42
1 REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of Construction Health, Safety and Environmental Professional Service for the Taxiways Project at O.R Tambo International Airport (October 2018) RFQ: 58299 Name of tenderer: ………………………………………………………………………………..

REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: [email protected] Identification details: RFQ 58299 The appointment

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

1

REQUEST FOR QUOTATIONS (RFQ)58299

FOR

Provision of Construction Health, Safety and

Environmental Professional Service for the

Taxiways Project at O.R Tambo International

Airport

(October 2018)

RFQ: 58299

Name of tenderer: ………………………………………………………………………………..

Page 2: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

2

REQUEST FOR QUOTE (RFQ) Reference Number: Airports Company South Africa Limited (ACSA) invites suitably qualified and experienced service providers to submit quality proposals for the appointment of a construction health, safety and environmental service provider for the Taxiways project at O.R Tambo International Airport.

Enquiries and Contact Information

Bidders are encouraged to forward their enquiries prior to the Briefing Session using

only: E-mail: [email protected]

RFQ enquiries close at

Submission Closing Date

Submission of quotations will close at 12h00 on 20 November 2018. Quotations

should be emailed to: [email protected]

Note: The tender quote validity period is 120 days Mandatory Administrative Requirements

Complying with T2.1, List of returnable documents

All individuals proposed are to be professionally registered with SACPCMP.

Note: No bid will be awarded to any person/entity whose tax matters have

not been declared in order by the South African Revenue Services (SARS).

No award can be made to a supplier or service provider who is not registered on

the Central Supplier Database (CSD).

Page 3: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

3

T1.2 Tender Data

The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity in Construction Procurement (January 2009) as published in Government Gazette No 31823, Board Notice 12 of 2009 of 30 January 2009. (See www.cidb.org.za). The Standard Conditions of Tender make several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the Standard Conditions of Tender. Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it mainly applies.

Clause number

Tender Data

F.1.1 The employer is AIRPORTS COMPANY SOUTH AFRICA LTD (ACSA)

F.1.2 The Tender Documents issued by the Employer comprise the following documents: THE TENDER (Volume 1 of 3) Part T1: Tendering procedures T1.1 - Tender notice and invitation to tender T1.2 - Tender data T1.3 - CIDB Standard Conditions of Tender Part T2: Returnable documents T2.1 - List of returnable documents T2.2 - Returnable schedules THE CONTRACT (Volume 2 of 3) Part C1: Agreements and Contract data C1.1 - Form of offer and acceptance C1.2 - Contract data Part 1: Data provided by Employer Part 2: Data provided by Consultant Part C2: Pricing data C2.1 - Pricing instructions C2.2 - Price schedule Part C3: Scope of work C3 - Scope of work

F.1.4 The Employer is: Name: Airports company South Africa Address: O.R Tambo International Airport 4th Floor ACSA Administration Building North Wing Offices Kempton Park

Page 4: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

4

F.2.13.5

The employer’s details and address for delivery of tender offers and identification details that are to be shown on each tender offer package are: Please email quotations to the following address: [email protected] Identification details: RFQ 58299 The appointment of a construction health, safety and environmental service provider for the taxiways project at O.R Tambo International Airport. Closing date & time: 19 November 2018 at 12:00 PM

Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.

F.2.15 The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to Tender.

F.2.16 The tender offer validity period is 120 days

F.2.23 The tenderer is required to submit with his quote

1) A certified copy of a valid B-BBEE Verification Certificate issued by an accredited verification agency or a sworn affidavit (QSEs &EMSs).

F.3.8.1 It is important to highlight that ALL Returnable Schedules must be completed and signed as part of the criteria for the Test of Responsiveness.

F.3.11.1 The primary criterion in selection, apart from costs, will be the degree to which the Service Provider can demonstrate appropriate knowledge and expertise. A further consideration will naturally be the equity profile of the service provider in management, ownership and implementation. The procedure for the evaluation of responsive tenders is Method 2 as contained in the Standardized Construction Procurement Documents for Professional Services (October 2005) as published by the Construction Industry Development Board.

Page 5: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

5

F.3.11.7 The score for financial offer is 80/20

1. 90 where the financial value inclusive of VAT of all responsive tenders received have a value in excess of R50 000 000.00; or

2. 80 where the financial value inclusive of VAT of one or more responsive tender offers equals or is less than R50 000 000.00.

In the event that the calculation using the above formula results in a negative value the score shall be set to 0 (zero). The procedure for the evaluation of responsive tenders is as follows:

1. Mandatory Requirements 2. Functionality 3. Price/B-BBEE

The overall scoring ratio applicable to this tender is as follows:

B-BBEE max. 20 points out of 100.

