Extension of Tug Jett at Port of Durban Date:17 July 2020 Tug Jetty - - PowerPoint PPT Presentation

extension of tug jett at port of durban
SMART_READER_LITE
LIVE PREVIEW

Extension of Tug Jett at Port of Durban Date:17 July 2020 Tug Jetty - - PowerPoint PPT Presentation

Extension of Tug Jett at Port of Durban Date:17 July 2020 Tug Jetty Tender Clarification: Index 1. Project Overview/Background 2. Access to Site and Laydown Area 3. Technical Presentation 4. Commercial 5. Technical Evaluation Programme


slide-1
SLIDE 1

Extension of Tug Jett at Port of Durban

Date:17 July 2020

slide-2
SLIDE 2

Tug Jetty Tender Clarification: Index

  • 1. Project Overview/Background
  • 2. Access to Site and Laydown Area
  • 3. Technical Presentation
  • 4. Commercial
  • 5. Technical Evaluation
  • Programme
  • Management & CV’s of Personnel
  • Quality Management
  • Environmental Management
  • Health & Safety Management
  • Previous Experience
  • Approach Paper
  • Proposed Organisation & Staffing
slide-3
SLIDE 3

2 Strictly private and confidential

Tug Jetty Tender Clarification

PROJECT OVERVIEW/BACKGROUND

slide-4
SLIDE 4

Tug Jetty Tender Clarification: Overview & Background

Directions to site

slide-5
SLIDE 5

4 Strictly private and confidential

Tug Jetty Tender Clarification: Overview & Background

Footnote/Source: Delete of not required

slide-6
SLIDE 6

5 Strictly private and confidential

Tug Jetty Tender Clarification: Overview & Background

  • EXTENSION - 35m of the existing tug jetty.
  • NEW - 108m long tug jetty.
  • DREDGING and profiling of the tug basin and areas adjacent to the existing quay walls.
  • Supply and placing of SCOUR PROTECTION adjacent to the existing quay walls.
  • Partial DEMOLITION and alteration to existing structures to accommodate the new structures.
  • Replacement of two damaged FENDERS to the existing jetty.
  • The installation of new fittings (BOLLARDS, WHARF ACCESS LADDERS, NAVIGATION LIGHTS)
  • Installation of services (WATER, ELECTRICITY)

Footnote/Source: Delete of not required

slide-7
SLIDE 7

6 Strictly private and confidential

Tug Jetty Tender Clarification: Site Access to Site & Laydown

  • This site is located within the “Harbour Zone”.
  • Road access to the Tug Jetty will be available via Quayside from Margaret Mncadi Ave for heavy load

vehicles and Maritime PI for light vehicles

  • Both these routes experience high traffic volumes during morning and afternoon peak hours
  • The Identified precast yard is located at the I&J next to the Wilson Wharf vicinity
  • Both site are accessible by both road and water
  • Water and power connection points will be pointed out on site at the commencement of the

project.

slide-8
SLIDE 8

7 Strictly private and confidential

Tug Jetty Tender Clarification: Site Layout

slide-9
SLIDE 9

8 Strictly private and confidential

Tug Jetty Tender Clarification: Precast yard and docking berth

Existing docking area Proposed Precast Yard

slide-10
SLIDE 10

9 Strictly private and confidential

Tug Jetty Tender Clarification:

TECHNICAL PRESENTATION

slide-11
SLIDE 11

10 Strictly private and confidential

Tug Jetty Tender Clarification: General layout

slide-12
SLIDE 12

11 Strictly private and confidential

Tug Jetty Tender Clarification: Dredging

Existing water depths in the basin vary between approximately 6 and 10m below Chart Datum Port (CDP). The required dredging, to be executed under this contract, is to reduce the general basin level to -8,0m

  • CDP. All dredging works to be undertaken in compliance with all conditions of the disposal at sea permit.

It is required that dredged material be deposited in selected dump site offshore. The side slopes of the basin adjacent to the existing quay wall are to be re-profiled as indicated on the drawings.

slide-13
SLIDE 13

12 Strictly private and confidential

Tug Jetty Tender Clarification: Dredging

slide-14
SLIDE 14

13 Strictly private and confidential

Tug Jetty Tender Clarification: Dredging and Scour

slide-15
SLIDE 15

14 Strictly private and confidential

Tug Jetty Tender Clarification: Scour Protection

  • This specification covers the provision and installation of scour protection in front of the existing sheet

piled quay walls, adjacent to the southern mole and to the slope at the basin entrance in the tug basin at R-Berth in the Port of Durban

  • The specification provides definitions and requirements for the construction, production, testing,

transport, placement and survey of quarried stone materials to be sourced from local quarries or from alternative sources where applicable, for use in the construction of the rock scour protection

  • It is the responsibility of the Contractor to satisfy himself that the available quarries are capable of

supplying rock of the sizes, quality and quantity required.

  • The construction of the scour protection includes for the procurement of specified grading’s of rock

from quarries in the Durban area or alternative quarry sites.

slide-16
SLIDE 16

15 Strictly private and confidential

Tug Jetty Tender Clarification: Scour Protection

slide-17
SLIDE 17

16 Strictly private and confidential

Tug Jetty Tender Clarification: Concrete & Structural Works

Both the jetty extension and the new parallel jetty comprise a composite deck structure consisting

  • f precast transom beams and soffit panels with a cast in-situ deck overlay.

The composite deck is supported on permanently cased, reinforced concrete piles. The pile casings are bottom driven to a predetermined set by making use of an internal drop hammer. Precast fender panels are temporarily suspended from the deck whereupon they are concreted into the in-situ deck overlay

slide-18
SLIDE 18

17 Strictly private and confidential

Tug Jetty Tender Clarification: Concrete & Structural Works (Precast-Elements)

slide-19
SLIDE 19

18 Strictly private and confidential

Tug Jetty Tender Clarification: Concrete Elements

slide-20
SLIDE 20

19 Strictly private and confidential

Tug Jetty Tender Clarification: Piling

  • This specification covers the requirements for tubular piling to support the composite jetty deck
  • slabs. The piling comprises 50 number tubular piles (12 to the jetty extension and 38 to the

new parallel jetty). All tubular piles are 700mm diameter permanently cased concrete piles. Only vertical piles are required.

