112
WESTERN CAPE NATURE CONSERVATION BOARD BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE CONTRACT NO: WCNCB03/06/2019 TENDERER TEL NO. FAX NO. TENDER AMOUNT COMPLETION PERIOD ................ 2019 EMPLOYER: Private Bag X29 Gatesville 7766 Tel no: (087) 087 8250 Fax no: (086) 210 4280 EMPLOYER’S AGENT: P.O. Box 6353 UNIEDAL 7612 Tel no: (021) 886 6895/6 Fax no: (021) 882 8207

WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

TENDERER

TEL NO.

FAX NO.

TENDER AMOUNT

COMPLETION PERIOD

................ 2019

EMPLOYER:

Private Bag X29

Gatesville

7766

Tel no: (087) 087 8250

Fax no: (086) 210 4280

EMPLOYER’S AGENT:

P.O. Box 6353

UNIEDAL

7612

Tel no: (021) 886 6895/6

Fax no: (021) 882 8207

Page 2: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Index T1

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO. CONTRACT NO: WCNCB03/06/2019

CONTENTS

SECTION DESCRIPTION PAGE

COVER PAGE

CONTENTS (i) to (ii)

THE TENDER

PART T1 TENDERING PROCEDURES

T1.1 Tender Notice and Invitation to Tender T1-1

T1.2 Tender Data T1-2 to T1-15

PART T2 RETURNABLE DOCUMENTS

T2.1 List of Returnable Documents T2.1-1 to T2.1-3

T2.2 Returnable Schedules T2.1-4 to T2.1-40

THE CONTRACT

PART C1 AGREEMENT AND CONTRACT DATA

C1.1 Form of Offer and Acceptance C1.1-1 to C1.1-4

C1.2 Contract Data C1.2-5 to C1.2-7

C1.3 Form of Guarantee C1.3-8 to C1.3-10

C1.4 Occupational Health and Safety Agreement C1.4-11 to C1.4-13

Page 3: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Index T1

SECTION DESCRIPTION PAGE

PART C2 PRICING DATA

C2.1 Pricing Instructions C2-1 to C2-4

C2.2 Bills of Quantities C2-5 to C2-3.12

C2.3 Daywork Schedule C2-13 to C2-15

PART C3 SCOPE OF WORKS

C3.1 Description of the Works C3-1 to C3-2

C3.2 Engineering C3-3

C3.3 Procurement C3-4

C3.4 Construction C3-5 to C3-20

PART C4 SITE INFORMATION

C4.1 Scope C4-2

C4.2 Subsoil Investigation C4-3

APPENDICES

APPENDIX A Standard Conditions of Tender

APPENDIX B Health and Safety

APPENDIX C Drawings – For tender purpose only

Page 4: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Index T1

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO. CONTRACT NO: WCNCB03/06/2019

PART T1 : TENDERING PROCEDURES

T1.1 Tender Notice and Invitation to Tender

T1.2 Tender Data

Page 5: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 1 T1.1 Part T1: Tendering Procedures Tender Notice & Invitation

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO WCNCB03/06/2019

T1.1 : TENDER NOTICE AND INVITATION TO TENDER

Tenders are awaited for the BUILDING REFURBISHMENT AT VROLIJKHEID NATURE

RESERVE.

Tender documents are obtainable at Cape Nature Head Office, 3rd Floor, PGWC Shared

Services Centre, cnr Bosduif & Volstruis Streets, Bridgetown Documents may be collected

during workings hours from 07h00 till 15h30

It is estimated that contractors should have a CIDB grading of 2GB or higher.

A compulsory clarification meeting with representatives of the employer will be held on 17 July

2019. The meeting will be held at Vrolijkheid Nature Reserve Offices, Robertson. The meeting

will commence at 11h00

Completed tenders in a sealed envelope marked “Tender for Contract WCNCB03/06/2019:

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE” must be placed in the

tender box at 3rd Floor Head Ofiice or posted to reach the tender box at Private Bag X29, Gatesville,

7766 before 11h00on 09 August 2019 where after the tenders will be opened.

CapeNature reserves the right not to accept the lowest or any tender. No telegraphic, telephonic,

telex, facsimile, e-mail and late tenders will be accepted. All late submissions will be returned

unopened.

Mr Francois Albertyn can be contacted for any technical enquiries regarding this tender at tel. no.

072 010 7733 or [email protected]

MR. R MATHEWS TOURISM MANAGER PRIVATE BAG X29 GATESVILLE 7766

Page 6: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 2 T1.2 Part T1: Tendering Procedures Tender Data

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

T1.2: TENDER DATA

The Conditions of Tender are the Standard Conditions of Tender as contained in Annexure F of the CIDB Standard for Uniformity in Construction Procurement (refer: www.cidb.org.za) and included as Appendix A in this document. The Standard Conditions of Tender make several references to the Tender Data. 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 Wording

F.1.1 The employer is the WESTERN CAPE NATURE CONSERVATION BOARD

F.1.2 The tender documents issued by the employer comprise: PART T1 : TENDERING PROCEDURES T1.1: Tender Notice and Invitation to Tender T1.2: Tender Data PART T2 : RETURNABLE DOCUMENTS T2.1: List of Returnable Documents T2.2: Returnable Schedules PART C1: AGREEMENTS AND CONTRACT DATA C1.1: Form of Offer and Acceptance C1.2: Contract Data C1.3: Form of Guarantee (Pro Forma) PART C2 : PRICING DATA C2.1: Pricing Data C2.2: Bills of Quantities C2.3: Daywork Schedule PART C3 : SCOPE OF WORKS C3: Scope of Works C3.1: Description of the Works C3.2: Engineering C3.3: Construction C3.4: Management PART C4 : SITE INFORMATION

F.1.4 The Employer’s agent is:

Name: Ramese Mathews

Tel: 0870873175

E-mail: [email protected]

F.2.1 Add the following:

Only those tenderers who satisfy the following criteria are eligible to submit tenders:

F.2.1.2 Only those tenderers who are registered with the CIDB, or are capable of being so prior to the evaluation of submissions, in a contractor designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 2GB class of construction work, are eligible to submit tenders.

Joint ventures are eligible to submit tenders provided that:

1. every member of the joint venture is registered with the CIDB;

Page 7: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 3 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

2. the lead partner has a contractor grading designation in the GB class of construction work; and the combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 2GB class of construction works.

a) Availability of resources – The evaluation of the tenderers availability of resources will include

their bank rating (cash flow), availability of plant and equipment, availability of appropriately experienced site staff, proposed sub-contractors and other resources that may include risk to the client

b) Capacity to subcontract resources. Proposed sub-contractors must be listed.

c) Availability of skills based on data submitted – The tenderer’s previous experience and

proposed site staff will be evaluated as per clause F3.11.9 (quality evaluation). This will determine the tender’s availability of skills.

d) The tenderers must score the minimum points of 70 out of 100 for the quality/functionality evaluation to be considered further. Please note that the points scored for quality/functionality, in accordance with clause F3.11.9, will not have an influence on the total tender evaluation points.

e) An Original, Valid Tax Clearance Certificate. (See form: Schedule 2C page T2.2-35) In Bids where Consortia/Joint Venture/Sub-contractors are involved each party must submit a separate and Original Valid Tax Clearance Certificate.

f) Letter of authorization to sign the Form of Offer and where required in tender document. (See Form: Schedule 1A page T2.2-1)

g) Satisfactory financial standing and capability: Only those bidders with a bank code of A, B or C are eligible to submit bids. Bidders must provide their banking details. The Employer will obtain codes from the relevant financial institution

F.2.7 Clarification meeting Add the following:

A compulsory clarification meeting with representatives of the employer will be held on 17 July 2019 at 11h00am at Vrolijkheid Nature Reserve Offices, Robertson.

F.2.12 If, a tenderer wishes to submit an alternative offer, the only criteria permitted for such alternative tender offer is that it demonstrably satisfies the Employer’s standards and requirements, the details of which may be obtained from the Employer’s Agent.

Calculations, drawings and all other pertinent technical information and characteristics as well as modified or proposed Pricing Data must be submitted with the alternative tender offer to enable the Employer to evaluate the efficiency of the alternative and its principal elements, to take a view on the degree to which the alternative complies with the Employer’s standards and requirements and to evaluate the acceptability of the pricing proposals. Calculations must be set out in a clear and logical sequence and must clearly reflect all design assumptions. Pricing Data must reflect all assumptions in the development of the pricing proposal.

Acceptance of an alternative tender offer will mean acceptance in principle of the offer. It will be an obligation of the contract for the tenderer, in the event that the alternative is accepted, to accept full responsibility and liability that the alternative offer complies in all respects with the Employer’s standards and requirements.

The modified Pricing Data must include an amount equal to 5% of the amount tendered for the alternative offer to cover the Employer’s costs of confirming the acceptability of the detailed design before it is constructed.

F.2.13.5 The Employer’s address for delivery of tender offers and identification details to be shown on each tender offer package are:

Physical address: PGWC Shared Services, Cnr Bosduif and Volstruis street, Bridgetown,7764

Page 8: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 4 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

Identification details: CONTRACT NO.: WCNCB 03/06/2019 BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE.

The Tenderers postal address must be clearly indicated on the back of the sealed envelope.

F.2.13.6 A two-envelope procedure will not be followed.

F.2.15 The closing time for submission of tender offers is: on the 09 Aug 2019 at 11h00 am Tender Box at PGWC Shared Services Centre, 3rd floor, Cnrs Bosduif and Volstruis street Bridgetown, 7764

F.2.15 Late, telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.

F.2.16 The tender offer validity period is NINETY (90) days.

F.2.22 Return all retained tender documents within TWENTY EIGHT (28) days after the expiry of the validity period.

F.2.23 Certificates

Add the following:

The tenderer is required to submit the following:

F.2.23.1 Tax Clearance Certificate

Tenderers shall be registered and in good standing with the South African Revenue Services (SARS) and shall submit documentary evidence in the form of an original valid Tax Clearance

Certificate issued by SARS or proof that he or she has made arrangements with SARS to meet his or her outstanding tax obligations.

Each party to a Consortium/Joint Venture shall submit a separate Tax Clearance Certificate, or proof that he or she has made the necessary arrangements with SARS.

Tenderers are to note that the Employer will not award a contract to a Tenderer whose tax matters are not in order. Furthermore, the successful Tenderer (Contractor) is required to submit an updated original Tax Clearance Certificate to the Employer should any current Tax Clearance Certificate expire during the contract. Failure to do so may lead to the withholding of payment to the Contractor until a valid Tax Clearance Certificate is received by the Employer

F.2.23.3 BROAD-BASED BLACK ECONOMIC EMPOWERMENT (B-BBEE) STATUS LEVEL CERTIFICATES

Tenderers shall submit documentary evidence/proof in the form of an original valid or certified copy B-BBEE Status Level verification certificate in terms of the Construction Sector Charter on Black Economic Empowerment, or an Exempted Micro Enterprise certificate issued by a registered auditor, accounting officer (as contemplated in section 60(4) of the Close Corporation Act, 1984 (Act No. 69 of 1984)) or an accredited verification agency, or certified copies thereof) in terms of the Preferential Procurement Regulations, 2017.

Tenderers who do not submit B-BBEE Status Level Verification Certificates or who are non-compliant contributors to B-BBEE do not qualify for preference points for B-BBEE but should not be disqualified from the bidding process. They will score points out of 90 or 80 for price only and zero (0) points out of 10 or 20 for B-BBEE.

Consortiums/Joint Ventures will qualify for preference points, provided that the entity submits a consolidated B-BBEE Status Level Verification Certificate for every separate bid (in terms of the Preferential Procurement Regulations, 2017).

In the case of unincorporated entities, a verified scorecard in the name of the Consortium/Joint Venture must be submitted with the tender.

B-BBEE Status Level Verification Certificates submitted must be issued by the following agencies:

Bidders other than EMEs

(i) Verification agencies accredited by SANAS; or

(ii) Registered auditors approved by IRBA (until the expiration of the period prescribed by the dti)

Bidders who qualify as EMEs

(i) Sworn affidavit signed by the EM representative and attested by a Commissioner of oaths.

Page 9: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 5 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

F.3.4 The time and location for the opening of the tender offers are:

Time: 11h00 on 09 August 2019

Location: PGWC Shared Services Centre, cnrs Bosduif and Volstruis street, Bridgetown, 7764.

F.3.8 Test for responsiveness

Add the following to F3.8:

Tenders will be considered non-responsive if:

- the tender is not in compliance with the Scope of Work;

- the tenderer does not comply with the CIDB contractor grading designation as specified in F.2.1.2 above;

- the tenderer has failed to clarify or submit any supporting documentation within the time for submission stated in the Employer’s written request;

- the tenderer has failed to score the required pre-qualification points for Quality during the quality/functionality adjudication as described below

F.3.9 Arithmetical errors, omissions and discrepancies

Delete the contents of Subclauses F.3.9.2 to F.3.9.4 and replace with the following:

F.3.9.2 Check responsive tender offers for: (a) the gross misplacement of the decimal point in any unit rate; (b) omissions made in completing the pricing schedule or bills of quantities; or (c) arithmetic errors in:

(i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of prices or

(ii) the summation of the prices

F.3.9.3 Correct arithmetic errors in the following manner: (a) If bill of quantities (or schedule of quantities) or pricing schedules apply and there is an error

in the line item total resulting from the product of the unit rate and the quantity, the unit rate shall govern and the line item total shall be corrected.

