR, taking into consideration the technical (functional)
solution, price and B-BBEE.
10 DEADLINE FOR SUBMISSION
Proposals shall be submitted at the address mentioned above no later than the closing date
of Friday, 26 February 2016 during CSIR’s business hours. The CSIR business hours are
between 08h00 and 16h30.
Where a proposal is not received by the CSIR by the due date and stipulated place, it will be
regarded as a late tender. Late tenders will not be considered.
7
11 AWARDING OF TENDERS
11.1 Awarding of tenders will be published on the National Treasury e-tender portal or the
CSIR’s tender website. No regret letters will be sent out.
12 EVALUATION PROCESS
12.1 Evaluation of proposals
All proposals will be evaluated by an evaluation team for functionality, price and B-BBEE.
Based on the results of the evaluation process and upon successful negotiations, the
CSIR will approve the awarding of the contract to successful tenderers.
A two-phase evaluation process will be followed.
The first phase includes evaluation of elimination and functionality criteria, local
production and content.
The second phase includes the evaluation of price and B-BBEE status.
Pricing Proposals will only be considered after functionality phase has been adjudicated
and accepted. Only proposals that achieved the specified minimum qualification scores
for functionality will be evaluated further using the preference points system.
12.2 Preference points system
The 90/10 preference point system will be used where 90 points will be dedicated to price
and 10 points to B-BBEE status.
13 PRICING PROPOSAL
13.1 Pricing proposal must be cross-referenced to the sections in the Technical Proposal. Any
options offered must be clearly labelled. Separate pricing must be provided for each
option offered to ensure that pricing comparisons are clear and unambiguous.
13.2 Price needs to be provided in South African Rand (excl. VAT), with details on price
elements that are subject to escalation and exchange rate fluctuations clearly indicated.
13.3 Price should include additional cost elements such as freight, insurance until acceptance,
duty where applicable.
13.4 Only firm prices* will be accepted during the tender validity period. Non–firm prices**
(including prices subject to rates of exchange variations) will not be considered.
8
*Firm price is the price that is only subject to adjustments in accordance with the actual
increase or decrease resulting from the change, imposition, or abolition of customs or
excise duty and any other duty, levy, or tax which, in terms of a law or regulation is binding
on the contractor and demonstrably has an influence on the price of any supplies, or the
rendering costs of any service, for the execution of the contract;
**Non-firm price is all prices other than “firm” prices.
13.5 Payment will be according to the CSIR Payment Terms and Conditions.
14 VALIDITY PERIOD OF PROPOSAL
Each proposal shall be valid for a minimum period of three (3) months calculated from the
closing date.
15 APPOINTMENT OF SERVICE PROVIDER
15.1 The contract will be awarded to the tenderer who scores the highest total number of
points during the evaluation process, except where the law permits otherwise.
15.2 Appointment as a successful service provider shall be subject to the parties agreeing to
mutually acceptable contractual terms and conditions. In the event of the parties failing to
reach such agreement CSIR reserves the right to appoint an alternative supplier.
15.3 Awarding of contracts will be announced on the National Treasury website and no regret
letters will be sent to unsuccessful bidders.
16 ENQUIRIES AND CONTACT WITH THE CSIR
Any enquiry regarding this RFP shall be submitted in writing to CSIR at [email protected]
with “RFP No.: 3013/26/02/2016 – The request for proposals from CIDB registered
Service Providers for the provision of Construction Services for the Resurfacing of
the Courtyard at Building 18 for The CSIR as the subject.
Any other contact with CSIR personnel involved in this tender is not permitted during the
RFP process other than as required through existing service arrangements or as requested
by the CSIR as part of the RFP process.
17 MEDIUM OF COMMUNICATION
All documentation submitted in response to this RFP must be in English.
18 COST OF PROPOSAL
Tenderers are expected to fully acquaint themselves with the conditions, requirements and
specifications of this RFP before submitting proposals. Each tenderer assumes all risks for
resource commitment and expenses, direct or indirect, of proposal preparation and
participation throughout the RFP process. The CSIR is not responsible directly or indirectly
for any costs incurred by tenderers.
9
19 CORRECTNESS OF RESPONSES
19.1 The tenderer must confirm satisfaction regarding the correctness and validity of their
proposal and that all prices and rates quoted cover all the work/items specified in the
RFP. The prices and rates quoted must cover all obligations under any resulting contract.
19.2 The tenderer accepts that any mistakes regarding prices and calculations will be at their
own risk.
20 VERIFICATION OF DOCUMENTS
20.1 Tenderers should check the numbers of the pages to satisfy themselves that none are
missing or duplicated. No liability will be accepted by the CSIR in regard to anything
arising from the fact that pages are missing or duplicated.
20.2 One hard copy and one electronic copy (CD or USB memory key) of each proposal must
be submitted. In the event of a contradiction between the submitted copies, the hard copy
shall take precedence.
20.3 Pricing schedule and B-BBEE credentials should be submitted with the proposal, but as a
separate document and no such information should be available in the technical proposal.
20.4 If a courier service company is being used for delivery of the proposal document, the RFP
description must be endorsed on the delivery note/courier packaging to ensure that
documents are delivered to the tender box, by the stipulated due date.
21 SUB-CONTRACTING
21.1 A tenderer will not be awarded points for B-BBEE status level if it is indicated in the tender
documents that such a tenderer intends sub-contracting more than 25% of the value of
the contract to any other enterprise that does not qualify for at least the points that such a
tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise
that has the capability and ability to execute the sub-contract.
21.2 A tenderer awarded a contract may not sub-contract more than 25% of the value of the
contract to any other enterprise that does not have an equal or higher B-BBEE status
level than the person concerned, unless the contract is sub-contracted to an exempted
micro enterprise that has the capability and ability to execute the sub-contract.
22 LOCAL CONTENT
22.1 In the case of tenders issued for goods and/or services in a designated sector, such
tenders must be advertised with the specific bidding condition that only bids that meet a
stipulated minimum threshold of locally produced goods, services or works or locally
manufactured goods will be considered. As such, a specific bidding condition may be
included that only locally produced services, works or goods or locally manufactured goods
with a stipulated minimum threshold for local production and content will be considered.
22.2 The guidelines and declarations should be used by tenderers when preparing a tender.
10
22.3 Tenderers must complete Declarations D and E, and consolidate the information on
Declaration C. Annexures C, D and E must be submitted with the tender by the closing
date and time as determined by the CSIR.
22.4 If the tender is successful, the tenderer must continuously update Declarations C, D and E
with actual values for the duration of the contract.
23 ENGAGEMENT OF CONSULTANTS
The consultants will only be remunerated at the rates:
23.1 Determined in the "Guideline for fees", issued by the South African Institute of Chartered
Accountants (SAICA); or
23.2 Set out in the "Guide on Hourly Fee Rates for Consultants", by the Department of Public
Service and Administration (DPSA); or
23.3 Prescribed by the body - regulating the profession of the consultant.
24 TRAVEL EXPENSES
24.1 All travel expenses for the CSIR’s account, be it directly via the CSIR’s travel agent or
indirectly via re-imbursements, must be in line with the CSIR’s travel policy. The following
will apply:
24.1.1 Only economy class tickets will be used.
24.1.2 A maxiumum of R1300 per night for accommodation, dinner, breakfast and parking will be
allowed.
24.1.3 No car rentals of more than a Group B will be accommodated.
25 ADDITIONAL TERMS AND CONDITIONS
25.1 A tenderer shall not assume that information and/or documents supplied to CSIR, at any
time prior to this request, are still available to CSIR, and shall consequently not make any
reference to such information document in its response to this request.
25.2 Copies of any affiliations, memberships and/or accreditations that support your
submission must be included in the tender.
25.3 In case of proposal from a joint venture, the following must be submitted together with the
proposal:
Joint venture Agreement including split of work signed by both parties;
The original or certified copy of the B-BBEE certificate of the joint venture;
The Tax Clearance Certificate of each joint venture member;
Proof of ownership/shareholder certificates/copies; and
Company registration certificates.
11
25.4 An omission to disclose material information, a factual inaccuracy, and/or a
misrepresentation of fact may result in the disqualification of a tender, or cancellation of
any subsequent contract.
25.5 Failure to comply with any of the terms and conditions as set out in this document will
invalidate the Proposal.
26 CSIR RESERVES THE RIGHT TO
26.1 Extend the closing date;
26.2 Verify any information contained in a proposal;
26.3 Request documentary proof regarding any tendering issue;
26.4 Give preference to locally manufactured goods;
26.5 Appoint one or more service providers, separately or jointly (whether or not they
submitted a joint proposal);
26.6 Award this RFP as a whole or in part;
26.7 Cancel or withdraw this RFP as a whole or in part.
27 DISCLAIMER
This RFP is a request for proposals only and not an offer document. Answers to this RFP
must not be construed as acceptance of an offer or imply the existence of a contract between
the parties. By submission of its proposal, tenderers shall be deemed to have satisfied
themselves with and to have accepted all Terms & Conditions of this RFP. The CSIR makes
no representation, warranty, assurance, guarantee or endorsements to tenderer concerning
the RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall
have no liability towards the tenderer or any other party in connection therewith.
12
DECLARATION BY TENDERER
Only tenderers who completed the declaration below will be considered for evaluation.
RFP No.: 3013/26/02/2016
I hereby undertake to render services described in the attached tendering documents to CSIR in
accordance with the requirements and task directives / proposal specifications stipulated in RFP
No.: 3013/26/02/2016 at the price/s quoted. My offer/s remains binding upon me and open for
acceptance by the CSIR during the validity period indicated and calculated from the closing date
of the proposal.
I confirm that I am satisfied with regards to the correctness and validity of my proposal; that the
price(s) and rate(s) quoted cover all the services specified in the proposal documents; that the
price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and
rate(s) and calculations will be at my own risk.
I accept full responsibility for the proper execution and fulfilment of all obligations and conditions
devolving on me under this proposal as the principal liable for the due fulfilment of this proposal.
I declare that I have no participation in any collusive practices with any tenderer or any other
person regarding this or any other proposal.
I accept that the CSIR may take appropriate actions, deemed necessary, should there be a
conflict of interest or if this declaration proves to be false.
I confirm that I am duly authorised to sign this proposal.
NAME (PRINT) ………………………….
CAPACITY ……………………….
SIGNATURE …………………………….
NAME OF FIRM ………………………….….
DATE ……………………………….
WITNESSES 1 …….……………………………
2 ……….………………………… DATE: .…………………………..
13
CSIR:
Council for Scientific and Industrial Research
RFP No.: CSIR 3013/26/02/2016
Building 18 resurfacing courtyard
PART 1
Technical proposal:
14
Section c returnable documents
30. List of returnable checklist
NOTE: The tenderer is required to complete each and every schedule listed above to the best of his ability as the
evaluation of tenders and the eventual contract will be based on the information provided by the tenderer.
Failure of a tenderer to complete the schedules and forms to the satisfaction of the employer will inevitably
prejudice the tender and may lead to rejection on the grounds that the tender is not responsive.
The tenderer must complete the following returnable documents:
Returnable documents – Returnable Schedules required only for tender evaluation
Purposes.
Record of Addenda to tender documents
Certificate of Authority
CSIR Supplier Registration Form
Proposed amendments and qualifications
Method Statement
Schedule of Proposed Subcontractors
Schedule of Plant and Equipment
Schedule of the Tenderer’s Experience
Certificate of Attendance at the Clarification Meeting
Schedule of Key Personnel
Curriculum Vitae of Key Personnel – Contract
Manager
Curriculum Vitae of Key Personnel – Safety
Officer
Curriculum Vitae of Key Personnel – Site Agent
Curriculum Vitae of Key Personnel – Site
Foreman
Tenderer’s Financial Standing
Contractor’s Health and Safety Declaration
Certificate of Contractor Registration with CIDB
Audited Financial Statements
Tax Clearance Certificate
Proposed Joint Venture Agreement
Proof of Compliance with COID Act
Registration Certificate / Agreement / Powers of
attorney / I.D. Document (If Applicable)
Returnable documents – Returnable Schedules that will be incorporated into the Contract.
Preliminary Programme
Amendments, Qualifications and Alternatives
Quality Plan
Addenda to the Tender Documents
Agreement and Contract Data
15
Form of Offer and Acceptance
Form of Offer
Form of Acceptance
Schedule of Deviations
Contract Data
Contract Data CE (Contractor to Employer)
Contract Data EC (Employer to Contractor)
Forms of Securities
Form of Guarantee
Health and Safety Contract between Employer and
Contractor in terms of Section 37(2) of the
Occupational Health and Safety Act no. 85 of 1993
Health and Safety Contract: General Information Occupational Health and Safety Indemnity Undertaking
Pricing Data
Bills of Quantities
16
31. RETURNABLE SCHEDULES
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.
Attach additional pages if more space is required.
Signed Date
Name Position
Tenderer
RFP No.: 3013/26/02/2016 Building 18 Resurfacing Courtyard
17
32. CERTIFICATE OF AUTHORITY
Indicate the status of the Tenderer by ticking the appropriate box hereunder. The Tenderer must
complete the certificate set out below for the relevant category.
(i)
COMPANY
(ii)
CLOSE
CORPORATION
(iii)
PARTNERSHIP
(iv)
JOINT
VENTURE
(v)
SOLE
PROPRIETOR
(i) CERTIFICATE FOR COMPANY
I, .................................................................... , chairperson of the Board of Directors of
....................................................................., hereby confirm that by resolution of the Board (copy
attached) taken on ......................... 20......, Mr/Ms ..................................., acting in the capacity of
.........................................................., was authorized to sign all documents in connection with the
tender for RFP No.: CSIR 3013/26/02/2016 and any contract resulting from it on behalf of the
company.
Chairman:
As Witnesses: 1.
2.
Date: .............................................................
RFP No.: 3013/26/02/2016 Building 18 Resurfacing Courtyard
18
(ii) CERTIFICATE FOR CLOSE CORPORATION
We, the undersigned, being the key members in the business trading as
......................................... hereby authorize Mr/Ms .……………….............................., acting in
the capacity of ............................................................., to sign all documents in connection with
the tender for RFP No.: CSIR 3013/26/02/2016 and any contract resulting from it on our behalf.
NAME ADDRESS SIGNATURE DATE
Note: This certificate is to be completed and signed by all of the key members upon
whom rests the direction of the affairs of the Close Corporation as a whole.
RFP No.: 3013/26/02/2016 Building 18 Resurfacing Courtyard
19
(iii) CERTIFICATE FOR PARTNERSHIP
We, the undersigned, being the key partners in the business trading as, ..................................
..................................... hereby authorize Mr/Ms ............................…….........................., acting in
the capacity of …………………………………..., to sign all documents in connection with the
tender for RFP No.: CSIR 3013/26/02/2016 and any contract resulting from it on our behalf.
NAME ADDRESS SIGNATURE DATE
Note: This certificate is to be completed and signed by all of the key partners upon whom
rests the direction of the affairs of the Partnership as a whole.
RFP No.: 3013/26/02/2016 Building 18 Resurfacing Courtyard
20
(iv) CERTIFICATE FOR JOINT VENTURE
This Returnable Schedule is to be completed by joint ventures.
We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorise
Mr/Ms, authorised signatory of the company .....
.......................................................................................................... , acting in the capacity of
lead partner, to sign all documents in connection with the tender offer and any contract resulting
from it on our behalf.
NAME OF FIRM ADDRESS DULY AUTHORISED
SIGNATORY
Lead partner
Signature ...................................
Name .......................................
Designation ...............................
Signature ...................................
Name .......................................
Designation ...............................
Signature ...................................
Name .......................................
Designation ...............................
Signature ...................................
Name .......................................
Designation ...............................
Note: This certificate is to be completed and signed by all of the key partners upon who
rests the direction of the affairs of the Joint Venture as a whole.
RFP No.: 3013/26/02/2016 Building 18 Resurfacing Courtyard
21
(v) CERTIFICATE FOR SOLE PROPRIETOR
I, ....................................................., hereby confirm that I am the sole owner of the Business
trading as
………………………………………..
Signature of Sole owner: ............................................................................
As Witnesses:
1. ........................................................................
2. ........................................................................
Date: ...................................................................
22
33. CSIR SUPPLIER REGISTRATION FORM
SECTION E
CHECKLIST FOR DOCUMENTS TO BE SUBMITTED TICK For Office
Use Only
a) Broad Based Black Economic Empowerment Certificate (B-BBEE)
Certificate and the accompanying scorecard issued by an Accredited
Verification Agency
b) Proof of ownership (i.e. CK /CK2/ Share Certificates)
c) Audited Annual Financial Statements (last three financial periods)
d) Latest Valid Original Tax Clearance Certificate
23
34. PROPOSED AMENDMENTS AND QUALIFICATIONS
The Tenderer should record any deviations or qualifications he may wish to make to the tender
documents in this Returnable Schedule. Alternatively, a tenderer may state such deviations and
qualifications in a covering letter to his tender and reference such letter in this schedule.
The Tenderer’s attention is drawn to clause F.3.8 of the Standard Conditions of Tender
referenced in the Tender Data regarding the employer’s handling of material deviations and
qualifications.
Page Clause or
item Proposal
25
35. METHOD STATEMENT
The Tenderer to attach hereto a Method Statement.
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
26
36. SCHEDULE OF PROPOSED SUBCONTRACTORS
We notify you that it is our intention to employ the following Subcontractors 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.