Price max. 80 points out of 100. (80/20) Total 100 points

Page 6: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

6

F3.11.9 Functional Evaluation Note: The minimum score shall be attained under each of the subcategories below in order to proceed to the next round of evaluations

1. Tendering Organisation: Years of work experience

Criteria Points Minimum/ Maximum

< 5 years 0 Points

5-8 years 30 points Minimum

> 8 years 40 points Maximum

Note: The work experience pertains to relevant work (safety, health and environmental management of construction projects)

2. Key Personnel: Individual Proposed

2.1 Years of Relevant work Experience (Note: The experience must be in line with the scope of works as outlined in Sections C2 and C3)

Criteria Points Minimum/ Maximum

< 5 year 0 points

5-8 year 20 points Minimum

> 8 year 50 points Maximum

2.2 Professional Registration (Provide proof of registration)

Criteria Points Minimum/ Maximum

No registration 0 points

Registered with SACPCMP

10 points Minimum

Minimum Maximum

Tendering Organisation: years of experience

30 40

Proposed individual: Years of Work Experience

20 50

Proposed Individual: Professional registration

10 10

60 100

Page 7: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

7

T2.1 List of Returnable Documents The tenderer must provide the following returnable documents:

1 Returnable schedules required for tender evaluation purposes

1.1 Certificate of Authority for Signatory. 1.2 Proof of Professional registration with the South African Council for the Project

and Construction Management Profession (SACPCMP) as per the Project and Construction Management Professions Act, 2000 (Act No. 48 of 2000).

1.3 Original and valid Tax Clearance Certificate issued by the South African Revenue Services.

1.4 Original and valid B-BBEE Verification Certificate (approved by a SANAS accredited verifier).

1.5 Proof of Insurance 1.6 Letter of Good Standing (COIDA) 1.7 Organogram of personnel to be dedicated on the project (indicate experience &

qualifications) 1.8 Proof of Central Database Registration (CSD) 1.9 Schedule of tenderer’s relevant experience 1.10 Schedule of Key personnel’s details 1.11 Certification of staff availability 1.12 Proposed amendments and qualifications

OTHER ENCLOSED DOCUMENTS TO FORM PART OF THE APPOINTMENT CONTRACT; C1 Agreements and Contract Data C2 Pricing Schedule C3 Scope of Work Returnable Schedules Checklist

Note : All returnable schedules are to be fully complete. Completed

(tick)

1.1 Certificate of Authority for Signatory

1.2 Proof professional registration with SACPCMP

1.3 An original and valid Tax Certificate issued by the South African Revenue Services

1.4 An original and valid B-BBEEE Verification Certificate

1.5 Proof of Professional Indemnity and Public Liability Insurances

1.6 Letter of Good Standing

1.7 Organogram of personnel to be dedicated on the project (indicate experience & qualifications)

1.8 Proof of Central Database Registration (CSD)

1.9 Schedule of tenderer’s relevant road construction experience

1.10 Schedule of personnel’s details

1.11 Certification of staff availability

1.12 Proposed Amendments and qualifications

Page 8: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

8

** NOTE; FAILURE TO SUBMIT THE ABOVE RETURNABLE DOCUMENTS WILL DISQUALIFY THE SUBMISSION AND IT WILL NOT BE EVALUATED UNDER PRICE AND PREFERENCE.

Form 1.1: Certificate of Authority for Signatory

1) Signatories for close corporations and companies shall confirm their authority by attaching to this form a duly signed and dated copy of the relevant resolution of their members or their board of directors, as the case may be.

2) In the event that the tenderer is a joint venture, a certificate of authority for signatories (Form 1.4) is required from all members of the joint venture and the designated lead member shall be clearly identified as requested by tender condition F2.13.4.

An example is shown below: “By resolution of the board of directors taken on……………………………………….20…………. Mr/Mrs/Ms………………………………………………………………………………………………………. whose signature appear below, has been duly authorized to sign all documents in connection with this tender for the taxiways project at O.R. Tambo International Airport” (block capitals)………………………………………………………………………………………………….. ……………………………………………………………………………………………………………………. Signed on behalf of Company:………………………………………………………………………………. In his/her capacity as:…………………………………………………………………………………………. Date:………………………………………..Signatory of Authority:………………………………………… Witnesses: _______________________ __________________ Signature Signature _______________________ __________________ Name (print) Name (print)

Signed …………………………………… Date………………………………………………….. Name …………………………………… Position……………………………………………… Tenderer ………………………………………………………………………………………………...

Page 9: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

9

Form 1.2: Proof of Professional registration with the South African Council for the Project and Construction Management Profession (SACPCMP) as per the Project and Construction Management Professions Act, 2000 (Act No. 48 of 2000).

- Attach proof of registration of company or individual/s dedicated to

project to this page behind - A single individual will be required but the CV of a backup individual is

to be provided.

Page 10: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

10

Form 1.3: Original and valid Tax Clearance Certificate issued by the South African Revenue Services. Please attach company’s valid original tax clearance certificate/s to this page behind.

No tender will be awarded to any person whose Tax matters have not been declared to be in order by South African Revenue Service – valid and original Tax certificate must be attached.

Page 11: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

11

Form 1.4: Original and valid B-BBEE Verification Certificate (approved by a SANAS accredited verifier). Please attach company’s valid B-BBEE Verification Certificate/s to this page behind:

Page 12: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

12

Form 1.5: Proof of Insurance 1. Please give details of insurance held by you, enclosing a copy of the policy held by you in

relation to that insurance. Employers Liability Insurance

INSURER:

POLICY NO:

EXPIRY DATE:

EXTENT OF COVER: R

Enclosed? (Please tick as appropriate) Yes

No

Public Liability (Third Party Insurance)

INSURER:

POLICY NO:

EXPIRY DATE:

EXTENT OF COVER: R

Enclosed? (Please tick as appropriate) Yes

No

Professional Indemnity Insurance

INSURER:

POLICY NO:

EXPIRY DATE:

EXTENT OF COVER: R

Enclosed? (Please tick as appropriate) Yes

No

2. Please enclose full details of any claims in excess of R35, 000 made against your Firms’ insurance policies within the last three years.

