NORTHERN REGION ROAD MARKINGS PROJECTS CONSULTANTS TENDER - - PowerPoint PPT Presentation
NORTHERN REGION ROAD MARKINGS PROJECTS CONSULTANTS TENDER - - PowerPoint PPT Presentation
NORTHERN REGION ROAD MARKINGS PROJECTS CONSULTANTS TENDER CLARIFICATION JUNE 2020 NR ROAD MARKINGS PROJECTS FOR CONSULTING ENGINEERING SERVICES FOR ROAD MARKING CONTRACTS IN THE NORTHERN REGION 1. CONTRACT NRA X.002-073-2018/1F (NON-TOLL)
NR ROAD MARKINGS PROJECTS
1. CONTRACT NRA X.002-073-2018/1F (NON-TOLL) & X.002-078-2018/1F (TOLL) MPUMALANGA 2. CONTRACT NRA X.002-074-2019/1F (NON-TOLL) LIMPOPO 3. CONTRACT NRA N.001-279-2019/1F (TOLL) LIMPOPO 4. CONTRACT NRA X.002-075-2019/1F (NON-TOLL) NORTH WEST
FOR CONSULTING ENGINEERING SERVICES FOR ROAD MARKING CONTRACTS IN THE NORTHERN REGION
GENERAL PROJECT INFORMATION PART C3: SCOPE OF WORKS
C3.1 GENERAL REQUIREMENTS
C3.1.2 Location of the Project The proposed projects are located in Three Provinces. The projects comprises all national roads within the Mpumalanga, Limpopo & North West Provinces.
SCOPE OF WORKS
LOCALITY PLANS
CONTRACT NRA X.002-073-2018/1F (NON-TOLL) & X.002-078-2018/1F (TOLL) MPUMALANGA
LOCALITY PLANS
CONTRACT NRA X.002-075-2019/1F (NON-TOLL) NORTH WEST
LOCALITY PLANS
CONTRACT NRA X.002-074-2019/1F (NON-TOLL) LIMPOPO CONTRACT NRA N.001-279-2019/1F (TOLL) LIMPOPO
SCOPE OF WORKS
C3.1.3 PROJECT DISCRIPTION
ROUTE FROM TO LENGTH kms N02 KZN Provincial Border Ermelo 162 R33 KZN Provincial Border Belfast 207 N17 (TOLL) Gauteng Provincial Border Swaziland Border Post 240 N11 KZN Provincial Border Mpumalanga Provincial Border 150.8 R35 Amersfoort Middelburg 151.1 R23 Gauteng Provincial Border Volksrust 164.8 S27 Vaaldraai Malanskraal 35.6 R38 Bethal Barberton 200.3 N12 Gauteng Provincial Border Emalahleni 82.3
CONTRACT NRA X.002-073-2018/1F (NON-TOLL) & X.002-078-2018/1F (TOLL) MPUMALANGA
ROUTE FROM TO LENGTH kms R573 Gauteng Provincial Border Mpumalanga Provincial Border 54.9 R555 Emalahleni Middelburg 21.1 R40 Mpumalanga Provincial Border White River 105 R37 Mpumalanga Provincial Border Mbombela 127.9 R570 Kruger Park Gate Swaziland Border Post 44.4 R571 Komatipoort Intersection with R581 73.6 R581 Intersection with R570 Swaziland Border Post 37 R582 Intersection with N4 Intersection with R571 21.1
SCOPE OF WORKS (cont….)
C3.1.3 PROJECT DISCRIPTION (cont…..) 1879 kilometres
CONTRACT NRA X.002-073-2018/1F (NON-TOLL) & X.002-078-2018/1F (TOLL) MPUMALANGA
SCOPE OF WORKS
C3.1.3 PROJECT DISCRIPTION
ROUTE FROM TO LENGTH kms N12 Rand West City border Northern Cape border 312.99 N14 Rand West City border Northern Cape border 398.60 N18 Northern Cape border Ramatlabama border post 258.90 R500 Parys Carletonville 65.10 R53 Parys Ventersdorp 92.50 R54 N12-Intersection Rand West City border 41.60 R501 Free State border Rand West City border 85.90 R30 Free State border R24 Intersection 159.40 R504 Free State border Wolmaransstad 52.90 R505 Wolmaransstad Ottoshoop 172.60
CONTRACT NRA X.002-075-2019/1F (NON-TOLL) NORTH WEST
SCOPE OF WORKS (cont….)