We confirm that all Subcontractors who are contracted to construct a house are registered as
home builders with the National Home Builders Registration Council.
Name and address of
proposed Subcontractor Nature and extent of work
Previous experience with
Subcontractor
Signed Date
Name Position
Tenderer
27
37. SCHEDULE OF PLANT AND EQUIPMENT
The following are lists of major items of relevant equipment that I/we presently own or lease and
will have available for this contract or will acquire or hire for this contract if my/our tender is
accepted.
(a) Details of major equipment that is owned by and immediately available for this contract.
Quantity Description, size, capacity, etc.
Attach additional pages if more space is required.
(b) Details of major equipment that will be hired, or acquired for this contract if my/our tender is
acceptable. Tenderer to attach letter of understanding from the plant hire company.
Quantity Description, size, capacity, etc.
Attach additional pages if more space is required.
29
38. SCHEDULE OF THE TENDERER’S EXPERIENCE
Employer:
Contact Person
and Telephone
Number
Consulting
Engineer: Contact
Person and
Telephone Number
Nature Of Work
Value of
Work
(Inclusive
of Vat)
Date
Completed or
Expected to
be Completed
Signed Date
Name Position
Tenderer
30
39. CERTIFICATE OF ATTENDANCE AT CLARIFICATION MEETING
This is to certify that (tenderer)
of (address):
.................................................………............................ was represented by the person(s) named
below at the compulsory meeting held for all tenderers at (location):
........................................................ on (date).................................... starting at (time) ……...
I/We acknowledge that the purpose of the meeting was to acquaint myself/ourselves with the Site
of the Works and its surroundings and/or matters incidental to doing the work specified in the
Tender Documents in order for me/us to take account of everything necessary when compiling
our rates and prices included in the tender. I/We also acknowledge that I/we have examined the
Site Data made available by the Employer.
Particulars of person(s) attending the meeting:
Name: .....................................……………….. Signature:
Capacity: ........................................................
Name: .....................................……………….. Signature:
Capacity: ........................................................
Attendance of the above person(s) at the meeting is confirmed by the Employer's
representative, namely:
Name: .....................................……………….. Signature:
Capacity: ..............................…………............ Date and Time:
31
40. SCHEDULE OF KEY PERSONNEL
In terms of the Project Specification and the Conditions of Tender, unskilled workers may only be
brought in from outside the local community if such personnel are not available locally.
The Tenderer shall list below the personnel which he intends to utilize on the Works, including
key personnel which may have to be brought in from outside if not available locally.
Category of
Employee
Number Of Persons
Key Personnel, Part
of the Contractor's
Organisation
Key Personnel to
be imported if not
available locally
Unskilled Personnel
to be recruited from
local community
HDI Non-HDI HDI Non-HDI HDI Non-HDI
Site Agent, Project
Managers
Foremen, Quality
Control and Safety
Personnel
Technicians,
Surveyors, etc.
Artisans and other
Skilled workers
Plant Operators
Unskilled Workers
Others
Signature: .................................................................... Date:
(of person authorised to sign on behalf of the Tenderer)
32
Curriculum Vitae of Key Personnel – Contract Manager
Provide separate forms for each position listed in Form: Key Personnel.
Project Manager:
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required service:
Certification:
I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly
describes me, my qualifications and my experience.
.....................................................................................
Signature of person named in the schedule
Date
33
Curriculum Vitae of Key Personnel – Safety Officer
Provide separate forms for each position listed in Form: Key Personnel.
Safety Officer:
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required service:
Certification:
I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly
describes me, my qualifications and my experience.
.....................................................................................
Signature of person named in the schedule
Date
34
Curriculum Vitae of Key Personnel – Site Agent
Provide separate forms for each position listed in Form: Key Personnel.
Site Agent:
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required service:
Certification:
I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly
describes me, my qualifications and my experience.
.....................................................................................
Signature of person named in the schedule
Date
35
Curriculum Vitae of Key Personnel – Site FOREMAN
Provide separate forms for each position listed in Form: Key Personnel.
Site Agent:
Name: Date of birth:
Profession: Nationality:
Qualifications:
Professional Registration Number:
Name of Employer (firm):
Current position: Years with firm:
Employment Record:
Experience Record Pertinent to Required service:
Certification:
I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly
describes me, my qualifications and my experience.
.....................................................................................
Signature of person named in the schedule
Date
36
41. TENDERER’S FINANCIAL STANDING
In terms of Clause F2.18.1 of the Conditions of Tender the Employer may make inquiries to
obtain a bank rating from the Tenderer's bank.
To that end the Tenderer must provide with his tender a bank rating, certified by his banker, to
the effect that he will be able to successfully complete the contract at the tendered amount within
the specified time for completion.
However, should the Tenderer be unable to provide a bank rating with his tender, he shall state
the reasons as to why he is unable to do so, and in addition provide the following details of his
banker and bank account that he intends to use for the project.
I/We furnish the following information and hereby authorise the Employer to approach the
Bank for a reference.
Name of Account holder: ...............................................................................................................
Name of Bank: Branch:
Account number: Type of account:
Telephone number: Facsimile number:
Name of contact person (at bank):
Failure to provide either the required bank details or a certified bank rating with his
tender, will lead to the conclusion that the Tenderer does not have the necessary financial
resources at his disposal to complete the contract successfully within the specified time
for completion.
I/We agree, if required, to furnish a copy of the latest audited set of financial statements together
with my/our Director’s and Auditors’ report for consideration by the Employer.
The Employer undertakes to treat the information thus obtained as confidential, strictly for the
use of evaluation of the tender submitted by the Tenderer.
Signature: .................................................................... Date:
(of person authorised to sign on behalf of the Tenderer)
37
42. CONTRACTOR'S HEALTH AND SAFETY DECLARATION
In terms of Clause 4(4) of the OHSA 1993 Construction Regulations 2014 (referred to as "the
Regulations" hereafter), a Contractor may only be appointed to perform construction work if the
Employer is satisfied that the Contractor has the necessary competencies and resources to carry
out the work safely in accordance with the Occupational Health and Safety Act No 85 of 1993
and the OHSA 1993 Construction Regulations 2014.
To that effect a person duly authorised by the tenderer must complete and sign the declaration
hereafter in detail.
Declaration by Tenderer
1. I, the undersigned hereby declare and confirm that I am fully conversant with the
Occupational Health and Safety Act No 85 of 1993 (as amended by the Occupational
Health and Safety Amendment Act No 181 of 1993), and the OHSA 1993 Construction
Regulations 2014.
2. I hereby declare that my company has the competence and the necessary resources to
safely carry out the construction work under this contract in compliance with the
Construction Regulations and the Employer's Health and Safety Specifications.
3. I hereby confirm that adequate provision has been made in my tendered rates and prices
in the Bill of Quantities to cover the cost of all resources, actions, training and all health
and safety measures envisaged in the OHSA 1993 Construction Regulations 2014,
including the cost of the specific items listed in the tables hereafter.
(Tables to be completed by Tenderer)
TABLE 1: COST OF SAFETY PERSONNEL
27.1.1.1 PERSONNEL
COSTS AS
ALLOWED IN
TENDER
NOMINATED PERSON/S
Construction Supervisor
Construction Safety Officer
Health and Safety Representatives
Health and Safety Committee
38
TABLE 2: COST OF SAFETY EQUIPMENT
EQUIPMENT STATE
YES or NO
COST ALLOWED FOR IN
TENDER
Hard hats
Safety boots
Harnesses
Gas detectors
Add items as per risk assessment:
4. I hereby undertake, if my tender is accepted, to provide, before commencement of the
works under the contract, a suitable and sufficiently documented Health and Safety Plan in
accordance with Regulation 5 (1) of the Construction Regulations, which plan shall be
subject to approval by the Employer.
5. I confirm that copies of my company's approved Health and Safety Plan, the Employer's
Safety Specifications as well as the OHSA 1993 Construction Regulations 2014 will be
provided on site and will at all times be available for inspection by the Contractor's
personnel, the Employer's personnel, the Engineer and his Agents, visitors, and officials
and inspectors of the Department of Labour.
6. I hereby confirm that I will be liable for any penalties that may be applied by the Employer
in terms of the said Regulations (Regulation 30) for failure on the Contractor's part to
comply with the provisions of the Act and the Regulations.
7. I agree that my failure to complete and execute this declaration to the satisfaction of the
Employer will mean that I am unable to comply with the requirements of the OHSA 1993
Construction Regulations 2014, and accept that my tender will be prejudiced and may be
rejected at the discretion of the Employer.
Signature: .................................................................... Date:
(of person authorised to sign on behalf of the Tenderer)
39
43. CONTRACTOR'S CERTIFICATE OF REGISTRATION WITH CIDB
The Tenderer shall attach hereto the Contractor’s Certificate of Registration with CIDB. Failure to submit
the certificate with the tender document will lead to the conclusion that the Tenderer is not registered with
the CIDB and therefore not eligible to tender.
Tenderers who have made application to CIDB for registration and are capable of being so registered prior
to the evaluation of submissions must attach a notification from CIDB that their application is being
considered.
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
40
44. AUDITED FINANCIAL STATEMENTS
The Tenderer shall attach hereto:
i) audited annual financial statement for 3 years, or for the period since establishment if
established during the last 3 years, if required by law to prepare annual financial
statements for auditing.
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
41
45. TAX CLEARANCE CERTIFICATE
Tax Clearance Certificate obtained from SARS to be inserted here.
IMPORTANT NOTES:
1. The following is an abstract from the Preferential Procurement Regulations 2001
promulgated with the Preferential Policy Framework Act No 5 of 2000:
Tax clearance certificate
16. No contract may be awarded to a person who has failed to submit an original Tax
Clearance Certificate from the South African Revenue Service (“SARS”) certifying
the taxes of that person to be in order or that suitable arrangement have been
made with SARS."
2. The ST 5.1 form, Application for Tax Clearance Certificate (in respect of tenders), must be
completed by the tenderer in every detail and submitted to the Receiver of Revenue
where the tenderer is registered for income tax purposes. The Receiver of Revenue will
then furnish the tenderer with a Tax Clearance Certificate that will be valid for 6 months
from date of issue. This Tax Clearance Certificate must be submitted in the original
with the tender that is before the closing time and date of the tender.
Each party to a Consortium/Joint Venture/Subcontractors must complete a separate Tax
Clearance Certificate.
Failure to submit an original and valid Tax Clearance Certificate, or certified copy thereof,
will invalidate the tender.
27.1.2
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
42
46. PROPOSED JOINT VENTURE AGREEMENT
The Tenderer shall attach hereto a copy of the proposed Joint Venture Agreement (if
applicable) and completed Supplier Registration Form for each of the contracting parties
(if applicable).
If not a Joint Venture indicate as such on this page.
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
43
47. PROOF OF COMPLIANCE WITH COID ACT
The Tenderer must attach hereto proof of compliance with the relevant requirements of
the Compensation for Occupational Injuries and Diseases Act, 1993 (Act No. 130 of 1993).
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
44
48. REGISTRATION CERTIFICATE / AGREEMENT / POWERS OF ATTORNEY
/ ID DOCUMENT (IF APPLICABLE)
Important note to Tenderer: Registration Certificates for Companies, Close Corporation and
Partnerships, or Agreements and Powers of Attorney for Joint
Ventures, or ID Document for Sole Proprietor, all as referred to in
the foregoing forms must be inserted here.
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
45
49. PRELIMINARY PROGRAMME
The Tenderer shall attach a preliminary programme reflecting the proposed sequence and tempo
of execution of the various activities comprising the work for this Contract. The programme shall
be in accordance with the information supplied in the Contract, requirements of the Project
Specifications and with all other aspects of the Tender.
Date of Practical Completion: Friday 15 April 2016
Note: The programme must be based on the completion time as specified in the Contract Data. No
other completion time that may be indicated on this programme will be regarded as an alternative
offer, unless it is listed in Table (b) of the Form hereafter and supported by a detailed statement
to that effect, all as specified in the Tender Data.
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
46
50. AMENDMENTS, QUALIFICATIONS AND ALTERNATIVES
(This is not an invitation for amendments, deviations or alternatives but should the
Tenderer desire to make any departures from the provisions of this contract he shall set
out his proposals clearly hereunder. The Employer will not consider any amendment,
alternative offers or discounts unless forms (a), (b) and (c) have been completed to the
satisfaction of the Employer).
I/We herewith propose the amendments, alternatives and discounts as set out in the tables
below:
(a) AMENDMENTS
PAGE, CLAUSE OR
ITEM NO
PROPOSED AMENDMENT
Notes: (1) Amendments to the General and Special Conditions of Contract are not acceptable;
(2) The Tenderer must give full details of all the financial implications of the
amendments and qualifications in a covering letter attached to his tender.
(b) ALTERNATIVES
PROPOSED
ALTERNATIVE DESCRIPTION OF ALTERNATIVE
Notes: (1) Individual alternative items that do not justify an alternative tender and an alternative offer for
time for completion should be listed here.
47
(2) In the case of a major alternative to any part of the work, a separate Bill of Quantities,
programme, etc., and a detailed statement setting out the salient features of the proposed
alternatives must accompany the tender.
(3) Alternative tenders involving technical modifications to the design of the works and methods of
construction shall be treated separately from the main tender offer.
(c) DISCOUNTS
ITEM ON WHICH
DISCOUNT IS OFFERED DESCRIPTION OF DISCOUNT OFFERED
Note: The Tenderer must give full details of the discounts offered in a covering letter attached to
his tender, failing which, the offer will be prejudiced.
Signature: .................................................................... Date:
(of person authorised to sign on behalf of the Tenderer)
48
51. QUALITY PLAN
The Tenderer shall attach to this page the Contractor’s Quality Control Plan covering the
project.
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
49
52. ADDENDA TO THE TENDER DOCUMENTS
Copies of all Addenda to the tender documents which have been issued by the Employer will
be inserted here by the Employer.
SIGNATURE: ............................................................... DATE:
(of person authorised to sign on behalf of the Tenderer)
50
CSIR:
COUNCIL FOR SCIENTIFIC AND
INDUSTRIAL RESEARCH
RFP NO.: CSIR 3013/26/02/2016
BUILDING 18 RESURFACING COURTYARD
SCOPE OF WORK
51
53. SCOPE OF WORK
PROJECT SPECIFICATION
PS 1 DESCRIPTION OF THE WORKS PS 1.1 EMPLOYER’S OBJECTIVES
The objective of this contract is to resurface the courtyard and the access road to Building 18 on
the CSIR Brummeria campus, Pretoria.
This will be achieved by engaging a Contractor with a CIDB grading of 5CE or higher as the main
contractor.
PS 1.2 OVERVIEW OF THE WORKS
The Works comprise a number of individual but associated components. The intention is to carry
out the following works:
PS 1.3 SCOPE OF CONTRACT
Resurfacing of the access road to the building comprising the following:
Milling and removing of a 1m strip either side of the existing access road.
Cleaning and applying a tack coat to the existing asphalt surface.
Resurfacing the road with a 25mm medium grade asphalt layer.
Painting of road markings.
Replacement of concrete surfacing in court yard comprising the following:
The demolition and removal of the existing concrete surfacing in the courtyard.
Preparation of in-situ roadbed bellow new concrete surfaces.
Placement of steel reinforcement and shuttering.
Casting of new concrete surfacing.
Saw cut and sealing of joints.
Painting of road markings.
Lifting and relaying of existing paved areas.
PS 1.4 LOCATION OF THE WORKS
The site is located at the CSIR Campus, Pretoria.
PS 1.5 TEMPORARY WORKS
No Temporary works are envisaged under this contract.
52
PS 2 PRINCIPAL AGENT PS 2.1 EMPLOYER’S DESIGN
When and where specific reference is made or preference given to specified material, the
Tenderer shall include such as his main offer in the tender. Should the Tenderer fail to comply
with these requirements, this may lead to the disqualification of the tender submitted.
Tenderers are free to propose alternative material to that proposed by the principal agent and,
provided that technical data sheets with details of each alternative proposal are submitted with
the tender, such alternative proposals will be considered in the adjudication of a tender. Full
details of any changes must be included with the tender. The cost of any changes to the existing
design will be for the Contractor’s account where full details of the changes were not submitted
with the tender.
Where material other than that proposed by the principal agent is accepted, it will be the sole
responsibility of the Contractor to ensure repair work is compatible with the accepted material.
In case of the principal agent’s acceptance of an alternative proposal, the Contractor shall submit
in triplicate to the Engineer for his approval, detailed working drawings of the Contractor’s
alternative design proposal before any related work is executed.
An extension of Time for Completion of the Contract due to time spent on the alteration of the
tender drawings to suit the Contractor’s alternative proposals or due to time spent in obtaining the
principal agent’s approval of such alternatives, shall not be considered.
Acceptance of an alternative proposal or offer shall not relieve the Contractor of any of his
obligations in terms of the Contract. The Contractor’s cost of preparation and submission of an
alternative proposal shall be deemed to be included in the rates tendered for the execution of the
Work.
PS 2.2 DRAWINGS
The drawings that are issued for tender purposes are those noted below.
DRAWING
NUMBER DESCRIPTION REV
ARCHITECTURAL DRAWINGS
C2167-901 General Layout Plan 0
53
DRAWING
NUMBER DESCRIPTION REV
PS 4 CONSTRUCTION PS 4.1 APPLICABLE STANDARDS
National Building Regulation, SANS 1200, Standard Preamble to Trades.