Enclosed? (Please tick as appropriate) Yes

No

N/A

Signed…………………………………………………….. Date…………………………………………. Name…………………………………………………….. Position……………………………………… Respondent…………………………………………………………………………………………………

Page 13: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

13

Form 1.6: Letter of Good Standing

Please attach a copy of the Letter of Good Standing to this page behind:

Page 14: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

14

1.7 Organogram of personnel to be dedicated on the project (indicate experience & qualifications)

Page 15: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

15

Form 1.8 Proof of Central Database Registration (CSD)

Please attach a copy of the CSD Registration to this page behind:

Page 16: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

16

Form 1.9 Schedule of the Tender’s relevant experience

The project experience of the Tender as a company, with respect to management of SHE.

The following is a statement of similar work (as per sections C2 and C3) successfully executed by myself/ourselves: Overall years of work experience on relevant projects since the time of inception: __________years.

(Add rows if necessary)

Project Number

Employer, contact person and telephone

number.

Value of full project exclusive

of VAT (Rand)

Date completed

Brief Description of the tenderer’s role on the project

1

2

3

4

5

6

Signed Date

Name Position

Tender

Page 17: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

17

Form 1.10: Schedule of Key Personnel’s Details

CV’s of the abovementioned individuals on the project are to be included. Note: The attached template is to be used for the compilation of CV’s

CV’s of the following individual is to be provided: Key Staff member conducting inspections/ audits and reporting. This staff member will also be

involved in all meetings which may be required with the client and other consultants appointed

on the project. Refer to the pricing schedule in section C2 and the scope of works as per

Section C3.

Page 18: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

18

CV’s of KEY STAFF Complete and make copies of template as required

Name :

Surname :

Role on this project: Key Staff member conducting audits, reports, contribution towards the development of relevant aspects of the tender document, attendance of meetings with the client and other consultants on the project, as per SACPCMP requirements. Refer to sections C2 and C3.

Nationality :

Date of Birth :

Name of current employer and position in enterprise:

Professional Registration number

Qualifications: (degrees, diplomas)

Number of years of relevant experience since graduating

List of relevant projects which has a bearing on the scope of works as per Section C2 and C3, for this project (Add rows if necessary)

Project Number

Employer, contact person and

telephone number.

Value of full project

exclusive of VAT (Rand)

Date completed

Brief Description of the tenderer’s role on the project

1

2

3

4

5

Commitment to the Project The undersigned commits himself/herself to the overall project. He/she does not intend to cancel his/her contract / or to leave the company which employs him/her within the overall duration of the entire project. Signed: Date:

Page 19: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

19

Form 1.11. Certification of Staff Availability

I certify on behalf of

(Print Name of Tender)

that the same staff as proposed within this tender will be utilized for this contract. Should the staff become unavailable at the start of or during the contract, for reasons beyond the organisations control, alternative staff (equivalent or better) are to be proposed and approved by the employer. The proposed alternative staff are to be equivalent (with respect to experience and qualifications) to the staff which are proposed for this tender.

Signed Date

Name Position

Tender

Page 20: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

20

Form 1.12: Proposed amendments and qualifications The Tender shall record any deviations or qualifications he may wish to make to the tender documents in this Returnable Schedule.

Page Clause or item Proposal

Signed Date

Name Position

Tender

Page 21: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

21

C1. Agreements and contract data

C 1.1 Form of Offer and Acceptance C 1.2 Contract Data C 1.3 Occupational Health and Safety Agreement C 1.4 Insurance Requirements

Page 22: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

22

C1.1 Form of Offer and Acceptance

Offer The Employer, identified in the acceptance signature block, has solicited offers to enter into a contract

for the procurement of:

Construction Health, Safety and Environmental Professional Service for the Taxiways project at

O. R Tambo International Airport

The tenderer, identified in the offer signature block, has examined the documents listed in the tender

data and addenda thereto as listed in the returnable schedules, and by submitting this offer has

accepted the conditions of tender.

By the representative of the tenderer, deemed to be duly authorised, signing this part of this form of offer

and acceptance, the tenderer offers to perform all of the obligations and liabilities of the Service Provider

under the contract including compliance with all its terms and conditions according to their true intent

and meaning for an amount to be determined in accordance with the conditions of contract identified in

the Contract Data.

The offered price for Professional Fees (including VAT)

_____ % of the Project Estimated Value at R100 800 000 .00 (Excl VAT) which is equal to

_____________________________________________________________________ Amount in

words; (Figures) ___________________________________________________(Excl VAT)

The fee is based on a percentage of the construction value based on the agreed scope of work for which you are providing a professional service and will be fixed. The fee percentage is 3% and will be adjusted to align with construction value. Refer to Pricing Data

This offer may be accepted by the Employer by signing the acceptance part of this form of offer and

acceptance and returning one copy of this document to the tenderer before the end of the period of

validity stated in the tender data, whereupon the tenderer becomes the party named as the Service

Provider in the conditions of contract identified in the Contract Data.