(b) Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall govern, and the unit rate shall be corrected.

(c) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer’s addition of prices, the total of the prices shall be corrected.

F.3.9.4 Notify the highest ranked tender or tenderer with the highest number of tender evaluation points after the evaluation of tender offers in accordance with F.3.11 of all errors or omissions that are identified in the tender offer and invite the tenderer to confirm the tender offer as tendered and accept the corrected total of prices.

F.3.9.5 Check responsive tender offers for unbalanced unit rates and request tenderers to consider amending and adjusting any rates declared unbalanced by the Employer in accordance with F.4.3 while retaining the total of the prices derived after any correction made in terms of this condition to tender. Reject a tender offer if the tenderer does not correct or accept the correction of arithmetical errors and consider rejection of a tender offer if the tenderer refuses to amend/adjust an unreasonable, unbalanced rate in the manner described above.

F.3.11 Evaluation of tender offers

F.3.11.1 General

Add the following:

The tender evaluation method to evaluate all responsive tender offers will be Method 2.

The procedure for the evaluation of responsive tenders is 80/20 Point system: Price and Preference in accordance with F.3.11.3,

Apply the 80/20 Preference Point system where a maximum of eighty (80) tender adjudication point be awarded for price & twenty (20) points will be awarded for preference in terms of the Preferential Procurement Policy Framework act (PPPFA) (Act 5 of 2000) and Preferential Procurement Regulations, 2017.

F.3.11.3 Method 2: Financial offer and preferences

Page 10: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 6 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

Replace clause F3.11.3 with the following:

“The responsive & eligible tenders will first be evaluated according to the Quality Criteria (functionality score) and if the minimum points for functionality is not scored, the tenderer will not be considered further. Points scored for Quality (functionality) will not have an influence on the total tender evaluation points and will therefore not affect the ranking of the tenderers.

“In the case of price and preference:

The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R50 million

(4)(a)(i) The following formula must be used to calculate the points for price in respect of tenders (including price quotation) with a rand value equal to, or above R 30 000 and up to Rand value of R 50 million (all applicable taxes included):

(4)(a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a value less than R30 000, if and when appropriate:

(4)(b) Subject to subparagraph(4)(c), points must be awarded to a tender for attaining the BBBEE status level of contributor in accordance with the table below:

B-BBEE status level of contributor Number of points

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor 0

(4)(c) A maximum of 20 points may be allocated in accordance with subparagraph (4)(b)

(4)(d) The points scored by tender in respect of B-BBEE contribution contemplated in subparagraph (4)(b) must be added to the points scored for price as calculated in accordance with subparagraph (4)(a).

(4)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of points.

Page 11: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 7 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

The 90/ 10 preference points system for acquisition of services, works or goods with a Rand value above R 50 million

(5)(a) The following formula must be used to calculate the points for price in respect of tenders with a Rand value above R50 million (all applicable taxes included):

Where

Ps = Points scored for comparative price of tender or offer under consideration;

Pt =.... Comparative price of tender or offer under consideration; and

Pmin = .......... Comparative price of lowest acceptable tender or offer.

(5)(b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the B- BBEE status level of contributor in accordance with the table below:

B-BBEE status level of contributor Number of points

1 10

2 9

3 6

4 5

5 4

6 3

7 2

8 1

Non-compliant contributor 0

(5)(c) A maximum of 10 points may be allocated in accordance with subparagraph (5)(b).

(5)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in subparagraph (5) (b) must be added to the points scored for price as calculated in accordance with subparagraph (5)(a).

(5)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of points.

Therefore, in the case of the price and preferences, the following steps will be followed:

a) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula:

TEV = NFO + NP

With TEV= Total number of Tender evaluation Points (100)

NFO = Number of tender evaluation points awarded for financial offer made in accordance with F.3.11.7 below (80)

NP = Number of tender evaluation points awarded for preferences claimed in accordance with F.3.11.8 below (20)

b) Rank tender offers from the highest number of tender evaluation points to the lowest.

Page 12: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 8 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

c) Recommend the tender with the highest number of tender evaluation points for the award of the contract, unless there is a reason not to in accordance with section 2(1)(f) of the Preferential Procurement Policy Framework Act, 2000.

d) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points and recommend the tenderer with the rescored highest number of evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub clause is repeated.

e) In the event that two or more tenderers have scored equal total points, the successful tenderer must be the one that scored the highest points for B- BBEE.

f) If two or more tenderers have equal points, including equal preference points for B-BBEE, the successful tenderer must be the one scoring the highest score for functionality, if functionality is part of the evaluation process.

g) In the event that two or more tenderers are equal in all respects, the award must be decided by the drawing of lots.

F.3.11.7 Scoring Financial Offers

Add the following to Clause F.3.11.7:

The financial offer will be scored using Formula 2 (Option 1) where the value of W1 is:

1) 80 points where the financial value inclusive of VAT of all responsive tenders received have a value equal to or above R30 000 and up to R50 million.

For this contract, the financial offers will be scored using the 80/20-point system where the value of W1 is 80 tender evaluation points. Up to a maximum of 100 minus W1 namely 20 tender evaluation points will be awarded for Preference with responsive tenders scoring points in accordance with the 80 Financial /20 Preference scoring criteria listed below.

80 Financial /20 Preference

Points Description

FINANCIAL OFFER

80 Price

PREFERENCES

20 B-BBEE Status Level Contribution

NFO = W1 x A

where: NFO = The number of tender evaluation points awarded for the financial offer (80)

W1 = Maximum possible number of tender evaluation points awarded for the financial offer as stated in the Tender Data. (80)

A = Number calculated using the formula and option described in Table F.1 as stated in the Tender Data.

Formula Comparison aimed at achieving

Option 1a

2 Lowest price or percentage commission / fee

A = (1- (P – Pm))

Pm

Page 13: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 9 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

F.3.11.8 Scoring Preferences

Add the following to Clause F.3.11.8:

Points for preferences claimed will be determined in accordance with the Preferential Procurement Regulations, 2017. Points will be awarded to tenderers who are eligible for preferences in terms of Schedule 1M: Preferencing Schedule (where preferences are granted in respect of B-BBEE Status Level Contribution) which is included in T2.2 Returnable Schedules. The terms and conditions of Schedule 1M: Preferencing Schedule shall apply in all respects to the tender evaluation process and any subsequent contract.

Points for Preference

A maximum of 100 minus W1 tender evaluation points will be awarded for preference to tenderers with responsive tenders, who are eligible for such preference, in accordance with the criteria listed below.

1.

Exempted Micro Enterprise (EME) or B-BBEE Status Level of Contributor

In terms of the Generic Codes of Good Practice, an enterprise including a sole propriety with annual total revenue of R10 million or less qualifies as an EME. The Tenderer shall indicate on Schedule 20: Preferencing Schedule included in T2.2 Returnable Schedules his or her company/firm/entity’s B-BBEE Status Level of Contributor, in accordance with one of the following:

An EME automatically qualifies as a level 4 contributor with B-BBEE recognition level of 100% in terms of the Codes of Good Practice.

An EME with at least 51% black ownership qualifies as Level 2 Contributor with B-BBEE level of 125% in terms of the Codes of Good Practice.

An EME with 100% black ownership qualifies as a Level 1 contributor with B-BBEE level of 135% in terms of the Codes of Good Practice.

An EME that is regarded as a specialized enterprise with at least 75% black beneficiaries qualifies as Level 1 contributor with B-BBEE level of 135% in terms of Codes of Good Practice.

An EME that is regarded as a specialized enterprise with at least 51% black beneficiaries qualifies as a Level 2 contributor with B-BBEE level of 125% in terms of the Codes of Good Practice.

Verified B-BBEE status level of contributor in terms of the Construction Sector Charter on Black Economic Empowerment (Board Notice 111 of 2007 published in Government Gazette No. 29616 of 9 February 2007)

Non-compliant contributor1

An EME is required to submit a sworn affidavit confirming their annual total revenue of R 10 million or less and level of black ownership to claim points as prescribed by regulation 6 and 7 of the Preferential Procurement Regulations 2017.

An EME that is regarded as a Specialized Enterprise, is required to submit a sworn affidavit confirming their annual turnover/ allocated budget/ gross receipt of R 10 million or less and level of percentage of black beneficiaries to claim points as prescribed by regulation 6 and 7 of the Preferential Procurement Regulations 2017.

An EME may be measured in terms of the QSE scorecard should they wish to maximize their points and move to a higher B-BBEE recognition level. It is in this context that an EME may submit a B- BBEE verification certificate.

Qualifying Small Enterprises (QSE) or B-BBEE Status Level of Contributor

The Codes define a QSE as any enterprise with annual total revenue of between R10 million and R50 million.

A QSE with at least 51% black ownership qualifies as a Level 2 contributor.

Page 14: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 10 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

A QSE with 100% black ownership qualifies as a Level 1 Contributor.

A QSE that is regarded as a specialized enterprise with at least 75% black beneficiaries qualifies as a Level 1 contributor with B-BBEE level of 135% in terms of the Codes of Good Practice.

A QSE that is regarded as a specialized enterprise with at least 51% black beneficiaries qualifies as a Level 2 contributor with B-BBEE level of 125% in terms of the Codes of Good Practice.

A QSE is required to submit a sworn affidavit confirming their annual total revenue of between R10 million and R 50 million and level of black ownership or a B-BBEE level verification certificate to claim points as prescribed by regulation 6 and 7 of the Preferential Procurement Regulations 2017.

A QSE that is regarded as a specialized enterprise is required to submit a sworn affidavit confirming their annual turnover/ budget/ gross receipt of R50 million or less and level of percentage of black beneficiaries or a B- BBEE level verification certificate to claim points as prescribed by regulation 6 and 7 of the Preferential Procurement Regulations 2017.

For this Contract an 80 Financial / 20 Preference shall apply and up to 20 tender evaluation points will be awarded for the Status Level of B-BBEE contribution, in accordance with the tables below:

80 Financial

/ 20 Preference

Exempted Micro Enterprises (EMEs)

Black Ownership Deemed B-BBEE Status Level of Contributor

Number of Points (Np)

=100% - BBBEE level of 135% in terms of the Codes of Good Practice

1 20

>50% - BBBEE level of 125% in terms of the Codes of Good Practice

2 18

≤50% - BBBEE recognition level of 100% i.t.o the Codes of Good Practice

4 12

Specialized enterprise >74% - B-BBEE level of 135% in terms of Codes of Good Practice

1 20

Specialized enterprise >50% - B-BBEE level of 125% in terms of the Codes of Good Practice

2 18

.

Page 15: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 11 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

80 Financial

/ 20 Preference

Qualifying Small Enterprises (QSEs)

Black Ownership Deemed B-BBEE Status Level of Contributor

Number of Points (Np)

=100% 1 20

>50% 2 18

Specialized enterprise >74% - B-BBEE level of 135% in terms of Codes of Good Practice

1 20

Specialized enterprise >50% - B-BBEE level of 125% in terms of the Codes of Good Practice

2 18

Other Enterprises

B-BBEE Status Level of Contributor Number of Points (Np)

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor1 0

1 A non-compliant contributor is one who does not meet the minimum score for a level 8 contributor, or who is not verified in terms of the Construction Sector Charter

Tenderers shall note the following Conditions of Clause 12 of the Preferential Procurement Regulations 2017:

12(1) A tenderer (company/firm/entity) awarded a contract may only enter into a subcontracting arrangement with the approval of the organ of state.

12(2) A tenderer (company/firm/entity) awarded a contract in relation to a designated sector, may not subcontract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

12(3) A tenderer (company/firm/entity) will not be awarded points for B-BBEE status level if it is indicated in the tender documents that such a tenderer intends sub-contracting more than 25% of the value of the contract to any other enterprises / sub-contractors that do not have an equal or higher B-BBEE Status Level than the prime contractor, unless the intended sub-contractors are Exempted Micro Enterprises that have the capability and ability to execute the sub-contract works;

F.3.11.9 Scoring Quality (Not Part of Total Tender Evaluation Points)

Replace entire clause F.3.11.9 with the following:

Page 16: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 12 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

Quality (functionality) will be scored on those tenders regarded as being responsive.

Please note that points scored for Quality (functionality) will not have an influence on the total tender evaluation points and will therefore not affect the ranking of the tenderers, it will only be regarded as a pre-qualification.

THE CRITERIA to be applied in evaluating the proposal is set out in the table below:

Calculate the points for functionality according to the following formula:

Ps = So/Ms x Ap

Where Ps = Percentage scored for functionality by bid under consideration

So = Total score of bid/proposal under consideration

Ms = Maximum possible score = 450

Ap = percentage allocated for functionality = 100

Total points by bidder on functionality:

i) Ps(Criterion 1) = (Indicator allocated x 100) x 0.5

ii) Ps(Criterion 2) = (Indicator allocated x 100) x 0.5

Ps(TOTAL) = [(Ps(Criterion 1) + Ps(Criterion 2)) / 450] x 100

Criteria can be amended to suit project complexity or omitted if not applicable.