PS 4.2 PROJECT SPECIFIC AMENDMENTS APPLICABLE TO THE SANS 1200
PSA GENERAL
The following variations are applicable to the standardised specification SANS 1200 A
General.
PSA 1 Measurement and Payment
PSA 1.1 Scheduled Fixed Charge and Value Related Items
PSA 1.1.1 Clause 8.3.2 – Facilities for Contractor
Sub-Clause 8.3.2.3
Add the following:
“The tendered sum shall include for all security measures required for protection of the
works and contractor’s facilities for the duration of the contract.”
PSA 1.2 Clause 8.6 – Prime Cost Items
PSA 1.2.1 Control tests
a) Prime cost item for control tests on road foundations by an outside laboratory as
ordered by the Engineer.
c) Not applicable
54
PSA 1.2.2 Signage
a) Prime cost item for signage for safety purposes to be erected on the site.
c) Not applicable
PSA 1.3 Occupational Health and Safety Act (Act No 85 of 1993)
Add the following:
A separate item will be allowed for the costs that the Contractor will incur to comply with
the requirements of the Occupational Health and Safety Act.
The unit of measurement will be a lump sum and the amount tendered must cover all
costs that the Contractor will incur in this regard.
PSA 1.4 Complying with the requirements of the Environmental Management Plan
Add the following:
Included in the appendix to this document, is the approved Environmental Management
Plan (EMP). The successful Tenderer must, at all times, comply with the requirements
of this plan.
A separate item has been allowed in the Schedule of Quantities to comply with the
above. The unit of measurement will be a lump sum. The amount tendered must cover
all the fixed charge costs that the Contractor will incur in this regard, as well as the time
related items.
PSA 1.5 Facilities to other Contractors
Refer also to Clause: Site Information
Add the following:
A separate item has been allowed in the Schedule of Quantities to work with and co-
ordinate activities with other Contractors, especially the Electrical Contractor on site.
The unit of measurement will be the lump sum. The amount tendered must cover all
the fixed charge costs that the Contractor will incur for the co-ordination of
programmes, liaison, the holding of co-ordination meetings and the distribution of
minutes, ensuring that the agreed handover dates to the Electrical Contractor are met
and working with other contractors. A time related item for the above will also be
measured in the Schedule of Quantities.
55
PSA 1.6 Checking of Erf Pegs
In this regard, refer to Clause: Site Information:
Add the following:
A separate item has been allowed in the Schedule of Quantities to comply with the
requirements of this item. The unit of measurement will be the lump sum. The
tendered amount must cover all the fixed charge costs that the Contractor will incur in
this regard, as well as the time related items.
PSA 2 CONSTRUCTION
PSA 2.1 Setting out of Works
The Contractor will be required to set out the works from the basic control points, erf
pegs and co-ordinates given on the drawings.
The cost of setting out the works as described above, should be included in item 8.4.3
of the Scheduled Time - Related items.
PSAB ENGINEER'S OFFICE
The following variations are applicable to the standardised specification SABS 1200 AB
- Engineer's Office.
PSAB 1 Materials
PSAB 1.1 Clause 3.1 - Name boards
No name board is required.
PSAB 1.2 Clause 3.2 - Office Buildings
No office is required for the Engineer.
PSAB 2 Plant
PSAB 2.1 Clause 4.1 - Telephone
No telephone is required by the Engineer.
PSAB 2.2 New Clause - Survey equipment
The following survey equipment shall be made available and be maintained in good
condition for the use of the Engineer for the duration of the Contract.
(a) One automatic surveyor's level with tripod, case and staff.
(b) 1 off nylon-coated steel surveyor's tape 100 m long and 10 mm wide.
(c) a survey book for levelling.
(d) 50 steel pegs, 300 mm long and 10 mm diameter
(e) Two skilled labourers to assist him with measurement from time to time.
56
Measurement and Payment
A lump sum will be provided to supply the above survey equipment for the duration of
the Contract. The maintenance of this equipment will be covered by the time related
costs.
PSC SITE CLEARANCE
The following variations are applicable to the standardised specification SABS 1200 C.
PSC 1 Construction
PSC 1.1 Clause 5.1 Areas to be cleared and grubbed
The following areas are to be cleared and grubbed and material to be disposed to
unspecified site:
1) The Contractor's construction camp site.
2) Road reserves. The full width of the road reserve and
3) Where pipes are to be laid a strip wide enough for the stock piling of excavated
material alongside the trench without the material being contaminated as well as
sufficient space for access for delivery of material.
PSC 2 Scheduled Items
PSC 2.1 Additional Item
Temporary Hoarding / Fencing of the works
Temporary hoarding or fencing, for security and safety reasons, must be erected along
the perimeter of the works as determined in conjunction with the Employer and the
Engineer. The temporary fencing must be 1.8m high with diamond mesh fencing and
the necessary posts and standards to ensure the fencing is securely kept in place. The
fencing must be covered with a good quality dense shade cloth to limit visibility into the
site. On completion of the contract, the fencing must be removed and the material
remains the property of the Contractor.
The unit of measurement for the temporary hoarding / fencing is the linear metre and
the rate tendered must allow for all material erection thereof, maintenance and removal
on completion of the contract.
SD EARTHWORKS
The following variations are applicable to the standardised specification SABS 1200 D.
PSD 1 Materials
PSD 1.1 Clause 3.1.2 Classes of Excavation
For the purposes of this contract, there will be two classes of excavation, namely soft,
and hard rock. Any other class of excavation mentioned in Clause 3.1.2 will be
regarded as soft excavation.
PSD 1.2 Clause 3.2.2 Material suitable for replacing overbreak
The material suitable for replacing overbreak must be compacted to the same degree of
density as that specified for the backfilling of the original excavation.
57
PSD 2 Construction
PSD 2.1 Clause 5.1.1.3 Explosives
No allowance for overbreak will be made and backfilling and compaction of overbreak
will be done at the Contractors expense.
PSD 2.2 Clause 5.1.4.3 Excavated Material
All excavated material, including top soil, loose stones and boulders, which are to be
removed during the tidying up of the site and which are unsuitable or are in excess for
the use in backfill or side fill, must be removed from site. The Contractor must provide
his own dumping site. The free haul distance mentioned later does not apply in this
case and the Tendered unit rate must make allowance for all travelling to dump excess
material.
PSD 2.3 Clause 5.2.5.1 Free haul
A free haul distance of 3.0 Km shall be applicable.
PSD 2.4 Clause 5.2.5.2 Overhaul
No overhaul shall apply.
PSD 3 Clause 8 – Measurement and Payment
PSD 3.1 Clause 8.3.4(a) – Importing of Materials from Commercial sources.
The rate shall not be an extra over and shall cover the total cost.
PSDM EARTHWORKS (ROADS, SUBGRADE)
The following variations are applicable to the standardised specification SABS 1200
DM.
PSDM 1 Materials
PSDM 1.1 Classification for Excavation Purposes
For the purposes of this contract, there will be two classes of excavation, namely soft
excavation and hard rock.
PSDM 1.2 Clause 3.2.2 Fill
Approved fill material shall have a minimum CBR of 15, at 93% of modified AASHTO
density, a minimum GM of 0,5 and a maximum PI of 3 GM + 12.
PSDM 1.3 Clause 3.2.3 Selected layer
Item a)
- maximum PI of 3GM + 10
Item b)
- minimum grading modulus of 0,75 for upper selected layer.
No grading modulus specified for lower selected.
Item c)(1)
-minimum CBR of 25 for natural material
58
Item c)(2)
- minimum CBR of 15 for natural material
PSDM 2 Construction
PSDM 2.1 Clause 5.2.2.2 Dimension of Cuts
Refer paragraph PSDM 1.3 for CBR. The Contractor will not be paid for overbreak
backfilling nor backfilling over - excavated sections.
PSDM 2.2 Clause 5.2.2.3(b) Cut to Spoil
Refer Paragraph PSD 2.2
PSDM 2.3 Clause 5.2.2.5 Disposal of surplus or unsuitable material
Refer Paragraph PSD 2.2
PSDM 2.4 Clause 5.2.4.2 Placing and Compaction
Delete paragraph d (3)
PSDM 2.5 Clause 5.2.4.2 Placing and Compaction
Under paragraph (d), pioneer layers to be constructed on the same basis as rock fill.
PSDM 2.6 Clause 5.2.8.2 Overhaul
No free haul distance shall be applicable and the tender rate shall include for all
transport of material where required.
PSDM 3 Tolerances
PSDM 3.1 Clause 6.2 Dimensions, Levels, etc
Degree of accuracy I will apply.
PSDM 4 Testing
PSDM 4.1 Clause 7.2 Process Control
The testing frequencies as set out in Table I shall apply. The costs of these tests are to
be included in the unit rates tendered for each layer.
PSDM 4.2 Clause 7.3.2 Density Testing
Values as set out in Table 2 should be used in evaluating the materials tested.
PSDM 5 Measurement and Payment
PSDM 5.1 Clause 8.2.5 Verifying Quantities
This clause will be strictly applied to this contract.
PSDM 5.2 Clause 8.3.4 Cut to fill and borrow to fill
The rate shall include the costs of temporary stockpiling should this be required as a
result of the Contractors' method of construction and works programme.
PSDM 5.3 Additional Item
Working off sidewalks, cuts and fills…………………………………………………….m²
59
The rate shall cover the cost to remove all stones larger than 25mm diam and work off
the sidewalk to a neat and even finish.
The width of the sidewalk to be worked off shall be from the back of kerb to road
reserve boundary.
PSGA CONCRETE (SMALL WORKS)
The following variations are applicable to the standardised specification SABS 1200
GA.
PSGA 1 Measurement and Payment
PSGA 1.1 Clause 8 Measurement and Payment
Concrete, formwork, reinforcement and brickwork will be measured in the Schedule of
Quantities in the applicable sections as required.
PSM ROADS (GENERAL)
The following variations are applicable to the standard specification SABS 1200 M.
PSM 1 Tolerances
PSM 1.1 Clause 6.2 Tolerances not cumulative
The thickness of the base and subbase shall not be less than the specified thickness.
PSM 2 Testing
PSM 2.1 Clause 7.2 - Process Control
Process Control tests for the sub grade earthworks, sub base and base to be carried
out by the Contractor at the frequencies stated and at the costs of the Contractor.
PSME SUBBASE
The following variations are applicable to the standard specification SABS 1200 ME.
PSME 1 Materials
PSME 1.1 Clause 3.1.2 Classes of Excavation
As for PSD 1.1.
PSME 1.2 Clause 3.2 Physical Properties
PSME 1.2.1 Clause 3.2.1 Subbase Material
Only approved imported material must be used for subbase. The imported material
must comply with the following requirements in its final compacted position in the road.
Requirement Un-stabilised Stabilised
Minimum grading modulus 1.5 1.5
Maximum plasticity index 10 6
Minimum in place density (Mod AASHTO
density)
95 95
Minimum UCS at in place density (kPa) - 750
60
PSME 2 Construction
PSME 2.1 Clause 5.5.6 Curing
After the curing as specified has been completed but not longer than 7 days after
completion of the subbase, the base material must be placed in position and spread
over the completed subbase.
PSME 3 Transport
PSME 3.1 Clause 5.7.1 Free haul
No free haul distance shall be applicable and the tender rates shall include for all
transport of material where required.
PSMJ SEGMENTED PAVING
The following variations are applicable to the standard specifications SABS 1200 MJ.
PSMJ 1 Materials
PSMJ 1.1 Clause 3.1.2
Road paving blocks shall be 80mm thick Infraset’s interlocking blocks or equal
complying with the following:
On roadways - 80mm Grey interlocking G-block
Pedestrian Pathways - 80mm Grey interlocking G-block
or to match existing
PSMJ 2 Materials
PSMJ 2.1 Clause 3.1.2 Class, Strength and Type
Class 25 MPa wet crushing strength.
PSMJ 2.2 Clause 3.3 Sand bedding and Jointing
An approved weed killer with a 1 year guarantee must be mixed into the bedding sand.
PSMJ 3 Scheduled Items
PSMJ 3.1 Clause 8.2.3 Cutting units to fit
No separate items will be scheduled for straight, raking and circular cutting. The length
measured will be the length of that part of the edge restraint where it is necessary to cut
the units to fit.
The rate shall cover the cost of cutting, waste of material, delays and disruption of the
programme.
PSMK KERBING AND CHANNELING
The following variations are applicable to the standard specification of SABS 1200 MK.
PSMK 1 Materials
PSMK 1.1 Clause 3.2.2 Curved Kerbing
61
The nominal length of kerbing at intersections shall be 300 mm.
PSMK 1.2 Clause 3.7 Concrete
All concrete for in situ kerbing and edge restraints shall be 25/19, whilst precast kerbing
shall be Class 30/19.
PSMK 2 Construction
PSMK 3 Measurement and Payment
PSMK 3.1 Clause 8.2.7 Trimming of excavations
Refer to PSD 1.1 for classification of excavations.
PSMK 3.2 Clause 8.2.8 Cast in situ concrete lining
The rate shall also include the cost of the surface finishing.
PSMM ANCILLARY ROADWORKS
The following variations are applicable to the standard specification of SABS 1200 MM.
PSMM 1 Construction
PSMM 1.1 Clause 5.2.5 Dismantling of Road Signs
Where indicated on the drawings, the Contractor shall dismantle and dispose of existing
road signs.
PSMM 2 Measurement and Payment
PSMM 2.1 Clause 8.3 Scheduled Items for Permanent Road Signs
All road signs will be measured as per number of signs installed. The rate shall cover
the cost of supplying and erecting the completed sign and post with brackets, painting,
excavation and backfilling included, all to the approval of the Engineer and the City of
Tshwane.
PSMM
2.2 Additional Item
Removal of existing road markings
Remove existing road markings:
a) Lines, any thickness and
colour…………………………………………………………m
b) Characters, symbols and letters, any type and colour………………………No
c) Traffic Island
Markings……………………………………………………………………..m²
The rate shall cover the cost to remove and obliterate existing road marking by
sandblasting.
62
PS 4.3 Way Leaves, Permissions and Permits
The Contractor shall be responsible for obtaining all of the necessary way leaves, permissions or
permits applicable to working near any existing services or other infrastructure on Site, and shall
ensure that any way leaves, permissions or permits obtained by the Employer’s Agent prior to the
award of the contract are transferred into the Contractor’s name.
The Contractor shall abide by any conditions imposed by such way leaves, permissions or
permits.
The Contractor shall ensure that all way leaves, permissions and permits are kept on site and are
available for inspection by the relevant service authorities on demand.
The Contractor shall also ensure that any way leaves in respect of electricity services are
renewed timeously.
PS 6 MANAGEMENT PS 6.1 PLANNING AND PROGRAMMING
PS 6.1.1 General
This clause describes the requirements for the preparation, submission, updating and revision of
the programme for the works.
The programme shall be used by the Contractor to plan and execute the works. The programme
shall also be used by the Principal Agent to monitor progress and be the sole basis for the
assessment of revisions of the date for Practical Completion.
The programme shall be produced by the contractor as follows:
a) A programme for the totality of the works shall be submitted to the principal agent for
acceptance. If the principal agent does not accept such programme, it shall be revised and
amended until it is accepted by the principal agent. This programme will then be regarded
as the baseline programme.
b) This baseline programme shall be updated with actual progress on a monthly basis, or any
more frequent basis as necessitated by construction events. The contractor may submit to
the principal for acceptance revisions to the baseline programme.
c) Acceptance by the Principal Agent of any programme submitted by the contractor does not
make such programme a contract document, nor does it mandate that the works shall be
constructed strictly in accordance therewith. The contractor at all times remains
responsible for the construction of the works.
63
PS 6.1.2 Submission of Programme
Within ten (10) working days of being given possession of the site the Contractor shall submit to
the Principal Agent for his review and acceptance a programme for the whole of the works
showing the order in which the contractor proposes to execute the works. This programme
becomes the baseline programme upon acceptance by the Principal Agent. The baseline
programme shall have regard to the contract completion dates, any other milestones and any
restraints set out in the contract. Thereafter, if the actual progress does not conform to the
baseline programme, the Principal Agent is entitled to require the Contractor to submit a revised
programme showing the order of activities necessary to ensure completion of the works by the
contract completion dates.
The Contractor shall supply the Principal Agent with an electronic copy of each programme,
together with a printout bar chart or tabular report in a pre-agreed format. All programmes shall
be prepared and submitted using Microsoft Project software.
Within ten (10) working days of the Contractor submitting a programme complete with all the
information required by this clause to the Principal Agent for acceptance, the Principal Agent will
accept the programme or state reasons for not accepting the programme. If such reasons are
given, the Contractor shall take account of the reasons and resubmit the programme within five
(5) working days.
If the Principal Agent fails to act the programme is deemed to be rejected.
PS 6.1.3 Default in submission of Programs
Should the Contractor fail to submit a programme for acceptance as the baseline programme or
not update the programme as described above, the Principal Agent shall be entitled to withhold
25% of the amount due to the Contractor in interim payment certificates until the Contractor has
complied with its obligations in this regard.
PS 6.2 HEALTH AND SAFETY
PS 6.2.1 Health and Safety Specification
In terms of the Occupational Health and Safety Act (Act 85 of 1993) (OHSA) and the Construction
Regulation 2014, the Client must provide the Contractor with a Health and Safety Specification to
which the Contractor must respond with a Health and Safety Plan for approval by the Client.