  • The proposed new jetty comprises a composite concrete deck structure, made up of both

precast elements and cast in-situ concrete.

  • A high level of pile driving accuracy is required from the piling system, notwithstanding difficult

installation conditions.

  • The Contractor will be required to comply with Harbour Master’s requirements for marine

activities in accordance with the directives of the Supervisor.

slide-21
SLIDE 21

20 Strictly private and confidential

Tug Jetty Tender Clarification: Piling

slide-22
SLIDE 22

21 Strictly private and confidential

Tug Jetty Tender Clarification: Engineering Works

Electrical Reticulation Supply and installation of protection equipment in the existing LV compartment of the existing R-berth Minisub.400V cable reticulation from existing Mini Substations to the new low voltage distribution kiosk.

  • Supply and installation of new outdoor floor standing distribution kiosk complete with switchgear.
  • Supply and installation of new 125A, three-phase industrial socket outlets.
  • Supply and installation of medium mast lighting.

Water Reticulation

  • Provision and installation of a water reticulation system which comprises 110mm diameter uPVC/HDPE

bulk water main (as drawings), The proposed 110mm diameter uPVC/HDPE water main shall be connected to the existing main water supply main at the position as indicated on the drawings

  • Provision and installation of isolation valves, at the connection to the new bulk main
  • Connection in to the existing water main reticulation, including provision and installation of isolation

valves on the existing water main,

slide-23
SLIDE 23

22 Strictly private and confidential

Tug Jetty Tender Clarification:

COMMERCIAL

slide-24
SLIDE 24

23 Strictly private and confidential

Tug Jetty Tender Clarification: COMMERCIAL

COMMERCIAL Items to be covered:

  • Communications
  • Tendering Procedures
  • Evaluation Methodology
  • Eligibility Criteria
  • Form of Contract – NEC3 ECC (Option B)
  • Contract Data Part 1 and 2
  • Contract Data – Z Clauses
slide-25
SLIDE 25

24 Strictly private and confidential

Tug Jetty Tender Clarification: COMMERCIAL

COMMUNICATION

  • All communications whether general, commercial or technical to go via the

Procurement Manager, Bernadette Wexler (contact details in tender document).

  • All queries will be communicated via a clarification register and will be issued only to

Tenderers who have indicated their intention to respond to this tender by completing Returnable Schedule T2.2-04 and sending it to: Bernadette.Wexler@transnet.net by 24 July 2020.

  • Last day for questions – Ten working days before the closing date.
slide-26
SLIDE 26

25 Strictly private and confidential

Tug Jetty Tender Clarification: COMMERCIAL

TENDERING PROCEDURES Tender closing Date: Tuesday 14 August 2020, at 12h00 (SAST) NO EXTENSIONS TO THIS DATE WILL BE ENTERTAINED WITHOUT GOOD CAUSE SHOWN Location of the Tender Box: Transnet Group Capital 237 Mahatma Gandhi Road Durban Delivery instructions are detailed in the Tender Notice and Invitation to Tender, including the measurements of the tender slot. Original, plus 2 (two) copies and a clearly marked electronic version NB: NO LATE TENDERS WILL BE ACCEPTED

Tender offer validity period of 12 weeks after the closing date;

slide-27
SLIDE 27

26 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

EVALUATION METHODOLOGY Tender Evaluation Criteria Final Weighted Scores Price 90 Preference (B-BBEE – Scorecard) 10 TOTAL SCORE: 100 TENDERERS FAILING TO COMPLY WITH THIS REQUIREMENT WILL BE AT RISK FOR DISQUALIFICATION.

slide-28
SLIDE 28

27 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

Eligibility Criteria

Stage One - Pre-qualification criteria for preferential procurement in terms of the Preferential Procurement Regulations, 2017: It is a specific tendering condition that tenderer subcontracts a minimum of 30% to either: (i) an EME or QSE which is at least 51% owned by black people; (ii) an EME or QSE which is at least 51% owned by black people who are youth; (iii) an EME or QSE which is at least 51% owned by black people who are women; (iv) an EME or QSE which is at least 51% owned by black people with disabilities; (v) an EME or QSE which is 51% owned by black people living in rural or underdeveloped areas or townships; (vi) a cooperative which is at least 51% owned by black people; (vii) an EME or QSE which is at least 51% owned by black people who are military veterans; The list of potential sub-contractors that are registered on the National Treasury Central Supplier Database (CSD) must be accessed as follows: Log on to the CSD website on http://secure.csd.gov.za/. All Sub-Contractors must be registered on the National Treasury CSD by the tender closing date. Any tenderer that fails to meet the stipulated pre-qualifying criteria will be regarded as an unacceptable tender.

slide-29
SLIDE 29

28 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

Stage Two – Eligibility Criteria for Local Production and Content in terms of the Preferential Procurement Regulations, 2017: Tenderers must properly complete, duly sign and submit returnable schedule T2.2-02, entitled “Declaration Certificate for Local Production and Content (SBD 6.2 and Annexures C, D & E)”, committing to meet the following stipulated minimum thresholds for local production and content for the following designated sectors as determined by the Department of Trade and Industry (DTI): 100% for Steel Products and Components for Construction 70% for Valves and Actuators 90% for Electrical and Telecom Cables 100% for all Plastic Pipes which includes (Polyvinyl Chloride (PVC) Pipes, High Density Polyethylene (HDPE) Pipes, Polypropylene (PP) Pipes and Glass Reinforced Plastic) Any tenderer that fails to meet the stipulated pre-qualifying criteria will be regarded as an unacceptable tender.

slide-30
SLIDE 30

29 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

Stage Three - Eligibility in terms of the Construction Industry Development Board: Only those tenderers who are registered with the CIDB, or are capable of being so prior to the evaluation of submissions, in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction Industry Development Regulations, designation of: 8CE or higher class of construction work, are eligible to have their tenders evaluated. Any tenderer that fails to meet the stipulated elegibility criteria will be regarded as an unacceptable tender.

slide-31
SLIDE 31

30 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

Stage Four - Functionality: Only those tenderers who obtain the minimum qualifying score for functionality will be evaluated further in terms of price and the applicable preference point system. The minimum qualifying for score for functionality is 60 points. The minimum qualifying score for Functionality is 60 points. Each evaluation criteria will be assessed in terms of six indicators – 0, 20, 40, 60, 80 and 100 will be allocated respectively. The scores of each of the evaluators will be averaged, weighted and then totalled to obtain the final score for quality Any tenderer that fails to meet the stipulated pre-qualifying criteria will be regarded as an unacceptable tender.