Criterion Weight

1) Relevant Experience (Schedule 4, Page T2-7) 50

2) Site Agent Experience (Schedule 12, Page T2-18)

50

Total 100

EVALUATION CRITERION 1

Tenderers must have successfully completed (please note that current projects will not be included in the evaluation) at least 4 projects of a similar scope and nature in the last 10 years to score full marks on this criteria. Refer to the table below for a measurement of how points will be awarded against this criteria.

A detailed list of successfully completed projects must be completed in Schedule 1E. Projects of a similar scope and nature are regarded as the upgrade of existing valves and pipelines (water reticulation projects) within the Western Cape boundaries.

1. RELEVANT EXPERIENCE

INDICATOR

Evaluation Criteria for Relevant Experience:

(number of construction projects completed in a conservation area by the contractor in the last 10 years)

1 The tenderer have completed zero projects in the last 10 years

Page 17: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 13 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

2 The tenderer have completed 1 project in the last 10 years

3 The tenderer have complete 2 projects in the last 10 years

4 The tenderer have completed 3 projects in the last 10 years

5 The tenderer have completed more than 3 projects in the last 10 years

EVALUATION CRITERION 2

Detailed, project specific CV’s to be included in Schedule 12, Page T2-18 of the Returnable Documents. Failure to do so during tender phase will lead to disqualification of tenderer. Refer to the table below for a measurement of how points will be awarded against this criteria.

Site Agents must have successfully completed (please note that current projects will not be included in the evaluation) at least 3 projects of a similar scope and nature in the last 10 years to score full marks on this criteria. Projects of a similar scope and nature are regarded as the upgrade of existing valves and pipelines (water reticulation projects) within the Western Cape boundaries.

If, during construction, the contractor wishes to replace the site agent, the contractor will apply in writing to the Engineer as per clause 4.12 of the GCC 2015. Only similarly experienced and competent site agents will be considered.

2. SITE AGENT

INDICATOR

Evaluation Criteria for Site Agent:

(number of construction projects experience for upgrade of existing infrastructure in protected areas with a 2GB CIDB grading or higher

1 The Site Agent have completed zero projects in the last 10 years

2 The Site Agent have completed 1 project in the last 10 years

3 The Site Agent have complete 2 projects in the last 10 years

4 The Site Agent have completed 3 or more projects in the last 10 years

The functionality proposal will be evaluated individually on score sheets, by a representative evaluation panel according to the evaluation criteria indicated above. All service providers who scored less than 70 out of 100 points for functionality will not be considered further. At least 3 evaluators will evaluate the quality schedules separately.

NB: Points scored for Quality (functionality) will not have an influence on the total tender evaluation points.

F.3.11.10 Risk Analysis

Page 18: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 14 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

Notwithstanding compliance with regard to CIDB registration or any other requirements of the tender, the employer will perform a risk analysis in respect of the following:

a) reasonableness of the financial offer

b) reasonableness of unit rates and prices

c) the tenderers ability to fulfil its obligations in terms of the tender document, that is, that the tenderer can demonstrate that he/she possesses the necessary professional and technical qualifications, professional and technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience, reputation, personnel to perform the contract, etc.

No tenderer will be recommended for an award unless the tenderer has demonstrated that he/she has the resources and skills required.

F.3.13.1 Tender offers will only be accepted on condition that:

a) the tenderer is registered with the Construction Industry Development Board in an appropriate contractor grading designation

b) the tenderer or any of its directors is not listed in the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector; and

c) the tenderer has not:

i) abused the Employer’s Supply Chain Management System; or

ii) has failed to perform on any previous contract.

d) has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may impact on the tenderer’s ability to perform the contract in the best interest of the employer or potentially comprise the tender process.

F.3.13.2 Notification of decision and appeal period

If the WESTERN CAPE NATURE CONSERVATION BOARD has resolved that a tender be accepted, the successful and unsuccessful tenderers shall be notified in writing of this decision.

Persons whose rights have been affected by such a decision, the right to appeal such decision within 21 days of notification of the decision.

set out the reasons for the appeal;

state in which way the appellant’s rights have been affected by the decision;

state the remedy sought;

be accompanied by a copy of the notification advising the tenderer of the decision of the WESTERN CAPE NATURE CONSERVATION BOARD as applicable.

Tenderers are also hereby informed of their right to request reasons for the decision in terms of the Promotion of Administrative Justice Act (No 3 of 2000).

The notification of decision sent to the successful tenderer is not nor shall acceptance in terms of the form of offer and acceptance and no right accrue to the successful tenderer in terms of this notification.

The consideration of appeals and if necessary, the invalidation of any decision made, shall be dealt with in terms of the WESTERN CAPE NATURE CONSERVATION BOARD’s appeal process.

F.3.18 The number of paper copies of the signed contract to be provided by the Employer is ONE (1)

The additional conditions of tender are:

1. Invalid tenders

Tenders shall be considered invalid and shall be endorsed and recorded as such in the tender opening record, by the responsible official who opened the tender, in the following circumstances:

a. if the offer is not submitted on the Form of Offer and Acceptance bound into this tender document (form C1.1, Part C1: Agreement and Contract Data);

b. if the tender is not completed in non-erasable ink;

c. if the offer has not been signed;

d. if the offer is signed, but the name of the tenderer is not stated or is indecipherable.

Page 19: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T1 – Page 15 T1.2 Part T1: Tendering Procedures Tender Data

Clause Wording

2. Negotiations with preferred tenderers

The Employer may negotiate the final terms of a contract with the tenderers identified through a competitive tendering process as preferred tenderers provided that such negotiation:

a. does not allow any preferred tender a second or unfair opportunity;

b. is not to the detriment of any other tender as submitted;

c. does not lead to a higher price than the tender as submitted.

Minutes of any such negotiations shall be kept for record purposes.

3. General supply chain management conditions applicable to tenders

The WESTERN CAPE NATURE CONSERVATION BOARD may not consider a tender unless the provider who submitted the tender:

a. has furnished the Department with that provider’s:

full name;

identification number or company or other registration number; and

tax reference number and VAT registration number, if any:

b. has indicated whether:

the provider is in the service of the state, or has been in the service of the state in the previous twelve months;

the provider is not a natural person, whether any of the directors, managers and principal shareholders or stakeholders is in the service of the state, or has been in the service of the state for the past twelve months;

whether a spouse, child or parent of a provider or of a director, manager, shareholder or stakeholder referred to above is in the service of the state, or has been in the service of the state for the past twelve months; or

c. irrespective of the procurement process followed, the Department is prohibited from making and award to a person:

who is in the service of the state;

if the person is not a natural person, or a juristic entity of which any director, manager principal shareholder or stakeholder is in the service of the state; or

who is and advisor or consultant contracted by the Department.

In this regard, tenderers shall complete Schedule 1B, Part T2.2: Returnable Schedules: Compulsory Enterprise Questionnaire. Failure to complete this schedule may result in the tender not being considered.

4. Compliance with Occupational Health and Safety Act 1993

Tenderers are to note the requirements of the Occupational Health and Safety Act (No. 85 of 1993) and the Construction Regulations 2014 issued in terms of Section 43 of the Act. The tenderer shall be deemed to have read and fully understood the requirements of the above Act and Regulations and to have allowed for all costs in compliance therewith. Tenderers are to note that the service provider is requires to ensure that all sub-consultants/sub-contractors or others engaged in the performance of this contract also comply with above requirements.

The service provider will be required to complete and submit to the Employer the Occupational Health and Safety Agreement within 14 days of acceptance of tender.

Page 20: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 1 T2 Part T2: Returnable Documents

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB.03/06/2019

PART T2 : RETURNABLE DOCUMENTS

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

Page 21: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 2 T2.1 Part T2: Returnable Documents List of Returnable Documents

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB.03/06/2019

T2.1 : LIST OF RETURNABLE DOCUMENTS

The following documents are to be completed and returned as they constitute the tender. Whilst many of the returnable’s are required for the purpose of evaluating the tenders, some will form part of the subsequent contract, as they form the basis of the tender offer. For this reason, it is very important that tenderers return all information requested.

1. RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION PURPOSES

(included hereafter for completion)

Schedule : 1A

Schedule : 1B

Invitation to Bid

Authority for Signatory

Schedule : 1C Compulsory Enterprise Questionnaire

Schedule : 1D Personnel Schedule

Schedule : 1E Schedule of Plant and Equipment available for the contract

Schedule : 1F Schedule of Work satisfactorily carried out by the Tenderer

Schedule : 1G Estimated Monthly Cash-flow

Schedule : 1H Schedule of Proposed Subcontractors

Schedule : 1I Declaration of bidder’s past supply chain management practices

Schedule : 1J Proposed Amendments and Qualifications

Schedule : 1K Declaration concerning fulfillment of the Construction Regulations, 2003

Schedule : 1L Declaration of Interest

Schedule : 1M Preference Points

Schedule : 1N Certificate of Independent Bid Determination

Schedule : 1O Rendering Of Services

Schedule : 1P Declaration Certificate for Local Production and Content for Designated Sectors (MBD 6.2)

2. OTHER DOCUMENTS REQUIRED FOR TENDER EVALUATION PURPOSES (to be

attached with submission)

Schedule : 2B Documents of Incorporation

Schedule : 2C Tax Clearance Certificate

Schedule : 2D Payment of Municipal Accounts

Schedule : 2E

Schedule : 2F

Broad-Based Black Economic Empowerment (B-BBEE) Status Level Certificates

Proof of Registration with the Construction Industry Development Board (CIDB)

Schedule : 2G Joint Venture Agreement, if applicable

Page 22: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 3 T2.1 Part T2: Returnable Documents List of Returnable Documents

3. RETURNABLE SCHEDULES THAT WILL BE INCORPORATED INTO THE CONTRACT

(to be attached with submission)

Schedule : 3A Record of Addenda to Tender Documents

Schedule : 3B Curriculum Vitae of Key Personnel

Schedule : 3C First Programme and Method Statement

4. OTHER SCHEDULES AND AFFIDAVITS THAT WILL BE INCORPORATED INTO THE

CONTRACT (included hereafter for completion)

C1.1 : Form of Offer and Acceptance

C1.2 : Contract Data (Part 1)

C1.2 : Contract Data (Part 2)

C1.3 : Form of Guarantee (Pro Forma)

C1.4 OHS Agreement

C2.2 : Bills of Quantities

C2.3 : Daywork Schedule

Page 23: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 4 T2.2 Part T2: Returnable Documents Returnable Schedules

SCHEDULE 1 A

PART A

INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE WESTERN CAPE NATURE CONSERVATION BOARD

BID NUMBER: WCNCB03/06/2019 CLOSING DATE: 09 August 2019 CLOSING TIME: 11h00am

DESCRIPTION BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7).

BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX

SITUATED AT (STREET ADDRESS)

PGWC SHARED SERVICE CENTRE

CORNER OF BOSDUIF & VOLSTRUIS STREETS

BRIDGETOWN

7764

SUPPLIER INFORMATION

NAME OF BIDDER

POSTAL ADDRESS

STREET ADDRESS

TELEPHONE NUMBER CODE NUMBER

CELLPHONE NUMBER

FACSIMILE NUMBER CODE NUMBER

E-MAIL ADDRESS

VAT REGISTRATION NUMBER

TAX COMPLIANCE STATUS TCS PIN: OR CSD No:

B-BBEE STATUS LEVEL VERIFICATION

CERTIFICATE

[TICK APPLICABLE BOX]

Yes

No

B-BBEE STATUS

LEVEL SWORN

AFFIDAVIT

Yes

No

[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE

SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]

1.1.8.1 ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No

[IF YES ENCLOSE PROOF]

1.1.8.2 ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No

[IF YES, ANSWER PART B:3 ]

1.1.8.3 TOTAL NUMBER OF ITEMS OFFERED 1.1.8.4 TOTAL BID PRICE R

1.1.8.5 SIGNATURE OF BIDDER ……………………………… 1.1.8.6 DATE

1.1.8.7 CAPACITY UNDER WHICH THIS BID IS SIGNED

BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO:

DEPARTMENT CONTACT PERSON

CONTACT PERSON TELEPHONE NUMBER

TELEPHONE NUMBER FACSIMILE NUMBER

FACSIMILE NUMBER E-MAIL ADDRESS

E-MAIL ADDRESS

Page 24: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 5 T2.2 Part T2: Returnable Documents Returnable Schedules

PART B

TERMS AND CONDITIONS FOR BIDDING

1. BID SUBMISSION:

1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION.

1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR ONLINE

1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.

2. TAX COMPLIANCE REQUIREMENTS

2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.

2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.

2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.

2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3.

2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.

2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.

2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.

3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO

3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO

3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO

3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO

3.5. IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO

IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.

NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.

NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.

SIGNATURE OF BIDDER: ……………………………………………

CAPACITY UNDER WHICH THIS BID IS SIGNED: ……………………………………………

DATE: ………………………

Page 25: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 6 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB 03/06/2019

SCHEDULE 1B: AUTHORITY FOR SIGNATORY

Indicate the status of the tenderer by ticking the appropriate box hereunder. The tenderer must complete the certificate set out below for the relevant category.

A Company

B Partnership

C Joint Venture

D Sole Proprietor

E Close Corporation

A. Certificate for Company

I, ............................................................................... , chairperson of the board of directors of ..... …

................................................................................... , hereby confirm that by resolution of the board

(copy attached) taken on .......................................... 20…, Mr/Ms ....................................................

acting in the capacity of ............................................ , was authorized to sign all documents in

connection with this tender for contract ……………. and any contract resulting from it on behalf of

the company.