The purpose of this Specification is to ensure that Principal Contractors entering into a contract
with the Employer maintain an acceptable level of performance with regard to health and safety
issues during the performance of the contract. In this regard the OHSA Specification form an
integral part of the Contract and the Principal Contractor shall ensure that their contractors and/or
suppliers comply with the requirements of this Specification.
64
PS 6.3 CONSTRUCTION ENVIRONMENTAL MANAGEMENT PLAN (CEMP)
It is a requirement that all construction work be undertaken in accordance with the Construction
Environmental Management Plan (CEMP).
65
CSIR:
COUNCIL FOR SCIENTIFIC AND
INDUSTRIAL RESEARCH
RFP No.: 3013/26/02/2016
BUILDING 18 RESURFACING COURTYARD
SITE INFORMATION
66
54. SITE INFORMATION
GENERAL
This section describes the site at the time of tender to enable the tenderer to price his tender and to
decide upon his method of working, programming and risks.
1. SITE LOCATION
Building 18 is located within the CSIR CAMPUS, MEIRING NAUDE ROAD, BRUMMERIA, PRETORIA,
GAUTENG.
Access to the site is via secondary roads. The access to the site with restrictions will be discussed at
the compulsory site inspection. The contractor is to cordon off and signpost accordingly. This shall be
negotiated and agreed with the Principal Agent after the acceptance of the tender.
2. ACCESS TO SITE AND RESTRICTIONS
The site is easily accessible from the access gate. The access to the site with restrictions will be
discussed at the compulsory site inspection.
The works and lay down area will be sufficient for construction purposes. The site is an existing site and
will be in operation during construction. The contractor will be restricted to the allocated site and access
routes in order not to interfere with the health, safety and operations of persons not involved with the
construction. The work space, lay down area and restrictions will be discussed at the compulsory site
inspection
The Contractor may not operate any valves or any other equipment currently in use on the works
without written permission from the Works Manager.
3. EXISTING SERVICES, SERVITUDES AND WAY LEAVES
Approximate positions of existing underground services are indicated on the construction drawings. The
services must be located by hand and any deviation of the positions of such services must be reported
to the Engineer immediately. Should the Contractor find underground services, which are not indicated
on the construction drawings at all, the Engineer must be notified immediately. In both cases the
Engineer shall assess the situation and instruct the Contractor on an appropriate course of action to be
taken.
Should the contractor damage an existing service he shall immediately contact the Engineer who will
investigate the matter and determine liability for the damage.
No permits or way leaves will be required by the contractor. The Client will administer this as and when
required.
4. EXISTING AND ADJACENT BUILDINGS AND STRUCTURES
The following existing and adjacent buildings are on site:
Existing building – Double storey Laboratory
Existing building – Office block – 4 storeys high
Sundry External buildings
67
The contractor should take care in the execution of his work not to damage the items mentioned above.
5. SECURITY
The Contractor shall be responsible for the security of his personnel; materials and construction plant on
and around the site of the works and for the security of his camp, and the Client in this regard will
consider no claims.
6. NATURE OF GROUND AND SUBSOIL CONDITIONS
Will be made available by Principal Agent.
7. GEOTECHNICAL REPORT
No Geotechnical report is available.
8. HYDROLOGICAL REPORT AND FLOODLINES
Not applicable to this contract.
68
CSIR:
COUNCIL FOR SCIENTIFIC AND
INDUSTRIAL RESEARCH
RFP No.: CSIR 3013/26/02/2016
BUILDING 18 RESURFACING COURTYARD
Addendum A - Drawings
69
CSIR:
COUNCIL FOR SCIENTIFIC AND
INDUSTRIAL RESEARCH
RFP NO.: CSIR 3013/26/02/2016
BUILDING 18 RESURFACING COURTYARD
OCCUPATIONAL HEALTH AND SAFETY
SPECIFICATION AND
ENVIRONMENTAL MANAGEMENT PLAN
70
SPECIFICATION CONTROL SHEET PROJECT NAME: BUILDING 18 RESURFACING COURTYARD DECLARATION This original document has been prepared, reviewed and received by the undersigned:
ORIGINAL CLIENT
Prepared by: Approved by: Reviewed by: Commented on by:
Name: Name: Name: Name:
Signature: Signature: Signature:
Signature:
Date: Date: Date: Date:
Capacity: Capacity: Capacity: Project
Manager Capacity: Client
PRINCIPAL CONTRACTOR RECEIPT
Received by:
Name:
Signature:
Date:
Capacity:
71
REVISIONS
REVISION 1 COMPANY
Prepared by: Reviewed by: Received by:
Name: Name: Name:
Signature: Signature: Signature:
Date: Date: Date:
Capacity: Agent Capacity: Agent Capacity:
REVISION 2 COMPANY
Prepared by: Reviewed by: Received by:
Name: Name: Name:
Signature: Signature: Signature:
Date: Date: Date:
Capacity: Capacity: Capacity:
72
APPLICATIONS AND INTERPRETATION
This document is to be read and understood in conjunction with the following, inter- alia:
Occupational Health and Safety Act 85 of 1993 (OHS Act).
All regulations published in terms of the OHS Act.
Construction Regulations, 2003.
SABS codes referred to by the OHS Act.
Contract Documents
Basic Conditions of Employment Act (Act 75 of 1997)
National Environmental Management Act 107 of 1998 and all Regulations
Compensation for Occupational Injuries and Diseases (COID) Act No. 130 of 1993
ABBREVIATIONS
OHS
Occupational Health and Safety
CEO
Chief Executive Officer
CR :
Construction Regulations
HCS :
Hazardous Chemical Substances
MSDS
Material Safety Data Sheet
AIA :
Approved Inspection Authority
HBA :
Hazardous Biological Agents
OEL :
Occupational Exposure Limit
CSIR
Council for Scientific and Industrial Research
H&SS :
Health and Safety Specification
HS&EP :
Health, Safety and Environmental Plan
HS&EF :
Health, Safety and Environmental File
73
DEFINITIONS
The following definitions from the Occupational Health and Safety Act are listed as follows:
Chief Executive Officer
In relation to a body corporate or an enterprise conducted by the State, means the person who is
responsible for the overall management and control of the business of such body corporate or
enterprise.
Danger
Means anything that may cause injury or damage to persons or property.
Employee
Means, subject to the provisions of Subsection (2), any person who is employed by or works for any
employer and who receives or is entitled to receive any remuneration or who works under the direction
or supervision of an employer or any other person.
Employer
Means, subject to the provisions of Subsection (2), any person who employs or provides work for any
person or remunerates that person or expressly or tacitly undertakes to remunerate him, but excludes a
labour broker as defined in Section 1(1) of the Labour Relations Act, 1953 (Act No. 28 of 1956).
Healthy
Means free from illness or injury attributable to occupational causes.
Machinery
Means any article or combination of articles assembled, arranged or connected and which is used or
intended to be used for converting any form of energy to performing work, or which is used or intended
to be used, whether incidental thereto or not, for developing, receiving, storing, containing, confining,
transforming, transmitting, transferring or controlling any form of energy.
Medical Surveillance
Means a planned programme of periodic examination (which may include clinical examinations,
biological monitoring or medical tests) of employees by an occupational health practitioner or, in
prescribed cases, by an occupational medicine practitioner.
Plant
Includes fixtures, fittings, implements, equipment, tools and appliances, and anything which is used for
any purpose in connection with such plant.
Properly Used
Means used with reasonable care, and with due regard to any information, instruction or advice supplied
by the designer, manufacturer, importer, seller or supplier.
74
User
In relation to plant or machinery, means the person who uses plant or machinery for his own benefit or
who has the right of control over the use of plant or machinery, but does not include a lessor of, or any
person employed in connection with, the plant or machinery.
Reasonably Practicable
Means practicable having regards to:
a) the severity and scope of the hazard or risk concerned,
b) The state of knowledge reasonably available concerning that hazard or risk and of any means to
remove or mitigate that hazard or risk.
c) the availability and suitability of means to remove of mitigate that hazard or risk; and
d) The cost of removing or mitigating that hazard or risk in relation to the benefits deriving there from.
Risk
Means the probability that injury or damage will occur.
Safe
Means free from any hazard.
Standard
Means any provision occurring:
a) in a specification, compulsory specification, code of practice or standard method as defined in
Section 1 of the Standards Act, 1993 (Act No. 29 of 1993); OR
b) in any specification, code or any other directive having standardization as its aim and issued by
an institution or organization inside or outside the Republic which, whether generally or with
respect to any particular article or matter and whether internationally or in any particular country or
territory, seeks to promote standardization.
The following definitions from the Construction Regulations are listed as follows:
Agent
Means any person who acts as a representative for a client.
Competent Person
Means any person having the knowledge, training, experience and qualifications specific to the work or
task being performed:
Provided that where appropriate qualifications and training are registered in terms of the provisions of
the South African Qualifications Authority Act, 1995 (Act No. 58 of 1995), these qualifications and
training shall be deemed to be the required qualifications and training.
Construction
Means any work in connection with:
75
a) the erection, maintenance, alteration, renovation, repair, demolition or dismantling of or addition to
a building or any similar structure;
b) the installation, erection, dismantling, or maintenance of a fixed plant where such work includes
the risk of a person falling;
c) the construction, maintenance, demolition or dismantling of any bridge, dam, canal, road, railway,
runway, sewer or water reticulation system or any similar civil engineering structure; OR
d) the moving of earth, clearing of land, the making of an excavation, piling or any similar type of
work.
Contractor
Means an employer, as defined in Section 1 of the Act, who performs construction work and includes
principal contractors.
Hazard Identification
Means the identification and documenting of existing or expected hazards to the health and safety of
persons, which are normally associated with the type of construction work being executed or to be
executed.
Health, Safety Environment File
Means a file, or other record in permanent form, containing the information required as contemplated in
these regulations.
Health, Safety and Environment Plan
Means a documented plan, which addresses hazards and aspects, identified and includes safe work
procedures to mitigate, reduce or control the hazards and aspects identified.
Health and Safety Specification
Means a documented specification of all health and safety requirements pertaining to the associated
works on a construction site, so as to ensure the health and safety of persons.
Method Statement
Means a document detailing the key activities to be performed in order to reduce as reasonably as
practicable the hazards identified in any risk assessment.
Principal Contractor
Means an employer, as defined in Section 1 of the Act who performs construction work and is appointed
by the client to be in overall control and management of a part of or the whole of a construction site.
Risk Assessment
Means a program to determine any risk associated with any hazard or aspect at a construction site, in
order to identify the steps to be taken to remove, reduce or control such hazard.
DESCRIPTION OF WORK Refer to schedule as per contract.
76
DESCRIPTION OF THE SITE Refer to Site Information.
APPLICATION OF THE CONSTRUCTION REGULATIONS 2003 The intended construction work falls within the scope of “construction work” as defined in the
Construction Regulations, 2003 made under the Occupational Health and Safety Act 1993, as amended
(“OHS Act”).
NOTIFICATION OF CONSTRUCTION WORK
The principal Contractor shall notify by registered mail, the local relevant Provincial Director of the
Department of Labour, before commencing with construction work, of the intended work in the
form of Annexure A of the Construction Regulations.
A copy of the completed Annexure A of the Construction Regulations, as well as proof of
notification shall be included in the Health, Safety and Environmental Plan. (Proof of fax or
proof of hand delivery)
A copy of the completed Annexure A is to be kept on site by the Principal Contractor.
LEGAL DOCUMENTATION/APPOINTMENTS The following documents must be provided in the Health, Safety and Environmental (HSE) Plan:
Health and Safety Policy signed by CEO or statement of commitment to SHE
Letter of good standing with the Compensation Commissioner, Federated Employers or similar
insurer.
HSE Organogram (or table), outlining the HSE Team, as well as the appointment(s) they have
under the Act and Regulations (reference to specific section/regulation applicable to appointment)
The competency of each member of the HSE Team must be provided and should include
knowledge, training, experience & qualifications specific to the appointment.
Signed copies of the following legal appointments must be provided in the Health, Safety and
Environmental Plan:
APPOINTMENT OHS-ACT / REGULATION REFERENCE
Section 16.2 appointment Section 16.2
HSE Representative (if necessary) Section 17
Incident Investigator GAR 9(2)
First Aiders GSR 3
Fire Fighters ER 9 & CR 27(h)
Risk Assessor HCS Reg (Incl. Asbestos & Lead); CR 7
The following information must be provided in the HSE Plan:
Indicate the estimated number of employees to be working on site.
Indicate the expected number of sub-contractors to be appointed by the Principal Contractor.
The following competent persons, where applicable, shall be appointed in writing by the Principal
Contractor, prior to any work being carried out, and shall adhere to the requirements of the specific sub-
regulations.
The competency of each of these appointed competent persons must be provided and should
include knowledge, training, experience & qualifications specific to the appointment.
77
The table below indicates the applicability of the appointments but contractors should by no means be
limited to these indications.
APPOINTMENT
OHS-ACT /
REGULATION
REFERENCE
Construction Supervisor CR 6 (1)
Assistant Construction Supervisor CR 6 (2)
Fall Protection Competent Person CR 8 (1)
Formwork/ Support Work Competent Person CR 10 (a)
Excavation Work Competent Person CR 11 (1)
Demolition Work Competent Person CR 12 (1)
Scaffolding Competent Person CR 14 (2)
Material Hoist Competent Person CR 17
Explosive Powered Tools Competent Person CR 19 (b)
Construction Vehicle and Mobile Plant Competent Person CR 21 (1)(j)
Electrical Installation Competent Person CR 22 (d)
Stacking Competent Person CR 26 (a)
Fire equipment Competent Person CR 27 (h)
Confined Spaces Competent Person GSR (5)
Blasting Competent Person
Safety Officer CR 6(6)
Traffic Safety Officer CR 6(6)
General Machinery Competent Person GMR (2)
Lifting Machines Operators DMR 18(11)
Hazardous chemical substance coordinator HCSR
Indicate in the HSE Plan, which of these listed appointments are applicable to the
construction work in question.
No work involving any of the listed appointments may be performed without the knowledge and
approval of an appointed competent person.
GENERAL DUTIES OF PRINCIPAL CONTRACTOR The principal contractor will be responsible for co-operation between all contractors to ensure
compliance to the OHS –Act and Regulations on site.
To ensure the above, the Principal Contractor must carry out the following and provide proof of
such in his HSE plan:
o Proof that Contractors HSE Plan has been approved, implemented and maintained.
78
o Proof that Contractors are registered with the Compensation Commissioner or similar
insurer.
o A comprehensive & updated list of all contractors on site, also indicating the type of work
being done.
DESIGNER GENERAL DUTIES The designer of a structure must comply with CR 9(2) and in particular ensure that cognizance is taken of ergonomic design principles in order to minimize ergonomic related hazards in all phases of the life cycle of the structure such as maintenance and cleaning after completion and commissioning of the structure.
POTENTIAL SOURCES OF RISK The following potential sources of risk to the health and safety of persons on site have been identified,
and must, as a minimum, be appropriately addressed by the Principal Contactor’s HSE Plan. In addition,
the Principal Contractor must perform its own risk assessments to enable it to take precautions to
protect the health and safety of persons on site, to comply with the Principal Contractor’s obligations
under the Act and all Regulations made there under, including the Construction Regulations. All such
precautionary measures and procedures must be included in the Principal Contactor’s HSE Plan, which
must be submitted to the Client for review and approval and where applicable should include:
Noise
Potential presence of asbestos that forms part of the structure (cement fibre)
Dust
Working at height (fall protection)
Drilling ( Breaking of walls )
Formwork and support work
Scaffolding
Construction vehicles and mobile equipment
Electrical installations and electrical machinery
Housekeeping
Stacking and storage practices
Fire risks and fire precautions
Use of jackhammers
Hot work (steel cutting and welding)
Portable electrical tools
Intoxicated persons on site
Use of ladders
Impact of construction work upon occupants of buildings not evacuated for the duration of the
work
The risk assessment to be included in the HSE Plan must clearly indicate:
o The methodology used to do the risk assessments.
o Breakdown of processes and activities covered.
o Subsequent hazards identified
o Risk calculations (considering consequence, frequency and likelihood)
All risk assessments are to be conducted by a competent person as appointed under paragraph 5
of this document. The plan must include a declaration in this regard or the risk assessment must
contain the signature(s) of this appointed persons.
Risk assessments are to cover safety as well as health hazards and shall include
environmental risks.
79
The contractor must be provided with available information about site services and their location,
e.g. underground services by the CSIR Project Manager. The CSIR Project manager must further
provide any information about ground conditions and underground structures or water courses,
such as culverts, where this might affect the safe use of plants such as cranes or the safety of
groundwork e.g. in the construction of trenches.
SAFE WORK PROCEDURES Health and Safety
The following Safe Work Procedures are to form part of the HSE Plan and must be compiled for all the
above-identified activities, and that is:
Removals / demolitions
Resurfacing of roads
Casting of concrete
Construction waste management
The safe work procedures must address the following elements:
The work method to be followed to conduct work safely
Control measures implemented to mitigation & reduce the risks
Responsibilities of competent persons
Required personal protective equipment
Correct equipment/tools/machinery to be used
Completed Risk Registers
Completed Risk Assessments
Environment
Pollution
Any impacts on the environment must be minimized, environmental pollution prevented, efficient use
of natural resources and conserving biodiversity during the duration of the contract.
