Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
REQUEST FOR PROPOSAL: APPOINTMENT OF A SERVICE PROVIDER TOSUPPLY, INSTALL AND MAINTAIN INTEGRATED SECURITY SOLUTIONS WITH PHYSICAL SECURITY AND ARMED RESPONSE AT SEVEN OF THE NATIONAL HOME BUILDERS REGISTRATION COUNCIL OFFICES.
RFP NO.: NHBRC 1124/2014CLOSING DATE: 08 April 2015TIME: 11H00
NAME OF COMPANY:
___________________________________________________
RFP NO.: NHBRC 1124/2014. Page 1 of 35
TABLE OF CONTENTS PAGE NO.
1. Terms and Conditions 3
2. About NHBRC 6
3. Risk Management by the NHBRC 6
4. Business Overview 7
5. Technical Information to be submitted by service provider(s) 8
6. Technical Evaluation Criteria 12
7. RFP Submission instructions 18
8. Availability of RFP document 18
9. RFP closing date 18
10. Enquiries should be directed 18
11. Submission of proposal 18
12. Checklist and SBD forms 20
RFP NO.: NHBRC 1124/2014. Page 2 of 35
TERMS AND CONDITIONS
This Request for Proposal (RFP) has been compiled by the NHBRC and it is made available to the Bidders on the following basis.
Bidders submitting a Bid in response to this RFP are deemed to do so, on the basis that they acknowledge and accept the terms and conditions set out below:
2.1. The NHBRC reserves the right to amend, modify or withdraw this RFP or amend, modify or terminate
any of the procedures or requirements set out herein at any time and from time to time, without prior
notice and without liability to compensate or reimburse any person.
2.2. The NHBRC reserves the right to carry out site inspections or call for supporting documentation in
order to confirm any information provided by a Bidder in its RFP Bid.
2.3. This RFP is not intended to form the basis of a decision to enter into any transaction involving the
NHBRC, and does not constitute an offer or recommendation to enter into such transaction, or an
intention to enter into any legal relationship with any person.
2.4. A Bid submitted in response to this RFP will constitute a binding offer which will remain binding and
irrevocable for a period of six months from the date of submission to the NHBRC. The offer constituted
by the Bid will be deemed not to have been accepted and no agreement will be deemed to be reached
with any Bidder, unless and until a definitive Agreement and other related transaction documents are
concluded between the NHBRC and the Preferred Bidder.
2.5. The distribution of this RFP outside the Republic of South Africa may be restricted or prohibited by the
laws of other countries. Recipients of this RFP are advised to familiarize themselves with and comply
with all such restrictions or prohibitions applicable in those jurisdictions, and neither the NHBRC, nor
any of their respective directors, officers, employees, agents, representatives or advisors, accepts
liability to any person for any damages arising out of or in connection with the breach of any restriction
or provision outside the Republic of South Africa. Persons contemplating submitting a Bid are advised
to obtain legal advice as to the possible consequences thereof in terms of the law of the jurisdictions in
which they are located.
2.6. Recipients of this RFP document may only distribute it to other parties whom they wish to involve as
part of their Bidder consortium in submitting a Bid.
2.7. Neither the NHBRC nor any of their respective directors, officers, employees, agents, representatives
or advisors will assume any obligation for any costs or expenses incurred by any party in or associated
with preparing or submitting a Bid in response to the RFP.
2.8. No entity may be involved, whether directly or indirectly, in more than one Bid in response to this RFP.
A failure to comply with this requirement may, within the sole discretion of the NHBRC, result in
disqualification of the relevant entity.
2.9. Any material change in the control and/or composition of any Bidder or any core member of a Bidder
after submission of a Bid, shall require the prior written approval of the NHBRC, and any failure to
seek such approval from the NHBRC shall result in the NHBRC being entitled, in its sole discretion, to
exclude the relevant Bidder from any further participation in the bid process. The NHBRC shall be the
RFP NO.: NHBRC 1124/2014. Page 3 of 35
sole arbiter as to what constitutes a “material change in the control and/or composition of any Bidder”,
and as to what constitutes a “core member of a Bidder” for purposes of such approval. Any request
for such approval shall be made to the NHBRC’s Supply Chain Management in writing and shall
provide sufficient reasons and information to allow the NHBRC to make a decision. The NHBRC
reserves the right to accept or reject any such request for approval at its sole discretion.
2.10. Briefing Session: Should the briefing session be held, the sharing of information and clarifications of
issues related to this Bid, as given by the NHBRC during such session will form part of this Bid and
responses.
2.11. Any requirement set out in this RFP that stipulates the form and/or content of any aspect of a Bid, is
stipulated for the sole benefit of the NHBRC, and save as expressly stated to the contrary, may be
waived by the NHBRC in its sole discretion at any stage in the RFP process.
2.12. The NHBRC and its advisors may rely on a Bid as being accurate and corporate in relation to the
information and proposals provided therein by the Bidders.