As witnesses : 1. Chairman :

2. Date :

B. Certificate for Partnership

We, the undersigned, being the key partners in the business trading as ............................................

................................................... hereby authorize Mr/Ms ........ , .........................................................

acting in the capacity of ............ ............................................... to sign all documents in connection

with the tender for Contract ...... ............................................... and any contract resulting from it on

our behalf.

NAME ADDRESS SIGNATURE DATE

NOTE : This certificate is to be completed and signed by all of the key partners upon whom rests

the direction of the affairs of the Partnership as a whole

C. Certificate for Joint Venture

We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorize Mr/Ms

..................................................... , authorised signatory of the company ...........................................

..................................................... , acting in the capacity of lead partner, to sign all documents in

Page 26: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 7 T2.2 Part T2: Returnable Documents Returnable Schedules

connection with the tender offer for Contract ........................ and any contract resulting from it on

our behalf.

This authorization is evidenced by the attached power of attorney signed by legally authorized signatories of all the partners to the Joint Venture.

NAME OF FIRM ADDRESS

AUTHORISING SIGNATURE, NAME & CAPACITY

Lead partner

D. Certificate for Sole Proprietor

I, .................................................. hereby confirm that I am the sole owner of the business trading as

.....................................................

As witnesses: 1. Signature : Sole owner :

2. Date :

E. Certificate for Close Corporation

We, the undersigned, being the key members in the business trading as ..........................................

...................................................................... hereby authorize Mr/Ms ...............................................

acting in the capacity of ............................... , to sign all documents in connection with the tender for

Contract ....................................................... and any contract resulting from it on our behalf.

NAME ADDRESS SIGNATURE DATE

NOTE: This certificate is to be completed and signed by all of the key-partners upon who rests the direction of the affairs of the Partnership as a whole.

Page 27: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 8 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1C: COMPULSORY ENTERPRISE QUESTIONNAIRE

The following particulars must be furnished. In the case of a joint venture, separate enterprise questionnaires in respect

of each partner must be completed and submitted.

Section 1: Name of enterprise:

Section 2: VAT registration number, if any:

Section 3: CIDB registration number:

Section 4: CSD registration number:

Section 5: Particulars of sole proprietors and partners in partnerships

Name* Identity number* Personal income tax number*

* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners

Section 6: Particulars of companies and close corporations

Company registration number ............................................................................................................................................

Close corporation number ..................................................................................................................................................

Tax reference number ........................................................................................................................................................

Bank name and branch .......................................................................................................................................................

Bank account number .........................................................................................................................................................

Name of account holder ......................................................................................................................................................

Section 7: Record of service of the state

Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager,

principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months

in the service of any of the following:

a member of any municipal council

a member of any provincial legislature

a member of the National Assembly or the National Council of Province

an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

a member of the board of directors of any municipal entity

a member of an accounting authority of any national or provincial public entity

an official of any municipality or municipal entity

an employee of Parliament or a provincial legislature

Page 28: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 9 T2.2 Part T2: Returnable Documents Returnable Schedules

If any of the above boxes are marked, disclose the following: (insert separate page if necessary)

Name of sole proprietor, partner,

director, manager, principal

shareholder or stakeholder

Name of institution, public office,

board or organ of state and position

held

Status of service

(tick appropriate column)

current

Within last

12 months

* Insert separate page if necessary

Section 7: Record of spouses, children and parents in the service of the state

Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner in a

partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or

has been within the last 12 months been in the service of any of the following:

a member of any municipal council

a member of any provincial legislature

a member of the National Assembly or the National Council of Province

an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

a member of the board of directors of any municipal entity

a member of an accounting authority of any national or provincial public entity

an official of any municipality or municipal entity an employee of Parliament or a provincial legislature

Name of spouse, child or parent

Name of institution, public office,

board or organ of state and position

held

Status of service

(tick appropriate column)

current

Within last

12 months

* Insert separate page if necessary

The undersigned, who warrants that he/she is duly authorised to do so on behalf of the enterprise:

i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that my / our tax matters are in order;

ii) confirms that neither the name of the enterprise nor the name of any partner, manager, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;

iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears, has within the last five years been convicted of fraud or corruption;

iv) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest;

v) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct.

Signed Date

Name Position

Enterprise name

Page 29: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 10 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1D : PERSONNEL SCHEDULE

Job Description Non-Local Local

Contract Manager

Site Agent

Quantity Surveyor

Surveyors

General Foreman

Foremen

Clerks

Operators

Bricklayers

Learner Bricklayers

Steel fixers

Watchmen

Gang Bosses

Pipe Layers

Labourers

* Other

* To be filled in by Tenderer

Signed ............................................................. Date ....................................................

Name ............................................................. Position ....................................................

Tenderer ............................................................................................................................................................

Page 30: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 11 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1E : SCHEDULE OF PLANT AND EQUIPMENT

The following are lists of major items of relevant equipment that I/we presently own or lease and will have available for this contract or will acquire or hire for this contract if my/our tender is accepted.

(a) Details of major equipment that is owned by and immediately available for this contract.

Quantity Description, Size, Capacity, etc

Attach additional pages if more space is required.

(b) Details of major equipment that will be hired, or acquired for this contract if my/our tender is acceptable.

Quantity Description, Size, Capacity, etc

Attach additional pages if more space is required.

Signed ............................................................. Date ....................................................

Name ............................................................. Position ....................................................

Tenderer ............................................................................................................................................................

Page 31: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 12 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1F: SCHEDULE OF WORK SATISFACTORILY CARRIED OUT BY THE TENDERER

The following is a statement of similar work successfully executed by myself/ourselves:

Employer, contact person and telephone number

Description of Contract Value of Work Inclusive of VAT (Rand)

Date Completed

Signed ............................................................. Date ....................................................

Name ............................................................. Position ....................................................

Page 32: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 13 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1G : ESTIMATED MONTHLY CASH-FLOW

The Tenderer shall state below the estimated value of work to be completed every month, based on his preliminary programme and his tendered unit rates.

The amounts for Contingencies and Contract Price Adjustment must not be included. The Tenderer must make note of any cash-flow restrictions.

MONTH VALUE

1

2

3

4

5

6

7

8

9

10

TOTAL

Signed ............................................................. Date ....................................................

Name ............................................................. Position ....................................................

Tenderer ............................................................................................................................................................

Page 33: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 14 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1H : SCHEDULE OF PROPOSED SUBCONTRACTORS

Note from Engineer: Acceptance of this tender shall not be construed as approval of all or any of the listed subcontractors. Should any of the subcontractors not be approved subsequent to acceptance of the tender, this shall in no way invalidate this tender, and the tendered unit rates for the various items of work shall remain final and binding, even in the event of a subcontractor not listed below being approved by the Engineer

We notify you that it is our intention to employ the following Subcontractors to work on this contract. If we are awarded the contract we agree that this notification does not change the requirement for us to submit the names of proposed Subcontractors in accordance with requirements in the contract for such appointments. A company awarded a contract may not subcontract more than 25% of the value of the contract to a company with a lower BBBEE rating.

No. Name and Address of Proposed Subcontractor

Nature and Extent of Work Previous Experience with Subcontractor

1.

2.

3.

4.

5.

6.

7.

Signed ............................................................. Date ....................................................

Name ............................................................. Position ....................................................

Tenderer ............................................................................................................................................................

Page 34: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 15 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1I : DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT

PRACTICES

1 This Municipal Bidding Document must form part of all bids invited.

2 It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors have- a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s database as companies or persons prohibited from doing business with the public sector?

(Companies or persons who are listed on this database were informed in writing

of this restriction by the National Treasury after the audi alteram partem rule

was applied).

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters

in terms of section 29 of the Prevention and Combating of Corrupt Activities Act

(No 12 of 2004)?

To Access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or

submit your written request for a hard copy of the Register to facsimile number (012) 3265445.

Yes

No

4.2.1 If so, furnish particulars:

Page 35: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 16 T2.2 Part T2: Returnable Documents Returnable Schedules

4.3 Was the bidder or any of its directors convicted by a court of law (including a

court outside of the Republic of South Africa) for fraud or corruption during the

past five years?

Yes

No

4.3.1 If so, furnish particulars:

4.4 Was any contract between the bidder and any organ of state terminated during

the past five years on account of failure to perform on or comply with the

contract?

Yes

No

4.4.1 If so, furnish particulars:

SBD 8

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME)…………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... …………………………..

Signature Date

………………………………………. …………………………..

Position Tenderer

Page 36: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 17 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1J: PROPOSED AMENDMENTS AND QUALIFICATIONS

The Tenderer should record any deviations or qualifications he may wish to make to the tender documents

in this Returnable Schedule. Alternatively, a tenderer may state such deviations and qualifications in a

covering letter to his tender and reference such letter in this schedule.

The Tenderers attention is drawn to clause F3.8 of the Standard Conditions of Tender references in the

Tender Data regarding the employer’s handling of material deviations and qualifications.

Page Clause or Item Proposal

Signed ............................................................. Date ....................................................

Name ............................................................. Position ....................................................

Tenderer .............................................................

Page 37: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 18 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1K : DECLARATION CONCERNING FULFILLMENT OF THE CONSTRUCTION REGULATIONS, 2003

In terms of regulation 4(3) of the Construction Regulations, 2003 (hereinafter referred to as the Regulations),

promulgated on 18 July 2003 in terms of Section 43 of the Occupational Health and Safety Act, 1993 (Act No

85 of 1993) the Employer shall not appoint a contractor to perform construction work unless the Contractor can

satisfy the Employer that his/her firm has the necessary competencies and resources to carry out the work

safely and has allowed adequately in his/her tender for the due fulfilment of all the applicable requirements of

the Act and the Regulations.

Tenderers shall answer the questions below:

1. I confirm that I am fully conversant with the Regulations and that my company has (or will

acquire/procure) the necessary competencies and resources to timeously, safely and successfully

comply with all of the requirements of the Regulations. (Tick)

YES

NO

2. Indicate which approach shall be employed to achieve compliance with the Regulations.

(Tick)

Own resources, competent in terms of the Regulations (refer to 3 below)

Own resources, still to be hired and/or trained (until competency is achieved)

Specialist subcontract resources (competent) - Specify:

3. Provide details of proposed key persons, competent in terms of the Regulations, who will form part of the Contract team as specified in the Regulations (CVs to be attached):

……………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………

………………………………………………………………………………………………

Page 38: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 19 T2.2 Part T2: Returnable Documents Returnable Schedules

4. Provide details of proposed training (if any) that will be undergone:

……………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………

………………………………………………………………………………………………

5. List potential key risks identified and measures for addressing risks:

……………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………

……………………………………………………………………………………………………………………

………………………………………………………………………………………………

6. I have fully included in my tendered rates and prices (in the appropriate payment items provided in the

Schedule of Quantities) for all resources, actions, training and any other costs required for the due

fulfilment of the Regulations for the duration of the construction and defects repair period(Tick)

YES

NO

SIGNATURE OF PERSON(S) AUTHORISED TO SIGN THIS TENDER:

1. ....................................................................... …. ID NO:

(Name in Print): ................................................. …. ……………………………………

2. ....................................................................... … ID NO:

(Name in Print): ....................................................... … …………………………………..

Page 39: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 20 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1L : DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state¹.

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.

3 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1 Full Name of bidder or his or her representative:…………………………………

3.2 Identity Number: ……………………………………………………………………………

3.3 Position occupied in the Company (director, trustee, hareholder²):…………………

3.4 Company Registration Number: ………………………………………………………

3.5 Tax Reference Number:…………………………………………………………………

3.6 VAT Registration Number: ………………………………………………………………

3.7 The names of all directors / trustees / shareholders members, their individual identity

numbers and state employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? YES / NO

3.8.1 If yes, furnish particulars. ….………………………………………………………

……………………………………………………………………………………..

¹MSCM Regulations: “in the service of the state” means to be – (a) a member of –

(i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity or constitutional institution within the

meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature. ² Shareholder” means a person who owns shares in the company and is actively involved in the management of the company or business and exercises control over the company.

Page 40: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 21 T2.2 Part T2: Returnable Documents Returnable Schedules

3.9 Have you been in the service of the state for the past twelve months? ……YES / NO

3.9.1 If yes, furnish particulars.………………………...………………………………

…………………………………………………………………………………………….

3.10 Do you have any relationship (family, friend, other) with persons

in the service of the state and who may be involved with

the evaluation and or adjudication of this bid? ………………………… YES / NO

3.10.1 If yes, furnish particulars

.………………………………………………………………

……………………………………………………………

3.11 Are you, aware of any relationship (family, friend, other) between

any other bidder and any persons in the service of the state who

may be involved with the evaluation and or adjudication of this bid? YES / NO

3.11.1 If yes, furnish particulars

…………………………………………………………………………………

……………………………….……............................................................

3.12 Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders in service of the state? YES / NO

3.12.1 If yes, furnish particulars.

……………………………………………………………………………….

……………………………………………………………………………….

3.13 Are any spouse, child or parent of the company’s directors

trustees, managers, principle shareholders or stakeholders

in service of the state? YES / NO

3.13.1 If yes, furnish particulars.

……………………………………………………………………………….

……………………………………………………………………………….