slide-32
SLIDE 32

31 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

The evaluation criteria for measuring functionality and the points for each criteria are stated below. Functionality shall be scored independently by not less than 3 (three) evaluators and averaged in accordance with the following schedules:

T2.2-05: Programme 10 T2.2-06: Management & CV of Personnel 20 T2.2-07: Quality Management 10 T2.2-08: Environmental Management 10 T2.2-09: Health & Safety Management 10 T2.2-10: Previous Experience 20 T2.2-11: Approach Paper 15 T2.2-12: Proposed Organisation & Staffing 5 100

slide-33
SLIDE 33

32 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

Contract Data

  • NEC3 ECC
  • Option B
  • W1 Dispute resolution procedure
  • Secondary Options:
  • X1: Price adjustment for inflation
  • X2: Changes in the law
  • X3: Multiple Currencies
  • X5: Sectional Completion
  • X5 & X7: Sectional Completion & delay damages used together
  • X13: Performance Bond
  • X16: Retention
  • X18: Limitation of liability
slide-34
SLIDE 34

33 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

Z CLAUSES: Additional conditions of contract Z1: Obligations in respect of Joint Venture Agreements Z2: Local Production and Content Obligations Z3: Performance Bonds and/or Guarantees Z4: Relating to Joint Venture Z5: In respect of Termination Z6: Right Reserved by the Employer to Conduct Vetting through SSA

Z7: Relating to Collusion in the Construction Industry Z8: Protection of Personal Information Act Z9: The first assessment interval

slide-35
SLIDE 35

34 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

Contract Data

  • Performance bond: 5% of the total of the Prices
  • Retention percentage is: 10% on all payments certified
  • Start Date: 25 November 2020
  • Key Dates: Refer to Contract Data Part 1
  • Sectional Completion Dates: Refer to Contract Data Part 1
  • Completion Date for the Whole of The Works: 08 Feb 2023
slide-36
SLIDE 36

35 Strictly private and confidential

Tug Jetty Tender Clarification: Commercial

Contractual Dates:

  • Contract Start Date

: 25 November 2020

  • Site Access Date

: 1 March 2021

  • Completion Date

: 08 Feb 2023 Sectional Completion Dates:

  • 110m Jetty Hand Over

: 31 May 22

  • 35m Jetty Hand Over

: 08 Feb 23

slide-37
SLIDE 37

36 Strictly private and confidential

Tug Jetty Tender Clarification: T2.2-05 Programme

T2.2-05 Programme

slide-38
SLIDE 38

37 Strictly private and confidential

Tug Jetty Tender Clarification: T2.2-05 Programme Programme Model Format and Presentation Requirements

The following requirements are to be demonstrated in the hard copy programme as a minimum:

  • Activity ID
  • Activity Description/Name
  • Original Duration
  • Start and Finish Dates
  • Time Risk Allowances
  • Tenderer to demonstrate alignment between programme submission under T2.2-2 ; activities in activity schedule under C2.2,

resources as contained under Tenderer’s Approach Paper submission under T.2.2-11 and List of Plant and Equipment as contained under T.2.2-4. Inclusion of the following min. columns in this regard is as follows:

  • Activity Description & Unique Activity Reference - Activities as contained in the Tenderer's Activity Schedule submission

under C2.2 to be allocated a unique activity reference and to be assigned to associated activities as included in programme contained under T2.2-2.

  • Resource Description/Name & Unique Resource ID - Resources to be allocated a unique resource reference/ID, and

assigned to associated activities in Tenderer’s programme contained under T2.2-05., in accordance with the Tenderer's proposed resource allocation and usage strategy in order to Provide the works. Tenderer’s programme to demonstrate alignment with resources as contained in the Tenderer’s Approach Paper submission under T.2.2-11 and List of Plant and Equipment submission under T.2.2-20.

PROGRAMME TO BE SUBMITTED IN BOTH HARD AND SOFT COPY (XER) FORMAT

slide-39
SLIDE 39

38 Strictly private and confidential

Programme Model Format and Presentation Requirements

PROGRAMME TO BE SUBMITTED IN BOTH HARD AND SOFT COPY (XER) FORMAT The following requirements are to be demonstrated in the hard copy programme as a minimum:

  • Programme model to demonstrate the daily activities per discipline and/or operation, with activities and operations adequately

decomposed in order to accurately represent the effort required to execute said activity/operation and support accurate and realistic duration estimates.

  • Required Level of Decomposition -

Activities decomposed to appropriate levels of detail in order to accurately substantiate activity scope and activity duration estimates.

PROGRAMME TO BE LEVEL 4 AND ADEQUATELY DECOMPOSED

slide-40
SLIDE 40

Tug Jetty Tender Clarification: T2.2-05 Programme

ABILITY TO EXECUTE THE WORKS

  • Ability to execute the

works in terms of the Employer’s requirements and within the required timeframe indicating, in a logical sequence, the

  • rder and timing of the

construction that will take place in order to Provide the works clearly indicating the capacity & capability to achieve the dates stated in the Contract Data. ACCESS DATES & APPROVALS

  • Dates when the Contractor

will need access to any part

  • f the site and/or persons

and or/infomation, as well as submission, approval process and timing for Health & Safety Files, Environmental Files and Quality Files pre- requisites/requirements. Requirments for submission and approval processes for

  • designs. In addition the

Programme must clearly demonstate adequate provision for the review and approval process associated with deliverables requiring the Employer’s review or input as well as timeframes associated with undertaking same for all, or any other items of this nature. Moreover the Programme must clearly demonstrate adequate provision for the process and timeframes associated with undertaking procurement processes for long lead items, inductions, permits and medicals,plant and equipment approvals and certifications. CONTRACT DATES & PROVISION FOR TRA

  • The Contractor indicates how

he plans in achieving the following dates and clearly demonstrates them on the Programme – Initiates starting Date, access Dates, Key Dates, planned Completion, Sectional Completion Dates and Completion Date. In addition, the Programme must clearly demonstrate adequate provisions for Time Risk Allowance (TRA). Time Risk Allowances are not float, are

  • wned by the Tenderer, must

be included in the activity duration and illustrated in the schedule in a code field or as an attachment. RESOURCE LOADING & ALIGNMENT WITH ACTIVITY SCHEDULE

  • The Programme must be

Resource Loaded, including, People, Equipment, Plant and Materials & Other Resources, but excluding Cost. In addition, the Programme must demonstrate full aligned to the Activity Schedule as contained under C2.2. BASIS OF SCHEDULE & ALIGNMENT WITH APPROACH PAPER

  • The Programme must clearly

support and demonstrate full alignment to the Approach Paper as contained under T.2.2-11. In addition, annexed to the Programme, a basis of schedule document is required, stipulating, but not limited to, underlying assumptions, conditions, constraints, and approach to providing the works as detailed in the Programme model.