2.13. All Bids submitted to NHBRC will become the property of the NHBRC and will as such not be returned
to the Bidder. The NHBRC will make all reasonable efforts to maintain proposals in confidence.
Proprietary information should be identified as such in each proposal.
2.14. If the NHBRC amends this RFP, the amendment will be sent to each Bidder in writing or publicized as
the case maybe. No oral amendments by any person will be considered or acknowledged.
2.15. RFP shall be considered irregular if they show any omissions, alteration of form, additions, or
conditions not called for, or irregularities of any kind. However, the NHBRC reserves the right to waive
any irregularities and to make award in the best interest of the company.
2.16. The NHBRC reserves the right to accept or reject in part or whole any bid submitted, and to waive any
technicalities for the best interest of the company.
2.17. RFP’s shall be rejected, among other reasons, for any of the following specific reasons:
2.17.1. RFP’s received after the closing date and time as specified.
2.17.2. Unbalanced value of any items.
2.17.3. If the original Tax Clearance Certificate is not submitted
2.17.4. RFP documents not initialed on every page, and
2.17.5. RFP containing irregularities.
2.17.6. Potential service provider(s)s shall be disqualified and their RFP’s not considered, among
other reasons, for any of the following specific reasons:
2.17.7. Reason for believing collusion among bidders.
2.17.8. The service provider(s) being in arrears on any existing contract or having defaulted on
previous contracts.
Uncompleted work that in the judgment of the company shall prevent or hinder the prompt completion of
additional work, if awarded.
2.18. EXCLUSION OF RFP’s
2.18.1. RFP’s that may be viewed by the NHBRC to have priced their services unreasonably above
or below the NHBRC estimates and budget such suppliers may be requested to demonstrate
how they envisage delivering at such cost and/or price.
RFP NO.: NHBRC 1124/2014. Page 4 of 35
2.18.2. If the NHBRC is not satisfied with the motivation so provided, such suppliers will be excluded
from further evaluation and thereby not considered for appointment to provide the service.
2.19. The NHBRC reserves the right to require that any bidder provide a formal presentation of its RFP at
a date and time to be determined by the NHBRC. The NHBRC shall provide all instructions and
clarification regarding the purpose and scope of the demonstration. All expenses must be borne by
the bidder.
2.20. All costs associated with the preparation and submission of the Bid is the responsibility of the
Service provider(s). The costs shall not be chargeable to the NHBRC by successful or unsuccessful
Bidder.
2.21. This document is released for the sole purpose of responding to this RFP and must be considered
confidential. In addition, the use, reproduction or disclosure of the requirements, specifications or
other material in this RFP is strictly prohibited.
2.22. All Bids must be formulated and submitted in accordance with the requirements of this RFP.
RFP NO.: NHBRC 1124/2014. Page 5 of 35
BACKGROUND
ABOUT NHBRC
Mandate of the NHBRC in terms of the Housing Consumers Protection Measures Act.
The National Home Builders Registration Council (NHBRC) has a mandate through the Housing Consumer
Protection Measures Act (Act No. 95 of 1998) providing warranty protection against defects in new homes.
The Act state that the objects of the Council are, inter alia:
3(b) “to regulate the home building industry”;
3(d) “to establish and promote ethical and technical standards in the home building
industry”; and
3(e) “to improve structural quality in the interests of housing consumers and the home
building industry”;
The Council is furthermore empowered by the Act:
5(5) (a) “to engage in undertakings to promote improved structural quality of homes
constructed in the Republic;
5(5) (b) ”to engage in undertakings to improve ethical and technical standards in the home
building industry;
5(5) (c) “to keep a record of competent persons”; and
5(h) “to generally do all things necessary or expedient to achieve its objects and the
objectives of this Act.”
RISK MANAGEMENT BY THE NHBRC
The NHBRC's primary mandate is to manage the risk of structural defects in the home building industry and
in so doing, protect the consumer. A prime activity of the NHBRC is to manage its risk exposure in terms of
the warranty scheme, in order to ensure that it is not unduly exposed to claims. The current risk management
tools being used by the Council include the Registration of Home Builders, enrolment and inspection of
homes, the Home Building Manual which incorporates design and construction rules and the appointment of
competent persons by the Home Builder to perform certain tasks.
BUSINESS OVERVIEW
RFP NO.: NHBRC 1124/2014. Page 6 of 35
The National Home Builders Registration Council is a statutory body with the responsibility to provide
warranty cover (protection) and regulatory services to the home-building industry. This is done in terms of the
Housing Consumers Protection Measures Act (No 95 of 1998). It is the NHBRC’s mandate to provide
protection to housing consumers against defined defects and to regulate the home building industry. Our
mandate determines our scope of business as well as the principles and area of business in which we
operate. As a consequence our business is focused on specific business models in defined geographical
areas with specific business objectives for all South African Housing Consumers.
The NHBRC is a medium sized organization with a staff complement of approximately 580 employees. The
NHBRC’s head office is located in Sunninghill, Gauteng with 9 regional offices of varying size, and 12
satellite offices. .