3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or business whether or not they are bidding for this contract. YES / NO

3.14.1 If yes, furnish particulars:

……………………………………………………………………………..

……………………………………………………………………………..

Page 41: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 22 T2.2 Part T2: Returnable Documents Returnable Schedules

4. FULL DETAILS OF DIRECTORS / TRUSTEES / MEMBERS / SHAREHOLDERS.

Full Name Identity Number State Employee

Number

Page 42: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 23 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1M : PREFERENCE POINTS

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

(l)

This preference form must form part of all bids invited. It contains general information and serves as a claim form for Broad Based Black Economic Empowerment (B-BBEE) Status Level of Contribution.

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF BBBEE AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value equal to or above R30 000 and up to R50 million. (all applicable taxes included).

1.2 The value of this bid is estimated to not exceed R50 million (all applicable taxes included) and therefore the 80/20 system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

(a) Price; and (b) B-BBEE Status Level of Contribution.

1.3.1 The maximum points for this bid are allocated as follows: POINTS 1.3.1.1 PRICE 80 1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 20 Total points for Price and B-BBEE must not exceed 100 1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification

Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time

subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

1.6 Conditions associated with the granting of preferences A company/firm/entity that is granted a preference, undertakes to: 1.6.1 accept that the number of preference points shall be determined from the B-BBEE status level

certificates submitted in terms of the Tender Data, using the status as at the closing date for submission of tender offers;

Page 43: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 24 T2.2 Part T2: Returnable Documents Returnable Schedules

1.6.2 not sub-contract more than 25% of the value of the contract to sub-contractors that do not have an equal

or higher B-BBEE status level than the prime contractor, unless the intended sub-contractors are exempted micro enterprises that have the capability and ability to execute the sub-contract works, or unless otherwise declared in terms of Section 8 below;

1.6.3 accept the sanctions set out in Section 1.7 below should condition 1.6.2 be breached, or should the BBBEE status level of contribution be found to have been claimed or obtained on a fraudulent basis;

1.6.4 accept that, in order to qualify for preference points, it is the responsibility of the Tenderer to submit the relevant certificate(s) (either an original valid B-BBEE status level verification certificate or an Exempted Micro Enterprise certificate issued by a registered auditor, accounting officer (as contemplated in section 60(4) of the Close Corporation Act, 1984 (Act No. 69 of 1984)) or an accredited verification agency, or certified copies thereof, in terms of the Construction Codes of Good Practice for Broad Based Black Economic Empowerment, in terms of the Preferential Procurement Regulations, 2017.

1.6.5 accept that, further to 1.6.4 above, Consortiums/Joint Ventures will qualify for preference points, provided that the entity submits the relevant certificate/scorecard in terms of the Preferential Procurement Regulations, 2017. Note that, in the case of unincorporated entities, a verified scorecard in the name of the consortium/Joint Venture must be submitted with the tender (attached to this schedule).

1.6.6 accept that if it is found that, in the performance of the contract, the participation of the various partners in a Consortium/ Joint Venture differs substantially from that upon which the consolidated scorecard submitted in terms of 1.6.5 above was based, and the impact of which is that the Joint Venture would not have been awarded the contract in terms of the actual BBBEE level of contribution achieved by the Joint Venture, then a financial penalty shall be applied (in addition to any other remedies that the Employer may have) in accordance with 1.7 below.

1.6.7 accept that a prime contractor will not be awarded points for BBBEE status level if he indicates in his tender that he intends sub-contracting more than 25% of the value of the contract to sub-contractors that do not qualify for at least the points that the prime contractor qualifies for, unless the intended sub-contractors are exempted micro enterprises that have the capability and ability to execute the sub-contract works.

1.7 Sanctions relating to breaches of preferencing conditions The sanctions for breaching the conditions associated with the granting of preferences are: 1.7.1 disqualify the tenderer from the tendering process; 1.7.2 recover all costs, losses or damages the Employer has incurred or suffered as a result of the tenderer’s

or contractor’s conduct; 1.7.3 cancel the contract and claim any damages which the Employer has suffered as a result of having to

make less favourable arrangements due to such cancellation; 1.7.4 restrict the tenderer or contractor, its shareholders and directors, or only the shareholders and directors

who acted on a fraudulent basis, from obtaining business from the Employer for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied;

1.7.5 forward the matter for criminal prosecution; and/or 1.7.6 a financial penalty payable to the Employer as set out below. Financial penalty for breach of condition 1.6.2 in Section 1.6 above: The penalty to be applied for sub-contracting more than 25% of the value of the contract to sub-

contractors that do not qualify for at least the preference points that the prime contractor qualified for (unless proven to be beyond the control of the prime contractor, or the sub-contractors are EMEs) shall be as provided for in the following formula:

Penalty = 0.5 x E(%) x P* where:

E = The value of work (excluding VAT) executed by sub-contractors that do not qualify for at least the preference points that the prime contractor qualified for, expressed as a percentage of P*, less 25%

P* = Value of the contract Financial penalty for breach in terms of condition 1.6.6 in Section 1.6 above:

Page 44: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 25 T2.2 Part T2: Returnable Documents Returnable Schedules

The penalty to be applied where, in the performance of the contract, the participation of the various

partners in a Consortium/ Joint Venture differs substantially from that upon which the consolidated scorecard submitted in terms of 1.6.5 in Section 1.6 above was based, and the impact of which is that the Joint Venture would not have been awarded that contract in terms of the actual B-BBEE level of contribution achieved by the Joint Venture, shall be as provided for in the following formula:

Penalty = 5/100 x (B-BBEEa – B-BBEEt) x P* where:

B-BBEEa = The B-BBEE level of contribution that is achieved, determined in accordance with the actual participation of the Joint Venture partners in the performance of the contract

B-BBEEt = The B-BBEE level of contribution that was used to determine the number of preference points granted to the Joint Venture at the time of tender evaluation

P* = Value of the contract 2. DEFINITIONS 2..1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment

insurance fund contributions and skills development levies; 2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -

Based Black Economic Empowerment Act; 2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based

on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ

of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic

Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional

discounts that can be utilized have been taken into consideration; 2.7 “consortium or joint venture” means an association of persons for the purpose of combining their

expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state; 2.9 “EME” means any enterprise with an annual total revenue of R10 million or less. 2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase

or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

2.11 “non-firm prices” means all prices other than “firm” prices; 2.12 “person” includes a juristic person;

2.13 “rand value” means the total estimated value of a contract in South African currency, calculated at the

time of bid invitations, and includes all applicable taxes and excise duties;

2.14 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

Page 45: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 26 T2.2 Part T2: Returnable Documents Returnable Schedules

2.15 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice

on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

2.16 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and

2.17 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order

for such property to be administered for the benefit of another person. 3. ADJUDICATION USING A POINT SYSTEM

3.1 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts;.

3.2 Points scored must be rounded off to the nearest 2 decimal places. 3.3 In the event that two or more tenderers have scored equal total points, the successful tenderer must

be the one that scored the highest points for B- BBEE. 3.4 If two or more tenderers have equal points, including equal preference points for B-BBEE, the

successful tenderer must be the one scoring the highest score for functionality, if functionality is part of the evaluation process.

3.5 In the event that two or more tenderers are equal in all respects, the award must be decided by the

drawing of lots. 4. POINTS AWARDED FOR PRICE 4.1 THE 80/20 PREFERENCE POINT SYSTEMS A maximum of 80 points is allocated for price on the following basis: 80/20

min

min180

P

PPtPs

Where Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 5. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTION

5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points

must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Points - (80/20 system)

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor 0

5.2 Bidders who do not submit B-BBEE Status Level Verification Certificates or who are non-compliant contributors to B-BBEE do not qualify for preference points for B-BBEE but should not be disqualified from the bidding process. They will score points out of 90 or 80 for price only and zero (0) points out of 10 or 20 for B-BBEE.

Page 46: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 27 T2.2 Part T2: Returnable Documents Returnable Schedules

5.3 Bidders who qualify as EMEs in terms of the B-BBEE Act: Accounting Officer/Accounting Authority must

ensure that the B-BBEE Status Level Verification Certificates submitted are issued by the following agencies: Sworn affidavit signed by the EME representative and attested by a Commissioner of oaths.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate

or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity,

provided that the entity submits their consolidated BBBEE status level verification certificate for every separate bid.

5.5 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates

together with their bids. 5.6 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that

such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.

5.7 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any

other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

6. BID DECLARATION 6.1 The undersigned, who warrants that he/she is duly authorised to do so on behalf of the tenderer, hereby

certifies that the preference claimed based on the B-BBEE status level of contribution indicated, qualifies the tenderer for such preference claimed, and acknowledges that: i) the information furnished is true and correct; ii) the preference claimed is in accordance with the conditions of this schedule; iii) the tenderer may be required to furnish documentary proof to the satisfaction of the Employer that

the claim is correct; and iv) he/she understands the conditions under which preferences are granted, and confirms that the

tenderer/prime contractor will satisfy the conditions pertaining to the granting of tender preferences. 6.2 With reference to condition 1.6.7 in Section 1.6 above, I/we declare that (tick one box as applicable –

see Note below):

I/we intend sub-contracting more than 25% of the value of the contract to sub-contractors that do not qualify for at least the points that I/we as prime contractor qualify for

I/we DO NOT intend sub-contracting more than 25% of the value of the contract to sub-contractors that do not qualify for at least the points that I/we as prime contractor qualify

for

Note:

Failure by the tenderer to tick either of the boxes in this declaration will result in no preference points being awarded. Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

Page 47: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 28 T2.2 Part T2: Returnable Documents Returnable Schedules

7 B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.2, 1.3

AND 5.1

1 If it is indicated

that the

company/firm/entity is a verified B-BBEE contributor, then the verified status level of contributor must be inserted in the box provided (insert a number from 1 to 8 as applicable)

B-BBEE Status Level of Contribution: ……………. = ……………points (maximum of 20) (Points claimed in respect of paragraph 7 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable) 8.1.1 If yes, indicate: (i) what percentage of the contract will be subcontracted? ……………………………….% (ii) the name of the sub-contractor? …………………………………………………………… (iii) the B-BBEE status level of the sub-contractor? …………………………………………. (iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable)

Type of B-BBEE Contributor Status (tick box(es) below as applicable)

Exempted Micro Enterprise (EME)

Exempted Micro Enterprise (EME) equal to 100% black owned - BBBEE level of 135% in terms of the Codes of Good Practice

Exempted Micro Enterprise (EME) at least 51% black owned - BBBEE level of 125% in terms of the Codes of Good Practice

Exempted Micro Enterprise (EME) less than or equal to 50% black owned - BBBEE recognition level of 100% in terms of the Codes of Good Practice

Exempted Micro Enterprise (EME) that is regarded as a specialized enterprise with at least 75% black beneficiaries with B-BBEE level of 135% in terms of Codes of Good Practice

Exempted Micro Enterprise (EME) that is regarded as a specialized enterprise with at least 51% black beneficiaries with B-BBEE level of 125% in terms of the Codes of Good Practice.

Qualifying Small Enterprise (QSE)

Qualifying Small Enterprise (QSE) with at least 51% black ownership

Qualifying Small Enterprise (QSE) with 100% black ownership

Qualifying Small Enterprise (QSE) that is regarded as a specialized enterprise with at least 75% black beneficiaries with B-BBEE level of 135% in terms of Codes of Good Practice

Qualifying Small Enterprise (QSE) that is regarded as a specialized enterprise with at least 51% black beneficiaries with B-BBEE level of 125% in terms of the Codes of Good Practice.

Other

Verified B-BBEE contributor B-BBEE Status Level of Contributor1

Non-compliant contributor

Page 48: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 29 T2.2 Part T2: Returnable Documents Returnable Schedules

9 DECLARATION WITH REGARD TO YOUR COMPANY/FIRM

9.1 Name of firm : .............................................................................................

9.2 VAT registration number : .............................................................................................

9.3 Company registration number :…………………………………………………………………...

9.4 TYPE OF FIRM

Partnership / Consortium / Joint Venture One person business/sole trader Close corporation Company (Pty) Limited

[TICK APPLICABLE BOX]

9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES ………….. ..................................................................................................................................................

……………… .............................................................................................................................................

…………….. ...............................................................................................................................................

9.6 COMPANY CLASSIFICATION

Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc.

[TICK APPLICABLE BOX]

9.7 MUNICIPAL INFORMATION

State where business is situated: ………………………………………………..

Registered Account No: ………………………………………………

Stand No: ………………………………………………………………..

9.8 Total number of years the company / firm has been in business? ……………………………………

9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct;

(ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form.

(iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

Page 49: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 30 T2.2 Part T2: Returnable Documents Returnable Schedules

SIGNATURE(S) OF BIDDER(S)

DATE:……………………………………

(b) recover costs, losses or damages it has incurred or suffered as a result of

that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) restrict the bidder or contractor, its shareholders and directors, or only the

shareholders and directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution

WITNESSES:

2. ……………………………………… …………………………………….

2. ………………………………………

Page 50: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 31 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1N : CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Municipal Bidding Document (MBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement

between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties

in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe

se prohibition meaning that it cannot be justified under any grounds.

3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide

measures for the combating of abuse of the supply chain management system, and must enable the

accounting officer, among others, to:

a. take all reasonable steps to prevent such abuse;

b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain

management system of the WESTERN CAPE NATURE CONSERVATION BOARD or has

committed any improper conduct in relation to such system; and

c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act

during the bidding process or the execution of the contract.