C3.1.3 PROJECT DISCRIPTION (cont…..) 2459.83 kilometres
ROUTE FROM TO LENGTH kms R34 Vryburg Free State border 125 R503 Klerksdorp Lichtenberg 96.30 R52 Biesiesvlei Lichtenberg 36.60 R52 Koster N4 Intersection 38.70 R49 Mahikeng Kopfontein border post 163.1 R24 Rustenburg Gauteng border 45.00 R565 N4 Intersection R556 intersection 34.90 R556 R565 Intersection R510 Intersection 29.60 R510 Rustenburg Limpopo border 69.30 R511 Gauteng border Limpopo border 158.5 N4/12 Broederstroom N4-Bakwena 11.80 R512 Gauteng border Brits 18.30
CONTRACT NRA X.002-075-2019/1F (NON-TOLL) NORTH WEST
SCOPE OF WORKS
C3.1.3 PROJECT DISCRIPTION
Route From To Length (KM) R101 Bela Bela Modimolle 43.15 R33 Marblehall - N11_12/R33_12 Junction Lephalale 237.27 R36 Orgihstad - Mpumalanga/Limpopo Border N1/R36 Junc Banderlirkop 246.06 R37 Polokwane Burgersfort - Mpumalanga/Limpopo Border 169.57 R40 Mpumalanga/Limpopo Border Phalaborwa 95.75 R510 Thabazimbi - North West/Limpopo Border Lephalale 222.09 R511 North West/Limpopo Border Thabazimbi 61.66 R516 R513 Junction Bela Bela 83.86 R518 Lephalale Lebowakgomo R518_4 & R37_1 Junction 245.6 R520 Vaalwater R510_3 & R520 Junction 53.88 R521 Polokwane Vivo 105.01 R523 Vivo Makhado - N1_29X Waterproort Junction 66.71 R524 Makhado Punda Maria Gate 131.23 R526 Gravelotte R526_2 & R71_2 Junction Gravelotte R526_2 & R40_6 Junction 33.03
CONTRACT NRA X.002-074-2019/1F (NON-TOLL) LIMPOPO
SCOPE OF WORKS (cont….)
C3.1.3 PROJECT DISCRIPTION (cont…..) 3239.44 kilometres
Route From To Length (KM) R529 R71_2 & R529_2 Junction Giyani 77.5 R531 R40_5 & R531_2 Junction Mpumalanga/Limpopo Border 34.93 R532 R36_4 & R532_3 Junction R532 - Mpumalanga /Limpopo Border 11.59 R555 Stoffberg - Mpumalanga /Limpopo Border Burgersfort 107.59 R567 Seshego N11_13 & R567 Junction 63.94 R572 R510_4 & R572_2 Junction R572_2 & N11_13 Junction 47.95 R573 Groblersdal - Gauteng/Limpopo Border Marblehall 37.6 R574 Monsterlus R579_2 & R574_1Junction Groblersdal 36.9 R578 Makhado Giyani 90.76 R579 Monsterlus R579_2 & R574_1Junction Lebowakgomo R579_3 & R37_1 Junction 104.98 R71 Polokwane Phalaborwa 203.5 R81 Polokwane Giyani 150.29 N11 Groblersdal - Mpumalanga/ Limpopo Border Groblersbrug border Post 350.55 N1-24X Middlefontein Mookgophong (Middlefontein) 4.75 N1-25X Middlefontein Mokopane 71.29 N1-26X Mokopane Polokwane 50.45
CONTRACT NRA X.002-074-2019/1F (NON-TOLL) LIMPOPO
SCOPE OF WORKS (cont….)