Signature(s) _________________________ Date ___________________________ Name(s) _________________________ ___________________________ Capacity _________________________ ___________________________ for the tenderer _______________________________________________________________

(name and address of organization)

Name and signature of witness ______________________ Date _________________________.

Page 23: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

23

Acceptance

By signing this part of this form of offer and acceptance, the Employer identified below accepts the

tenderer’s offer. In consideration thereof, the Employer shall pay the Service Provider the amount due

in accordance with the conditions of contract identified in the Contract Data. Acceptance of the

tenderer’s offer shall form an agreement between the Employer and the tenderer upon the terms and

conditions contained in this agreement and in the contract that is the subject of this agreement.

The terms of the contract, are contained in:

Agreements and contract data, (which includes this agreement)

Pricing data

Scope of work.

Site information and drawings and documents or parts thereof, which may be incorporated by reference into Parts 1 to 4

above. Deviations from and amendments to the documents listed in the tender data and any addenda

thereto as listed in the tender schedules as well as any changes to the terms of the offer agreed by the

tenderer and the Employer during this process of offer and acceptance, are contained in the schedule of

deviations attached to and forming part of this agreement.

The tenderer shall within two weeks after receiving a completed copy of this agreement, including the

schedule of deviations (if any), contact the Employer’s agent (whose details are given in the contract

data) to arrange the delivery of any bonds, guarantees, proof of insurance and any other documentation

to be provided in terms of the conditions of contract identified in the Contract Data. Failure to fulfil any

of these obligations in accordance with those terms shall constitute a repudiation of this agreement.

Notwithstanding anything contained herein, this agreement comes into effect on the date when the

tenderer receives one fully completed original copy of this document, including the schedule of

deviations (if any). Unless the tenderer (now Service Provider) within five working days of the date of

such receipt notifies the Employer in writing of any reason why he cannot accept the contents of this

agreement, this agreement shall constitute a binding contract between the parties.

Signature(s) _________________________ ___________________________ Name(s) _________________________ ___________________________ Capacity _________________________ ___________________________ for the Employer Airports Company South Africa O.R. Tambo International Airport 4th floor ACSA North Wing Offices 1627 Name and signature of witness __________________________ Date ____________________________

Page 24: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

24

C1.2 Contract data The Conditions of Contract are the Standard Professional Services Contract (July 2009, Edition 3) published by the Construction Industry Development Board (CIDB) Each item of data given below is cross-referenced to the clause in the Conditions of Contract to which it mainly applies.

Part 1: Data provided by the Employer

Clause Data

The Employer is: Airports Company South Africa Ltd

3.4 and 4.3.2

The authorised and designated representative of the Employer is: Name: Kamogelo Molawa

The address for receipt of communications is: Jabu Mawila Telephone: 010 207 2881

Facsimile: E-mail: [email protected] Address: O.R Tambo International Airport, Kempton park

1 The Project is: Taxiways Project

1 The Period of Performance is until completion of all project deliverables in accordance with the scope of service and scope of work.

1 The Start Date is: To be confirmed upon appointment

3.5 The location for the performance of the Project is: OR Tambo International Airport.

3.6 The Service Provider may not release public or media statements or publish material related to the Services or Project under any circumstances without prior written authorisation by the Employer.

3.12 The penalty amount payable per day is 0.05% to a maximum of 10% of contract fee value.

5.4.1 The Service Provider is required to provide the following insurances in respect of each and every claim without limit to the number of claims; 1. Insurance against: Professional Indemnity Cover is: R10 million. Period of cover: Duration of the project up to Final Completion date. 2. Insurance against: Public Liability Cover is: see attached insurance schedule (C1.4 section 4) Note: The total project value exceeds R 50 000 000

5.5 The Service Provider is required to obtain the Employer’s prior approval in writing before taking any of the following actions:

1. Change of designated project personnel.

2. Change in consulting costs

Page 25: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

25

7.2 The Service Provider is required to provide personnel in accordance with the provisions of clause 7.2 and to complete the Personnel Schedule.

8.1 The Service Provider is to commence the performance of the Services immediately from the contractual start date.

8.2.1 The Contract is concluded when all Consultants contract responsibilities in terms of this contract has been carried out

9.1 Copyright of documents prepared for the Project shall be vested with ………………… (Consultant) within the contract period and copyright shall be passed on to ACSA upon accepted completion of each project phase or stage.

12.1 Interim settlement of disputes is to be by adjudication.

12.2 / 12.3 Final settlement is by Arbitration.

12.2.1 In the event that the parties fail to agree on a mediator, the mediator is nominated by the Johannesburg Advocates Bar Council.

12.4.1 In the event that the parties fail to agree on an arbitrator, the arbitrator is nominated by Johannesburg Advocates Bar Council.

13.4 Neither the Employer nor the Service Provider is liable for any loss or damage resulting from any occurrence unless a claim is formally made within the contract period stipulated in the contract data.

13.5.1 The provisions of 13.5 shall apply to the Contract.

13.6 The provisions of 13.6 do not apply to the Contract.

14.3 Clause 14.2 shall not apply to disputed amounts which are finally determined to be payable to the Service provider.

15 The interest rate will be applicable bank prime rate.

The additional conditions of contract are: State below if any. None.