Resource use
Consideration must also be taken for the following;
Waste minimization
Energy and water efficiency
Prevention of water and soil contamination
Managing air emissions
SAFETY OF PEDESTRIANS Access to the construction site must be cordoned off as much as possible in all work areas.
All excavations are to be fenced / barricaded to prevent access by public / pedestrians.
Work must be planned in such a manner as to ensure that the minimum amount of trenches are left
open after hours or during weekends.
No trenches in which water has accumulated may be left open.
80
REGISTERS
Examples of the registers listed below must be provided in the HSE Plan.
All registers must be available at the site offices at all times for inspection.
The list of registers to be kept is by no means exhaustive and the HSE Plan should list all the
registers that are applicable and at what frequency they are going to be maintained.
ACTIVITY FREQUENCY FORMAT
Form work / Support work Daily, prior to any shift
Excavation work
Daily, prior to any shift, after rain or
blasting or after unexpected fall of
ground
Scaffolding Daily, prior to any shift, after rain or
blasting.
Material hoist Daily
Batch plants N/A
Explosive powered tools N/A
Crane(s) logbook N/A
Construction vehicles and
mobile plant Daily
Temporary electrical installation Weekly
Stacking Weekly
Ablution facilities Weekly
Ladders Weekly
Incident register in terms of
GAR 9 As Required Annex 1 of GAR
Fall protection equipment Daily
Portable electrical tools Weekly
Suspended platforms Daily
Accommodation of traffic Daily
Firefighting equipment Monthly
Hand tools Weekly
TRAINING
81
Each Health, Safety and Environmental Plan shall indicate the following regarding training:
A copy of the content to be used for Induction training.
Attendance registers must be included as proof of training provided for:
o Induction training
o Safe work procedure training
o Risk assessment outcome training
Method of informing visitors and other persons entering the site of hazards prevalent on site.
Method of providing personal protective equipment to visitors and non-employees.
Methodology to be used in the issuing and communication of written instructions/safe work
procedures.
HEALTH AND SAFETY AUDITS AND INSTRUCTION REGISTER Health and safety audits will be conducted by the client at intervals mutually agreed between the
client and principle contractor but at least monthly All Health and Safety instructions will be given
via the Safety Office in writing
The Principal Contractor shall be required to sign the instruction to acknowledge any instructions
issued and rectify the deviations.
GENERAL REQUIREMENTS Personal Protective Equipment
The procedures for issuing and control over PPE shall be indicated in the HSE Plan, as well as the
enforcement for the wearing thereof.
Hired Plant
The responsibility for the safe condition and use of all hired plant shall be that of the contractor.
Transport of Employees
Transport of employees shall be carried out in terms of the National Road ordinances. The HSE Plan
shall detail the arrangements and methods of the transportation of workers.
Signs
The Principal Contractor shall indicate in his HSE Plan the arrangements regarding the posting of
danger signs.
Certificates of fitness
The Principal Contractor shall include in his HSE Plan copies of all employees that require medical
fitness certificates under the following regulations where applicable:
CR 8 – Fall Protection (roof work or working from scaffolding)
Crane operator ( not applicable)
Site Visitors Register
A site visitor’s register is to be kept on site and steps are to be taken to ensure that all visitors sign
the visitors’ register before entering the site.
A sign should also be provided directing all visitors to report to the site office.
Housekeeping
CR 25 shall be complied with regarding sustained provision of good housekeeping, stacking and
storage practices.
82
Chutes shall be used for waste and debris removal from high places.
The site shall be suitably cordoned off and access controlled.
Catch platforms or nets shall be used where necessary.
HAZARDOUS CHEMICAL SUBSTANCES In addition to the requirements in the HCS Regulations, the principal contractor must provide proof in the
HSE Plan that:
Material Safety Data Sheets (MSDS’s) of the relevant materials/hazardous chemical substances
are available prior to use by the contractor. Mention should be made how the principal contractor
is going to act according to special/unique requirements made in the relevant MSDS’s. All
MSDS’s shall be available for inspection by the client at all times.
Risk assessments must be done for this construction project.
Exposure monitoring where required shall be undertaken by an AIA and that the medical
surveillance programme is based on the outcomes of the exposure monitoring.
How records are going to be kept safe for the stipulated period of 30 years.
How the relevant HCS’s are being/going to be controlled by referring to:
o Limiting the amount of HCS
o Limiting the number of employees
o Limiting the period of exposure
o Substituting the HCS
o Using engineering controls
o Using appropriate written work procedures
The correct PPE is being used.
HCS are stored and transported according to SABS 072 and 0228.
Training with regards to these regulations was given.
The HSE Plan should make reference to the disposal of hazardous waste on classified sites and
the location thereof (where applicable).
ASBESTOS Given the age of our buildings within the CSIR, it is assumed that asbestos may well form part of the
structure of our buildings. Where refurbishment is going to occur, it must be established through
sampling whether asbestos forms part of the structure or not before proceeding with any building work.
If asbestos is present, the following must be included in the HSE plan.
Notification to the Provincial Director in writing, prior to commencement of asbestos work.
Proof of a structured medical surveillance programme, drawn up by an occupational medicine
practitioner.
Proof that an occupational health practitioner carried out an initial health evaluation within 14 days
after commencement of work.
Copies of the results of all assessments, exposure monitoring and the written inventory of the
location of the asbestos at the workplace.
Only proof that medical surveillance has been conducted and not the actual medical records as
these are of a confidential nature.
How records are going to be kept safe for the stipulated period of 40 years.
Proof that asbestos demolition (if applicable) is going to be done by a registered asbestos
contractor and provide proof that a plan of work for such demolition is submitted to an Approved
Asbestos Inspection Authority 30 days prior to commencement of the demolition.
83
Provide proof that the plan of work was approved by the asbestos AIA and submitted to the
provincial director 14 days prior to commencement of demolition work together with the approved
standardised procedures for demolition work.
NOISE INDUCED HEARING LOSS Where noise is identified as a hazard the requirements of the NIHL regulations must be complied with
and the following must be included/ referred to in the HSE Plan:
Proof of training with regards to these regulations.
Risk assessment done within 1 month of commencement of work.
That monitoring carried out by an AIA and done according to SANS 083.
Medical surveillance programme established and maintained for the necessary employees.
Control of noise by referring to:
o Engineering methods considered
o Admin control (number of employees exposed) considered
o Personal protective equipment considered/decided
LIGHTING Where poor or lack of illumination is identified as a hazard the lighting regulations must be complied with
and the following must be included in the HSE Plan:
How lighting will be ensured/ provided where daylight is not sufficient and /or after hours are
worked.
Planned maintenance programme for replacing luminaries.
Proof of illumination levels of artificial illumination equipment.
FALL PROTECTION In addition to the requirements of this regulation (CR 8) the following shall apply:
The fall protection plan for all roof work is to be prepared by a competent person referred to in
Section 8 of this document. This competent person must sign the fall protection plan.
Contents of the fall protection plan must cover all the requirements as stated in sub-regulation CR
8.
The level of supervision is to be stated in the fall protection plan.
Medical certificates, work near edges, presence of dew, dangerous walking areas etc. should be
addressed in the fall protection plan. Inclement weather conditions must be provided for in the fall
protection plan.
HEALTH AND SAFETY PHILOSPHY The client is required to ensure a working environment which, as far as reasonably practicable, is safe
and without risk to the health persons on the site.
Contractor health and safety management system
The Principal Contractor will ensure and demonstrate to the Client that he, and all contractors to be
appointed on this construction project, has adequately allowed for the cost of health and safety
measures which may be required during the construction work.
Client’s Health and Safety Department
84
The Clients Safety Department will visit the site regularly to monitor and audit the execution of the
contractor’s HSE Plans on behalf of the Client, without thereby limiting the contractor’s own
responsibility for health and safety, or attracting any vicarious responsibility or liability for the contractor’s
acts or omissions.
Occupational Health and Safety Act Section 37(2) agreements
The Principal Contractor as well as all contractors must sign the Client’s Section 37(2) agreement before
commencement of their particular work.
Contractor Health, Safety and Environmental Plans
Each contractor and sub-contractor working on the site must prepare a Health, Safety and
Environmental Plan to address and manage all applicable sources of risk as per items under Section 11
of this specification as well as any other sources of risk which are identified during the contractor’s own
risk assessment. The Principal Contractor shall incorporate these into a single Health, Safety and
Environmental plan for the execution of the entire contract works. Should any further risks be identified
in the course of the construction work, such risks must be assessed and addressed in amended Health,
Safety and Environmental Plans which must then be submitted to the Client for approval.
The Health, Safety and Environmental Plan must also address the following matters:
Procedures for compliance with all requirements of the OHS Act and in particular
Sections 8 and 9 of the Act.
Undertaking and procedure to stop any work which endangers the safety or health of any
person.
Systems for recording and reporting of incidents both internal and external to the Department
of Labour.
Copy of the Act and its Regulations to be kept on the site and to be readily available to
employees.
Incident registers to be kept on the site.
Employment and appointment of any people who are competent and have the necessary
knowledge, training, qualifications and experience to perform the required construction work
safely and effectively.
Procedures and arrangements for first aid facilities on the site.
Procedures and arrangements for prompt reporting of injuries and other losses/incidents.
Emergency plans to deal effectively with potential site emergencies.
Use of effective processes for the identification and close out of root causes of incidents and
accidents.
Attendance by all contractors of monthly site health and safety meetings.
Demonstration by all contractors of their health and safety monitoring and auditing system to
ensure compliance with their Health, Safety and Environmental Plans, as part of their Health,
Safety and Environmental Plans.
If construction work is going to be undertaken while the building is still occupied, methods of
limiting the impact upon occupants wrt noise, dust and other nuisance factors.
Attachments these will vary from job to job but could well include the following:
Client’s OHSA Section 37(2) agreement for Principal Contractor.
Client’s OHSA Section 37(2) agreement for contractor.
Occupational Health and Safety Protocol.
85
General
Nothing contained in or omitted from this Health and Safety Specification, or the HSE Plan based
on this specification, shall relieve the Principal Contractor of any of its obligations or liabilities.
The client shall not be liable for any civil claim because of anything contained in or omitted from
this Health and Safety Specification.
86
AGREEMENT ON OCCUPATIONAL HEALTH AND SAFETY
IN TERMS OF SECTION 37(2) OF THE
OCCUPATIONAL HEALTH AND SAFETY ACT NO 85 of 1993
ENTERED INTO AND BETWEEN
CSIR
(Hereinafter referred to as “the company”)
AND
PRINCIPAL CONTRACTOR / SUB-CONTRACTOR
(Hereinafter referred to as “the contractor”)
Registration Number of the contractor/ sub-contractor with the Compensation Commissioner:
(Certificate of Good Standing is to be attached by contractor)
Whereas the company has called under order no.
for the executing of the following work:
("the work") at
(address), ………………………………………………………………………………..and whereas the
contractor on (date) ………… undertook to carry out the work and whereas the company and the
contractor have agreed to regulate the occupational health and safety responsibilities as between
them and as provided for in terms of section 37(2) of the Occupational Health and Safety Act, No 85 of
1993, now therefore the undersigned agree to:
1. The Contractor warrants that all its employees and its sub-Contractors' employees are covered in terms
of the provisions of the Compensation for Occupational Injuries and Diseases Act 130 of 1993, which
cover shall remain in force whilst any such employees are present on company premises.
2. The Contractor warrants that it is in possession of Public liability insurance cover and / or any other
insurance cover that will adequately make provision for any possible losses and/or claims arising from its
and/or its sub-Contractors and/or its employees' acts or omissions, which shall remain in force whilst it
and/or its sub-contractor and/or its employees are present on company' premises or which shall remain
in force for the duration of his contractual relationship with the company, whichever period is the longer.
Such insurance cover shall be with a reputable insurance company or broker to the value of
R……………………. or not less than R1 000,000. In addition, the Contractor undertakes to deliver to the
Company a copy of the insurance policy as well as copies of renewal premiums within 30 days of issue
of such a policy or renewals.
3. The Contractor undertakes to ensure that it and/or its sub-contractors and/or their respective employees
will at all times comply with all the requirements of the Occupational Health and Safety Act 85 of 1993
87
and other relevant statutory requirements but without derogating from this general undertaking, also
comply with the following conditions:
a) The contractor takes full responsibility for the acts and omissions of its sub-contractors and their
employees and shall enter into a section 37(2) agreement as provided for in terms of the
Occupational Health and Safety Act 85 of 1993 with its sub-contractors.
b) All work performed for the company must be performed under the close supervision of the
contractor's Managers/Supervisors on site who are trained to understand the hazards associated
with any work that the contractor performs. The contractor is specifically referred to Section 8 of
the Occupational Health and Safety Act 85 of 1993.
c) Contractor employees will be medically fit to perform the work they are required to perform. Proof
of medical fitness to be provided on request of the company.
d) The Contractor shall assume the responsibility in terms of Section 16(1) of the Occupational
Health and Safety Act 85 of 1993. If the Contractor assigns any duty in terms of Section 16(2), a
copy of such written appointment, as well as all other appointments made in terms of the
Occupational Health and Safety Act 85 of 1993 shall be made available to the company upon
request.
e) The contractor shall ensure that it familiarises itself with the requirements of the Occupational
Health and Safety Act 85 of 1993, the company regulations and requirements as well as all
relevant bylaws and that it, its employees and any sub-contractor comply with the same.
f) The contractor shall appoint competent employees who shall be trained on all Occupational
Health and Safety aspects pertinent to them or to the work that is to be performed.
g) The contractor shall strictly enforce discipline regarding Occupational Health and Safety.
h) Personal Protective Equipment shall be issued by the contractor as required and worn at all
material times by its employees.
i) The contractor shall enforce safe work practices and all its employees shall be made conversant
with the contents of these practices.
j) No unsafe equipment/machinery and/or articles shall be used on company premises or in the
performance of the contracted work.
k) All incidents referred to in Section 24 of the Occupational Health and Safety Act 85 of 1993 shall
immediately be reported to the company Occupational Health and Safety department by the
contractor as well as to the Department of Labour. The company shall further be provided with
copies of any written documentation relating to any incident or accident.
l) All employees of the contractor shall be made conversant with work related hazards and
procedures by the contractor as required by Section 13 of Occupational Health and Safety Act 85
of 1993.
m) The contractor warrants that it shall act as a professional in its field of expertise and has identified
all hazards and risks associated with the work to be performed and that he shall implement
appropriate mitigation controls in respect of such hazards and risks.
88
n) No use shall be made of any company machinery / articles / substances or personal protective
equipment. The contractor will only make use of safe equipment and machinery that complies with
the provisions of the Occupational Health and Safety Act 85 of 1993 and its Regulations, Bylaws
and company requirements.
o) Work for which the issuing of a permit is required shall not be performed by the contractor prior to
obtaining a duly completed and approved permit. It shall be the responsibility of the contractor to
enquire from the relevant company Department/ Section/ Division for what work permits are
required.
p) No alcohol or other intoxicating substance shall be allowed on the company’s premises or place
where the contract work is performed. Anyone suspected of being under the influence of alcohol
or any other intoxicating substance shall not be allowed on the work premises.
q) Full co-operation shall be given if and when the company's employees inquire into Occupational
Health and Safety issues.
r) The contractor expressly agrees to comply with the procedures and arrangements as required by
the Occupational Health and Safety Act 85 of 1993, Bylaws and company requirements in the
execution of the work.
s) The contractor will cease dangerous or unsafe work immediately when requested to do so by the
company or its representatives.
t) The contractor will at all material times provide the company and its staff access to the work area.
u) The Contractor hereby assumes the responsibility of a manufacturer, in terms of Section 10 of the
Occupational Health and Safety Act No 85 of 1993 and Section 21 of the Mine Health and Safety
Act No 29 of 1996, for taking the necessary steps to ensure that any article or substance that it
erects, uses or installs at the premises, or manufactures, sells or supplies to or for the Company,
complies with all the prescribed requirements and will be safe and without risks to health when
properly used.
4. The company hereby obtains an interest in any investigation or formal inquiry conducted in terms of
Sections 31 and 32 of the Occupational Health and Safety Act 85 of 1993 pertaining to any incident
involving the contractor and/or its employees and/or its sub-contractor/s.
5. The contractor confirms that it has been informed that it must report to company management (in
writing) anything that he deems to be unhealthy and/or unsafe. The contractor will inform its employees
and/or sub-contractors of this requirement.
6. The contractor warrants that it shall not endanger the health and safety of company employees, the
general public and/or visitors in any way whilst performing the work.
7. The contractor undertakes to comply with all labour legislation while performing work for the company.
8. The contractor undertakes to adhere to all the company’s rules and regulations as well as all
guidelines that may be annexed hereto. The Contractor will ensure that all its employees are
conversant with these annexures.
89
9. The contractor herewith agrees that the company and any of its representatives shall have the right to
stop any unsafe work or work practices performed by the contractor or its sub-contractors and the
contractor and its subcontractors shall have no claim for loss, damage or expense incurred due to the
work stoppage.
10. The contractor agrees to pay legal fees on an Attorney and own client scale should a legal action arise
out of this agreement or the work that is performed.
11. The contractor’s representatives such shall be bound in solidum in terms of this agreement.
12. The contractor does hereby irrevocably indemnify and hold harmless the company and all of its
employees or representatives against all and any actions, suits, proceedings, claims, demands, costs
and expenses of whatsoever nature and howsoever incurred which may be taken or made against
them or be incurred or become payable by them arising out of loss, liability, damage or expense which
may be suffered by any person as a result of the work that is performed by the contractor and its sub-
contractors.