C3.1.3 PROJECT DISCRIPTION (cont…..) 382.5 kilometres
Route From To Length (KM) N1-23 Belabela I/C Modimolle/Mookgophong LM border 12.30 N1-24 Modimolle/Mookgophong LM border Middelfontein 25.00 N1-25 Middelfontein Polokwane LM border 89.04 N1-26 Polokwane LM border Polokwane 28.79 N1-27X Polokwane Molemole LM border 22.30 N1-28X Molemole LM border Makhado 98.50 N1-29X Makhado Beitbridge 106.57
CONTRACT NRA N.001-279-2019/1F (TOLL) LIMPOPO
SCOPE OF WORKS
C3.1.3 PROJECT DISCRIPTION
The Engineering Services Contract will be required to let non- performance and performance based road markings and road studs contracts in the PROVINCE’s The Services required of the Service Provider are divided into the following distinct phases:
- Detailed Assessment Phase for the compilation of a Road
Assessment and Condition Report.
- Tender documentation for the Works.
- Site inspection and tender evaluation.
- Administration and monitoring of the Works (quality control).
- Administration and monitoring of the Works during the product
performance period.
- Additional duties, Special Services and Specialist Advice.
- Close Out.
PROJECT PROGRAMMES
# PROJECT PHASE PHASE COMPLETION DATE A Submission of Tenders / Proposals 29 June 2020 B Appointment of Service Provider July/August 2020 C Submission of Road Markings Condition Report September 2020 D Submission of Draft Tender Documents for the Works October 2020 E Submission of Final Tender Documents for the Works November 2020 F Tender Advertisement November 2020 G Site Inspection November 2020 H Tender Closure December 2020 I Submission of Tender Evaluation Report January 2021 J Works Contract Handover 1 April 2021 M Submission of draft Contract Report and as-built data Within 3 months of issue of Taking-over Certificate for the Works N Submission of final Contract Reports and as-built data Within 1 month of issue of Performance Certificate for the Works
CONTRACT NRA X.002-073-2018/1F (NON-TOLL) & X.002-078-2018/1F (TOLL) MPUMALANGA CONTRACT NRA X.002-075-2019/1F (NON-TOLL) NORTH WEST CONTRACT NRA X.002-074-2019/1F (NON-TOLL) LIMPOPO CONTRACT NRA N.001-279-2019/1F (TOLL) LIMPOPO
CONTRACT NRA X.002-073-2018/1F (NON-TOLL) & X.002-078-2018/1F (TOLL) (1) Tender Document folder:
- Consultant Tender document (pdf format)
- Locality Map (in document)
- Technical Evaluation Forms (excel format)
(2) Returnable Schedules folder: a) Technical Folder b) Financial Folder
INFORMATION PROVIDED TO TENDERERS VIA LINK
(a) Technical Folder:
- Consultant tender technical submission (excel format)
- Returnable schedules (word format)
(b) Financial Folder:
- Consultant tender financial submission (excel format)
- Contract data – Information provided by Tenderer (word format)
- Form of offer (word format)
F.1
- General
F.2
- Tenderer’s rights and obligations
F.3
- The Employer’s undertakings
CONDITIONS OF TENDER
T1.2 CONDITIONS OF TENDER T1.3 TENDER DATA Note to Tenderer
- 1. Legislated standard conditions of
tender for professional services (published: CIDB)
- 2. SANRAL special conditions shown in
italics Note to Tenderer Each item of data given is cross referenced to the same clause of the Conditions of Tender
CONDITIONS OF TENDER vs TENDER DATA
COMPOSITION OF TENDER
T1 -Tender Procedures T.2 RETURNABLE SCHEDULES C.1 AGREEMENTS AND CONTRACTS DATA C.2 PRICING DATA C.3 SCOPE OF WORK C.4 Site- Info C5 Annexure T1.1 -Tender Notice T.2.1 List of Returnable schedules C.1.1 Form of Offer and Acceptance C.2.1 Pricing Instructions General Requirements T.1.2 - Conditions
- f Tender
T.2.2 Tender Schedule C.1.2 Other Contract Forms C.2.2 Pricing Schedules and bills Detailed Assessment Phase T1.3 Tender Data Works Contractor Tendering and Site inspection Monitoring of Works contract and admin
CONDITIONS OF TENDER – General
T1.2 CONDITIONS OF TENDER Note to tenderer: 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
F.2.6 Acknowledge Addenda Acknowledge receipt of addenda to the tender documents, which the Employer may issue, and if necessary apply for an extension to the closing time stated in the tender data, in order to take the addenda into account. F.2.11 Alterations to documents Not make any alterations or additions to the tender documents, except to comply with instructions issued by the Employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such
- alterations. Erasures and the use of masking fluid are prohibited.