Page 26: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

26

Part 2: Data provided by the Service Provider (*compulsory to complete)

Clause

1 The Service Provider is Address: Telephone: Facsimile:

5.3 The authorised and designated representatives of the Service Provider are Name: The address for receipt of communications is: Telephone: Facsimile: Address:

5.5

7.1.2 The Key Persons and their jobs/functions in relation to the services are:

Name Specific duties

Page 27: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

27

C1.3 Occupational Health and Safety Agreement (*compulsory to complete)

AGREEMENT MADE AND ENTERED INTO BETWEEN ACSA (HEREINAFTER CALLED THE “EMPLOYER”) AND

……………………………………………………………………………………………………………………….. (Service Provider / Mandatory / Company / CC Name) IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL HEALTH AND SAFETY ACT, ACT No. 85 OF 1993 AS AMENDED

I, ………………………………………………………………………………………………….., representing ……………………………………………………………………………………………………, as employer In its own right, do hereby undertake to ensure, as far as is reasonably practicable, that all work will be performed, and all equipment, machinery or plant used in such a manner as to comply with the provisions of the Occupational Health and Safety Act (OHSA) and the Regulations promulgated thereunder. I furthermore confirm that I am/we are registered with the Compensation Commissioner and that all registration and assessment monies due to the Compensation Commissioner have been fully paid or that I/We are insured with an approved licensed compensation insurer. COID ACT Registration Number: ……………………………………………………………………………….. OR Compensation Insurer: …………………………………………………. Policy No.:…………………….. I undertake to appoint, where required, suitable competent persons, in writing, in terms of the requirements of OHSA and the Regulations and to charge him/them with the duty of ensuring that the provisions of OHSA and Regulations as well as the Council’s Special Conditions of Contract, Way Leave, Lock-Out and Work Permit Procedures are adhered to as far as reasonably practicable. I further undertake to ensure that any subcontractors employed by me will enter into an occupational health and safety agreement separately, and that such subcontractors comply with the conditions set. I hereby declare that I have read and understand the appended Occupational Health and Safety Conditions and undertake to comply therewith at all times. I hereby also undertake to comply with the Occupational Health and Safety Specification and Plan. Signed at……………………on the…………………….day of………………………………20……. __________________________ _______________________ Witness Mandatory

Signed at……………………on the……………………day of……………………………….20………. __________________________ _______________________ Witness for and on behalf of ACSA

Page 28: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

28

OCCUPATIONAL HEALTH AND SAFETY CONDITIONS

1. The Chief Executive Officer of the Contractor shall assume the responsibility in terms of Section 16(1) of the Occupational Health and Safety Act (as amended). Should the Contractor assign any duty in terms of Section 16(2), a copy of such assignment shall immediately be provided to the representative of the Employer as defined in the Contract.

2. All work performed on the Employer’s premises shall be performed under the supervision of the construction supervisor who understand the hazards associated with any work that the Contractor performs on the site in terms of Construction Regulations 2003.

3. The Contractor shall appoint a Competent Person who shall be trained on any occupational health and safety aspect pertaining to them or to the work that is to be performed.

4. The Contractor shall ensure that he familiarises himself with the requirements of the Occupational Health and Safety Act and that he, his employees, and any sub-contractors, comply with them.

5. Discipline in the interests of occupational health and safety shall be strictly enforced.

6. Personal protective equipment shall be issued by the Contractor as required and shall be worn at all times where necessary.

7. Written safe work procedures and appropriate precautionary measures shall be available and enforced, and all employees shall be made conversant with the contents of these practices.

8. No substandard equipment/machinery/articles or substances shall be used on the site.

9. All incidents referred to in terms of Section 24 of the Occupational Health and Safety Act shall be reported by the Contractor to the Department of Labour and the Employer.

10. The Employer hereby obtains an interest in the issue of any formal inquiry conducted in terms of Section 32 of the Occupational Health and Safety Act and into any incident involving a Contractor and/or his employees and/or his sub-contractor/s.

11. No use shall be made of any of the Employer’s machinery / plant / equipment / substance / personal protective equipment or any other article without prior arrangement and written approval.

12. No alcohol or any other intoxicating substance shall be allowed on the site. Any person suspected of being under the influence of alcohol or any other intoxicating substance shall not be permitted access to, or allowed to remain on the site.

13. Prior to commencement of any work, verified copies of all documents mentioned in the agreement, must be presented to the Employer.

Page 29: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

29

C1. 4 Insurance Requirements INSURANCE CLAUSES FOR CAPEX PROJECTS

The insurance clauses in this document should be extracted and attached to tender documents and to contracts. SECTION A: DEFINITIONS Landside refers to:

Areas of the airport before the security points, and

The restricted area beyond the security points but, within the perimeter of gatehouses,

passenger terminals and cargo buildings

Airside refers to:

The Apron / manoeuvring areas

Area within the airside boundary/perimeter fence, excluding the internal areas of the passenger

terminals, perimeter gatehouses and cargo buildings

SECTION B: INSURANCE CLAUSES 1. Insurance requirements for contracts with a value below R50million on the LANDSIDE

1.1 Contract Works

With regards to contract works claims, the contractor/consultant is responsible for a deductible

(excess) of R250 000.