10 POINTS

The Tenderer shall provide the proposed programme demonstrating but not limited to: 4 POINTS 1 POINT 1 POINT 1 POINT 3 POINTS

slide-41
SLIDE 41

40 Strictly private and confidential

Demonstration of Key Constraints within Programme Model

ENVIRONMENTAL

  • Requirements

for site access, environmental constraints and environmental inductions

  • Dust & Noise Baseline Assessment
  • Contaminated and hazarduos material
  • Associated approvals and undertaking of

baseline in-surveys for all associated dredging areas prior to the commencement

  • f

any dredging, demolitions or construction activities.

  • Demonstrate

compliance with all applicable eThekwini municipality bylaws

  • Demonstrate

compliance with all provisions of the final Disposal at Sea Permit,

  • Demonstrate

compliance with the specific EIA stipulations.

HEALTH & SAFETY /QUALITY

  • Requirements for site access
  • demonstrate the process of obtaining

work/trade permits e.g. hot work permit with specific consideration given to the time required to acquire permits of this nature as well as the validity period of same.

  • demonstrate the process for undertaking

the Employer’s induction procedure as stipulated within the Employer’s Works Information, with specific consideration given to the time required and the frequency of undertaking same.

  • Demonstrate

the process for the Employer’s undertaking

  • f

the Construction Work Permit with the Department

  • f

Labour, taking cognisance of the required timeframe for the Contractor to prepare the required documentation for submission to the Employer within 2 (two) weeks of the contract starting date as stipulated under Contract Data Part 1.

  • Project Quality Plan Acceptance
  • Approval
  • f

supplier and materials tracking

  • Squad Checks
  • Quality checks on pre-cast materials
  • Maintenance manuals
  • Demonstrate the stipulated process for

complying with Quality Control inspections and approvals as required prior to and post manufacture, fabrication or procurement of materials for inclusion in the permanent and temporary works

OVERALL

  • No activity shall be undertaken on site in

the absence of a task specific Method Statement, Quality Control Plan and Risk Assessment fully accepted by the NEC Supervisor and Project Manager.

  • The Contractor shall undertake a joint

site inspection with the NEC Supervisor in

  • rder

to conduct a condition assessment to the satisfaction of the NEC Supervisor prior to site access being granted to the Contractor. Further, the Contractor’s construction programme shall make provision for undertaking any activities which may be identified through undertaking a condition assessment on site.

  • Demonstrate the proving of services and

conducting underground surveys prior to any excavating activities taking place. No physical work shall take place until such time as the Project Manager has approved reports detailing existing services.

  • Demonstrate

the extent to which provisions shall be undertaken in order to secure the working area prior to any activity being undertaken on site.

OVERALL CONT’D

  • Demonstrate the design, procurement,

approval, installation, testing and final acceptance by the NEC Project Manager

  • f

all instrumentation, prior to the commencement

  • f

any demolitions, construction or dredging activities.

  • Site access to succeeding phases shall

be undertaken

  • nly

upon the Contractors’ securing the working area for the succeeding phase, completing the construction to the satisfaction and acceptance of the Project Manager

  • Full

compliance pertaining to any conditions related to working with Others,

  • Demonstrate

the provisions for preparation and hand-over of all as-built and close-out documentation

  • Demonstrate the approval process for all

floating plant including SAMSA approvals as well as any other required licencing and approvals required prior to use of same.

slide-42
SLIDE 42

41 Strictly private and confidential

Programme Common Oversights

  • Lack of decomposition of programme model.

Detail within the programme model informs the Employer as to the degree of understanding the Bidder has of the scope, constraints and his proposed execution/approach to achieving the Employer’s objectives.

  • Little to not demonstration of preparations, submissions, review and acceptance/approvals of required documentation prior to activity

commencement

  • Little to no demonstration of Contractor’s design elements whether temporary or permanent, lack of demonstration of long lead items
  • Inadequate demonstration of establishment activities, mobilisation between phases as well as approach to works at key interfaces
  • Lack of understanding of scope which translates to an inadequate demonstration of constraints and the dependencies of specific

components of the works on same, as well as inappropriate methodologies used and little understanding of interface with Others

  • Critical errors or omissions in sequencing (moreso in relation to the prescribed sequence) and lack of understanding of dependencies
  • No demonstration of alignment between programme model, Approach Paper and Basis of Schedule.

Approach Paper must inform programme model and Basis of Schedule

  • Unsubstantiated duration estimates, often not informed by resourcing
  • Poorly resource loaded programme models/ lack of demonstration of proposed resource strategy
  • Poor incorporation of methodologies and approaches detailed within Approach Paper into the programme model
  • Little to no consideration given to the available working space and as such timing of various operations i.e. concurrency the practical

implications related to same

  • No consideration given to the importance of content within Basis of Schedule document as support to and justification of programme

model

slide-43
SLIDE 43

42 Strictly private and confidential

Tug Jetty Tender Clarification:

T2 2-06 Management Of CV's

slide-44
SLIDE 44

43 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-06 Management Of CV's

  • 1. The tenderer is to take note that evaluation of this schedule will be referred to T2.2.-12 Proposed Organisation and Staffing, therefore, information submitted in both

schedules should match. The experience of assigned key persons in relation to the scope of work will be evaluated from three different points of view, namely: i. General experience (total duration of construction activity) and positions held of each discipline specific team member. ii. The education, training and skills of the assigned staff in the specific sector, field, subject, etc. which is directly linked to the scope of work. Proof of education and training must be attached to the C.V. iii. The key staff members’ / experts’ knowledge of issues which the tenderer considers pertinent to the project e.g. local conditions, affected communities, legislation, techniques etc.