CONDITIONS OF TENDER - Obligations
F.3.7 Grounds for rejection and disqualification F.3.7.1 Determine whether there has been any effort by a tenderer to influence the processing of tender
- ffers and instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in tender
rigging (i.e. collusive tendering), corrupt or fraudulent practices. F.3.7.2 Consider rejecting any tender offers received from tenderers who are, or are likely in the near future, to become involved in any form of litigation or legal proceedings against the Employer. F.3.7.3 Reject any offer from a tenderer who proposes a key person who does not meet the minimum criteria specified.
CONDITIONS OF TENDER - Undertakings
F.3.8 Test for responsiveness F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received: a) complies with the requirements of these Conditions of Tender, b) has been properly and fully completed and signed, and c) is responsive to the other requirements of the tender documents. F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender documents without material deviation or qualification. A material deviation or qualification is one which, in the Employer’s opinion, would: a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work, b) significantly change the Employer’s or the tenderer's risks and responsibilities under the contract, or c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be rectified. Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or withdrawal of the material deviation or reservation.
CONDITIONS OF TENDER - Undertakings
F.3.9 Arithmetical errors, omissions, discrepancies and imbalanced unit rates F.3.9.1 Check responsive tenders for discrepancies between amounts in words and amounts in figures. Where there is a discrepancy between the amounts in figures and the amount in words, the amount appearing in the summary to the Pricing Schedule shall govern. F.3.9.2 Check responsive tender offers for: a) the gross misplacement of the decimal point in any unit rate; b)
- missions made in completing the pricing schedule or bills of quantities; or
c) arithmetic errors in:
- line item totals resulting from the product of a unit rate and a quantity in bills of quantities or
schedules of prices; or
- the summation of the prices.
d) imbalanced unit rates. F.3.9.4.......Where there is an omission of a rate or a line item, no correction is possible and the offer may be declared non-responsive.
CONDITIONS OF TENDER - Undertakings
CONDITIONS OF TENDER / TENDER DATA
F.2.10 All rates and/or sums tendered shall not be negative. F.2.13.2 The returnable documents shall be electronically completed in their entirety, submitted
- n the issued software format or fully compatible format, unless otherwise specified.
CONDITIONS OF TENDER / TENDER DATA
F.2.13.5 Tenders must be submitted during office hours (08:00 to 16:00) Monday to Friday at the Employer’s address. The Employer’s address for delivery of tender offers and identification details to be shown on each tender offer package are: Location of tender box: SANRAL’s Northern Regional Office - Foyer Physical address: 38 Ida Street Menlo Park 0081 It is in the tenderer’s interest to ensure that the delivery of the tender offer is recorded in the Employer’s register of tenders received. Submitted tenders must reflect the contract details e.g. CONSULTING ENGINEERING SERVICES FOR ROAD MARKINGS ON NATIONAL ROADS IN THE THREE PROVINCES (NORTHERN REGION)
TECHNICAL PROPOSAL
4.13.5
A two envelope procedure will be applicable to this tender.