Contractors / consultants may re-insure the deductible

1.2 Public Liability

In the event of a claim against the contractor / consultant for 3rd

party property damage the

contractor / consultant will be responsible for a deductible (excess) of R275 000

In the event of a claim against the contractor / consultant for removal of lateral support, the

contractor / consultant will be responsible for a deductible (excess) of R500 000

Contractors / consultants may re-insure the deductibles

1.3 Professional Indemnity

All consultants are responsible for Professional Indemnity cover of R5million

Contractors who have a material design element, excluding typical P & G related work, as part

of their scope, are responsible for Professional Indemnity cover of R5million

In the event of a claim above R5million, the ACSA PI cover will kick in for the amount in excess

of R5m.

Proof of cover in the form of a certificate of insurance should be provided to ACSA before a

contract is signed between ACSA and the contractor and/or consultant.

2. Insurance requirements for contracts below R50million on the AIRSIDE

2.1 Contract Works

With regards to contract works claims, the contractor / consultant is responsible for a

deductible (excess) of R250 000.

Contractors / consultants may re-insure the deductible

2.2 Public Liability

In the event of a claim brought against the contractor / consultant for 3rd

party property damage

the contractor / consultant will be responsible for a deductible (excess) of R525 000

In the event of a claim brought against the contractor / consultant for removal of lateral support,

the contractor / consultant will be responsible for a deductible (excess) of R750 000

Page 30: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

30

In the event of a claim brought against the contractor / consultant for damage to aircraft, the

contractor / consultant will be responsible for a deductible (excess) of R750 000

Contractors / consultants may re-insure the deductibles

2.3 Professional Indemnity

All consultants are responsible for Professional Indemnity cover of R5million

Contractors who have a material design element, excluding typical P & G related work, as part

of their scope, are responsible for a Professional Indemnity cover of R5million.

In the event of a claim above R5million, the ACSA PI cover will kick in for the amount in excess

of R5million.

Proof of cover in the form of a certificate of insurance should be provided to ACSA before a

contract is signed between ACSA and the contractor and/or consultant.

3. Insurance requirements for contracts with a value above R50 million on the LANDSIDE

Contracts with a value of more R50 million are not automatically covered under the

construction policies. A separate quote is provided by insurers per contract.

a. Contract Works

With regards to contract works claims, the contractor / consultant is responsible for the following deductibles:

All Civil Work and Earthworks – R300 000 deductible (excess)

All other claims – R300 000 deductible (excess)

Other property insured – R700 000 deductible (excess)

Contractors / consultants may re-insure the deductibles

b. Public Liability

In the event of a claim brought against the contractor / consultant for 3rd

party property damage

the contractor / consultant will be responsible for a deductible (excess) of R275 000

In the event of a claim brought against the contractor / consultant for removal of lateral support,

the contractor / consultant will be responsible for a deductible (excess) of R500 000

Contractors / consultants may re-insure the deductibles

c. Professional Indemnity

All consultants are responsible for Professional Indemnity cover of R10million

Contractors who have a material design element, excluding typical P & G related work, as part

of their scope, are responsible for a Professional Indemnity cover of R10million

In the event of a claim above R10million, the ACSA PI cover will kick in for the amount in

excess of R10m

Proof of cover in the form of a certificate of insurance should be provided to ACSA before a

contract is signed between ACSA and the contractor and/or consultant.

4. Insurance requirements for contracts with a value above R50 million on the AIRSIDE

Contracts with a value of more R50 million are not automatically covered under the

construction policies. A separate quote is provided by insurers per contract.

4.1 Contract Works

With regards to contract works claims, the contractor / consultant is responsible for the following deductibles:

Page 31: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

31

All Civil Work and Earthworks excluding Runways – R300 000 deductible (excess)

Runway Rehabilitation – R300 000 deductible (excess)

New Runway Construction – R700 000 deductible (excess)

All other claims – R300 000 deductible (excess)

Other property insured – R700 000 deductible (excess)

Contractors / consultants may re-insure the deductibles

4.2 Public Liability

In the event of a claim brought against the contractor / consultant for 3rd

party property damage

the contractor / consultant will be responsible for a deductible (excess) of R1 025 000

In the event of a claim brought against the contractor / consultant for removal of lateral support,

the contractor / consultant will be responsible for a deductible (excess) of R1 250 000

In the event of a claim for damage to aircraft, the contractor / consultant will be responsible for

a deductible (excess) of R1 250 000

Contractors / consultants may re-insure the deductibles

4.3 Professional Indemnity

All consultants are responsible for Professional Indemnity cover of R10million

Contractors who have a material design element, excluding typical P & G related work, as part

of their scope, are responsible for a Professional Indemnity cover of R10million

In the event of a claim above R10million, the ACSA PI cover will kick in for the amount in

excess of R10m

Proof of cover in the form of a certificate of insurance should be provided to ACSA before a

contract is signed between ACSA and the contractor and/or consultant.

Page 32: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

32

C2: Pricing Data

C 2.1 Instructions C 2.2 Pricing Schedule

Page 33: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

33

C2.1 Pricing Instructions: The financial proposal must provide a stage by stage approach to the assignment and must also

indicate cost per stage. The financial proposal must be as per the Table 1 (C2.2) which follows:

Outlined below is the estimated project timelines. Guidance has been given below of the estimated

duration of each stage and the meetings which will occur during execution of each stage. The venue of

the Client meeting will be at the offices of the client at OR Tambo International Airport (ORTIA), and at

the site as well. Please allow in your pricing the attendance of client meetings and site meetings.