4 This MBD serves as a certificate of declaration that would be used by institutions to ensure that, when

bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must be

completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower

the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is,

therefore, an agreement between competitors not to compete.

Page 51: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 32 T2.2 Part T2: Returnable Documents Returnable Schedules

CAMBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

…………………………………………………….

(Bid Number and Description)

in response to the invitation for the bid made by:

WESTERN CAPE NATURE CONSERVATION BOARD

(Name of Municipality / Municipal Entity)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: _____________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and

complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of

the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to

determine the terms of, and to sign, the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor”

shall include any individual or organization, other than the bidder, whether or not affiliated with the

bidder, who:

has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their

qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same line of

business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However communication between

partners in a joint venture or consortium³ will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,

communication, agreement or arrangement with any competitor regarding:

(a) prices;

Page 52: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 33 T2.2 Part T2: Returnable Documents Returnable Schedules

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the

bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any

competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the

products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or

indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of

the contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts,

skill and knowledge in an activity for the execution of a contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any

restrictive practices related to bids and contracts, bids that are suspicious will be reported to the

Competition Commission for investigation and possible imposition of administrative penalties in terms

of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting

Authority (NPA) for criminal investigation and or may be restricted from conducting business with the

public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of

Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

………………………………………… …………………………………

Signature Date

…………………………………………… …………………………………

Position Name of Bidder

Page 53: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 34 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1O : CONTRACT FORM - RENDERING OF SERVICES

THIS FORM MUST BE FILLED IN DUPLICATE BY BOTH THE SERVICE PROVIDER (PART 1) AND THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SERVICE PROVIDER AND THE PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE RECORDS.

PART 1 (TO BE FILLED IN BY THE BIDDER)

1. I hereby undertake to render services described in the attached bidding documents to the WESTERN CAPE NATURE CONSERVATION BOARD in accordance with the requirements and task directives / proposals specifications stipulated in Bid Number WCNCB03/06/2019 at the price/s quoted. My offer/s remain binding upon me and open for acceptance by the Purchaser during the validity period indicated and calculated from the closing date of the bid.

2. The following documents shall be deemed to form and be read and construed as part of this agreement: (i) Bidding documents, viz - Invitation to bid; - Tax clearance certificate; - Pricing schedule(s); - Filled in task directive/proposal;

- Preference claims for Broad Based Black Economic Empowerment Status Level of Contribution in terms of the Preferential Procurement Regulations 2017;

- Declaration of interest; - Declaration of Bidder’s past SCM practices; - Certificate of Independent Bid Determination; - Special Conditions of Contract; (ii) General Conditions of Contract; and (ii) Other (specify)

3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) and

rate(s) quoted cover all the services specified in the bidding documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

4. I accept full responsibility for the proper execution and fulfillment of all obligations and conditions devolving on me under this agreement as the principal liable for the due fulfillment of this contract.

5. I declare that I have no participation in any collusive practices with any bidder or any other person regarding this or any other bid.

6. I confirm that I am duly authorized to sign this contract.

NAME (PRINT) …………………………….

CAPACITY …………………………….

SIGNATURE …………………………….

NAME OF FIRM …………………………….

DATE ……………………….

WITNESSES

1 ……….…………………….

2 ………………………….

DATE: ………………………..

Page 54: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 35 T2.2 Part T2: Returnable Documents Returnable Schedules

CAMBD 7.2

PART 2 (TO BE FILLED IN BY THE WESTERN CAPE NATURE CONSERVATION BOARD)

1. I, …………… in my capacity as …………………. accept your bid under reference number WCNCB03/06/2019 dated … ……… 2019 for the rendering of services indicated hereunder and/or further specified in the annexure(s).

2. An official order indicating service delivery instructions is forthcoming.

3. I undertake to make payment for the services rendered in accordance with the terms and conditions of the contract, within 30 (thirty) days after receipt of an invoice.

DESCRIPTION OF SERVICE

PRICE (ALL APPLICABLE TAXES INCLUDED)

COMPLETION DATE B-BBEE STATUS LEVEL

MINIMUM THRESHOLD FOR LOCAL PRODUCTION AND CONTENT (if applicable)

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE

RESERVE

R _____________

N/A

4. I confirm that I am duly authorized to sign this contract.

SIGNED AT ……………………………………… ON ………………………………..

NAME (PRINT) ………………………………………….

SIGNATURE …………………………………………

OFFICIAL STAMP

WITNESSES

3 ……….…………………….

4 ………………………….

DATE: ………………………..

Page 55: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 36 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 1P : DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS (MBD 6.2)

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2017, the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2017 (Regulation 8) makes provision for the promotion of local production and

content. 1.2. Regulation 8.(2) prescribes that in the case of designated sectors, where in the award of bids local production and

content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two-stage bidding process may be followed, where

the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE. A tender that fails to meet the minimum stipulated threshold for local production and content is an unacceptable tender.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that the local

production and content of the overall value of the contract is reduced to below the stipulated minimum threshold. 1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS

approved technical specification number SATS 1286: 2011 as follows: LC = [1 - x / y] * 100 Where x is the imported content in Rand y is the bid price in Rand excluding value added tax (VAT) Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as indicated in paragraph 4.1 below. The SABS approved technical specification number SATS 1286:2011 is accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.

1.6 A bid may be disqualified if –

(a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not

submitted as part of the bid documentation; and (b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been

audited and certified as correct.

Page 56: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 37 T2.2 Part T2: Returnable Documents Returnable Schedules

2. Definitions

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and

Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign” means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or

other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility (close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components, parts or materials which

have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour or intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content, provided that local

manufacture does take place; 2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department

of Trade and Industry; and 2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing another person to

support such primary contractor in the execution of part of a project in terms of the contract.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex C of SATS 1286:2011) for

this bid is/are as follows:

Item No. Description of services, works or goods Min.

threshold

1 Steel Value-added Products

Roof and Cladding 100%

2 Steel Value-added Products

Reinforcing bars 100%

NOTE: If the raw material or input to be used for a specific item is not available locally, bidders should obtain written authorisation from the dti, should there be a need to import such raw material or input and a copy of the authorisation letter must be submitted together with the bid document at the closing date and time of the bid.

4. Does any portion of the services, works or goods offered have any imported content?

(Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in paragraph 1.5 of the

general conditions must be the rate(s) published by SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za.

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Page 57: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 38 T2.2 Part T2: Returnable Documents Returnable Schedules

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

5. Were the Local Content Declaration Templates (Annex C, D and E) audited and certified as correct? (Tick applicable box)

YES NO

5.1. If yes, provide the following particulars:

(a) Full name of auditor: ………………………………………………………………

(b) Practice number: …………………………………………………………………………

(c) Telephone and cell number: ……………………………………………………………….

(d) Email address: …………………………………………………………………………

(Documentary proof regarding the declaration will, when required, be submitted to the satisfaction of the Accounting Officer / Accounting Authority)

6. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the AO/AA provide directives in this regard.

………………………………….. …………………………………….. Signature(s) of Bidder(s) Date ………………………................. ……………………………………. Name of Signature(s) Name of Bidder ………………………................. ……………………………………. Witness 1 Witness 2

Page 58: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 39 T2.2 Part T2: Returnable Documents Returnable Schedules

LOCAL CONTENT DECLARATION (REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. ................................................................................. ISSUED BY: (Procurement Authority / Name of Institution): ......................................................................................................................... NB 1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized

representative, auditor or any other third party acting on behalf of the bidder. 2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E)

is accessible on http://www.thdti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be

kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract.

I, the undersigned, …………………………….................................................... (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and

(ii) the declaration templates have been audited and certified to be correct.

(c) The local content percentage (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C:

Bid price, excluding VAT (y) R

Imported content (x), as calculated in terms of SATS 1286:2011 R

Stipulated minimum threshold for local content (paragraph 3 above)

Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

(d) I accept that the Procurement Authority / Institution has the right to request that the local content be verified in terms

of the requirements of SATS 1286:2011. (e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application.

I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Institution imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ___________ WITNESS No. 1 DATE: ___________ WITNESS No. 2 DATE: ___________

Page 59: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 40 T2.2 Part T2: Returnable Documents Returnable Schedules

COMPLETE THESE FORMS FOR ITEMS LISTED IN PARAGRAPH 3:

SATS

12

86

.20

11

(C1

)

(C2

)

(C3

)

(C4

)

(C5

)

(C6

)U

SDEU

GB

P

(C7

)

(C8

)(C

10

)(C

11

)(C

12

)(C

13

)(C

14

)(C

15

)(C

16

)(C

17

)(C

18

)(C

19

)

F1.4

.32

00

F1.4

.42

2 m

Da

te:

13

m

75

(C2

2)

Tota

l Te

nd

er v

alu

e n

et o

f ex

emp

t im

po

rted

co

nte

nt

(C2

3)

Tota

l

Imp

ort

ed c

on

ten

t

Sign

atu

re o

f te

nd

erer

fro

m A

nn

ex C

(C2

1)

Tota

l Ex

emp

t im

po

rted

co

nte

nt

Eave

s fl

ash

ing

F1.4

.6

(C2

4)

Tota

l

loca

l co

nte

nt

(C2

5)

Ave

rage

lo

cal

con

ten

t %

of

ten

der

Ten

der

No

. :

Ten

der

des

crip

tio

n:

No

te: V

AT

to b

e ex

clu

ded

fro

m

all

ca

lcu

lati

on

s

10

0%

(C9

)

Ten

der

Au

tho

rity

:

Ten

der

ing

Enti

ty

na

me:

Ten

der

Exc

ha

nge

Ra

te:

Spec

ifie

d l

oca

l

con

ten

t %

Des

ign

ate

d

pro

du

ct(s

)

(C2

0)

To

tal

ten

der

va

lue

Ap

ex f

lash

ing

40

0m

m g

irth

Ro

of

cove

rin

g w

ith

pit

ch e

xcee

din

g 1

5 d

egre

esF1

.4.5

An

nex

C

Loca

l Co

nte

nt

Dec

lara

tio

n -

Su

mm

ary

Sch

edu

le

WC

NC

B…

..20

19

Ca

lcu

lati

on

of

loca

l co

nte

nt

Imp

ort

ed

valu

e

Exem

pte

d

imp

ort

ed

valu

e

List

of

item

sTe

nd

er i

tem

no

's

Bil

l o

f

Qu

an

titi

es

Ro

of

an

d C

lad

din

g

BU

ILD

ING

REF

UR

BU

SHM

ENT

AT

VR

OLI

JKH

EID

NA

TUR

E R

ESER

VE

Ten

der

va

lue

net

of

exem

pte

d

imp

ort

ed c

on

ten

t

Ten

der

su

mm

ary

Tota

l Im

po

rted

con

ten

t

Tota

l

exem

pte

d

imp

ort

ed

con

ten

t

Tota

l te

nd

er

valu

e

Ten

der

Qty

Ten

der

pri

ce -

each

(ex

cl V

AT)

Loca

l

con

ten

t %

(per

ite

m)

Loca

l va

lue

Ro

of

cove

rin

g w

ith

pit

ch e

xcee

din

g 3

5 d

egre

es

Page 60: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 41 T2.2 Part T2: Returnable Documents Returnable Schedules

SATS

12

86

.20

11

(C1

)

(C2

)

(C3

)

(C4

)

(C5

)

(C6

)U

SDEU

GB

P

(C7

)

(C8

)(C

10

)(C

11

)(C

12

)(C

13

)(C

14

)(C

15

)(C

16

)(C

17

)(C

18

)(C

19

)

E1.1

.30

.5 t

on

Da

te:

Tota

l Im

po

rted

con

ten

t

Tota

l

exem

pte

d

imp

ort

ed

con

ten

t

Tota

l te

nd

er

valu

e

Ten

der

Qty

Ten

der

pri

ce -

each

(ex

cl V

AT)

Loca

l

con

ten

t %

(per

ite

m)

Loca

l va

lue

Hig

h-t

ensi

le s

teel

ba

rs u

p t

o 2

0 m

m d

iam

eter

An

nex

C

Loca

l Co

nte

nt

Dec

lara

tio

n -

Su

mm

ary

Sch

edu

le

WC

NC

B…

..20

19

Ca

lcu

lati

on

of

loca

l co

nte

nt

Imp

ort

ed

valu

e

Exem

pte

d

imp

ort

ed

valu

e

List

of

item

sTe

nd

er i

tem

no

's

Bil

l o

f

Qu

an

titi

es

Rei

nfo

rcem

ent

Ba

rs

BU

ILD

ING

REF

UR

BU

SHM

ENT

AT

VR

OLI

JKH

EID

NA

TUR

E R

ESER

VE

Ten

der

va

lue

net

of

exem

pte

d

imp

ort

ed c

on

ten

t

Ten

der

su

mm

ary

(C2

4)

Tota

l

loca

l co

nte

nt

(C2

5)

Ave

rage

lo

cal

con

ten

t %

of

ten

der

Ten

der

No

. :

Ten

der

des

crip

tio

n:

No

te: V

AT

to b

e ex

clu

ded

fro

m

all

ca

lcu

lati

on

s

10

0%

(C9

)

Ten

der

Au

tho

rity

:

Ten

der

ing

Enti

ty

na

me:

Ten

der

Exc

ha

nge

Ra

te:

Spec

ifie

d l

oca

l

con

ten

t %

Des

ign

ate

d

pro

du

ct(s

)

(C2

0)

To

tal

ten

der

va

lue

(C2

2)

Tota

l Te

nd

er v

alu

e n

et o

f ex

emp

t im

po

rted

co

nte

nt

(C2

3)

Tota

l

Imp

ort

ed c

on

ten

t

Sign

atu

re o

f te

nd

erer

fro

m A

nn

ex C

(C2

1)

Tota

l Ex

emp

t im

po

rted

co

nte

nt

Page 61: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 42 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 2B : DOCUMENTS OF INCORPORATION

The tenderer must attach to this page a copy of the certificate of incorporation of his/her company, close corporation or partnership. In the case of a joint venture between two or more firms, the tenderer shall attach a copy of the document of incorporation of the joint venture.