  • 2. Comprehensive CV’s should be attached to this schedule: As a minimum each CV should address the following, but not limited to;

i. Personal particulars a. Name b. Date and place of birth c. Place (s) of tertiary education and dates associated therewith d. Professional awards ii. Qualifications (degrees, diplomas, grades of membership of professional societies and professional registrations) iii. Name of current employer and position in enterprise iv. Overview of post graduate experience (year, organization and position) v. Outline of recent assignments / experience that has a bearing on the scope of work

slide-45
SLIDE 45

44 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-06 Management and CV's

Weight 50% 25% 25% 25% 25% 30% 50% x 2 20% 30% 20% 40% 10% Relevant years of experience for the following: Senior Site Management
  • Contracts Manager
  • Construction Manager
  • Lead Planner
  • Site Engineer
  • General Foremen
  • Marine
Site Officers
  • Health & safety officers
  • Environmental officers
  • Quality officers
  • Document controllers
Education, training and skills for the following: Senior Site Management
  • Contracts Manager
  • Construction Manager
  • Lead Planner
  • Site Engineer
  • General Foremen
  • Marine
Site Officers
  • Health & safety officers
  • Environmental officers
  • Quality officers
  • Document controllers
Knowledge of issues pertinent to the project for the following: Senior Site Management
  • Contracts Manager
  • Construction Manager
  • Site Engineer
Site Officers
  • Health & safety officers
Specific experience related to managing a contract based on the NEC3 ECC conditions of contract for the following:
  • Contracts Manager
  • Construction Manager
  • Site Engineer
Points 4 3 5 3 (score 0) The Tenderer has submitted no information or inadequate information to determine a score. (score 20) Staff do not have relevant levels of relevant experience.
  • Senior Site Management: ≤ 5 years
  • General foremen: ≤ 5 years
  • Site officers: ≤ 1 year
Staff does not have project specific education, skills, training and experience as indicated above. Staff has no experience of issues pertinent to the project. ≤ 5 years years NEC3 previous experience (score 40) Staff has limited levels of relevant experience.
  • Senior Site Management: (> 5 ≤ 10 years)
  • General foremen: (> 5 ≤ 10 years)
  • Site officers: (>1≤ 3 years)
Staff has limited levels of project specific education, skills, training and experience as indicated above. Staff has limited knowledge of issues pertinent to the project. > 5 ≤ 10 years years NEC3 previous experience (score 60) Staff has reasonable levels of relevant experience.
  • Senior Site Management: (> 10 ≤ 12 years)
  • General foremen: (> 10 ≤ 12 years)
  • Site officers: (> 3 ≤ 7 years)
Staff has reasonable levels of project specific education, skills, training and experience as indicated above. Staff has reasonable knowledge of issues pertinent to the project. > 10 ≤ 12 years NEC 3 previous experience (score 80) Staff has extensive levels of relevant experience.
  • Senior Site Management: (> 12 ≤ 15 years)
  • General foremen: (> 12 ≤ 15 years)
  • Site officers:(> 7 ≤ 9)
Staff has extensive levels of project specific education, skills, training and experience as indicated above. Staff has extensive knowledge of issues pertinent to the project. > 12 ≤ 15 years NEC3 previous experience (score 100) Staff has outstanding levels of relevant experience.
  • Senior Site Management: > 15 years
  • General foremen: > 15 years
  • Site officers: > 9 years
Staff has outstanding levels of project specific education, skills, training and experience as indicated above. Staff has outstanding knowledge of issues pertinent to the project. > 15 years NEC3 previous experience.
slide-46
SLIDE 46

45 Strictly private and confidential

Tug Jetty Tender Clarification:

QUALITY PLAN

slide-47
SLIDE 47

46 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-07 Quality Plan

Standard – Annexure N – QAL-STD-001 General Quality Requirements for Suppliers and Contractors. Due consideration must be given to the deliverables required to execute and complete the contract as per the Quality Management Standard stated in the Works Information and should include but not be limited to:

  • Project Quality Plan for the contract which satisfies the technical and quality requirements of the Contractors

Scope of Work, identifying all procedures, reviews, audits, controls and records used to control and verify compliance with the Works Information.

  • Quality Control Plan for the contract which satisfies the technical and quality requirements of the Scope of

Works, identifying all procedures, reviews, audits, controls and records used to control and verify compliance with the specified Contractual requirements. 1. Dredging and Reclamation-15% 2. Scour Protection-10% 3. Piling in a marine environment- 25% 4. Civil and electrical works(Concrete works in a marine environment)-50%

slide-48
SLIDE 48

47 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-07 Quality Plan

  • These Q.C. P’s shall identify all inspection, test and verification requirements to meet Contractual
  • bligations, specifications, drawings and related details including destructive and non-destructive testing,

witness and hold points.

  • A signed Quality Policy based on International Organisation for Standardisation (ISO 9001:2008) that

displays the five key policy requirements. These requirements include: 1. Is appropriate to the purpose of the organisation, 2. Includes a commitment to comply with requirements and continually improve the effectiveness of the quality management system, 3. Provides a framework for establishing and reviewing quality objectives, 4. Is communicated and understood within the organisation, and 5. Is reviewed for continuing suitability.