13. The contractor shall provide the Occupational Health and Safety Officer of the company with a copy of
its Certificate of Good Standing with the Compensation Commissioner and show the original
document.
14. The contractor shall ensure that all its employees are in possession of valid licenses of the correct
code and/or certificates where this may be required for the work they will perform.
15. The contractor shall ensure that neither it nor its employees or sub-contractors undertake any activity,
which may cause environmental impairment, nor constitute any form of unreasonable nuisance to the
company and/or the surroundings.
16. The contractor shall ensure that the company Department/Section/Division representative responsible
for the contractor is signatory to this agreement, and the contractor undertakes to adhere to all safety
measures.
17. This agreement shall in no way amend or nullify the main contract or any of its provisions already
established and agreed to between the contractor and the company and shall be regarded as an
addition to such contract and provisions in order to regulate health and safety matters between the
company and the contractor.
18. The Contactor undertakes to comply with all South African environmental legislation where applicable
to his activities whilst on Company premises.
19. The Contractor shall comply with all instructions given by the Company in the interest of the protection
of the environment.
20. The parties hereto respectively choose as their domilicium citandi et executandi (physical address) for
all purposes of and in connection with written notification in terms of this agreement as follows:-
the company:
90
the contractor:
Any written notice given by one party to the other in terms of this agreement shall be sent by pre-paid
registered post or be delivered by hand and shall be deemed to have been received by the addressee on the
4th (fourth) day after posting, including the date of posting, or on the day of delivery, if delivered by hand, and
no notice shall be deemed to have been validly given if given otherwise than in terms of the foregoing.
Signed by Company:
Designated responsible person
Date: ................................................................... Signed at:
Signed by Contractor:
Designated responsible person
Date: ................................................................... Signed at:
Contractor representative contact details
Representative in charge of work (Attach appointment letter)
Name and Surname:
Office telephone number:
Cellular telephone number:
After hours contact number:
Representative second in charge of work (Attach appointment letter)
Name and Surname:
Office telephone number:
91
Cellular telephone number:
After hours contact number:
Company Designated responsible person
Name and Surname:
Office telephone number:
Cellular telephone number:
After hours contact number:
92
CSIR:
COUNCIL FOR SCIENTIFIC AND
INDUSTRIAL RESEARCH
RFP No.: CSIR 3013/26/02/2016
BUILDING 18 RESURFACING COURTYARD
PART 2
PRICING PROPOSAL
93
53. AGREEMENT AND CONTRACT DATA
FORM OF OFFER
THE TENDERER IS TO COMPLETE AND SIGN THE FORM OF OFFER
The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract
in respect of the following works:
BUILDING 18 RESURFACING COURTYARD
The Tenderer, identified in the Offer signature block below, has examined the documents listed in the
Tender Data and addenda thereto as listed in the Tender Schedules, and by submitting this Offer has
accepted the Conditions of Tender.
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 INCLUSIVE OF VALUE ADDED TAX IS
Rand (in words); R (in figures),
(firm)
This offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and
Acceptance and returning one copy of this document to the Tenderer before the end of the period of
validity stated in the Tender Data, whereupon the Tenderer becomes the party named as the
Contractor in the Conditions of Contract identified in the Contract Data.
Signature(s)
Name(s)
Capacity
For the Tenderer
Name and
signature of
witness
Date
94
FORM OF ACCEPTANCE
THE EMPLOYER IS TO COMPLETE AND SIGN THE FORM OF OFFER
By signing this part of the 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:
Principal Building Agreement (which includes this Agreement)
Notes to Tenderers
Scope of Work
Site Information
and drawings and documents or parts thereof, which may be incorporated by reference to the
documents listed above.
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 changes to the terms of the Offer agreed by the
Tenderer and the Employer during this process of offer and acceptance, are contained in the
Schedule of Deviations attached to and forming part of this Agreement. No amendments to or
deviations from said documents are valid unless contained in this Schedule, which must be duly
signed by the authorised representative(s) of both parties.
The Tenderer shall within twenty one (21) calendar days after receiving a completed copy of this
Agreement, including the Schedule of Deviations (if any), contact the employer’s agent (whose details
are given in the Contact Data) to arrange the delivery of any bonds, guarantees, proof of insurance
and any other documentation to be provided in terms of the Conditions of Contract identified in the
Contract Data at, or just after, the date of 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 the Contractor) within five days after 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 binding contract between the parties,
FOR EMPLOYER OFFICIAL USE ONLY (CSIR)
Signature(s)
Name(s)
Capacity
For the
Employer
Council for Scientific and Industrial Research (CSIR), Meiring Naudé Road,
Brummeria, Pretoria
Name and
signature of
witness
Date
95
54. SCHEDULE OF DEVIATIONS
See Preliminaries – Contract Data.
55. CONTRACT DATA
The Conditions of Contract are the General Conditions of Contract for Construction Works (GCC 2014
Second Edition) published by the South African Institute of Civil Engineering. Copies of these documents
may be obtained from the South African Institute of Civil Engineering (011-805 5947).
Application of GCC 2010 Contract Documents
The definitions contained in the GCC 2010 apply to this document. A word or phrase in bold type in the text
shall bear the meaning assigned to it in the definitions of such Agreement. Where a word or phrase is not in
bold type it shall bear the meaning consistent with the context of its use.
This contract data contains unique requirements applicable to the project and variables referred to in the
GCC 2010 Second Edition. The information provided in this document by the principal agent is complete and
accurate at the time of calling for tenders. Where additional information becomes available, all tenderers will
be informed in writing. Reference to clause numbers in the GCC 2010 Second Edition are shown in [square
brackets] in this contract data e.g. [3.2.1].
Spaces requiring information must be filled in, or marked as ‘not applicable’ but not left blank. This contract
data, when completed and submitted by the contractor, becomes the form of tender. Where the contractor is
appointed, the contract documents comprise the GCC 2010 Second Edition, this completed contract data,
the priced document, drawings and other listed documents.
The SANS 1200 Standardised Specification for Civil Engineering Construction, and specific
amendments and additions shall be deemed to be incorporated in the External Works bill of quantities.
96
56. CONTRACT DATA
A TENDER INFORMATION
A1 PROJECT NAME
Building 18 Resurfacing Courtyard Research
A2 WORKS DESCRIPTION
Refer to Scope of Works
A3 SITE DESCRIPTION
Erf No / Township Refer to Site information
Local authority City of Tshwane
Street address CSIR Campus, Meiring Naude Road, Brummeria
A4 EMPLOYER
Name The Council for Scientific and Industrial Research
(CSIR)
Business (e.g. public
company)
Business registration
number
VAT /
GST 4470114283
Contact person Ms Yandisa Lengoasa Mobile 071 849 6804
Email [email protected]
Registered street address CSIR Pretoria, Building 17C, Meiring Naudé Road,
Brummeria, Pretoria, 0001
Postal address P.O. Box 395, Pretoria Code 0001
Telephone +27 (12) 841-2911 Fax +27 (12) 349-1153
A5 PRINCIPAL AGENT
Name
Business (e.g. public
company)
Business registration
number
VAT /
GST
Contact person Mobile
97
Registered street address
Postal address Code
Telephone
Fax
A6 AGENT (Architects)
Name
Business (e.g. public
company)
Business registration
number
VAT /
GST
Contact person Mobile
Registered street address
Postal address Code
Telephone Fax
A7 AGENT (Quantity Surveyors)
Name
Business (e.g. public
company)
Business registration
number
VAT /
GST
Contact person Mobile
Registered street address
Postal address Code
Telephone Fax
A8 AGENT (Structural & Civil Engineers)
Name Civil Concepts Consulting Civil and Structural
Engineers
Business (e.g. public
company) Pty Ltd
Business registration
number 1995/12428/07
VAT /
GST 4310153996
98
Contact person MJ van Jaarsveld Mobile 083 400 2793
Email [email protected]
Registered street address 50, 15th Street, Menlo Park
Postal address PO Box 36148, Menlo Park Code 0102
Telephone +27 (12) 460 0008 Fax +27 (12) 460 0005
AGENT (Electrical & Mechanical Engineers)
Name
Business (e.g. public
company)
Business registration
number
VAT /
GST
Contact person Mobile
Registered street address
Postal address Code
Telephone Fax
B CONTRACT DATA
2.0 LAW, REGULATIONS AND NOTICES
2.1/25.15 Law of the country applicable to the project South Africa
5.0 CONTRACT DOCUMENTS
5.1 Signed contract documents held by the principal
agent, or Employer
5.2 Number of copies of documents issued free to the
contractor Three (3) copies
PRICED DOCUMENT
Lump sum priced document, or Yes/No No
Priced bills of quantities (BOQ) Yes/No Yes
System / method of measurement Standard System of Measuring Building Works 6th
Edition (With amendment)
99
CONTRACT DOCUMENTS COMPRISING
Description Marked Notes
GCC 2010 Second Edition A
Particular Conditions Amending the General
Conditions of Contract B
BoQ Ref PR 002/dated 2016-01-22 (January 2016) C
Project Specific Amendments to the SANS 1200
Specification D
CONTRACT DRAWINGS
Description Date Marked Number Revisio
n
CIVIL DRAWINGS
General Layout Plan January 2016 C2167/9
01 0
6.0 EMPLOYER’S AGENTS
6.3 Description of interests of agents in the project other than
professional services, if applicable. N/A
10.0 INSURANCES
By the employer in the joint names of the parties Yes/No Yes
Obligatio
n
Currenc
y
Insured
Amount
Contract Works Insurance (CWI) (Including
materials and goods, temporary works) N/A
Allowance for professional fees and
escalation of the insured value at 25% pa,
or ___%
% N/A
100
Free issue material at new replacement
value, added to CWI, where applicable N/A
Employer owned surrounding property
(care, custody, control or worked on) ZAR R50 000 000.00
Public Liability Insurance (each and every
claim OR unlimited / value?) Every claim R5 000 000.00
Supplementary Insurance (including CWI
extensions) N/A
Removal of Lateral Support Insurance Employer N/A
Other: N/A
Currenc
y Amount
Policy deductibles
- Works / free issue Contracto
r N/A
- Employer owned surrounding properties Employer Own insurance
- Public Liability Contracto
r ZAR R20 000.00
- Supplementary Insurance Contracto
r N/A
- Removal of Lateral Support Contracto
r N/A
Other: N/A
OR…
By the contractor in the joint names of the parties Yes/No Yes
Currenc
y
Insured
Amount
Contract Works Insurance (CWI) (Including materials
and goods, temporary works) ZAR
Contract
Amount plus
fees % below
Allowance for professional fees and escalation of the
insured value at 25% pa, or ___% % 23%
Free issue material at new replacement value ZAR R20 000.00
101
Public Liability Insurance (each and every claim OR
unlimited for the period) ZAR R5 000 000.00
Supplementary Insurance (Including CWI extensions) N/A
Policy deductibles ZAR R20 000.00
Other: N/A
11.0 SECURITY
11.1.1-5 The contractor shall provide a Guarantee for
Construction to the employer >D11.2-3 Yes/No Yes
12.0 DUTIES OF THE PARTIES = EMPLOYER = SITE
9.2.7 Alterations & additions to existing premises? Yes/No Yes
12.1.2 Premises occupied Yes/No Yes
12.1.3 Relevant natural features to be retained /
relocated / removed N/A
12.1.4 Areas the contractor may not occupy See Contract Data for information
12.1.5 Utilities connections – location Existing, to be upgraded
12.1.6
Statutory and/or other notices to be
complied with by the contractor before
possession of site can be given
Construction permit issued by DoL
Insurances have been effected;
Security has been provided to the Employer;
Waiver of Contractor’s Lien has been signed;
Safety Plan has been approved by the Employer,
and Construction Programme
Due date / (2016/02/12)
12.1.7 Possession of the site –
Intended date Within 5 (five) working days after receipt of documentary
evidence under 12.1.6
12.1.12 Description of free issue by employer
(Attach separate page for multiple items) N/A
14.0 NOMINATED SUBCONTRACTORS
14.1.4 Specialisatio
n: N/A
14.1.4 Specialisatio
n: N/A
14.1.4 Specialisatio N/A
102
n:
14.1.4 Specialisatio
n: N/A
14.1.4 Specialisatio
n: N/A
16.0 DIRECT CONTRACTORS
Employer to define extent of work by a direct contractor [12.1.2]
16.1 Specialisatio
n: N/A
16.1 Specialisatio
n: N/A
16.1 Specialisatio
n: N/A
16.1 Specialisatio
n: N/A
PRACTICAL COMPLETION / PENALTY FOR LATE COMPLETION
Inspectio
n =
working
days
Date of
practical
completion
yyyy/mm/d
d
Penalty
Currenc
y
Penalty
Amount
per
calendar
day
19.0 Practical completion of the works
as a whole
8 weeks
from the
date of
site hand
over
excluding
all
statutory
holidays
and
building
holiday
period
2016/04/15 ZAR R5 000.00
OR (Only one option can apply)
103
Inspectio
n =
working
days
Date of
practical
completion
yyyy/mm/d
d
Penalty
Currenc
y
Penalty
Amount
per
calendar
day
19/20/24 Practical completion of the works
in sections: 1 N/A
19/20/24 Practical completion of the works
in sections: 2 N/A
19/20/24 Practical completion of the works
in sections: 3 N/A
19/20/24 Practical completion of the works
in sections: 4 N/A
19/20/24 Practical completion of the works
in sections: 5 N/A
19.0 PRACTICAL COMPLETION
19.1.1 Items that do NOT have to be complete to achieve practical completion
N/A
19.1.1 Criteria to achieve practical completion (the BoQ may contain a more detailed
description)
Per Specification
All guarantees for Civil works
104
25.0 PAYMENT
25.0 Currency ZAR South African Rand
25.2 Issue of regular payment
certificates on Date of month 25th
Or
Day of week N/A
25.3.2 Materials and goods off site –
paid subject to
Guarantee for Advance Payment
provided? No
25.3.4 /
26.9.5
Contract price adjustment
provisions Method Fixed price
30.0 DISPUTE RESOLUTION
30.6.1 Alternative Dispute Resolution nominating
body Association of Arbitrators (South Africa)
105
57. PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS OF
CONTRACT
The following amendments and additions to the General Conditions of Contract for Construction Works, 2nd
Edition, 2010 shall apply to this contract.
1 GENERAL
1.1 Definitions
1.1.5 Commencement Date
Replace 1.1.1.5 with the following:
(a) “Commencement Date of the Contract” means the date that the Agreement, made in terms of
the Form of Offer and Acceptance, comes into effect.
(b) “Commencement Date of the Works” means the date on which the site hand-over meeting is
held and when the construction can commence.”
1.1.1.7 Contract
Replace 1.1.1.7 with:
“ “Contract” means the documentation of the agreement between the parties comprising the Form of
Offer and Acceptance, Contract Data, the Particular and General Conditions of contract, the Scope
of Works, the Drawings, the Standard Specifications, the Schedules, any documents and
correspondence which are listed in the Form of Offer and Acceptance, and any such written
amendments or additions to the contract as may be agreed to between the parties at any later
stage.”
1.1.1.14 Due Completion Date
Replace 1.1.1.14 with the following:
In the third line, replace “Commencement Date” with “Commencement Date of the Works”.
1.1.1.24 Practical Completion
In the last line and before the comma, insert “………, and general public and road user if applicable,
………”.
1.3 General Provisions
Add the following new Clause:
“1.3.6 The Appendices included as Pro Formas at the end of the General Conditions of Contract
have no bearing on the Contract and are to be used, revised and/or omitted as the Employer and/or
Engineer may deem fit.”
2 BASIS OF CONTRACT
2.4 Ambiguity or Discrepancy
2.4.1 Add the following:
“For the purpose of interpretation, the priority of the documents shall be in accordance with the
following sequence:
(a) the Form of Offer and Acceptance;
(b) the Contract Data;
(c) the Particular Conditions of Contract;
(d) the General Conditions of Contract;
(e) the Scope of Works;
(f) the Drawings;
(g) the Standard Specifications; and
106
(h) the Schedules including the Pricing Data.”
4 CONTRACTOR’S GENERAL OBLIGATIONS
4.8 Facilities for Others
Add the following Clauses:
“4.8.3 Where the works or parts of it are to be carried out in or along public roads and streets, the
Contractor shall take precautions as required to limit the effect of pedestrians and vehicles
on his operations. The Contractor shall not be entitled to make a claim in accordance with
Clause 10.1 for the delay to Practical Completion and/or incurrence of additional cost by
him for any actions resulting from this clause.
5. TIME AND RELATED MATTERS
5.2 Commencement of the Contract
Replace 5.2.1 with the following:
“The Commencement Dates of the Contract and the Works respectively are defined in Clause 1.1.5
(revised in this Particular Conditions).”
5.3 Commencement of the Works
5.3.2 In the second line, replace “Commencement Date” with “Commencement Date of the Contract.”
5.6 Programme
5.6.2.1 Replace the Clause with the following:
“The Commencement Date of the Works, the Due Completion Date for achieving Practical
Completion and the planned completion date.”
Add the following Clause:
“5.6.6 The approval by the Engineer of a programme showing a later Due Completion Date other
than stated in the Contract Data shall not be contractually binding, unless approved with conditions,
if any, by the Employer.”