NHBRC Office locations
# OFFICE
1 Head Office (Sunninghill)
2 DR site (at Pretoria regional office)
3 KwaZulu Natal(Durban) – Regional
4 Western Cape (Cape Town) – Regional
5 Eastern Cape (Port Elizabeth) – Regional
6 North West (Rustenburg) – Regional
7 Limpopo (Pietersburg) – Regional
8 Mpumalanga (Nelspruit) – Regional
9 Gauteng (Sunninghill) – Regional
1
0Pretoria (Pretoria) – Regional
1
1Free State (Bloemfontein) – Regional
1
2Shelly Beach
1
3New Castle
1
4East London
1
5George
1
6Northern Cape (Kimberly)
1 Klerksdorp
RFP NO.: NHBRC 1124/2014. Page 7 of 35
7
1
8Tzaneen
1
9Bela Bela
2
0Witbank
2
1Bethlehem
2
2Mafikeng
2
3Eric Molobi Innovation Hub (Soshanguve)
TECHNICAL INFORMATION TO BE SUBMITTED BY SERVICE PROVIDER(S)
SECURITY SYSTEM
4.1 PURPOSEThe NHBRC seeks to appoint a service provider for the provision of an integrated security system solution
for a period of three (3) years. The service provider shall be appointed to provide a fully integrated security
system comprising:
Physical Guarding (including Active Guard Tracking System),
Armed Response,
Biometric access control,
Electronic visitors control system,
Closed Circuit Television surveillance systems,
Intruder Alarm system,
Electric Fencing,
Fully integrated and functional control room.
The service provider shall be appointed to provide the fully integrated security system for the following seven
(7) NHBRC offices:
Sunninghill Head Office – Johannesburg
Soshanguve (Innovation Hub) – Pretoria
Gauteng Provincial Office – Pretoria
North-west Provincial Office – Klerksdorp
Limpopo Provincial Office – Polokwane
Eastern Cape Provincial Office – Port Elizabeth
Kwazulu Natal Provincial Office – Durban
RFP NO.: NHBRC 1124/2014. Page 8 of 35
Service providers will be required to submit a comprehensive proposal including all seven (7) offices
identified above.
4.2 BACKGROUNDThe NHBRC is committed to ensure a high performance working environment and quality of work life within a
safe environment whilst maintaining control of its assets by providing the necessary security at its buildings
and sites or installations nationally.
RFP NO.: NHBRC 1124/2014. Page 9 of 35
SCOPE OF WORK
Physical Guarding (including Active Guard Tracking System):
Hours of service
The Security hours of services to be provided in the NHBRC facilities shall be:
Weekdays / Weekend days / Public Holiday days – 6:00am to 6:00pm
Weeknights / Weekend nights / Public Holiday nights – 6:00pm to 6:00am
The required number of security guards, grades of guards and day / night requirement per office can be found on Annexure A attached hereto.
Armed Response
Armed response hours of services to be provided in the NHBRC facilities shall be:
Monday to Sunday – 24 hours daily – (including weekends and public holidays)
Biometric access control For each of the seven specified offices. Quantities per office and functionality of the biometric access control
has been specified in Annexure B attached hereto.
Electronic visitors control system For each of the seven specified offices. Quantities per office and functionality of the electronic visitors control
system has been specified in Annexure B attached hereto.
Closed Circuit Television (CCTV) surveillance systems For each of the seven specified offices. Quantities per office and functionality of the CCTV surveillance
system has been specified in Annexure B attached hereto.
Intruder Alarm systemFor each of the seven specified offices. Quantities per office and functionality of the intruder alarm system
required per office has been specified in Annexure B attached hereto.
Electric FencingElectric fencing will be required for the Sunninghill and Port Elizabeth offices only. Rewire 27 strand fencing,
2.5 mm braided stainless steel wires as per certificate of compliance specifications at Sunninghill and an 8
strand wall-top fence with galvanized stay stays and brackets at Port Elizabeth. Measurements for pricing
may be determined through pre-arranged site visits to the two (2) offices.
Fully integrated and functional control room.
RFP NO.: NHBRC 1124/2014. Page 10 of 35
The central control room must adhere to the requirements for a SAIDSA Approved Central Station/Control
Room Standards.
Insurance and Indemnity/ Liability InsuranceThe service provider(s) will be expected to make the necessary arrangements for all personnel (security
officers and guards) and assets (vehicle and equipment it deploys to the NHBRCs premises. The service
provider(s) must take out sufficient public liability insurance, (with a minimum value of R10 000 000 (ten million rands), against any claims, costs, loss and/damage ensuing from his/her/obligations and shall
ensure that such insurance remains operative for the entire duration of the contract. Proof of payment with
regards to premiums paid shall be made available to the NHBRC within 48 hours of such request.
Duration of Services The duration of the contract with the service provider(s) will be for a period of three (3) years.
Management and Staff
Management
At least an Operational Manager (provincially) must be appointed by the service provider as the contact
person for the service and must have a minimum of three years in the security services industry as an
Operational Manager.