slide-49
SLIDE 49

48 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-07 Quality Plan

MAXIMUM POINTS 5 4 1 10 Project Quality Plan Quality Control Plans Quality Policy (score 0) The Tenderer has submitted no information. The Tenderer has submitted no information. The Tenderer has submitted no information. (score 20) Information supplied is totally insignificant/inadequate to satisfy the technical and quality requirements of the Contractors Scope of Work. Very poor/Inadequate submission of procedures, reviews, audits, controls and records used to control and verify compliance with the specified Contractual requirements were submitted. Information supplied is totally insignificant/inadequate to satisfy the technical and quality requirements of the Contractors Scope of Work. Very poor/Inadequate information in the Q.C.P.’s identifying all inspection, test and verification requirements to meet Contractual obligations, specifications, drawings and related details including destructive and non-destructive testing, witness and hold points. 1 of the 5 key policy requirements are recognised and meet the Employer’s requirements. (score 40) Poor response/answer/solution lacks convincing evidence, to satisfy the technical and quality requirements of the Contractors Scope of Work. Poor submission of procedures, reviews, audits, controls and records used to control and verify compliance with the specified Contractual requirements were submitted. Poor response/answer/solution lacks convincing evidence, to satisfy the technical and quality requirements of the Contractors Scope of Work. Poor information in the Q.C.P.’s identifying all inspection, test and verification requirements to meet Contractual obligations, specifications, drawings and related details including destructive and non-destructive testing, witness and hold points. 2 of the 5 key policy requirements are recognised and meet the Employer’s requirements. (score 60) Satisfactory response/answer/solution to the particular aspect of the requirement. Satisfactory submission of procedures, reviews, audits, controls and records used to control and verify compliance with the specified Contractual requirements were submitted. Satisfactory response/answer/solution to the particular aspect of the requirement. Satisfactory information in the Q.C.P.’s identifying all inspection, test and verification requirements to meet Contractual obligations, specifications, drawings and related details including destructive and non- destructive testing, witness and hold points. 3 of the 5 key policy requirements are recognised and meet the Employer’s requirements. (score 80) Good response/answer/solution demonstrate real understanding and evidence of ability to meet stated Employer’s requirements. Good submission of procedures, reviews, audits, controls and records used to control and verify compliance with the specified Contractual requirements were submitted. Good response/answer/solution demonstrate real understanding and evidence of ability to meet stated Employer’s requirements. Good information in the Q.C.P.’s identifying all inspection, test and verification requirements to meet Contractual obligations, specifications, drawings and related details including destructive and non-destructive testing, witness and hold points. 4 of the 5 key policy requirements are recognised and meet the Employer’s requirements. (score 100) Very good response /answer /solution gives real confidence that the tenderer is most likely to ensure compliance with stated Employer’s requirements. Very good submission of procedures, reviews, audits, controls and records used to control and verify compliance with the specified Contractual requirements were submitted. Very good response/answer/solution gives real confidence that the tenderer is most likely to ensure compliance with stated Employer’s requirements. Very good information in the Q.C.P.’s identifying all inspection, test and verification requirements to meet Contractual obligations, specifications, drawings and related details including destructive and non- destructive testing, witness and hold points 5 of the 5 key policy requirements are recognised and meet the Employer’s requirements.

slide-50
SLIDE 50

49 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-08 Environmental Plan

ENVIRONMENTAL MANAGEMENT PLAN

slide-51
SLIDE 51

50 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-08 Environmental Plan

The Tenderer must review the following documents in preparation to meeting the environmental requirements, namely a) Transnet SOC Limited – SHEQ Policy, b) Transnet Group Capital – SHEQ Policy, c) COVID 19 ( C19 OHS) d) COVID 19 Post lockdown site Health and Safety guidelines Rev 2 e) TCP-ENV-STD-001 Rev 04 Construction Environmental Management Plan (CEMP); f) TCP-ENV-STD-002 Rev 04 Standard Environmental Specifications (SES); g) TGC-IMS-ENV-SOP-009.001 COVID-19 Health care waste management on construction sites ; and h) Project Environmental Specification (PES) i.e.

  • Disposal at Sea permit 10/2020,

The PES includes eThekwini bylaws such as:

  • Schedule Trades and Occupations Bylaws
  • Interim Code relating to fire prevention and flammable liquids and substances, and

The PES extends to TNPA minimum standards as contained in the following documents:

  • TNPA list of approved waste services Contractors
  • TNPA Asbestos Management Plan
slide-52
SLIDE 52

51 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-08 Environmental Plan

The tenderer must provide a project specific Environmental Management System (EMS) based on an International Standard with relevant procedures to address the elements of the system. These elements or procedures must include the following, 1. The signed Environmental Policy based on International Organization for Standardization (ISO) that displays all key components of Top management’s commitments namely;  Regulatory compliance and other requirements  Commitment to Pollution prevention  Continual improvement  Provides framework for setting and reviewing objectives and targets and  Is communicated to all employees working for or on behalf of the Contractor An unsigned Policy will be scored a zero. 2. Provide an organogram depicting the roles, responsibilities within the Environmental Management System illustrating the environmental reporting structure.

slide-53
SLIDE 53

52 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-08 Environmental Plan

  • 3. The tenderer must provide procedures for checking, monitoring and measuring the performance of the Environmental

Management System. The tenderer must provide written procedures for (A-D) below. Each of the procedures must include insight into the (6 M’s)  Methods to be used  Man power requirements  Money/Materials, financial requirements, resources, and capacity to undertake the works  Measurement in terms of performance objectives, key performance indicators or targets  Machinery, equipment, basic tools required  Management reporting and communication requirements A) The evaluation of compliance B) Reporting of Non-conformance, initiating of corrective and preventative action; C) Handling and Investigation of Environmental incidents; D) Control of Environmental Records

slide-54
SLIDE 54

53 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-09 HEALTH & SAFETY Plan

HEALTH & SAFETY PLAN

slide-55
SLIDE 55

54 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-09 HEALTH & SAFETY Plan

Submit the following documents as a minimum with your tender: 1. The Tenderer must provide their Contract specific health and safety plan. 2. Safety, Health & Environmental Policy signed by the Chief Executive Officer. List the five elements -  Commitment to Safety, prevention of pollution,  Continual improvement,  Compliance to legal requirements, appropriate to the nature of contractor’s activities,  Hold management accountable for development of the safety systems

  • 3. Include objectives and targets.