5.9 Instructions
5.9.1 In the first line, replace “Commencement Date” with “Commencement Date of the Works.”
5.12 Extension of time for Practical Completion
5.12.3 In the second line, replace “…., including for special non-working days, ….” with “….. including for
special non-working days but excluding the contractor’s year-end break in December / January for
which no time-related payment will be made, ….”.
5.13 Penalty for delay
5.13.2.2 Replace the last sentence of the Clause as follows:
Replace this Clause with the following:
Should the Successful Tenderer not meet the completion dates stated in Clause 1.1.1.14, then a
penalty of R5 000.00 per day will be imposed.
6 PAYMENT AND RELATED MATTERS
6.2 Security
6.2.1 A performance guarantee to the value of 10% of the Tender amount is to be provided.
6.2.2 This Clause is to be omitted.
6.10 Payments
6.10.1 In the third line, replace “monthly statement” with “tax invoice, payment certificate and schedule of
quantities for work done.”
In the sixth line, omit “…, by signed payment certificates issued to the Employer and the Contractor,
..…”
6.10.3 Replace this Clause with:
107
“Payments of the amounts referred to in Clauses 6.10.1.1, 6.10.1.2, 6.10.1.3 and 6.10.1.4 shall be
subject to a retention by the Employer as specified in the Contract Data (called the “retention
money”) of the said amounts due to the Contractor, until the retention money reaches the “Limit of
retention money”, if any, as stated in the Contract Data.”
6.10.4 Replace the first sentence of the Clause with the following:
“The Engineer shall deliver to the Employer the approved payment certificate referred to in Clause
6.10.1 within 3 days of the receipt by the Engineer.”
6.11 Variations exceeding 15 percent
Replace this Clause with:
“No adjustment to the General Items will be applicable if variations increase or decrease the
contract price”.
8. Risks and Related Matters
Should a Safcec Recognised Strike occur during the contract period, the contract period will be
extended by the number of days that the strike lasts. However, no Time Related P&G’s or any
other additional costs will be paid because of the strike. In other words, no penalties will be
imposed due to the strike and no Time Related P&G’s or other costs will be paid.
8.6 Insurance
8.6.1 In the last line include “The Council for Scientific and Industrial Research”.
8.6.3 In the first line as well as the last line, include “The Council for Scientific and Industrial Research”.
APPENDIX TO THE PARTICULAR CONDITIONS:
Contract Data - Data provided by the Employer
CONDITIONS OF CONTRACT
The General Conditions of Contract for Construction Works, Second Edition, 2010, published by the South
African Institution of Civil Engineering, Private Bag X200, Halfway House, 1685, is applicable to this Contract
and is obtainable from www.saice.org.za.
CONTRACT SPECIFIC DATA
The following contract specific data, referring to the General Conditions of Contract for Construction Works,
Second Edition, 2010, are applicable to this Contract:
Clause 1.1.1.13:
The Defects Liability Period is 12 months, measured from the date of the Certificate of Completion.
Clause 1.1.1.14:
The time for completion of all the works is 8 weeks.
Completion of the Works means that all the work is completed and is accepted by the Employer and Civil
Concepts and that Civil Concepts has all the necessary as-built and completion information to issue a
practical completion certificate.
108
Clause 1.1.1.15:
The name of the Employer is THE COUCIL FOR SCIENTIFIC AND INDUSTRIAL RESEARCH
Clause 1.2.1.2:
The physical and postal addresses of the Employer are:
CSIR Pretoria, Building 18 P.O. Box 395
Meiring Naude Road PRETORIA
Brummeria 0001
PRETORIA
0001
Clause 1.1.1.16:
The name of the Engineer is Civil Concepts (Pty) Ltd.
Clause 1.2.1.2:
The physical and postal addresses of the Engineer are:
No. 50, 15th
Street P.O. Box 36148
Menlo Park Menlo Park
PRETORIA PRETORIA
0102
Clause 5.3.1:
The documentation required before commencement with Works execution is:
i) Construction Programme and cash flow.
ii) Proof of insurance.
iii) Performance Guarantee and
iv) Health and Safety Plan.
Clause 5.3.2:
The time to submit the documentation required before commencement with Works execution is 7 days.
Clause 5.4.2:
The access and possession of Site shall not be exclusive to the Contractor, but as set out in the Site
Information.
Clause 5.8.1:
109
The non-working days are Sundays (all day) and Saturdays before 08h00 and after 14h30.
During the week the working hours are from 07h00 until 17h30.
The special non-working days are:
(1) All designated public holidays.
(2) The year-end break in December/January.
Clause 5.13.1:
The penalty for failing to complete the Works is R5 000.00/ day.
Clause 5.16.3:
The latent defect period is 10 years for civil engineering works.
Clause 6.5.1.2.3:
The percentage allowance to cover overhead charges is 10%.
Clause 6.8.1:
Due to the short contract period this clause will apply. There will also be no variations in the cost of special
materials.
Clause 6.10.1.5:
No advance on materials not yet built into the Permanent Works will be allowed.
Clause 6.10.3:
10% Retention will be withheld, reducing to 5% during the Defects Liability Period.
Clause 8.6.1.2
Special Risks Insurance is required.
Clause 8.6.1.3
Public liability insurance must be to the value of R10.0 million per claim, with the number of claims unlimited.
The Liability insurance must be in the joint names of the Employer, the City of Tshwane and the Contractor.
The insurance must be valid until the end of the Defects Liability Period.
The value of the Contractors All Risk insurance must be to at least the value of this Tender.
Clause 10.6.2:
The further determination of disputes after adjudication shall be by arbitration.
110
Contract Data – Data provided by the Contractor
Clause 1.1.19:
The name of the Contractor is:
________
___________
Clause 1.2.1.2:
The physical and postal address of the Contractor is:
----------------------------------------------------------
-------------
------------------------------------------------
----------------------------------------------------------
-------------
------------------------------------------------
----------------------------------------------------------
-------------
------------------------------------------------
----------------------------------------------------------
-------------
------------------------------------------------
111
OTHER STANDARD FORMS
FORM OF GUARANTEE
The Pro-forma Performance Guarantee included in Appendix 3 of the General Conditions of Contract will be
applicable.
NOTES
1. By submission of this tender to the employer the tenderer offers and agrees to execute and complete
the works and remedy any defects in conformity with the specification for the tender sum stated - to be
paid in instalments as work is completed
2. The tender shall remain in full legal force for forty five (45) calendar days from the closing date of the
tender. The tenderer accepts liability for damages that may be suffered by the employer should the
tender validity period not be honoured
3. The lowest or any offer will not necessarily be accepted by the employer - nor need reasons be given
for such a Decision
4. Any provision in this agreement that may confer any benefit or right in favour of any subcontractor
shall be binding on the parties and be capable of acceptance by such subcontractor at any time
5. Addendum
A Civil Engineers Drawings
112
TENDER SUM COMPILATION
Currenc
y
Tenderer’s work excluding tax ZAR Amount R
Tax (at percentage) 14% ZAR Amount R
Total TENDER SUM inclusive of tax ZAR Amount R
Tender sum in words
........................................................................................................
TENDERER (Print Name) CAPACITY
Who, by its SIGNATURE warrants authority thereto
....................................................... ......................................
SIGNATURE DATE LOCATION
........................................................................................................
WITNESS (Print Name) CAPACITY
....................................................... ......................................
SIGNATURE DATE LOCATION
113
TENDERER’S DETAILS (To be completed by the tenderer)
Name
Business (e.g. public
company)
Business registration
number
VAT /
GST
Contact person Mobile
Registered street address
Postal address Code
Telephone Fax
114
58. AGREEMENT
This agreement, the completed contract data and the listed documents [CD] comprise the entire
contract between the parties. Any provision in this agreement that may confer a right or benefit on
a subcontractor shall be binding on the parties and be capable of acceptance by such
subcontractor at any time. No representations, terms, conditions or warranties not contained in this
agreement shall be binding on the parties. No agreement or addendum varying, adding to, deleting
or terminating this agreement including this clause shall be effective unless reduced to writing and
signed by the parties
The contracting parties
The parties Employer Contractor
(To be completed by the tenderer)
Business name The Council for Scientific and
Industrial Research (CSIR)
Business type
Business registration
Tax number (VAT / GST) 4470114283
Contact Person Ms Yandisa Lengoasa
Identity Number
Address: Building Name CSIR
Street Meiring Naudé Road
Suburb Brummeria
City Pretoria
Address: P.O. Box 395
Post Office
Province Pretoria
Country 0001
Email [email protected]
115
The parties Employer Contractor
(To be completed by the tenderer)
Telephone +27 (12) 841-2911
Fax +27 (12) 349-1153
Project Name Building 18 Resurfacing Courtyard
Project Location CSIR, Pretoria Campus, Building 18
Currency ZAR (South African Rand)
Accepted contract sum including
tax R
Accepted contract sum in words
Signed – who by signature hereto
warrants authority
Signed: Date
Signed: Location
Signed – Witness
Name of Witness
116
60. FORMS AND SECURITIES
FORMS FOR COMPLETION BY THE CONTRACTOR
THE FOLLOWING FORMS ARE TO BE COMPLETED BY THE CONTRACTOR AFTER THE
TENDER HAS BEEN AWARDED TO THE SUCCESSFUL TENDERER
C1.3.1 Form of Construction Guarantee
C1.3.2 Health and Safety Contract between Employer and Contractor in Terms of Section 37(2) of the
Occupational Health and Safety Act No 85 Of 1993
C1.3.3 Health and Safety Contract: General Information
C1.3.4 Occupational Health and Safety Indemnity Undertaking
The forms will be completed by the Contractor who will be instructed to do so in the Form of Acceptance. The
completed forms will become part of the Contract.
The Form of Construction Guarantee is a pro forma document. The Contractor will provide an original
document, from a financial institution, with the same text within the time stated in the Contract Data. Only
entities registered with the Financial Services Board (FSB) such as Banks or approved Insurance Companies
or Guarantee Corporation is acceptable as Guarantor. The Contractor will be required to enter into an
agreement with a Community Liaison Officer (CLO). See Pro forma Agreement.
117
FORM OF CONSTRUCTION GUARANTEE
A letter of Intent from an approved Insurer undertaking to provide the Construction Guarantee to the format
included in this document.
Pro Forma – Construction Performance Guarantee
NB:
It should be noted that Guarantors must be registered with the Financial Services Board (FSB).
No alterations or amendments of the wording of the pro forma Construction Guarantee included in
this document will be accepted.
Guarantees submitted must be issued by either an insurance company duly registered in terms of the
Short-Term Insurance Act, 1998 (Act 35 of 1998) or by a bank duly registered in terms of the Banks Act,
190 (Act 94 of 1990) on the pro-forma referred to above. No alterations or amendments of the
wording of the pro-forma will be accepted.
118
(i) PRO FORMA – PERFORMANCE GUARANTEE
CSIR
P.O. Box 395
Pretoria
0001
Sir,
For use with the General Conditions of Contract for Construction Works, Second Edition, 2010.
GUARANTOR DETAILS AND DEFINITIONS
"Guarantor" means: .....................................................................................................
Physical address: ........................................................................................................
"Employer” means: .....................................................................................................
"Contractor” means: .....................................................................................................
"Engineer” means: ......................................................................................................
"Works” means: ...........................................................................................................
"Site” means: .............................................................................................................
"Contract" means: The Agreement made in terms of the Form of Offer and Acceptance and such
amendments or additions to the Contract as may be agreed in writing between the parties.
"Contract Sum" means: The accepted amount inclusive of tax of R .........................................
Amount in words: ...................................................................................................................
"Guaranteed Sum" means: The maximum aggregate amount of R ...........................................
Amount in words: ..................................................................................................................
"Expiry Date” means: .........................................................................................................
119
CONTRACT DETAILS
Engineer issues: Interim Payment Certificates, Final Payment Certificate and the Certificate
Completion of the Works as defined in the Contract.
PERFORMANCE GUARANTEE
1. The Guarantor's liability shall be limited to the amount of the Guaranteed Sum.
2. The Guarantor's period of liability shall be from and including the date of issue
of this Performance Guarantee and up to and including the Expiry Date or the date of
issue by the
Engineer of the Certificate of Completion of the Works or the date of payment in full of the
Guaranteed Sum, whichever occurs first The Engineer and/or the Employer shall advise the
Guarantor in writing of the date on which the Certificate of Completion of the Works has
been issued.
3. The Guarantor hereby acknowledges that:
3.1 any reference in this Performance Guarantee to the Contract is made for
the purpose of convenience and shall not be construed as any intention
whatsoever to create an accessory obligation or any intention
whatsoever to create a suretyship;
3.2 its obligation under this Performance Guarantee is restricted to the payment
of money.
4. Subject to the Guarantor's maximum liability referred to in 1, the Guarantor hereby
undertakes to pay the Employer the sum certified upon receipt of the documents
identified in 4.1 to 4.3:
4.1 A copy of a first written demand issued by the Employer to the Contractor stating
that payment of a sum certified by the Engineer in an Interim or Final Payment
Certificate has not been made in terms of the Contract and failing such payment within
seven (7) calendar days, the Employer intends to call upon the Guarantor to make
payment in terms of 4.2;
4.2 A first written demand issued by the Employer to the Guarantor at the Guarantor's
physical address with a copy to the Contractor stating that a period of seven (7) days
has elapsed since the first written demand in terms of 4.1 and the sum certified has still
not been paid;
4.3 A copy of the aforesaid payment certificate which entitles the Employer to receive
payment in terms of the Contract of the sum certified in 4.
5. Subject to the Guarantor's maximum liability referred to in 1, the Guarantor
undertakes to pay to the Employer the Guaranteed Sum or the full
120
outstanding balance upon receipt of a first written demand from the
Employer to the Guarantor at the Guarantor's physical address calling up
this Performance Guarantee, such demand stating that:
5.1 the Contract has been terminated due to the Contractor's default and
that this Performance Guarantee is called up in terms of 5; or
5.2 a provisional or final sequestration or liquidation court order has been
granted against the Contractor and that the Performance Guarantee is
called up in terms of 5; and
5.3 the aforesaid written demand is accompanied by a copy of the notice of
termination and/or the provisional/final sequestration and/or the
provisional liquidation court order.
6. It is recorded that the aggregate amount of payments required to be made
by the Guarantor in terms of 4 and 5 shall not exceed the Guarantor's
maximum liability in terms of 1
7. Where the Guarantor has made payment in terms of 5, the Employer shall upon
the date of issue of the Final Payment Certificate submit an expense account to
the Guarantor showing how all monies received in terms of this Performance
Guarantee have been expended and shall refund to the Guarantor any resulting
surplus. All monies refunded to the Guarantor in terms of this Performance
Guarantee shall bear interest at the prime overdraft rate of the Employer's bank
compounded monthly and calculated from the date payment was made by the
Guarantor to the Employer until the date of refund.
8. Payment by the Guarantor in terms of 4 or 5 shall be made within seven (7)
calendar days upon receipt of the first written demand to the Guarantor.
9. Payment by the Guarantor in terms of 5 will only be made against the return of
the original Performance Guarantee by the Employer.
10. The Employer shall have the absolute right to arrange his affairs with the
Contractor in any manner which the Employer may deem fit and the Guarantor
shall not have the right to claim his release from this Performance Guarantee on
account of any conduct alleged to be prejudicial to the Guarantor.
11. The Guarantor chooses the physical address as stated above for the service of
all notices for all purposes in connection herewith.
12. This Performance Guarantee is neither negotiable nor transferable and shall
expire in terms of 2, where after no claims will be considered by the Guarantor.
121
The original of this Guarantee shall be returned to the Guarantor after it has
expired.
13. This Performance Guarantee, with the required demand notices in terms of 4 or
5, shall be regarded as a liquid document for the purposes of obtaining a court
order.
14. Where this Performance Guarantee is issued in the Republic of South Africa the
Guarantor hereby consents in terms of Section 45 of the Magistrate's Courts Act
No 32 of 1944, as amended, to the jurisdiction of the Magistrate's Court of any
district having jurisdiction in terms of Section 28 of the said Act, notwithstanding
that the amount of the claim may exceed the jurisdiction of the Magistrate's Court.
Signed at ...................................................................................................................
Date .............................................................................................................................
Guarantor's signatory (1) ............................................................................................
Capacity ............................................................ …………………………………………
Guarantor's signatory (2) .........................................................................................
Capacity ......................................................................................................................
Witness signatory (1) .............................................................................................
Witness signatory (2) ................................................................................................
GUARANTOR’S SEAL OR STAMP
122
HEALTH AND SAFETY CONTRACT BETWEEN EMPLOYER AND CONTRACTOR
IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL HEALTH AND SAFETY
ACT NO 85 OF 1993
Written agreement between The CSIR (hereinafter referred to as “the Employer)
and
(hereinafter referred to as “the mandatory”) as envisaged by Section 37(2) of the Occupational Health and
Safety Act, No. 85, of 1993 as amended.
I, representing
(mandatory) do hereby acknowledge that
...................................................................................... (mandatory) is an employer in its own right and shall be
regarded as the employer for purposes of the contract work specified in the body of the principal agreement
with duties as prescribed in the Occupational Health and Safety Act, No. 85 of 1993 as amended so as to
ensure that all work will be performed or machinery and plant used in accordance with the provisions of the
said Act. I furthermore agree to comply with the requirements of the Employer as contained in the
Occupational Health and Safety Specification included with the principal agreement and to liaise with the
employer should I, for whatever reason, be unable to perform in terms of this agreement.