Acting as the Client Safety Agent:

1. The appointed professional consultant will act as the client safety agent and will appoint the main

contractor on a construction site

2. The consultant must ensure that the main contractor is registered and in good standing with the

workmen’s compensation fund prior to commencing on site

3. Ensure that the main contractor’s safety file has been audited and available on request

4. The consultant is expected to attend monthly contracts meetings to provide feedback

5. In the pricing of fees, the public holidays, weekends and Builders Break must be excluded.

6. During stage 5, the appointed safety, health and environmental consultant will be expected to

undertake monthly audits on all areas where work is taking place, including the camp site and

provide audit reports

7. The appointed consultant will also be responsible for following up on the audit findings and

whether these have been addressed. The consultant must liaise with the contractor’s safety

personnel and SHE consultants.

8. The appointed consultant will work together with the client’s health and safety representatives and

provide information as needed

9. The appointed consultant will be expected to execute their full scope of services in terms of section

18(1)( c) of the project and construction management professions act (Act No 48 of 2000)

10. The work issued to the consultant is subject to change based on the client’s discretion.

Page 34: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

34

Pricing Schedule

Note: The appointed consultant will be expected to carry out their duties as outlined in the standard services as per SACPCMP.

ITEM NUMBER

ITEM NOTE UNIT QUANTITY RATE TOTAL

1 Stage 2: Project Initiation and Briefing

N/A N/A

2 Stage 3: Design Development

1 Hour 20

3 Stage 4: Tender documentation and procurement

Hour 30

4 Stage 5: Construction documentation and management

2 Month 50

5 Stage 6: Close Out

3 Month 1

ITEM NUMBER

ITEM NOTE UNIT QUANTITY RATE TOTAL

6 Disbursements Costs (as per table 1.1)

As per table 1.1

As per table 1.1

SUBTOTAL 2

Total Price Ex VAT

7 Cost of attending meetings 4 hour 50

SUBTOTAL 3 EX VAT

Add 14% VAT

Contingency 5 50 000

TOTAL PRICE INCL VAT

Table 1: Summary Pricing Table

Table 1.1: Breakdown of disbursement costs

ITEM NO DESCRIPTION Unit Note Quantity Rate Price EX VAT

6.1 Cost of Permits, training and licences to enable airside access

6

6.1.1 Actual Cost of Permits, training and licences

PC Sum 1 R 5000 R 5000

6.1.2 Handling Costs and Profits in respect of subitem 6.2.1

% R 5000 ……..%

Total Cost Ex VAT (To reflect as item number 6 on table 1)

Page 35: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

35

NOTE:

1. The involvement of the SHE consultant incorporates the development of SHE requirements for the construction tender, to be in line with the latest construction regulations. The cost must incorporate the cost of attending meetings.

2. To include the cost of a monthly audit (at night) for the construction work areas and the construction camp site. A report is to be produced and submitted to the relevant parties. The consultant must ensure that all the findings are addressed. The cost must incorporate the cost of attending meetings.

3. The consultant must undertake a close out inspection, produce a close out audit report, submit this to the relevant parties and ensure that the findings are addressed. The rate must include the cost of attending a close out meeting.

4. This items refers to the cost of attending any other/ additional meetings which are not covered under the quantities and rates as per items 2,3,4,5 of Table 1. This may or may not become applicable under this contract.

5. Contingency: The allocation of the contingency is at the sole discretion of the employer and may be allocated in whole or in part.

6. The permit cost refers to attending airside induction training and the cost of a permit. The total cost of a permit (excluding airside induction training), including icons can be estimated at R 500. The permit costs are estimated to be as follows (subject to increase): Cost of Permanent Personal Permit: R 250 Cost of Temporary Personal Permit: R 450 Cost Per Icon (cell phone, tools, camera): R 80

Key personnel need to have undergone airside induction training and it is the responsibility of the tenderer to enquire the cost of the airside induction training from service providers. It is the tenderer’s responsibility to make arrangements to access work areas to conduct inspections. The client will not be responsible for these arrangements.

NOTE FURTHER:

All Times indicated in months are an estimate only and subject to change based on re-measurement of timeframes. There will be no additional allowance made for travel to and from the airport. The costs tendered are to incorporate escalation in consultant costs over the duration of the appointment. The tendered price will not be adjusted once an award is made.

Page 36: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

36

C3: Scope of work

C3.1 Scope of Work

Page 37: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

37

C3.1 Scope of work

1. Background Various taxiways have reached their design life and need to be rehabilitated. Among these are Taxiways

Bravo, Juliet and Taxilane Echo, where the failures have been repetitive. Signs of pavement

deterioration includes drying out of the surface (ageing of asphalt), repetitive failures incorporating

severe deformation and cracking, isolated and extended surface and base failures and so on. The

objective of this project is to implement a long term solution for the pavement failures experienced at

Taxiway Bravo (up to and including the intersection of taxiways Alpha, Bravo, Juliet) and the threshold

of Runway 03L/21R. Other taxiways which need to be considered for rehabilitation includes Taxiways

Juliet 1, Juliet 2, Taxiway Echo, Taxiways Alpha, Quebec and Hotel.