1. Roles &Responsibilities, such as S16.2 CEO, CR8.1 Construction manager, CR8.2 Assistant Construction Manager(SACPCMP registered as Pr. CM), CR8.5 Safety officer, CR8.7 Construction Supervisor, CR8.8 Construction assistant supervisor, CR9.1 Risk Assessor, 17.1 SHE Reps, etc. as per the Occupational health and safety Act 85 of 1993 and COVID-19 Compliance Officer 2. List of job categories for project and competencies required per category and develop a training Matrix for all employees who will be working on the project. This matrix must include Management and highlight training planned dates. 3. Overview of the project specific Baseline Risk Assessment (RA), indicating major activities of the project namely: construction of a 35m extension of the existing tug jetty and the construction of new 110m long jetty complete with installation of tubular piles, precast elements and insitu concrete infill, Dredging, spoiling and profiling, Scour protection, Steel tubular piles and reinforced concrete filled shafts, Concrete deck, fender panels and quay furniture and and managing and mitigating of the COVID-19 related risks 4. One year synopsis of SHE incidents, description, type and action taken to prevent re-occurrence. 5. Complete and return with tender documentation the Contractor Safety Questionnaire included to this Evaluation Schedule as a returnable. 6. Evidence that the Principal Contractor have made adequate provisions for the cost of Health & Safety "Activity Schedule": CR 3(5) (b)(iii) read with CR 5(1)(g) as a returnable.

slide-56
SLIDE 56

55 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-09 HEALTH & SAFETY Plan

Project Specific documented Health and Safety Plan in accordance with TGC ‘s (Berth Deepening) Health and Safety Specification. Policy (State points allocated) 1. Commitment to Safety, prevention of pollution,

  • 2. Continual improvement,
  • 3. Compliance to legal

requirements, appropriate to the nature of contractor’s activities,

  • 4. Hold management

accountable for development

  • f the safety systems,
  • 5. Include objectives and

targets. Roles &Responsibilities, such as S16.2 CEO, 8.1 Construction manager, 8.2 Assistant Construction manager, 8.5 Safety officer, 8.7 Construction Supervisor, 8.8 Construction assistant supervisor, 9.1 Risk Assessor, 17.1 SHE Reps, etc. as per the Occupational health and safety Act 85 of 1993 Training, List of job categories for project and competencies required per category and develop a training Matrix for all employees who will be working

  • n the project. This matrix

must include Management and highlight training planned dates. Overview of the Baseline indicating major activities of the project namely: construction of a 35m extension of the existing tug jetty and the construction of new 110m long jetty complete with installation of tubular piles, precast elements and insitu concrete infill, Dredging, spoiling and profiling, Scour protection, Steel tubular piles and reinforced concrete filled shafts, Concrete deck, fender panels and quay furniture, One year synopsis of SHE incidents, description, type and action taken to prevent re-occurrence. Complete and return with tender documentation the Contractor Safety Questionnaire with required supporting documentation included as an Annexure. Submission of completed cost breakdown sheet. Points 2 1 1 1 2 1 1 1 (score 0) The Tenderer has submitted no information or inadequate information to determine a score. (score 20) Information supplied is totally insignificant / inadequate to meet Employer’s requirements 1 of the 5 key policy components are recognized and meet the Employer’s requirement. Roles and responsibilities do not meet the Occupational health and safety Act as per construction regulations and TGC health and safety specification. Key responsible persons are not included on training matrix as per proposed organogram structure. Information supplied is totally insignificant/inadequate to achieve the required standard of service. Information supplied is totally insignificant/inadequate to achieve the Employers Works information. Information supplied is totally insignificant/inadequate to achieve the required standard of service. Health and safety Budget submitted is totally insignificant/inadequate to achieve the required standard of service, 0,1 to 1% allocated. (score 40) Health and Safety Plan submission unlikely to ensure compliance with stated Employer’s Works Information 2 of the 5 key policy components are recognized and meet the Employer’s requirement. Roles and responsibilities are unlikely to ensure compliance as per the Works information and not in line with OHS Act and TGC health and safety specification. Not all key responsible persons are included in the training matrix. Trainings matrix submitted does not cover all SHE training listed on Health and Safety specification. Training matrix not signed by responsible personnel. Poor response/answer/solution lacks convincing evidence, medium risk that stated employer’s requirements will not be met. Poor response/answer/solution lacks convincing evidence, medium risk that stated Employer’s requirements will not be met. Poor response/answer/solution lacks convincing evidence, medium risk that stated Employer’s requirements will not be met. Health and safety Budget submitted is insignificant/inadequate /answer/solution to the returnable, Employer’s health and safety requirements will not be met, 1 – 2% allocated. (score 60) Health and Safety Plan submission possibly able to ensure compliance with stated Employer’s Works Information. 3 of the 5 key policy components are recognized and meet the Employer’s requirements. Satisfactory response on roles and responsibilities as per Employer’s requirements. Satisfactory response on the list of job categories and trainings as per proposed project organogram

  • structure. Training matrix covers

most of the trainings listed on TGC Health and safety specification. Satisfactory response/answer/solution to the particular aspect of the requirement, evidence given that the stated Employer’s requirements will be met. Satisfactory response/answer/solution to the particular aspect of the requirement, evidence given that the stated Employer’s requirements will be met. Satisfactory response/answer/solution to the particular aspect of the requirement, evidence given that the stated Employer’s requirements will be met. Health and safety Budget submitted is Satisfactory response/answer/solution to the returnable, Employer’s health and safety requirements will be met, 2 – 3% allocated. (score 80) Health and Safety Plan submission likely to ensure compliance with stated Employer’s Works Information. 4 of the five key policy components are recognized and meets the Employer’s requirements. Roles and responsibilities are likely to ensure compliance as per Works Information, OHS Act and TGC health and safety specification. Most of key persons listed on the training matrix as per proposed project organogram structure. Trainings specified on the matrix are in line with TGC health and safety specification. Good response/answer/solution which demonstrates real understanding and evidence of ability to meet stated Employer’s requirements. Good response/answer/solution which demonstrates real understanding and evidence

  • f ability to meet stated

Employer’s requirements. Good response/answer/solution which demonstrates real understanding and evidence

  • f ability to meet stated

Employer’s requirements. Health and safety Budget submitted is Good response/answer/solution to the returnable, Employer’s health and safety requirements will be met, 3 – 4% - above allocated. (score 100) Health and Safety Plan submission most likely to ensure compliance with stated Employer’s Works Information. All 5 key policy components are recognized and meets the Employer’s requirements Roles and Responsibilities most likely to ensure compliance as per requirements of OHS Act and TGC Health and Safety Management Specification. Training matrix include Management and all employees /personnel in the