Security Supervisor
A grade A Security Supervisor, that will oversee all security matters on site (provincially) must be appointed
by the service provider as the contact person for the service and must have a minimum of two years in the
security services industry as a Security Supervisor.
Staff
Grade D guarding staff as specified in Annexure A attached hereto. All staff proposed for the NHBRC must
have the adequate PSIRA grading. The service provider must conduct security background checks in
respect to their staff prior to deploying them to the NHBRC. The service provider must submit the curriculum
vitae (CV) of all security officers that will deployed to the various NHBRC offices. Proof of security
background checks conducted must be attached to the CV of all security officers. Any replacement staff
deployed to the NHBRC must be of the equivalent grading and subject to the required security background
checks prior to deployment to the NHBRC.
FleetThe service provider(s) must have the adequate fleet of vehicles for general, emergency and urgent
requirements. (Proof of registration in the name of the company must be attached to the proposal). The
proposal must specify the fleet available per office (area) for the seven (7) identified offices.
RFP NO.: NHBRC 1124/2014. Page 11 of 35
SERVICES REQUIRED
The NHBRC will require the following services, but not limited to:
Physical Guarding (including Active Guard Tracking System),
Armed Response,
Installation and maintenance of an integrated electronic security system consisting of:
Biometric access control,
Electronic visitors control system,
Closed Circuit Television surveillance systems,
Intruder Alarm system,
Electric Fencing,
Fully integrated and functional control room where the above mentioned integrated systems will be
monitored and managed.
RFP NO.: NHBRC 1124/2014. Page 12 of 35
TECHNICAL EVALUATION CRITERIA
8. EVALUATION CRITERIA
8.1 In accordance with the NHBRC Supply Chain Management Policy, the bid evaluation process shall be Carried out in two stages namely:
Stage 1: Compliance check of Mandatory Documents
Stage 2: Functionality in terms of the set technical evaluation criteria
Stage 3: Presentation
8.2 All bids will be evaluated on a 90/10 preference point system
8.3 The minimum threshold for functionality is 70 out of 100 points. Bidders who fail to meet minimum
threshold will be disqualified and will not be evaluated further for price and preference points.
Stage 1: Compliance check of Mandatory Requirements
The service provider(s) must indicate compliance with mandatory requirements by ticking under “Comply”
or
“Not comply”. Failure to comply with the mandatory requirements on the table listed below will invalidate
your
bid.
RFP NO.: NHBRC 1124/2014. Page 13 of 35
In order to be considered each service provider is required to submit the following mandatory documentation:
Mandatory Requirements Comply Not ComplyMust be registered with Private Security Industry
Regulatory Authority (PSIRA), attach certified copies of
Company PSIRA certificate as well as letter of Good
Standing from PSIRA.
Valid certified copy of The Independent Communications
Authority of South Africa (ICASA) certificate for their radio
communications.
Valid certified copy of the South African Intruder Detection
Services Association (SAIDSA) certificate.
Valid certified copy of Workmen’s compensation / COIDA
(Letter of good standing).
Valid certified copy of UIF (Certificate of Compliance).
Original and valid Tax Clearance certificate.
Certified copy of Company registration certificate.
Valid certified copy of Insurance indemnity from insurance
brokers.
Certified copies Identity documents of owners, directors,
shareholders, as specified on the company registration
certificate.
In case of a joint venture all parties must attach
Company’s documents and a signed joint venture
agreement.
Note: Certification date must not be more than six months old.
RFP NO.: NHBRC 1124/2014. Page 14 of 35
NHBRC REQUIREMENTS
The following are the requirements / expectations of the service provider applicable to this request for
proposals:
The Security System Service provider must have a minimum of five (5) years’ experience in the supply,
installation and maintenance of electronic security systems.
Provide proof of registration (either self or resource), with the Department of Labour for the issue of the
electric fence certificate of compliance subsequent to installation of the electric fence.
Display in their proposal the warranty and maintenance plan for all equipment installed.
.
Display in their methodology and approach knowledge of:
Leading edge access controls systems in South Africa,
Video management solutions that provide an extensive range of sophisticated surveillance options, tools and
functionality to satisfy all security and infrastructure management requirements of NHBRC,
Installation of electric fence according to SANS 60335-2-76 (SANS 1022-3 Edition4)
The Security System Service provider should have / display a working knowledge in inter alia, the following
regulatory frameworks:
Occupational Health and Safety Act 85 of 1993,
Intelligence Service Act 62 of 2002,
Minimum Information Security Standards (MISS),
ISO/IEC 27005:2011 Information technology — Security techniques — Information security risk
management.
The successful bidder must be able to supply and install the required security systems and equipment within
ninety (90) days of the date of awarding the contract. A roll-out project plan for implementation of the security
system for the specified offices will developed with the appointed service provider.
Methodology
RFP NO.: NHBRC 1124/2014. Page 15 of 35
The demonstration of the bidders’ methodology and approach from a systematic and theoretical stand point
in analyzing and executing the requirement. Methodology and approach should include the bidders plan for
the training of users of the electronic security system and skills transfer to the NHBRC security specialist.