A contractor will be appointed to undertake the rehabilitation of the taxiways and a professional civil

engineering consultant to undertake the design, supervision and close-out. Most of the works are

expected to take place at night. Specific types of work to be undertaken includes testing, investigations,

asphalt rehabilitation such as milling and replacement.

2. Employers Objectives

The Employer (Client) is of the knowledge that the Construction Regulations were amended in 2014

and the duties of the Client were outlined for execution. The change of the regulations allows for the

Client to employ a Competent Person to act as his or her representative. Competent Person is

described in the construction regulations, 2014.

The objectives of the Employer is to prepare a Baseline Risk Assessment, prepare a Site Health &

Safety specification, obtain Work Permit and issue Notification of Construction Work as contemplated

and required in terms of Construction Regulations 2014 under Section 43 of the Occupational Health &

Safety Act, 1993. The competent person is to ensure that the construction tender issued is in line with

the construction regulations 2014 and the appointed contractor acts in manner consistent with these

requirements.

In order to carry out the objectives of the Employer, the employer intends to appoint a Health & Safety

Consultant to carry out all the Employer’s duties as listed in the Construction Regulation (2014) and

also outlined in the scope of work below.

3. Scope of work The appointed Construction Health & Safety Consultant will be required to carry out the following scope

of work for the Taxiways Project:

Page 38: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

38

Carry out the duties stipulated in the stated sections of the Occupational Health and Safety Act (Act no.

85 of 1993), Construction Regulations 2014

Additional to the above regulated duties, carry out the extent of service to include;

Review and include the safety & health specification in the tender pack

Principles of cause and effect analysis and its application to hazard identification and risk management for the project.

Project health and safety risk profiling.

Attendance of Site meetings and report on safety & health issues/risks

Project health and safety resource planning for the construction stage.

Assist in the health and safety budgeting for the project.

Project health and safety systems, legal compliance, verification, auditing, audit result analysis and reporting.

Project health and safety management system reviews.

Health and Safety compliance reporting during construction

Close out report on the Health and Safety with lessons learnt

4. Description of the Services

Standard and full services by the Construction Health & Safety Consultant registered with the South

African Council for the Project and Construction Management Profession (SACPCPM) as per the

Project and Construction Management Professions Act, 2000 (Act No. 48 of 2000).

5. Use of reasonable skill and care

The service provider is required to provide all aspects of the service with all reasonable care, diligence

and skill in accordance with generally accepted professional techniques and standards, and ensure that

all Health, Safety and Legal requirements are met, and processes are adhered to and that no aspect of

the project contravenes any applicable regulatory and legal processes and requirements to deliver the

service.

6. Co-operation with other service providers

The appointed Construction HSE Consultant will be required to liaise with the other appointed project

team members appointed by the Employer to deliver the project. The project team comprises of the

professional civil engineering consultant and the civil engineering contractor. The SHE Consultant will

cooperate with the appointed project team members in the delivery of the project.

Page 39: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

39

7. Brief

a) Reporting requirements Monthly and close out reports shall be timeously submitted to the relevant parties on pre-agreed

dates. The appointed consultant (SHE) shall also be responsible for reporting ad hoc findings or

concerns should there be any.

8. Access to site

The project site is on the airside. The service provider must note that assigned persons must have

positive RSA Identity documents and are required to go for airside induction training and to acquire

ACSA permit(s)

9. Planning and Programming High level estimated milestone dates for delivery of this project are as follows;

Consultants (other) appointment In progress

Appointment of Contractor (subject to change) July 2019

Construction starts (subject to change) August 2019

Construction ends/Practical Completion (subject to change): Estimated March 2022 Final Completion & Close out (subject to change) : April 2022 Note: The start dates and durations indicated are estimates only and subject to change. These

will be re-estimated upon the appointment of a civil engineering consultant.

10. Format of communication

All communications must be in writing in the form of letters, e-mails or facsimile.

11. Key Personnel / Resourcing Upon appointment, the service provider (SHE Consultant) will be required to submit an

organogram showing composition of the team (i.e. key staff members’ functions) and

proposed technical support resources that will be dedicated to delivering this study. The roles

and responsibilities of each key staff member/expert must be set out on the job descriptions.

The service provider must be adequately resourced in order to deliver the Health & Safety

requirements to the satisfaction of the Employer.

12. Payment

Payment shall be done in accordance with the tendered rates as per the pricing schedule

(section C2). The durations as per the pricing schedule are not fixed and are subject to re-

estimation.

Page 40: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

40

13. Disclosure

The vendors will be required to disclose to the Employer the professional registration, ability to

perform above work and any conflict of interest that will arise by undertaking this study.

14. Proof of insurance

As part of this tender submission, the service provider is expected to submit proof of a valid

public liability insurance and professional liability insurance to the Employer.

15. Documentation

Once work has been finalised by the appointed vendor, the vendor will be expected to submit

to the Employer copies of submissions, files and any authorisations and approvals received.

Page 41: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

41

Page 42: REQUEST FOR QUOTATIONS (RFQ)58299 FOR Provision of ... · Please email quotations to the following address: jabu.mawila@airports.co.za Identification details: RFQ 58299 The appointment

42