- A4 Booklet marked “Technical Proposal”
- Electronically completed Returnable Schedules on CD
- Insert the CD in the booklet
- Insert the following as hard copies:
- riginal or certified copy of the original BBB-EE Certificate
- A2.4 Certificate of Fronting Practices
- D1/SBD61 Trenderer’s B-BBEE Verification Certificate
- Place and seal the signed and completed booklet with the
electronically completed CD in an envelope marked “Technical Proposal”
FINANCIAL PROPOSAL
4.13.5
A two envelope procedure will be applicable to this tender.
- A4 Booklet marked “Financial Proposal” with “warning not to
- pen with Technical Proposal”
- Form of Offer C1.1.1 & Pricing Schedule and electronically
completed CD
- Complete the B-BBEE status level contributor in the booklet
- C.23 Summary of Pricing schedule
- Place and seal the signed and completed booklet with the
electronically completed CD in an envelope marked “Financial Proposal—Do not open with Technical Proposal”
CONDITIONS OF TENDER / TENDER DATA
F.2.15 The closing time for submission of tender offers is: MONDAY, 29 JUNE 2020 @ 11H00 Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted. F.2.16 The tender offer validity period is 180 Days. F.2.23 The tenderer is required to submit all certificates as listed in the List of Returnable Schedules as scanned copies, in .pdf format, on the CD/USB. F.3.18(d) The Verification Certificate must be valid at the tender closing date.
CONDITIONS OF TENDER / TENDER DATA
Technical Experience in comparable projects 45 Managerial Ability 30 Quality Assurance systems ensuring conformance to the required standards 10 Past performance on reference work 15 Total Evaluation 100 Minimum score required to be evaluated further 70
5.11.9
Meeting Technical Criteria Criteria Maximum score
TECHNICAL EVALUATION DETAIL
Evaluation Criteria Points Evaluation Areas Maximum points for 3 projects Technical Knowledge 45
- 1. Project relevance
- 2. Period relevance
- 3. Position held
(5 + 5 + 5) points x 3 project Management Knowledge 30
- 1. Client
- 2. Position held (for
managerial only) (5+5) points x 3 projects Quality System 10 ISO certification or In-house system (10) points Past Performance 15 Annex 1 and Annex 4 (5) points x 3 projects TOTAL 100 Min score 70
CONDITIONS OF TENDER / TENDER DATA
TENDER DATA
F.3.13 In addition to the requirements of the Conditions of Tender, offers will only be accepted if: a) The tenderer is registered as a Consulting Engineering Firm; and b) the tenderer or any of its directors is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector; and c) the tenderer has not abused the Employer’s supply chain management system; and d) the tenderer has not failed to perform on any previous contract and has been given a written notice to this effect.
PART T2: RETURNABLE SCHEDULES
PART T2: RETURNABLE SCHEDULES
Notes to tenderer: 1. Returnable schedules have been based on the CIDB Standard for Uniformity in Construction Procurement and incorporate National Treasury requirements within them. Returnable schedules are separated into the following categories: i) Forms, certificates and schedules for completion by the tenderer for use in the quantitative and qualitative evaluation of the tender (Forms A, B, C and D). ii) A list of other returnable documents for completion by the tenderer and which will subsequently be incorporated into the contract (Section C1). 2. Failure to fully complete the relevant returnable documents shall render such a tender offer non- responsive. 3. Tenderers shall note that their signatures appended to each returnable form represents a declaration that they vouch for the accuracy and correctness of the information provided, including the information provided by candidates proposed for the specified key positions. 4. Notwithstanding any check or audit conducted by or on behalf of the Employer, the information provided in the returnable documents is accepted in good faith and as justification for entering into a contract with a tenderer. If subsequently any information is found to be incorrect such discovery shall be taken as wilful misrepresentation by that tenderer to induce the contract. In such event the Employer has the discretionary right under contract condition 8.4 to terminate the contract.