Include a business continuity plan in your methodology and approach. The maintenance and warranty plan
for the security equipment installed must be included in the approach and methodology.
Safety Plan to be included in the methodology and approach:-
The appointed service provider must demonstrate safety commitment as per the Occupational Health and
Safety Act 85 of 1993.
The appointed service provider must also demonstrate quality commitment as per the ISO 9000 Quality
Management System.
The appointed service provider must also demonstrate security risk management commitment as per the
ISO/IEC 27005 Risk Management Standard.
Demonstrate knowledge of the Minimum Information Security Standards (MISS) in their approach and
methodology.
Key Personnel
The service provider should provide a project team responsible for the execution of the project with adequate
skills, qualifications and experience in delivery of similar projects or functions. Key personnel should include:
The project team for the installation and maintenance of the electronic security system,
Personnel / Security team for armed response (monitoring and response), and
Personnel for the provision of guarding services as required per office.
Resources (Infrastructure) Capability
A demonstration of the bidders’ capability to meet requirements in terms of the specified infrastructure
requirements to be utilized in execution of the project.
Related experience
The service provider must illustrate five security projects undertaken in satisfying requirements of similar
nature. Service providers must have a proven track record of at least five years minimum experience in
security services.
Value Added
The service provider must illustrate any value added service that they will provide to the NHBRC by virtue of
their appointment.
Stage 2: Functionality in terms of the set technical evaluation criteria
RFP NO.: NHBRC 1124/2014. Page 16 of 35
CRITERIA WEIGHTSPhysical Guarding (including Active Guard Tracking System):
Required number of guards per office provided, Guards provided at the
requested grade, CV’s of guards attached, Proof of background checks
provide
5
Armed Response:
Ability to provide 24hr armed response, Fleet for response specified per
office (area).
5
Biometric access control as specified in annexure B. 5
Electronic visitors control system as specified in annexure B. 5
Closed Circuit Television surveillance systems as specified in annexure B 5
Intruder Alarm system as specified in annexure B. 5
Electric Fencing as specified in annexure B. 5
Fully integrated and functional control room as specified in annexure B. 10
Manager and Security Supervisor provided 5
Methodology / Approach 20
Minimum of 5 years related experience 10
Value Added Service 10
Score – Stage 2 90
RFP NO.: NHBRC 1124/2014. Page 17 of 35
RFP NO.: NHBRC 1124/2014. Page 18 of 35
Stage 3: Presentation
Evaluation Criteria Weight
Presentation 10 Score – Stage 3 10Minimum Qualifying Score 7
Total Evaluation Score 100
Each panel member will rate the above-mentioned criteria using the following values:
Value Description5 – Excellent Meets and exceeds NHBRC functionality requirements4 – Very Good Above average compliance to requirements3 – Good Satisfactory and should be adequate for stated element2 – Average Below average compliance to requirements1 – Poor Unacceptable, does not meet criteria
The points for the panel members will be added and expressed as a fraction of the best possible score for
each particular criterion as set out per the functionality requirement above.
RFP NO.: NHBRC 1124/2014. Page 19 of 35
8.4 Price and BBBEE
CRITERIA SUB-CRITERIA WEIGHTING/ POINTSFunctionality Detailed budget breakdown 100
Threshold 70
TOTAL 100
9. GENERAL
9.1 Regular Progress AssessmentsAssessments of the performance of the service provider(s) will be conducted on a regular basis. If there is
dissatisfaction with the performance, the SLA stipulations will be exercised.
RFP SUBMISSION INSTRUCTIONS
10. AVAILABILITY OF THE RFP DOCUMENT
10.1 Bid documents can be downloaded on the NHBRC Website (www.nhbrc.org.za/current-tenders/) from the 06th March 2015.
Province Physical Address & Contact Number
Head Office, Gauteng 5 Leeuwkop Road
Sunninghill, Johannesburg
Tel: 011 317 0000
RFP CLOSING DATE
No late proposals will be accepted
11.1 Bid documents should be marked for Attention: Supply Chain Manager, and deposited into the Bid
boxes at the NHBRC Head Office, 5 Leeuwkop Road Sunninghill, Johannesburg on or before 08th April 2015 at 11H00. No emailed or faxed Bids will be accepted. The Bid document should be supplied in a sealed
envelope and clearly marked with the Bid number and the full name of the service provider(s).
Administrative Enquiries should be directed to:
Paballo Relela
Tel. 011 317 0144, e-mail: [email protected]
Bernard Kekana
RFP NO.: NHBRC 1124/2014. Page 20 of 35
Tel. 011 317 0281, e-mail: [email protected]
Submission of Proposals:
13.1 Submission of bid MUST include one (1) original and six (6) copies of the proposals in a clearly
marked envelope and deposited into the Bid box.
13.2 All costs and expenses incurred by the Bidder relating to the participation in, and preparation of this
proposal process shall be borne by the Bidder exclusively. All documentation and manuals submitted in
respect of this RFP shall be retained by NHBRC, whether or not the proposal is accepted.