Page 62: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 43 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 2C : TAX CLEARANCE CERTIFICATE

It is a condition of bid that the taxes of the successful bidder must be in order, or that

Satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the

bidder’s tax obligations.

1 In order to meet this requirement bidders are required to request their Tax Compliance Status which will include a unique PIN which you can provide to any third party (if requested) to enable them to verify your tax compliance status online via eFiling.

2 Request a TCC via eFiling which will give you the option to print the TCC Or request a TCC at a SARS branch where a SARS agent will be able to print or email the TCC to you.

3 The Tax Compliance Status Requirements are also applicable to foreign bidders / individuals who wish to submit bids.

4 A Tax Compliance Status is a holistic view of your tax compliance level across all your registered tax types.

5 If your tax compliance status is compliant, the SARS agent will be able to print or email you your TCC to the registered email address which SARS has on record for you.

6 Please note: If your tax compliance status reflects that you are non-compliant, you will not receive a TCC until you have rectified your compliance.

7 The Tax Compliance status pin or a printed Tax Clearance certificate must be submitted together with the bid. Failure to submit a Tax Compliance status pin and a printed Tax Clearance certificate will result in the invalidation of the tender.

8 In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Compliance Pin and printed TCC.

PLEASE NOTE THAT NOT ALL GOVERNMENT INSTITUTIONS AND PRIVATE ORGANISATIONS WILL BE ABLE TO UTILSE THE TAX COMPLIANCE STATUS PIN AT THIS STAGE AND IN SUCH INSTANCES, YOU MUST SUPPLY A PRINTED TCC. IT IS ENVISAGED THAT THE PIN WILL, IN

TIME, REPLACE THE PAPER TCC.

Page 63: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 44 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

Page 64: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 45 T2.2 Part T2: Returnable Documents Returnable Schedules

of the firm) and hereby declare, that to the best of my personal knowledge, neither the firm nor any director/member/partner of said firm is in arrears on any of its municipal accounts with any municipality in the Republic of South Africa, for a period longer than 3 (three) months.

I further hereby certify that the information set out in this schedule and/or attachment(s) hereto is true and correct. The Tenderer acknowledges that failure to properly and truthfully complete this schedule may result in the tender being disqualified, and/or in the event that the tenderer is successful, the cancellation of the contract.

PHYSICAL BUSINESS ADDRESS(ES) OF THE TENDERER MUNICIPAL ACCOUNT NUMBER

FURTHER DETAILS OF THE BIDDER’S Director / Shareholder Partners, ect.:

Director /Shareholder / partner Physical address of the

Business Municipal Account

number(s)

Physical residential address of the Director /

shareholder / partner

Municipal Account number(s)

NB: Please attach certified copy(ies) of ID document(s)

If the entity or any of its Directors/Shareholders/Partners, etc. rents/leases premises, a copy of the rental/lease agreement must be submitted with this tender.

Number of sheets appended by the tenderer to this schedule (if nil, enter NIL)

Signature Position Date

COMMISSIONER OF OATHS

Signed and sworn to before me at _______________________ , on

this ________________________ day of _________________ 20

by the Deponent, who has acknowledged that he/she knows and understands the contents of this Affidavit, it is true and correct to the best of his/her knowledge and that he/she has no objection to taking the prescribed oath, and that the prescribed oath will be binding on his/her conscience.

COMMISSIONER OF OATHS:-

Position: _________________ ____________________________

Address: _________________ ____________________________

Tel: _______________________________________________

Apply official stamp of authority on this page:

Page 65: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 46 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 2E : BROAD-BASED BLACK ECONOMIC EMPOWERMENT (B-BBEE) STATUS LEVEL CERTIFICATES

A bidder who qualifies as an EME in terms of the B-BBEE Act must submit a sworn affidavit

confirming Annual Total Revenue and Level of Black Ownership.

A Bidder other than EME or QSE must submit their original and valid B-BBEE status level

verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued

by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

MINIMUM REQUIREMENTS FOR VALID B-BBEE STATUS LEVEL

VERIFICATION CERTIFICATES (The following information must be on

the face of the certificate)

Indicate with

(x)

yes no

The name and the physical location of the measured entity

The registration number and, where applicable, the VAT number of the

measured entity

The date of issue and date of expiry

The certificate number for identification and reference

The scorecard that was used (for example EME, QSE or Generic)

The name and / or logo of the verification Agency

The SANAS logo

The certificate must be signed by the authorized person from the Verification

Agency

The B-BBEE Status level of Contribution obtained by the measured entity.

Failure on the part of a bidder to claim, fill in and/or to sign CAMBD 6.1 and submit a B-

BBEE Verification Certificate from a Verification Agency accredited by the South African

Accreditation System (SANAS), or a Registered Auditor approved by the Independent

Regulatory Board of Auditors (IRBA) or a sworn affidavit confirming annual turnover and level

of black ownership in case of an EME and QSE together with the bid, will be interpreted to mean

that preference points for B-BBEE status level of contribution are not claimed.

Signed ………………………………………… Date ……………………………………

Name ……………………………………… Position ………………………………

TENDERER …………………………………………………………………………………..………

Page 66: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 47 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 2F : PROOF OF REGISTRATION WITH THE CONSTRUCTION INDUSTRY DEVELOPMENT BOARD (CIDB)

Tenderers must provide their CIDB number and details. Failure to do so may result in the tender being

invalid.

Page 67: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 48 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 2G : JOINT VENTURE AGREEMENT, IF APPLICABLE

Tenderers shall attach to this page, a copy of their Joint Venture Agreement if applicable.

Page 68: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 49 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 3A : RECORD OF ADDENDA TO TENDER DOCUMENTS

We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer :

No. Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Attach additional pages if more space is required.

Signed ............................................................. Date ..........................................

Name ............................................................. Position ..........................................

Tenderer .......................................................................................................................................................

Page 69: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender T2 – Page 50 T2.2 Part T2: Returnable Documents Returnable Schedules

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 3B : CURRICULUM VITAE OF KEY PERSONNEL

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SCHEDULE 3C : FIRST PROGRAMME AND METHOD STATEMENT

The tenderer must attach to this schedule a detailed programme of the works that clearly indicates how the works in the LIC column in the bill of quantities is incorporated into the programme.

Page 70: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 1 C1 Part C1: Agreement and Contract Data

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

PART C1 : AGREEMENT AND CONTRACT DATA

C1.1 Form of Offer and Acceptance

C1.2 Contract Data

C1.3 Form of Guarantee (Pro Forma)

C1.4 OHS AGREEMENT

Page 71: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 2 C1.1 Part C1: Agreement and Contract Data Form of Offer and Acceptance

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C1.1 : FORM OF OFFER AND ACCEPTANCE

1. OFFER

The employer, identified in the acceptance signature block, has solicited offers to enter into a contract for the procurement of:

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

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

addenda thereto as listed in the tender schedules, and by submitting this offer has accepted the conditions of

tender.

By the representative of the tenderer, deemed to be duly authorized, signing this part of this form of offer and acceptance, the tenderer offers to perform all of the obligations and liabilities of the Contractor 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 total of the prices inclusive of Value-Added Tax is .....................................................................

............................................................................... Rand (in words); R ......................................... (in figures)

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 contractor in terms of the conditions of contract identified in the contract data.

Signature(s) ..................................................... ............................................................

Name(s) ..................................................... ............................................................

Capacity ..................................................... ............................................................

for the Tenderer .................................................................................................................................................... (Name and address of organisation)

Name and signature of witness ..................................................... Date ................................................

2. 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 contractor 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.

Page 72: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 3 C1.1 Part C1: Agreement and Contract Data Form of Offer and Acceptance

The terms of the contract are contained in

Part C1 : Agreements and contract data (which includes this agreement)

Part C2 : Pricing data

Part C3 : Scope of work

Part C4 : Site Information

and drawings and documents or parts thereof, which may be incorporated by reference into Parts C1 to C4 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. No amendments to or deviations from said documents are valid unless contained in this schedule.

The tenderer shall, within TWO (2) weeks after receiving a completed copy of this agreement including the schedule of deviation (if any), contact the employer’s agent (whose details are given in the contract data) to arrange the delivery of any bonds, guarantees, proof 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 the 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 contractor), within five (5) 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 .................................................. (Name and address of organisation)

Name and signature of witness .................................................. Date ..................................................

Page 73: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 4 C1.1 Part C1: Agreement and Contract Data Form of Offer and Acceptance

3. SCHEDULE OF DEVIATIONS

Notes:

1. The extent of deviations from the tender documents issued by the employer before the tender closing date is limited to those permitted in terms of the conditions of tender.

2. Any other matter arising from the process of offer and acceptance either as a confirmation, clarification or change to the tender documents, and which it is agreed by the parties becomes an obligation of the contract, shall also be recorded here.

3. Any change or addition to the tender documents arising from the above agreements and recorded here shall also be incorporated into the final draft of the contract.

4. A tenderers covering letter shall not be included in the final contract document. Should any matter in such letter, which constitutes a deviation as aforesaid, be the subject of agreements reached during the process of offer and acceptance, the outcome of such agreement shall be recorded here.

1. Subject .........................................................................................................................................................

Details ..........................................................................................................................................................

2. Subject .........................................................................................................................................................

Details ..........................................................................................................................................................

3. Subject .........................................................................................................................................................

Details ..........................................................................................................................................................

4. Subject .........................................................................................................................................................

Details ..........................................................................................................................................................

5. Subject .........................................................................................................................................................

Details ..........................................................................................................................................................

By the duly authorized representatives signing this schedule of deviations, the employer and the tenderer agree to and accept the foregoing schedule of deviations as the only deviations from and amendments to the documents listed in the tender data and addenda thereto as listed in the tender schedules, as well as any confirmation, clarification or changes to the terms of the offer agreed by the tenderer and the employer during this process of offer and acceptance.

It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the tender documents and the receipt by the tenderer of a completed signed copy of this agreement shall have any meaning or effect in the contract between the parties arising from this agreement.

Page 74: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 5 C1.2 Part C1: Agreement and Contract Data Contract Data

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C1.2: CONTRACT DATA (PART 1)

The General Conditions of Contract for Construction Work, Third Edition, 2015, published by the South African Institution of Civil Engineering (SAICE), Private Bag X200, Halfway House, 1685, is applicable to this Contract and is obtainable from www.saice.org.za

The following contract specific data, referring to the General Conditions of Contract for Construction Works, Third Edition, 2015, are applicable to this Contract:

PART 1 : DATA PROVIDED BY THE EMPLOYER

Clause Description

1.1.1.13 The Defect Liability Period is 12 months

1.1.1.15 The Employer is the WESTERN CAPE NATURE CONSERVATION BOARD.

1.1.1.26 The Pricing Strategy is a Re-measurement Contract

1.2.1.2 The Employer’s address for receipt of communications and notices is :

Contact Person: Mr. Ramese Mathews

Telephone: (087) 087 3175) Facsimile: (086) 210 4280

Address (Postal) : Private Bag X29 Address (Physical):

Gatesville corner Bosduif & Volstruis Streets

7766 Bridgetown

7764

1.1.1.16 The name of the Engineer is WEC-Consult (Pty) Ltd

1.2.1.2 The Engineer’s address for receipt of communications and notices is :

Contact Person: Mr. F Albertyn

Telephone: 021 886 6895/6 Facsimile: (021) 882 8207

E-mail: [email protected]

Address (Postal) : P.O. Box 6353 Address (Physical): 1st Floor NPK Building

UNIEDAL 20 Plein Street

Stellenbosch

Page 75: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 6 C1.2 Part C1: Agreement and Contract Data Contract Data

3.1.3 The Engineer shall obtain specific approval from the Employer before executing any of his functions or duties according to the following Clauses of the General Conditions of Contract:

1) Clause 5.8.1 Non-working times

2) Clause 5.11.1 Suspension of the Works

3) Clause 5.12.4 Acceleration instead of extension of time

4) Variations in terms of Clause 6.3 where any single Variation Order exceeds 20% of the Contingency Sum in the Contract

5) Rulings in terms of Clause 10.2 (Dissatisfaction) and Clause 10.3 (Dispute)

5.3.1 The documentation required before commencement with Works execution are:

1) Health and Safety Plan (Refer to Clause 4.3)

2) Initial programme (Refer to Clause 5.6)

3) Security (Refer to Clause 6.2)

4) Insurance (Refer to Clause 8.6)

5) Letter of Good Standing from the Compensation Commissioner (if not insured with a Licensed Compensation Insurer)

5.3.2 The time to submit documentation required before commencement with Works execution is 14 days.

5.8.1 The non-working days are Sundays.

The special non-working days are:

1) All gazetted public holidays falling outside the year end break.