T2.1: LIST OF RETURNABLE SCHEDULES – TECHNICAL
T2.1: LIST OF RETURNABLE SCHEDULES – FINANCIAL
FORM A2.1: CERTIFICATE OF AUTHORITY FOR SIGNATORY
Notes to tenderer: 1. The signatory for the tenderer shall confirm his/her authority thereto by attaching on the tendering company’s letterhead a duly signed and dated copy
- f the relevant resolution of the board of directors/partners. Scan a copy of the
resolution on CD. 2. In the event that the tenderer is a joint venture, a certificate is required from each member of the joint venture clearly setting out;
- authority for signatory,
- undertaking to formally enter into a joint venture contract should an
award be made to the joint venture,
- name of the designated lead member of the intended joint venture, as
required by tender condition F.2.13.4. 3. The resolution below is given as an example of an acceptable format for authorisation, but submission of this page with the example completed shall not be accepted as authorisation of the tenderer’s signatory.
FORM A3.2: CERTIFICATE OF INDEPENDENT TENDER (Incorporating SBD9)
Notes to tenderer: 1. This certificate conforms to Treasury Regulation 16A9 and the requirement of section 4 (1)(b)(iii) of the Competition Act No. 89 of 1998, as amended, that prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive tendering. 2. Collusive tendering is a conspiracy between businesses that would normally be expected to compete, to agree not to compete, in a tender process. 3. This certificate serves as a declaration by the tenderer that the tender submitted is free from any collusion with a competitor.
FORM A3.3: DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (Incorporating SBD8)
Notes to tenderer: 1. This tender document must form part of all tenders invited. 2. This form serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system. 3. The tender of any tenderer may be disregarded if that tenderer or any of its directors have: (a) abused the institution’s supply chain management system; (b) committed fraud or any other improper conduct in relation to such system; or (c) failed to perform on any previous contract. 4. In order to give effect to the above, the following questionnaire must be completed and submitted with this tender.
FORM A6: CERTIFICATE OF TAX COMPLIANCE (Incorporating SBD2)
FORM A9: DECLARATION OF TENDERERS’ LITIGATION HISTORY
List any litigation with any Organ of State Departments within the last 10 years
FORM A10: SCHEDULE OF CURRENT COMMITMENTS
Notes to tenderer: 1. The purpose of this form is for the tenderer to identify areas of conflict with respect to key personnel proposed for this project. Failure to identify where areas of conflict occur, or may occur, and which are subsequently discovered by the Employer shall render such offer as non-responsive, rejected and the tenderer automatically barred from tendering on SANRAL projects for a period of at least 3 (three) months from the date of tender closure. 2. The tenderer shall list below all projects with which proposed personnel are currently involved. 3. The start date in column 4 of the table below is that date indicated in the tender documents as being the intended start of the duties of the key personnel (i.e. expected start of design or supervisory duties). 4. In the event of a joint venture enterprise, details of all the members of the joint venture shall similarly be attached to this form.
NAME & POSITION PROJECT CLIENT START DATE (M/Y) DURATION (MONTHS) VALUE OF SERVICE
FORM A11: POSSIBLE COMMITMENTS OF KEY PERSON
Notes to tenderer: 1. The purpose of this form is for the tenderer to identify areas of conflict with respect to key personnel proposed for this project. Failure to identify where areas of conflict occur, or may occur, and which are subsequently discovered by the Employer shall render such offer as non-responsive, rejected and the tenderer automatically barred from tendering on SANRAL projects for a period of at least 3 (three) months from the date of tender closure. 2. The tenderer shall list below all projects/tenders for which the proposed Key Person have been proposed, and for which results of an award are unknown at the date of tender closure of this project. 3. The start date in column 4 of the table below is that date indicated in the tender documents as being the intended start of the duties of the key personnel (i.e. expected start of design or supervisory duties). 4. Tenderers must submit an alternative candidate for those positions identified as being possible areas of
- conflict. The Employer will not request alternative candidates after tender closure and will interpret the
lack of any alternative candidate as an indication the tenderer accepts that it will be impossible to be awarded this project as well as one of the others listed on this list. The Employer reserves the right to select according to its best interest and not the tenderers.