RFP NO.: NHBRC 1124/2014. Page 21 of 35
The following documents as listed will be made available with the distribution of the RFP.
DOCUMENTS TO BE SUBMITTED
No. Please note; the items marked with an (X) are mandatory requirements and failure to meet
the requirements will result in your bid being disqualified.
Yes/No
1. Original and valid B-BBEE Status Level or certified copy
2. X SBD1 (Invitation to bid) (Make sure it is signed and thoroughly completed)
3. X SBD2 (Tax Clearance Certificate) Certificate must be original and valid
4.SBD 3.1 or SBD 3.2 (Pricing schedule) If not filed please refer to Annexure or
Addendum in your submission where price is mentioned
5.SBD 3.3 (Pricing schedule) If not filed please refer to Annexure or Addendum in your
submission where price is mentioned
6. X SBD 4 (Declaration of interest) (Make sure it is signed) and thoroughly completed)
7. XSBD 6.1 (Preference claim form) Must be signed regardless if points are claimed or
not. (Make sure it is signed and thoroughly completed)
8. XSBD 8 (Declaration of Bidder’s past supply chain management practices) (Make sure
it is signed and thoroughly completed)
9. XSBD 9 (Certificate of independent bid determination – Make sure it is signed and
thoroughly completed )
10. General Conditions of the contract (GCC)
11. X Other documents as mentioned in the bid terms of reference.
RFP NO.: NHBRC 1124/2014. Page 22 of 35
ANNEXURE A: PROVISION OF GUARDING SERVICES (INCLUDING ACTIVE GUARD TRACKING)
OFFICE GRADE WEEKDAYS
WEEKNIGHTS WEEKEND DAYS
WEEKEND NIGHTS
UNIT PRICE
TOTAL COST
SUNNINGHILL D 10 6 6 6TSHWANE D 1 0 0 0SOSHANGUVE D 2 2 2 2 WITH 2
DOGSKLERKSDORP D 1 0 0 0POLOKWANE D 1 0 0 0PORT ELIZABERTH
D 1 0 0 0
DURBAN D 1 0 0 0
RFP NO.: NHBRC 1124/2014. Page 23 of 35
ANNEXURE B: INSTALLATION AND MAINTENANCE OF AN INTEGRATED SECURITY SYSTEM
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
B1 - ACCESS CONTROLTurnstar Traffic Master Boom Barrier.
Round powder coated aluminum barrier arm. Vehicle Barrier 4 Meter Turnstar Booms including install, civil works and commissioning
4 0 0 0 0 0 0
Turnstar Triton Turnstile
Half Height stainless &glass revolving turnstile.
2 0 0 0 0 0 0
Turnstar Special needs gate.
Framed-38mm stainless steel with glass clamps and 6 mm toughened glass
2 0 0 0 0 0 0
Bell 600kg 600KG maglock with quick mount and Z-bracket with built-in read switch
21 5 4 4 4 6 7
Power Pack 5 amp 12 volt switch mode power supply with 12 volt 7AH Battery.
21 5 4 4 3 6 7
Push Pack No touch exit door release. (Push Button)
14 2 3 2 4 5 6
Dorma- Door closer
Dorma Heavy Duty Door closer
21 5 4 2 4 6 7
Key Release ON/OFF Key switch 19 3 4 2 6 7
RFP NO.: NHBRC 1124/2014. Page 24 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
Safran Morpho- MA520
Outdoor Dual BIO Reader.
7 5 0 1
Safran Morpho-MA520
Indoor Dual Bio Time and attendance
5 1 2 0 2 2 2
Safran Morpho J Daul
Indoor Dual Bio Reader for Time and attendance
26 2 3 2 3 4 6
Impro- HCW930-0-0-GB
Cluster Controller+1x Wigand Reader Module IPS
12 4 1 1 1 2 2
Impro- HCW930-0-0-GB
Wigand Reader Module –Add on to Cluster Controller
12 3 2 1 2 3 3
Impro-HRN980-5-0-GB
Registration Reader USB 125Khz & 13.56MHz-Pro & Enterprise
2 1 1 1 1 1 1
ImproTMC911-1-0-NN
Mifare Credit Card ISO -4K
200 30 50 20 30 50 100
Client PC – Impro (Server)
13 Processor 8GB 1 1 1 1 1 1 1
Workstation PC 13 Processor 8GB RAM Windows-Pro-64 bit. Includes 1TB HDD
1 1 1 1 1 1 1
Impro-SAG 913-0-0-GB 1101-02-USB11-00
Morpho Smart MSO300 Veri-focal license
2 0 0 0 0 0 1
Impro-HRD 900-5-0-GB
Impro X MD DBv Vertical Mount Drop Box- Mechanism Only
1 0 0 0 0 0 0
Impro-HRD 900-5-0-GB
ImproX MD DBh Vertical Mount Drop Box-In Housing
1 0 0 0 1 0 0
RFP NO.: NHBRC 1124/2014. Page 25 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
Intercom System
1:1 Intercom system 2 0 0 1 0 1 1
Intercom &Camera Gooseneck
Intercom gooseneck with rain shield galvanized and powder quote.