Signed this day of at
Signature on behalf of mandatory
Signature on behalf of Employer
Compensation Fund Registration No. of mandatory
Good Standing Certificate : yes no (tick one box)
123
HEALTH AND SAFETY CONTRACT: GENERAL INFORMATION
1. The Occupational Health and Safety Act comprises Sections 1 to 50 and all unrepelled
regulations promulgated in terms of the former Machinery and Occupational Safety Act No 6
of 1983 as amended, as well as other regulations which may be promulgated in terms of the
OHS Act.
2. Mandatory is defined as including an agent, a contractor or a subcontractor for work, but
without derogating from his status in his own right as an employer or user of plant and
machinery
3. Section 37 of the Occupational Health and Safety Act potentially punishes employers
(principals) for the unlawful acts or omissions of mandatories (contractors) save where a
written agreement between the parties has been concluded containing arrangements and
procedures to ensure compliance with the said Aid by the mandatory.
4. All documents attached or referred to in the above agreement form an integral part of the
agreement.
5. To perform in terms of this agreement mandatories must be familiar with the relevant
provisions of the Act.
6. Mandatories who utilize the services of their own mandataries (subcontractors) are advised to
conclude a similar written agreement.
7. Be advised that this agreement places the onus on the mandatory to contact the Employer in
the event of inability to perform as per this agreement. The Employer, however, reserves the
right to unilaterally take any steps as may be necessary to enforce this agreement.
8. The contractor shall be responsible for the full and proper implementation of the terms and
provisions of the Act and its regulations in the area in which the work is to be undertaken by
the Contractor.
9. The Contractor shall be responsible for the well-being, in relation to health and safety, of all
persons coming upon or into such area in accordance with that legislation, including the
implementation of any directives issued by management of the Employer in this respect.
10. The work to be done is BUILDING 18 RESURFACING COURTYARD.
11. The area in which the work is to be conducted is Pretoria.
12. The Contractor shall familiarise himself with such area and all risks existing thereon and
undertakes to report to the representative of the Employer any hazard or risk to health and
safety which arises during the contract work in the area concerned and over which the
124
Contractor may have no control. All necessary and appropriate safety/health equipment shall
be issued by the Contractor to all persons working on or coming into the area.
OCCUPATIONAL HEALTH AND SAFETY INDEMNITY UNDERTAKING
I, the undersigned
in my capacity as
of the firm
1.0 hereby undertake to ensure that I/my firm and/or employees and/or subcontractors and/or his
employees –
1.1 comply strictly with the provisions of the Occupational Health and Safety Act of 1993 (as
amended) and/or the regulations promulgated in terms thereof, with specific reference to
section 37(2) of the said act, as well as any relevant legislation, in the course of the
performance/execution of any service and/or work in, to or on any of the Employer’s buildings,
construction sites and/or premises
1.2 ensure that consultants and/or visitors comply with any instructions and measures relating to
occupational health and safety, as prescribed by the Employer
1.3 comply strictly with the statutorily prescribed work systems, operational equipment, machinery
and occupational health and safety conditions.
2.0 and as an independent employer and contractor, hereby indemnify, in terms of the above
undertakings, the Employer –
2.1 in respect of any costs that I/my firm and/or employees and/or subcontractors and their
employees may incur of necessity in compliance with the above undertakings
2.2 against any claims that may be instituted against the Employer and/or any liability that the
Employer may incur, whether instituted and/or caused by me/my firm's employees, agents,
consultants, subcontractors and/or their employees and visitors or the Employer’s clients or
neighbours in respect of any incidents related to me/my firm's activities and as a result of which
the occupational health and safety of the persons involved have been detrimentally affected
2.3 against similar claims that I, managers or directors of my firm may have against the Employer
and any damages for which I, managers or directors of my firm hold the Employer liable.
3.0 My firm's compensation commissioner number is
125
and I confirm that my firm and its subcontractors' fees have been paid up and obligations in respect of
the compensation commissioner have been complied with, and further that I shall furnish proof
thereof in writing on request.
4.0 I hereby confirm that I have the authority to sign this indemnity undertaking and that the Employer is
not obliged to confirm such confirmation.
Signed at
this day
of
20
Signature Capacity
As witnesses:
1
2
126
CSIR:
COUNCIL FOR SCIENTIFIC AND
INDUSTRIAL RESEARCH
RFP NO.: CSIR 3013/26/02/2016
BUILDING 18 RESURFACING COURTYARD
PRICING DATA
127
PRICING DATA
PREFACE TO PRICING DATA
2.1.1 PREFACE
This Schedule of Quantities forms part of the Tender Document and must be read and used
in conjunction with the Conditions of Tender, Conditions of Contract, Specification and
Drawings.
A price and a unit rate must be filled in against each item in the Schedule of Quantities.
Items which are not priced will be accepted as being covered by the Tenderer by other
prices and unit rates in the Schedule of Quantities.
The unit rates and prices as tendered in the Schedule of Quantities must cover all the
Tenderer's obligations under this Contract and must include full compensation for all
provisional costs, temporary work, transport, labour, material, plant, equipment, housing and
all matters and obligations of any nature necessary for the construction, completion and
maintenance of the Works as well as for any loss or damage resulting from the nature of the
work, weather conditions, floods, etc.
Tenders will be evaluated on the unit rates tendered for each item and not on the Tender
price. In the case of arithmetic mistakes in the Tenderer's Tender the unit rates will be
taken as correct and the Tender Amount accordingly adjusted.
The general description of the work and material which appears in the Specification will not
be repeated in the Schedule of Quantities. Reference will be made to the General
Conditions of Contract, Special Conditions of Contract and the Specification where
necessary.
Where a unit rate is required for an item in the Schedule of Quantities and the Tenderer fails
to fill in the unit rate under the unit rate column but simply fills in a total amount under the
amount column, this amount will not be valid and will not be included in the calculations for
the corrected Tender amount.
The quantities in this Schedule are approximate and the Employer does not undertake,
explicitly or by implication that the actual quantity of work corresponds with the
aforementioned quantities. The Employer reserves the right to alter or omit any quantity or
class of any section of the work.
The Contract Amount for the completed Contract will be calculated from the actual quantities
of work done and will be valued by applying the unit rates tendered opposite every item in
the Schedule of Quantities.
128
NOTES TO TENDERERS
2.1 SCOPE OF CONTRACT
The description hereunder is a general guide only and the Tenderer is referred to the Engineer’s
drawings for tender purposes. No liability will be accepted should the information provided be
misconstrued.
2.2 BUILDING 18 RESURFACING COURTYARD
The scope of work generally comprise the following:
The resurfacing of the asphalt access road to Building no. 18.
The removal and replacement damaged concrete surfacing the building court yard.
Miscellaneous civil works required as part of the resurfacing.
2.3 QUERIES FROM TENDERER
The pages of these Bills of Quantities are numbered consecutively. The Tenderer shall check the
numbers of the pages and should any be missing or duplicated, or the reproduction be indistinct, or if
any doubt exists as to the full intent or meaning of any description or these Bills of Quantities contain
any obvious errors, the Tenderer shall notify the CSIR at once who shall promptly give a written
directive. No liability whatsoever will be admitted in respect of errors in any tender due to the
abovementioned causes.
On no account should this document be used for placing orders for materials, the Tenderer does so
at his own risk and shall not be reimbursed for additional costs so incurred.
2.4 ACQUINTANCE WITH TENDER DOCUMENTS, REGULATIONS, ETC.
By submission of a tender, the Tenderer will be deemed to have acquainted himself fully with the
tender documents, local authority requirements and by-laws, the standard specifications applicable,
CIDB enrolment fees, Occupational Health and Safety regulations and all other aspects of the work
envisaged in the documents prior to pricing and submission of this tender.
2.5 SIGNING OF TENDER
The tender must be signed by a representative of the tenderer being duly authorised to do so and
the Tenderer is to attach a company resolution if applicable.
2.6 TENDER ALL INCLUSIVE
The Tenderer must allow in his tender for all labour, material, transport, handling, construction plant,
temporary works, or method of construction where the method of payment allows for various
methods of construction, value added tax and everything else necessary for the execution and
completion of the works in accordance with the tender documents.
2.7 COSTS INCURRED BY THE TENDERER
The employer will not be responsible for or pay for expenses or losses, which may be incurred by the
Tenderer in the preparation of the tender or in visiting the site in connection herewith.
129
2.9 TENDER ACCEPTANCE
The employer will not be bound to accept the tender. No reason for the acceptance or rejection of
the tender will be given.
2.10 ARITHMETICAL ERRORS
The Civil Engineer reserves the right to correct arithmetical or other errors in the extension of rates
and totals in the tender. The Tenderer will be informed of the effect of any corrections prior to the
signing of the contract.
2.11 IMBALANCE IN TENDERED RATES
In the event of there being any rate or rates which are declared to be unacceptable by the Engineer
for reasons which the Engineer will indicate, the Tenderer will, in terms of Rule 9, be requested to
either:
a) Justify and specify rate or rates, i.e. to give a financial breakdown on how such rate or rates
were obtained or calculated;
b) Consider amending and adjusting such rate or rates while retaining the tender sum derived
under Sub rule 10.a unchanged and fixed.
2.12 CONTRACT PRICE ADJUSTMENT PROVISION
This will be a fixed contract and no price adjustment will be applicable. The contractor is to allow for
possible increase in costs except the increase of VAT %.
2.13 CLOSING OF TENDERS
Please ensure that the tenders are clearly marked with reference number RFP No.: 3013/26/02/2016
and addressed to the CSIR. Tenders are deposited in the tender box situated at the Main Reception
Area, CSIR GATE 03, Meiring Naudé Road, Brummeria, on or before the closing date, being on
FRIDAY 26 FEBRUARY 2016.
2.14 CLOSING DATE OF TENDERS
FRIDAY 26 FEBRUARY 2016.
2.15 PRICES AND VALUE ADDED TAX
Prices shall be quoted in South African currency and shall be exclusive of Value Added Tax (VAT).
Provision is made in the tender summary for the lump sum addition of VAT and the total, inclusive of
VAT, is then carried to the form of tender.
2.16 INSURANCES TO BE EFFECTED BY THE CONTRACTOR/EMPLOYER
Insurances shall be affected by the contractor and employer in accordance with the Conditions of
Contract before commencement of the works and as detailed in Section 1: Preliminaries and General
hereinafter.
130
2.18 TENDERS
The tender comprises the Returnable Schedules and the Bills of Quantities, all of which shall be duly
completed, signed and posted or delivered on or before the time and date to the address indicated
on the Tender Form.
Where necessary, Tenderers are requested to complete the abovementioned documentation in black
ink and Tenderers are to note that only plain paper photo static copies of the abovementioned
documentation will be acceptable. Photo static copies of tenders or photo static copies of facsimiles
which are lodged in the prescribed manner and in which the relevant forms and certificates are
signed in black ink, after being copied, will be accepted as valid tenders.
A tender shall be considered incomplete if all of the abovementioned documentation is not submitted
together with the tender, in which case such tender shall be liable for rejection.
2.19 TENDERS PER TELEFAX/FACSIMILE MACHINE
Tenderers are to note that telefax/facsimile machine transmitted tenders shall not be considered.
2.20 VALIDITY OF TENDERS
Tenderers are to take note that the tender shall not be retracted or withdrawn within a period of 90
days calculated from the closing date of the tender and shall remain valid and binding for the full
period.
Should there be any discrepancy in the tender validity period as stipulated in this clause and the
tender validity period as stipulated elsewhere in the documentation, the tender validity period as
stipulated in this clause shall take precedence.
131
ANNEXURE A – FUNCTIONALITY SCORING SHEET
Evaluation Criteria
Quality criteria Sub-criteria Weighting of Quality Criteria
Approach paper which
responds to the proposed
Scope of Work and outlines
proposed approach /
methodology and work plan
complete with time frames
Construction
Programme 10
Method
Statement /
Technical
Approach and
Methodology
10
Experience of the key staff
(assigned personnel) in
relation to the scope of work
Experience for
the assignment 27.2 20
Company experience with
respect to specific aspects of
the project / comparable
projects
Adequacy for the
assignment 30
Satisfactory
references of
completed
comparable
projects
10
Financialcapability of Tender Financial rating 10
Possible score for quality (Ms) 100
General Scoring Methodolgy
(Score 0) Failed to address the question / issue.
Poor
(score 40)
Tenderer does not own any of the required plant and equipment, and
cannot assure use of hired plant and equipment during the contract period.
What method will be used to confirm that he/she indeed has the
equipment?
Satisfactory
(score 70)
Tenderer owns some of the required plant and equipment and can
guarantee use of required plant and equipment for duration of the contract
period, and can assure use of hired plant and equipment during the
contract period.
Good
(score 90)
Tenderer owns all required plant and equipment or can guarantee use of
all required plant and equipment for duration of the contract period. What
method will be used to confirm that he/she indeed has the equipment?
Very good
(score 100)
Tenderer owns more advanced and efficient plant and equipment or can
guarantee use of such advanced plant and equipment for duration of the
contract period.
132
Sub- Criteria 1: Approach Paper /Method Statement
METHOD STATEMENT/ TECHNICAL APPROACH AND METHODOLOGY
Technical approach
(Score 0) Failed to address the question / issue.
Poor (score 40)
The technical approach and/or methodology is poor / is unlikely to satisfy project objectives or requirements. The Tenderer has misunderstood certain aspects of the scope of work and does not deal with the critical aspects of the project. The approach is generic and not tailored to address the specific project objectives and requirements. The approach does not adequately deal with the critical characteristics of the project. The quality plan is too generic
Satisfactory (score 70)
The approach is specifically tailored to address the specific project objectives and requirements and is sufficiently flexible to accommodate changes that may occur during execution. The quality plan is specifically tailored to the critical characteristics of the project.
Good (score 90)
The approach is innovative and meets the required project objectives. Specific requirements for the project are outlined indicative understanding of the project specific requirements.
Very good (score 100)
Besides meeting the “good” rating, the important issues are approached in an innovative and efficient way, indicating that the Tenderer has outstanding knowledge of state-of-the- art approaches. The approach paper details ways to improve the project outcomes and the quality of the outputs.
133
Sub-Criteria 2: CONTRACT EXECUTION AND QUALITY
Preliminary Construction Programme
(Score 0) Failed to address the question / issue.
Poor
(score 40)
The activity schedule omits important tasks or the timing of the activities
and correlation among them are inconsistent with project deliverables.
There is lack of clarity and logic in the sequencing.
Satisfactory
(score 70)
All key activities are included in the activity schedule, but are not detailed.
There are minor inconsistencies between timing and project deliverables.
Good
(score 90)
The work plan fits the project deliverables well; all important activities are
indicated in the activity schedule and their timing and sequencing is
appropriate and consistent with project objectives and requirements. There
is a fair degree of detail that facilitates understanding of the proposed work
plan.
Very good
(score 100)
The work plan fits the project deliverables well; all important activities are
indicated in the activity schedule and the sequencing and timing of
activities are very well defined, indicating that the Tenderer has optimized
the use of resources. The work plan permits flexibility to accommodate
contingencies.
Sub-Criteria 3: Key Personnel: Qualification
Staff Member Weight Poor
(score 40)
Satisfactory
(score 70)
Good
(score 90)
Very Good
(score 100)
Contract Manager 6
Qualification
Given but
below
Diploma or
Managerial
Certificate
Qualification
given equal to
Diploma or
Managerial
Certificate
Qualification
exceeds
Diploma
(Degree)
Over and
above the
good score,
tenderer is
registered to
a relevant
professional
body
Site Agent 5
Qualification
given but
below
Diploma
(Civil)
Qualification
given equal to
Diploma
(Civil)
Qualification
exceeds
Diploma
(Civil)
(Degree)
Over and
above the
good score,
tenderer is
registered to
a relevant
professional
body
134
Safety Officer 4 Other
Qualification
Accredited
Safety
Certificate
More than
one
Accredited
qualification
(Safety)
Over and
above the
good score,
tenderer is
registered to
a relevant
professional
body
Sub-Criteria 4: Key Personnel: Experience
Staff Member Weight Poor
(score 40)
Satisfactory
(score 70)
Good
(score 90)
Very Good
(score 100)
Contract
Manager 6
3 Years
(All Projects)
5 Years
(All Projects)
7 Years
(All Projects)
10 Years
(All Projects)
Site Agent 5
2 Projects
(Construction
of Multi-
purpose
Buildings)
5 Projects
(Construction
of Multi-
purpose
Buildings)
8 Projects
(Construction
of Multi-
purpose
Buildings)
10 Projects
(Construction
of Multi-
purpose
Buildings)
Safety Officer 4 3 Years
(All Projects)
5 Years
(All Projects)
7 Years
(All Projects)
10 Years
(All Projects)
Sub-Criteria 5: Experience of the service prrovder in comparable projects
TENDERER’S EXPERIENCE
Experience Firm
(Score 0) Failed to address the question / issue.
Poor (score 40)
Has completed less than 3 similar projects
Satisfactory (score 70)
Completed between 3 to 5 similar projects or using subcontract expertise
Good (score 90)
Completed between 6 and 10 similar projects using in house expertise
Very good (score 100)
More than 10 years’ experience on similar projects, using in house expertise
Sub-Criteria 6: Financial Rating
FINANCIAL RATING
Bank Rating
(Score 0) Non-submission
Poor (score 40)
D or Less