maintenance rrm
play

MAINTENANCE (RRM) CLARIFICATION MEETING SOUTHERN REGION Date: - PowerPoint PPT Presentation

ROUTINE ROAD MAINTENANCE (RRM) CLARIFICATION MEETING SOUTHERN REGION Date: September 2020 Venue: SANRAL website https://www.nra.co.za/live/content.php?Item_I D=310 INTRODUCTION WELCOME PROJECT TEAM SANRAL PROJECT MANGER : Nasiphi Dinga


  1. ROUTINE ROAD MAINTENANCE (RRM) CLARIFICATION MEETING SOUTHERN REGION Date: September 2020 Venue: SANRAL website https://www.nra.co.za/live/content.php?Item_I D=310

  2. INTRODUCTION WELCOME PROJECT TEAM SANRAL PROJECT MANGER : Nasiphi Dinga SANRAL REPRESENTATIVES : ……………. SANRAL PROCUREMENT : Vuyokazi Maboya /Andile Ngxoza CONTRACTS ENGINEER : Dyosana Mdleleni SIGNING ATTENDANCE REGISTER FORM A1: CERTIFICATE OF ATTENDANCE FORM A1.1: CERTIFICATE OF INTENTION TO SUBMIT A TENDER

  3. Part T1.2: Tender Data Clause Tender Data Number 3.4 Employers Agents: Marumo Consulting Engineers(PTY)LTD 26 Reginald Street Olifantsfontein 1665 Cell: 082 570 8623 E-mail: dyosana@marumoeng.co.za

  4. Tender Clarification for Projects: Contract Number Description X.003-037-2019/1 ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE N9 SECTION 5 KM 0.00 TO SECTION 6 KM 62.97 AND NATIONAL ROUTE R61 SECTION 2 KM 0.00 TO KM 17.25 AND NATIONAL ROUTE R63 SECTION 7 KM 40.20 TO SECTION 8 KM 20.25

  5. LIST OF DOCUMENTS VOLUME DESCRIPTION OBTAINABLE FROM Volume 1 Conditions of Contract for Construction for CESA Building and Engineering Works Designed by P. O. Box 68482, the Employer (1999), published by the Bryanston, 2021. Fédération Internationale des Ingénieurs- Tel: (011) 463 2022 Fax: Conseils (FIDIC) (011) 463 7383 Email: general@cesa.co.za Volume 2 Standard Specifications for Routine Road Available in .pdf by the Maintenance, April 2019, issued by SANRAL Employer Volume 3 Project Document Issued at tender stage in Volume 4 Contract Drawings electronic format on a CD / from a web-based link(https://www.nra.co .za/live/content.php?Ite m_ID=310.) Volume 8 Tender Clarification Information Booklet (Send out with minutes of clarification meeting)

  6. VOLUME 3-COMPOSITION OF TENDER T1 -Tender T.2 C.1 C.2 C.3 SCOPE OF C.4 Site- Part D Procedures RETURNABLE AGREEMENTS PRICING DATA WORK Info SCHEDULES AND CONTRACTS DATA T1.1 - T.2.1 List of C.1.1 Form of C.2.1 Pricing General Stakeholder Tender Returnable Offer and Instructions Requirements Management Notice schedules Acceptance T.1.2 - T.2.2 C.1.2 Other C.2.2 Pricing Detailed Conditions Tender Contract Schedules Assessment of Tender Schedule Forms and bills Phase T1.3 Works Tender Contractor Data Tendering and Site inspection Monitoring of Works contract and admin

  7. Part T1.1: Tender Notice and Invitation to Tender 7

  8. Part T1.1: Information in Tender Notice ▪ X.003-037-2019/1 ▪ This project is in Dr Beyers Naude Local Municipality, under Sarah Baartman District Municipality District in Eastern Cape Province. ▪ Emphasis in meeting eligibility Criteria: B-BEE contributor status level (1,2,3,4 QSE Or Generic) Required CIDB Contractor Grading Designation and CIDB Regulation (7CE or higher) ▪ Tender Closing Date and delivery address: Friday, 02 October 2020 @ 11:00 at: SANRAL Southern Region 20 Shoreward Drive, Bay West, Port Elizabeth, 6025

  9. Part T1.2: Tender Data 9

  10. Conditions of Tender The Conditions of Tender are the Standard Conditions of Tender as contained in SANS 10845-3:2015 Edition 1. SANS 10845-3:2015 Edition 1 is obtainable from: SABS Standards Division 1 Dr Lategan Road Groenkloof or Private Bag X191 Pretoria 0001 Tel: +27 12 428 7911 Fax: +27 12 344 1568 website: www.sabs.co.za.