NAME & POSITION PROJECT CLIENT / REGION START DATE (M/Y) DURATION (MONTHS)
FORM A12: CERTIFICATE OF COMPLIANCE WITH OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 AND CONSTRUCTION REGULATIONS, 2014 AS WELL AS COID ACT, 1993
Notes to tenderer: 1. Discovery that the tenderer has failed to make proper disclosure may result in the Employer terminating a contract that flows from this tender on the ground that it has been rendered invalid by the tenderer’s misrepresentation. 2. The tenderer shall attach to this form evidence that he is registered and in good standing with the Compensation Fund in terms of Section 80 of the Compensation for Injury and Disease Act (COID) (Act 130 of 1993). 3. The tenderer is required to disclose, by also attaching documentary evidence to this form, all inspections, investigations and their outcomes conducted by the Department
- f Labour into the conduct of the tenderer at any time during the 36 (thirty six) months
preceding the date of the tender.
FORM B1: CANDIDATE’S TECHNICAL/MANAGERIAL RECORD
FORM B2: CANDIDATE’S QUALIFICATION AND REGISTRATION RECORD
FORM B1: POSITION = DS1 NON-MANAGERIAL POSITION CANDIDATE'S TECHNICAL/MANAGERIAL RECORD Personal Details of Candidate NAME DATE OF BIRTH (yyyy/mm/dd) POSITION IN TEAM Description Design Specialist Pavement & Materials TECHNICAL / MANAGERIAL EXPERIENCE (List only the most recent 5 projects that the tenderer considers relevant to the specified scope of works) CLIENT & PROJECT NUMBER (Note 2) CLIENT (coded) PROJECT TYPE (Description) (Note 3) PROJECT TYPE (coded) RELEVANT KEY PERSON'S EXPERIENCE STARTED (yyyy/mm/dd) (Note 4) RELEVANT KEY PERSON'S EXPERIENCE ENDED (yyyy/mm/dd) (Note 4) VALUE (in millions of Rand) ( * ,000,000) (note 5) POSITION HELD (Note 6) POSITION HELD (coded) Contact Person & Position (Note 7) Contact Number 4 1 23 4 1 23 4 1 23 4 1 23 4 1 23 Comments: I declare that I have read and understood the meaning of the Note to tenderer # 4 on Page T-21 and confirm by my signature in the booklet that the information provided herein is true, that the position occupied, the projects reported and the corresponding responsibilities are truly the candidates own experiences. NO SIGNATURES ARE REQURED ON THIS FORM IF THE A5 RETURNABLE TECHNICAL BOOKLET IS SIGNED BY THE AUTHORIZED REPRESENTATIVE VOUCHING FOR ALL INFORMATION SUBMITTED
PART C1: AGREEMENTS AND CONTRACT DATA
C1.1.1 FORM OF OFFER (Incorporating SBD7)
C1.1.6 TAX COMPLIANCE PERMISSION DECLARATION
C1.2.1 CONDITIONS OF CONTRACT
2.2 The documents forming the Contract are to be taken as mutually explanatory of one another. For the purposes of interpretation, the priority of documents shall be in accordance with the following sequence: a) the Form of Acceptance b) the Form of Offer c) the Contract Data d) the General Conditions of Contract e) the Scope of Work f) the Pricing Schedule and any other documents forming part of the Contract.
C1.2.1 CONDITIONS OF CONTRACT
8.4 Termination 8.4.1 The Employer may in addition to his rights under sub-clauses 6.4.2, 6.4.3 and 10.5 terminate the Contract by giving not less than thirty (30) days written notice thereof to the Service Provider after the occurrence of any of the following events: (a) if the Service Provider does not remedy a failure in the performance of his
- bligations under the Contract within thirty (30) days after having been notified
thereof, or within any further period as the Employer may have subsequently approved in writing; (b) if the Service Provider becomes insolvent or bankrupt; or (c) if, as the result of Force Majeure, the Service Provider is unable to perform a material portion of the Services for a period of not less than sixty (60) days; (d) committing an offence in terms of clauses 6.1 and/or 6.4; (e) if the Service Provider acts in such a way, under this contract or any other contract with the Employer, that a statute relating to the combating of fraud, corruption, uncompetitive practice and the like can be invoked; or (f) if the Employer, at any time in its sole discretion determines that it no longer requires the completion of the Service by the Service Provider.”