1 1 0 0 1 0 0
Camera gooseneck with rain shield galvanised and powder quoted.
3 2 0 0 1 0 0
Switch 24 Port POE Switch 10/1000 Uplink.
4 0 1 0 1 1 1
Honeywell-Dolphin 7800
License and vehicle disk Scanner
2 0 0 0 0 1 0
WIFI Wi-Fi Access Point for Visitor Scanner
2 0 0 0 0 1 0
Centurion D5 Battery backup gate motor for sliding gate
2 2 0 0 2 0 0
Centurion D5 Battery backup motor for swing gate.
0 0 0 0 0 1 0
Impro Audit Impro Audit with 5 year extended warrantee on Impro Hardware and Software.
1 1 1 1 1 1 1
Ipro Commissioning
Commissioning Assistance.
1 1 1 1 1 1 1
Impro-TRK900 Quad Remote Transmitter
40 20 0 0 40 20 0
Impro-HRR901 RF Wigand Receiver external Antenna
2 2 0 0 2 1 0
External Attend External Antenna for the HRR901.
2 2 0 0 1 1 0
Cathexis Access control device 1 1 3 1 1 1 1
RFP NO.: NHBRC 1124/2014. Page 26 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
CACC-3000 bundle license (unlimited doors)
B2 - CCTVDay &Night functionality; Build-in IR LED; Edge storage; H.264 and Motion JPEG; Corridor FormatCathexis WNVR-6000
Windows Network Video Recorder-6000Network rack mounts
3 1 1 1 1 1 1
SATA-Hard drive
SATA-Generic 7200rpm 4TB hard drive
30 6 3 1 3 2 4
Cathexis 100-01769
Hard Drive-120GB Solid State Hard Drive
3 1 3 1 1 1 1
Cathexis-CC0R-2000
Cat Vision Core Software Cathexis Core I.P Recording Server License UP to 36 cams. Inc. 5X Client Viewing license
3 1 3 1 1 1 1
Cathexis EIO-1148
Ethernet I/O module 4 by 1A non polarized relay outputs, and 8 opto isolated inputs. N POE included.
3 1 3 1 1 1 1
Cathexis CLIC-2000
Tree year Cathexis Version Migration license.
131 36 17 6 13 18 1
Cathexis CCVM-1003
Cat Vision Camera License Applied per camera added to systems with the Core, Professional or
131 36 17 6 15 18 21
RFP NO.: NHBRC 1124/2014. Page 27 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
Premium packagesAXLIS-P1405-LE
Bullet Camera HDTV 1080p/2megapixel resolution at full frame rate.
23 13 3 0 7 5 21
AXIS-M3004V Fixed Indoor Vandal Proof Mini Dome Ultra-compact, vandal-resistant design, Progressive scan, HDTV 720p/1MP
87 15 13 0 1 11 8
AXIS-P3364-V Indoor Fixed Dome Superb video in MP or HDTV 720p quality, Light finder technology, P-Iris control, H.264 main profile and multiple H.264 streams, Digital PTZ, Easy installation with remote focus and zoom. Vandal-resistant design Audio and I/O
2 0 1 0 4 1 12
AXIS-P3364V Outdoor Fixed Dome Superb video in 1MP or HDTV 720p quality, Light finder technology, P-Iris control, H.264 main profile and multiple H. 264 streams, Digital PTZ, Easy installation with remote focus and zoom, Vandal-resistant
4 0 0 0 0 1 1
RFP NO.: NHBRC 1124/2014. Page 28 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
design Audio and I/OAXIS P5415-E Outdoor PTZ Wall-
mount design for easy installation, Repaint able, integrated sunshield, Durable, low maintenance mechanics, UP to HDTV 1080P WITH 18X optical zoom, Two-way audio &input/output ports.
11 3 0 0 0 0 0
AXIS LPR Superb video quality in HDTV and 5 megapixel
3 5 0 0 0 0 0
24 Port POE 24 Port POE Switch WITH 10/1000 Uplink
6 2 1 0 1 1 1
Cathexis Commissioning and implementation assistance from Cathexis
1 0 0 0 0 0 0
INTRUDER ALARM SYSTEMTexecom-Premier Elite 168
8 Zone Main Control Panel, expandable to 1288 Zones Expandable to 16816 Areas200 User Codes
2000 Event Log Time &Date Stamped.EN rated energy
1 2 1 1 1 1 1
RFP NO.: NHBRC 1124/2014. Page 29 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
efficient switch mode power supplyPlug-on DigimodermsMultiple communication options PSTN/GSM/GPRS/IPRemote diagnostics and upload/download via Wintex software.PD6662:2010 Grade 3 Class ll
Csthexis Calm-2000
Alarm Panel integration license.