  11. Part T1.2: Tender Data Clause Tender Data Number 3.5 The tender process may be cancelled if: a) due to changed circumstances, there is no longer a need for the goods or services specified in the invitation; b) funds are no longer available to cover the total envisaged expenditure; c) no acceptable tender is received; or d) there is a material irregularity in the tender process. The period of six months shall be measured from the time of tender close to the time of availability of re-issued tender documents. The period of six months may be reduced if: a) The contracting strategy is changed; b) The Scope of work is changed; c) No acceptable tender is received; or d) No tender was opened and such tender(s) was returned unopened.

  12. Tender Evaluation: T1.2: Tender Data Clause Eligibility Compliance: CIDB Requirements Number 4.1.1 The contracts are classified in terms of CIDB Regulation 25(1B), and the value of the contract may, for the purpose of CIDB Regulation 25(1), be taken at its annual value as in below: (Annual Value = Contract Value / 3 Years)

  13. Tender Evaluation Part T1.2: Tender Data Clause Eligibility Compliance-CIDB Requirements Number 4.1.1 Only those tenderers who satisfy the following criteria are eligible to submit tenders: a) CIDB registration Registered with the CIDB, at close of tender, 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 ,as amended by Note 357 of 2019, for a CE class of construction work.

  14. Tender Evaluation Part T1.2: Tender Data Clause Eligibility Compliance-CIDB Requirements Number ▪ Tenderers whose CIDB registration expires within the 4.1.1 tender validity period, a tenderer will submit during a tender evaluation, a copy of their timely application for CIDB registration, with their tender submission as a proof that it is to be re-registered. ▪ Tenders received from such tenderers who are not capable of being registered in the required contractor designation, within 21 working days after either expiry of their registration or after being requested to provide proof of registration, will be considered non- responsive.

  15. Tender Evaluation Part T1.2: Tender Data Clause Eligibility Compliance: Joint Ventures Number 4.1.1 Joint Ventures are eligible to submit tenders provided that: ▪ every member of the joint venture is registered with the CIDB; ▪ the lead partner has a contractor grading designation of not lower than one level below the required grading designation in the class of construction works under consideration and possesses the required recognition status; and ▪ should have a combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations to be equal to or higher than a contractor grading designation as per Regulation 25(1B) or 25(7A)

  16. Tender Evaluation Part T1.2: Tender Data Clause Compliance with Required Key Personnel Number Key personnel The minimum requirements with regards to qualification, registration and experience in the civil engineering/road construction field, for the Contractor’s key personnel shall be as indicated in the table below, according to the CIDB contractor grading designation determined for the contract.

  17. Tender Evaluation Part T1.2: Tender Data Clause Eligibility Compliance: Local Content Number ❑ Only locally produced or locally manufactured steel products and 4.1.1 components for construction with a minimum threshold for local content and production; ❑ Only locally produced or locally manufactured electrical and telecommunication cables for construction; ❑ Only locally produced or locally manufactured Telecoms Cables; ❑ Only locally produced or locally manufactured Yellow metal equipment; ❑ Only locally produced or locally manufactured plastic pipes; ❑ Only locally produced or locally manufactured textiles, clothing, leather and foot wear

  18. Tender Evaluation Part T1.2: Tender Data Clause Eligibility Compliance: Registered on CSD Number 4.1.1 b) National Treasury Central Supplier Database Tenderers, or in the event of a joint venture, each member of the joint venture, shall be registered on the National Treasury Central Supplier Database at the closing date for tender submissions.

  19. Clause Compliance with BBBEE Eligibility Criteria Number 4.1.1 c) Criteria for preferential procurement ▪ Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4 ▪ The tenderer shall submit a valid B-BBEE certificate in compliance with Tender Data 5.11.8 as proof of eligibility. ▪ A scorecard be in Returnable schedule of C1 Form and shall be a B-BBEE Certificate issued in accordance with: the amended Construction Sector Codes published in Notice 931 of 2017 of Government Gazette No. 41287 on 1 December 2017 by the Department of Trade and Industry. ▪ A certificate must be an original or an original certified copy of the original; and have been issued by a verification agency accredited by the South African National Accreditation System (SANAS)

  20. Clause Compliance with BBBEE Eligibility Criteria Number 4.1.1 c) Criteria for preferential procurement Where a sworn Affidavit is submitted: ▪ Must be accompanied with an audited financial statement of the year concerned or a certificate issued by the Companies and Intellectual Property Commission in the case of an Exempted Micro Enterprise (EME) with a total annual revenue of less than R3 million if issued in accordance with the amended Construction Sector Codes published in Notice 931 of 2017 of Government Gazette No. 41287 on 1 December 2017 by the Department of Trade and Industry; ▪ be valid at the tender closing date ▪ have a date of issue less than 12 (twelve) months prior to the original advertised tender closing date

Download Presentation
Download Policy: The content available on the website is offered to you 'AS IS' for your personal information and use only. It cannot be commercialized, licensed, or distributed on other websites without prior consent from the author. To download a presentation, simply click this link. If you encounter any difficulties during the download process, it's possible that the publisher has removed the file from their server.

Recommend


More recommend