C1.2.2 CONTRACT DATA: INFORMATION PROVIDED BY THE EMPLOYER
Clause Contract Data 5.5 The Service Provider is required to obtain the Employer’s prior approval in writing before taking any of the following actions: 1. Appointing Key Personnel not listed by name in the Contract Data. 2. Appointing sub-contractors for the performance of any part of the Service. 3. Expending any Prime Cost and/or Provisional Sum in the Contract or Works Contract. 4. Authorising any work under a Variation (Works Authorisation) for the Works Contract. 5. Over-expenditure on the Works Contract. 6. Changing the scope of work for the Works Contract. 7. Acceptance of sub-standard work and/or reduced payments under the Works Contract. 8. All requirements in the relevant documents listed in Clause C3.1.6. 9. Making statements to the media regarding the project.
Clause Contract Data 3.11.1 The penalty payable is R2000.00 per day subject to a maximum amount of 10% of the Contract Value excluding all Prime Costs and Provisional Sums. 5.4 The Service Provider is required to provide the following insurances: 1. Insurance against Professional indemnity Cover is: 12.0m Period of cover:– 10 years 2. Insurance against general public liability Cover is: R10m Period of cover:– 10 years 3. Third Party Liability Cover is: R12m Period of cover: Duration of contract only.
7.2
The Key Persons required for this projects are: Works Contract Engineer (Pr Eng or Pr Tech Eng – 10 yrs rel. experience) Resident Engineer(Pr Eng or Pr Tech Eng – 5 yrs rel. experience)
- Assistant Resident Engineer (not evaluated)
- OH&S Specialist (not evaluated)
14.7
Contract Price Adjustment: refer to pricing instructions in clause C2.1.6 of the pricing
- schedule. Base date shall be the date 28 days prior to the latest date for submission
- f tenders. Base date for this contract is June 2020
PROJECT INFORMATION
PART C2: PRICING DATA
C2.1.8 Provisional and Prime Cost Sums: Each sum shall only be used, in whole or in part, in accordance with the Employer’s instructions and the Contract Price shall be adjusted accordingly. The total sum paid to the Service Provider shall include
- nly such amounts, for the work, supplies or services to which the sum relates, as
the Employer shall have instructed. For each sum, the Employer may instruct plant, materials or services to be procured by the Service Provider in accordance with the Employer’s policies, and for which there shall be included in the Contract Price:
- The actual amounts paid (or due to be paid) by the Service Provider under
the Sum; and
- An item for compilation and printing of procurement documentation,
quotation/tender process and evaluation, and all overhead charges and profit, tendered in the Pricing Schedule. Provided that for Prime Cost sums only where a percentage mark-up or lump sum mark-up is tendered, which shall exclude profit. The Service Provider shall produce all quotations, invoices, vouchers and accounts or receipts in substantiation of any claim under a sum. Any percentage adjustment or lump sum mark-up against the sum for handling fee, profits, etc. shall not be negative. The tendering of negative rates may render the tender offer non-responsive.
C2.3 SUMMARY OF PRICING SCHEDULE 3200 Detailed Assessment Report R ....................................... 3300 Tender Documentation R ....................................... 3400 Site Inspection, Tender Period and Tender Evaluation R ....................................... 3500 Administration and monitoring of the Works Contract R ....................................... 3600 Administration during the Product Performance Period R ....................................... 3700 Road Markings Management R ....................................... 3800 Additional duties R ....................................... _________________________________________________________________________________ SUB-TOTAL R ....................................... VAT (14%) R ....................................... TENDER SUM CARRIED FORWARD TO FORM OF OFFER (C1.1.1) R .......................................