1 2 1 1 1 1 1
Combination Siren Strobe Outdoor
Siren and Strobe combination for door monitoring at each Door.
10 2 3 1 1 1 1
Siren 40 Watt 12 Volt system siren
1 2 1 1 1 1 1
Texecom LCDLP Polymer
Premier Elite Series CompatiblePremier Series CompatibleBlue LCD ScreenTouchtone KeysBacklighting2 Additional Zones1 Programmable Output.Extension SpeakerBuilt-in Proximity Tag ReaderPD6662:2010 Grade 3 Class ll
1 2 1 1 1 1 1
RFP NO.: NHBRC 1124/2014. Page 30 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
Texecom-Premier Elite 8XP
Premier Elite Series Compatible8 Additional Outputs.1 Auxiliary input.Speaker DriverPD6662:2010 Grade 3 Class ll
20 20 3 2 3 6 7
Texecom-Premier Elite RM8
Premier Elite Series CompatiblePremier Compatible8 Relay OutputsRemote WiredPlug-On-Premier Elite Series Only (except Priem Elite 24 and Premier Elite 48-WPD6662:2010 Grade 3 Class ll
1 2 1 1 1 1 1
Texecom Premier Elite Com IP
Premier Elite Series CompatiblePremier CompatibleModem Speed (Baud) 19200ATS Class 4
1 2 1 1 1 1 1
GSM Coms Unit
Specific to each Armed response firm to Send Contact ID signal for detailed information to armed response firm
1 2 1 1 1 1 1
Texecom-Premier Elite PSU200
New energy efficient 2.5A switch mode power supply.
20 20 3 1 1 6 7
Battery 12 Volt 12 Volt supply 7AH Gel 22 22 5 3 5 6 7
RFP NO.: NHBRC 1124/2014. Page 31 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
7AH Battery220 Volt 5 Amp 220 volt supply
required at each power supply point and main control point with Certificate of Compliance.
21 21 4 2 0 0 0
Texecom-Premier Compact PW
Digital Pet immune PIR 12m volumetric range.Digital signal processingUp to 35Kg (77 lbs.) pet immunityBuilt-in EOL resistorsMounting height alignment.Digital temperature compensation.Remote LED disable.PD6662:2010 Grade 2 Class ll
85 60 11 13 4 7 8
Mounting height alignment.
0 0 0 0 17 30 30
Magnetic Door Contact
Indoor Magnetic door contact to monitor Doors.
43 30 0 7 15 12 10
Sherlo Tronic- 500m Receiver
Code hopping EncryptionLatch or MomentarySelectable Momentary times.1 Sec:Sec,1min 3min ON/OFFBuzzer tone
0 0 0 1 2 2 0
RFP NO.: NHBRC 1124/2014. Page 32 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
Crystal Controller+/- 100KHzFrequencies: 403MHz/433 MHz12-24 V AC/DC input. Weatherproof housing
Sherlo Tronic-500 m pendant long range single Button Transmitter
Encryption: Code Hopping
Range: 500m (Open air)Voltage Range:10 V-13 VCurrent on TX:32MASleep mode:1UaDimensions: (1xbxh) 70x37x18mmOperating Temp:-3 C to 65 CWarranty: 24 Months.
2 2 0 2 4 6 2
Optex-VX40 Adjustable detection zone function (15 per notch), Size judging function, Double conductive shielding, Sensitivity selection switch, Temperature compensation, Selectable N.C Or N.O. alarm output, Photocell for day and night operation.
2 4 0 0 0 2 6
Optex- BX80 Variable detection 80 2 0 2 0 6 2
RFP NO.: NHBRC 1124/2014. Page 33 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
Outdoor Infrared Detector.
range from 2 to 12 m on each side, Double conductive shielding, Advanced temperature compensation, Limited detection range function, Size judging function to avoid false alarms, Audible alarm function, Attractive and slender design.
Optex-AX- 200TN Model
60 Meter Infrared Outdoor Interrupted Beam.
20 37 0 0 0 0 0
Optex-BX80 Outdoor Infrared Detector
Variable detection range from 2 t0 12m 0n each side
0 0 0 0 0 0 10
27-Electric fence
Rewire 27 Strand free standing fencing, 2.5 mm braided stainless steel wire as per COC fence specifications.
Determine on site visit
Determine on site visit
0 0 0 0 0
Merlin M28 M28 Energizer 2 zone with solar panel and 105 amp Battery and mounting pole with solar bracket with transmitter to link to the intrusion alarm system (RX and TX
2 0 0 0 0 1 0
ARMED RESPONSE (MONITORING
24HRS 24HRS 24HRS 24HRS 24HRS 24HRS 24HRS
RFP NO.: NHBRC 1124/2014. Page 34 of 35
MODEL CODE GUIDANCE
DESCRIPTION SUNNINGHILL SOSHANGUVE TSHWANE KLERKSDORP POLOKWANE PORT ELIZABETH
DURBAN PRICE
AND REACTION)TOTAL COST
RFP NO.: NHBRC 1124/2014. Page 35 of 35