  • project. Training matrix had been

signed by responsible personnel. Very good response/answer/solution gives real confidence that the tenderer is most likely to ensure compliance with stated Employer’s requirements. Very good response/answer/solution gives real confidence that the tenderer is most likely to ensure compliance with stated Employer’s requirements. Very good response/answer/solution gives real confidence that the tenderer is most likely to ensure compliance with stated Employer’s requirements. Health and safety Budget submitted is Very good response/answer/solution to the returnable, Employer’s health and safety requirements will be met, 4% - above allocated.

slide-57
SLIDE 57

56 Strictly private and confidential

Tug Jetty Tender Clarification: T2 2-10 PREVIOUS EXPERIENCE

PREVIOUS EXPERIENCE

slide-58
SLIDE 58

57 Strictly private and confidential

Tug Jetty Tender Clarification:T2 2-10 Previous Experience

Tenderers are required to demonstrate their past experience in the delivery of similar projects, areas, conditions and circumstances in relation to the scope of work in the last 5 years, and to this end shall supply a sufficiently detailed reference list with contact details of existing customers and also indicate their previous experience. 1. Please provide your previous experience showing but not limited to the following: i. Dredging – mobilisation, dredging to profile, spoiling, environmental impact control ii. Scour protection – placement of underwater geotextile, placing of underwater rock to profile and survey

  • iii. Piling in a marine environment – Pile set up, pile driving (bottom driven piling experience

preferred), reinforcing and concreting of piles, pile welding, pile quality and tolerance control

  • iv. Concrete works in a marine environment – precast concrete placement, in-situ concrete

placement, stitching concrete, boxing of ducts and manholes, quay furniture

slide-59
SLIDE 59

58 Strictly private and confidential

Tug Jetty Tender Clarification:T2 2-10 Previous Experience

Dredging Scour protection Piling in a marine environment Concrete works in a marine environment Points 5 5 5 5 (score 0) The tenderer has submitted no information or inadequate information to determine a score. (score 20) The tenderer’s experience is not relevant to the project and has not completed any similar project. (score 40) The tenderer has limited experience and has successfully completed 1 similar project. (score 60) The tenderer has relevant experience, but has not dealt with the critical issues specific to the assignment, and has successfully completed 2 – 4 similar projects. (score 80) The tenderer has extensive experience in relation to the project and has worked previously under similar conditions and circumstances, and has successfully completed 4 – 6 similar projects. (score 100) The tenderer has outstanding experience in projects of a similar nature and has successfully completed more than 6 similar projects.

slide-60
SLIDE 60

59 Strictly private and confidential

Tug Jetty Tender Clarification:T2 2-11 Approach Paper

APPROACH PAPER

slide-61
SLIDE 61

60 Strictly private and confidential

Tug Jetty Tender Clarification:T2 2-11 Approach Paper

  • Submit an approach paper which responds to the scope of work and outlines proposed

approach / methodology including that relating but not limited to programme, method statement, technical approach and an understanding of the project objective.

  • The approach paper should articulate what the Tenderer will provide in achieving the stated
  • bjectives for the project and demonstrate alignment to Programme as contained under T2.2-
  • 05. Tenderers to also exhibit a clear understanding of the project and has shown a concise

method statement for all activities incorporating best practice.

  • The Tenderer must as such explain his / her understanding of the objectives of the works and

the Employer’s stated and implied requirements, highlight the issues of importance, and explain the technical approach they would adopt to address them. The approach paper should explain the methodologies which are to be adopted and demonstrate its compatibility. The approach should also include and outline processes, procedures and associated resources, to meet the requirements and indicate how risks will be managed.

slide-62
SLIDE 62

61 Strictly private and confidential

Tug Jetty Tender Clarification:T2 2-11 Approach Paper

The Approach Paper should cover:

  • Outline of proposed approach
  • Narrative related to the programme
  • Detailed method statement, technical approach and construction sequencing in terms of the Works Information

(design philosophy)

  • Demonstrate an understanding of the project objectives
  • Detailed list of equipment and number thereof to execute the works, and areas it will be utilised

The approach paper shall include as a minimum but not limited to the following (the contractor must refer to the works information for a full description of the scope of the works): 1. Dredging, spoiling and profiling 2. Scour protection 3. Steel tubular piles and reinforced concrete filled shafts 4. Concrete deck, fender panels and quay furniture

slide-63
SLIDE 63

62 Strictly private and confidential

Tug Jetty Tender Clarification:T2 2-11 Approach Paper

Elements: Weight Approach is clearly articulated and based on the Works Information Demonstrates a clear understanding of the project

  • bjectives

Points 10 10 Score Dredging, spoiling and profiling (25%) Scour protection (25%) Steel tubular piles and reinforced concrete filled shafts (25%) Concrete deck, fender panels and quay furniture (25%) The Tenderer has submitted no information or inadequate information to determine a score. 20 The approach paper is not acceptable as it will not satisfy project

  • bjectives or requirements. The tenderer has misunderstood the scope
  • f work and does not deal with the critical aspects of the project.

40 The technical approach and / or methodology is poor, not realistic and practical and is therefore 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. 60 The approach is generic and not tailored to address the specific project

  • bjectives and requirements. The approach does not adequately deal

with the critical characteristics of the project. The approach to managing risk is too generic. 80 The approach is specifically tailored to address the specific project

  • bjectives and methodology and is sufficiently flexible to accommodate

changes that may occur during execution. The approach to managing risk etc. is specifically tailored to the critical characteristics of the project. 100 Besides meeting the “80” rating, the important issues are approached in an innovative and efficient way, indicating that the tenderer has

  • utstanding knowledge of state-of-the- art approaches.

The approach paper details ways to improve the project outcomes and the quality of the outputs.

slide-64
SLIDE 64

63 Strictly private and confidential

Tug Jetty Tender Clarification:T2 2-12 Organisational Staffing

ORGANISATIONAL STAFFING

slide-65
SLIDE 65

64 Strictly private and confidential

Tug Jetty Tender Clarification:T2 2-12 Organisational Staffing

  • The tenderer should compile a comprehensive and detailed organogram that shows the

structure and composition of their entire team i.e. the main disciplines involved including the key staff/expert you have identified in the Contract Data Part two and identify the required legal appointments, and the proposed technical and support staff and site staff.

  • The roles and responsibilities of each key staff member/expert should be set out as job
  • descriptions. In the case of a joint venture, it should, indicate how the duties and

responsibilities are to be shared.

  • The tenderer must attach his / her organization and staffing proposals to this page.