2) The year-end break in accordance with the dates recommended by SAFCEC.

5.13.1 The penalty for failing to complete the Works is R 1 000 per calendar day.

5.16.3 The latent defect period is 10 years.

6.5.1.2.3 The percentage allowance to cover overhead charges is 25%

6.10.1.5 The percentage advance on materials not yet built into the Permanent Works is 80%.

6.10.3 The limit of retention money is 10% of the Contract Price.

8.6.1.1.2 The value of Plant and material supplied by the Employer to be included in the insurance

sum is R 0.00 (Nil).

8.6.1.1.3 The amount to cover professional fees for repairing damage and loss to be included in the insurance sum is ten percent (10%) of the tender price.

8.6.1.3 The limit of indemnity for the liability insurance required is R 5 000 000.

10.5.3 The number of Adjudication Board Members to be appointed is one.

10.7.1 The determination of disputes shall be by arbitration.

Page 76: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 7 C1.2 Part C1: Agreement and Contract Data Contract Data

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C1.2 : CONTRACT DATA (PART 2)

PART 2 : DATA PROVIDED BY THE CONTRACTOR

Clause Description

1.1.1.9 The name of the Contractor is .................................

1.2.1.2 The Contractor’s address for receipt of communications and notices is :

Telephone: ................................... Facsimile: ................................................

E-mail : ...................................

Address (Postal) : ........................... Address (Physical) : ...................................

......................................................... ....................................................................

......................................................... ....................................................................

6.2.1 The security to be provided by the Contractor shall be one of the following:

Type of security

(Value Added Tax is included in the Contract Sum)

Contractor’s choice. Indicate “Yes” or “No”

Performance guarantee of 10% of the Contract Sum

Retention of 10% of the value of the Works

Page 77: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 8 C1.3 Part C1: Agreement and Contract Data Form of Guarantee

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C1.3 : FORM OF GUARANTEE (PRO FORMA)

For use with the General Conditions of Contract for Construction Works, Third Edition, 2015.

GUARANTOR DETAILS AND DEFINITIONS

"Guarantor" means: .............................................................................................................................................

"Physical address: ..............................................................................................................................................

"Employer" means: WESTERN CAPE NATURE CONSERVATION BOARD ....................................................

"Contractor" means: ............................................................................................................................................

"Engineer" means: ..............................................................................................................................................

“Works” means: Contract No. ...: BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE .........

"Site" means: The site as defined in Clause 1.1.1.29 of the General Conditions of Contract .............................

"Contract" means: The Agreement made in terms of the Form of Offer and Acceptance and such amendments

or additions to the Contract as may be agreed in writing between the parties.

"Contract Sum" means: The accepted amount inclusive of tax of R ...................................................................

Amount in words: ................................................................................................................................................

"Guaranteed Sum" means: The maximum aggregate amount of R ....................................................................

Amount in words: ................................................................................................................................................

"Expiry Date" means: The date of issue by the Engineer of the Certificate of Completion of the Works.............

CONTRACT DETAILS

Engineer issues: Interim Payment Certificates, Final Payment Certificate and the Certificate of Completion of

the Works as defined in the Contract.

PERFORMANCE GUARANTEE

1. The Guarantor's liability shall be limited to the amount of the Guaranteed Sum.

2. The Guarantor's period of liability shall be from and including the date of issue of this Performance

Guarantee and up to and including the Expiry Date or the date of issue by the Engineer of the Certificate

of Completion of the Works or the date of payment in full of the Guaranteed Sum, whichever occurs first.

The Engineer and/or the Employer shall advise the Guarantor in writing of the date on which the

Certificate of Completion of the Works has been issued.

3. The Guarantor hereby acknowledges that:

Page 78: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 9 C1.3 Part C1: Agreement and Contract Data Form of Guarantee

3.1 any reference in this Performance Guarantee to the Contract is made for the purpose of convenience and

shall not be construed as any intention whatsoever to create an accessory obligation or any intention

whatsoever to create a suretyship;

3.2 its obligation under this Performance Guarantee is restricted to the payment of money.

4. Subject to the Guarantor's maximum liability referred to in 1, the Guarantor hereby undertakes to pay the

Employer the sum certified upon receipt of the documents identified in 4.1 to 4.3:

4.1 A copy of a first written demand issued by the Employer to the Contractor stating that payment of a sum

certified by the Engineer in an Interim or Final Payment Certificate has not been made in terms of the

Contract and failing such payment within seven (7) calendar days, the Employer intends to call upon the

Guarantor to make payment in terms of 4.2;

4.2 A first written demand issued by the Employer to the Guarantor at the Guarantor's physical address with

a copy to the Contractor stating that a period of seven (7) days has elapsed since the first written demand

in terms of 4.1 and the sum certified has still not been paid;

4.3 A copy of the aforesaid payment certificate which entitles the Employer to receive payment in terms of

the Contract of the sum certified in 4.

5. Subject to the Guarantor's maximum liability referred to in 1, the Guarantor undertakes to pay to the

Employer the Guaranteed Sum or the full outstanding balance upon receipt of a first written demand from

the Employer to the Guarantor at the Guarantor's physical address calling up this Performance

Guarantee, such demand stating that:

5.1 the Contract has been terminated due to the Contractor's default and that this Performance Guarantee is

called up in terms of 5; or

5.2 a provisional or final sequestration or liquidation court order has been granted against the Contractor and

that the Performance Guarantee is called up in terms of 5; and

5.3 the aforesaid written demand is accompanied by a copy of the notice of termination and/or the

provisional/final sequestration and/or the provisional liquidation court order.

6. It is recorded that the aggregate amount of payments required to be made by the Guarantor in terms of

4 and 5 shall not exceed the Guarantor's maximum liability in terms of 1.

7. Where the Guarantor has made payment in terms of 5, the Employer shall upon the date of issue of the

Final Payment Certificate submit an expense account to the Guarantor showing how all monies received

in terms of this Performance Guarantee have been expended and shall refund to the Guarantor any

resulting surplus. All monies refunded to the Guarantor in terms of this Performance Guarantee shall

bear interest at the prime overdraft rate of the Employer's bank compounded monthly and calculated from

the date payment was made by the Guarantor to the Employer until the date of refund.

8. Payment by the Guarantor in terms of 4 or 5 shall be made within seven (7) calendar days upon receipt

of the first written demand to the Guarantor.

9. Payment by the Guarantor in terms of 5 will only be made against the return of the original Performance

Guarantee by the Employer.

10. The Employer shall have the absolute right to arrange his affairs with the Contractor in any manner which

the Employer may deem fit and the Guarantor shall not have the right to claim his release from this

Performance Guarantee on account of any conduct alleged to be prejudicial to the Guarantor.

Page 79: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 10 C1.3 Part C1: Agreement and Contract Data Form of Guarantee

11. The Guarantor chooses the physical address as stated above for the service of all notices for all purposes

in connection herewith.

12. This Performance Guarantee is neither negotiable nor transferable and shall expire in terms of 2, where

after no claims will be considered by the Guarantor. The original of this Guarantee shall be returned to

the Guarantor after it has expired.

13. This Performance Guarantee, with the required demand notices in terms of 4 or 5, shall be regarded as

a liquid document for the purposes of obtaining a court order.

14. Where this Performance Guarantee is issued in the Republic of South Africa the Guarantor hereby

consents in terms of Section 45 of the Magistrate's Courts Act No 32 of 1944, as amended, to the

jurisdiction of the Magistrate's Court of any district having jurisdiction in terms of Section 28 of the said

Act, notwithstanding that the amount of the claim may exceed the jurisdiction of the Magistrate's Court.

Signed at ..............................................................................................................................................................

Date ....................................................................................................................................................................

Guarantor's signatory (1) .....................................................................................................................................

Capacity ...............................................................................................................................................................

Guarantor's signatory (2) .....................................................................................................................................

Capacity ...............................................................................................................................................................

Witness signatory (1) ...........................................................................................................................................

Witness signatory (2) ...........................................................................................................................................

Page 80: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 11 C1.3 Part C1: Agreement and Contract Data Occupational Health and Safety Act Agreement

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C1.4 : OCCUPATIONAL HEALTH AND SAFETY ACT AGREEMENT

W R I T T E N A G R E E M E N T

THIS IS IN TERMS OF SECTION 37(2) OF THE

OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT 85 OF 1993)

BETWEEN

WESTERN CAPE NATURE CONSERVATION BOARD

(Employer)

AND:

(Mandatory)

Page 81: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 12 C1.3 Part C1: Agreement and Contract Data Occupational Health and Safety Act Agreement

INTRODUCTION

The Occupational Health and Safety (Act, 1993) stipulates that the Chief Executive Officer is primarily responsible or liable for the health and safety of all his/her employees. This is embedded in Section 16(1) of the said Act. This responsibility or liability is also extended to include a mandatory that performs work on behalf of the employer on his/her premises.

A “mandatory” is defined in the said Act as: - “Including an agent, contractor or subcontractor for work, but without derogating from his status in his own right as an employer or user”

In terms of Section 37(2), read with Section 41, of the said Act, it is legally possible for an employer to indemnify himself from this responsibility or liability regarding the actions of the mandatory. Section 37(2) stipulates that there should be a written agreement in place between the employer and the mandatory regarding the arrangements and procedures between them to ensure compliance by the mandatory with the provisions of the Occupational Health and Safety Act, 1993.

By ensuring that there is a written agreement in place, the Management

Of ..................................................................................................................................

Is acting in a responsible manner, so as to ensure that this requirement is indeed being met?

In order to ensure that this written agreement is honored at all times, regular inspections of work that is performed will be conducted and if found not complying with the said agreement, a notice of non-compliance will be issued. All work will be stopped and reasons for non-compliance must be given and what corrective action will be taken to rectify the situation must be stipulated.

Management: .......................................................................................................................................................................

Page 82: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C1 – Page 13 C1.3 Part C1: Agreement and Contract Data Occupational Health and Safety Act Agreement

WRITTEN AGREEMENT

This is a written agreement between the (employment):

Name of EMPLOYER WESTERN CAPE NATURE CONSERVATION BOARD

And the (Mandatory):

Name of the MANDATARY ........................................................................................................................

In terms Section 37(2) of the Occupational Health and Safety Act, 1993 (Act 85 of 1993) as amended.

I ............................................................. Representing the MANDATARY do hereby

Acknowledge that ........................................................... (mandatory) is an employer in its own right

with duties as prescribed in the Occupational Health and Safety Act, 1993 (Act 82 of 1993)

as amended and agree to ensure that all work that will be performed, any article or substance that will be produced, processed, used, handled, stored or transported and plant and machinery that will be used, will be done in accordance with the provision of the said Act.

I furthermore agree to comply with the Health and Safety requirements and to liaise with the employer should I, for whatever reason, be unable to perform in terms of this Agreement.

Signed on this .................................. day of .................................................. 2017 at .......................................................

Signature ...................................................................................

On behalf of MANDATARY ....................................................................................................................................................

Signature ...................................................................................

On behalf of the EMPLOYER

Page 83: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 1 C2 Part C2: Pricing Data

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

PART C2 : PRICING DATA

C2.1 Pricing Instructions

C2.2 Bills of Quantities

C2.3 Daywork Schedule

Page 84: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 2 C2.1 Part C2: Pricing Data Pricing Instructions

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C2.1 : PRICING INSTRUCTIONS

PREAMBLE TO THE BILLS OF QUANTITIES

1 For the purposes of this schedule of quantities, the following words shall have the meanings

hereby assigned to them.

Unit: The unit of measurement for each item of work as defined in the standard specifications or the project specifications.

Quantity: The number of units of work for each item. Rate: The payment per unit of work for which the tenderer tenders to do the work. Amount: The product of the quantity and the rate tendered for an item. Lump Sum: An amount tendered for an item, the extent of which is described in the schedule of

quantities, the specifications or elsewhere, but of which the quantity of work is not measured in units.

2 This schedule of quantities forms part of the contract documents and must be read in

conjunction with all the other documents comprising the contract documents.

3 The quantities set out in the schedule of quantities are only approximate quantities. The

quantities of work finally accepted and certified for payment, and not the quantities given in the

schedule of quantities, will be used to determine payments to the Contractor.

The validity of the contract shall in no way be affected by differences between the quantities in

the schedule of quantities and the quantities finally certified for payment. Work is valued at the

rates or lump sums tendered, subject only to the provisions of sub clause 1209 (a) of the

standard specifications.

4 Rates and lump sums shall include full compensation for overheads, profits, incidentals, tax (other

than VAT), etc. and for the completed items of work as specified, all in accordance with sub clause

1209 (b) of the standard specifications. Full compensation for completing and maintaining, during

the defects liability period, all the work shown on the drawings and specified in the standard

specifications and project specifications and for all the risks, obligations and responsibilities

specified in the general conditions of contract, special conditions of contract, standard

specifications and project specifications shall be considered as provided for collectively in the

items of payment given in the schedule of quantities, except in so far as the quantities given in

the schedule of quantities are only approximate

Page 85: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 3 C2.1 Part C2: Pricing Data Pricing Instructions

5 The tenderer shall fill in a rate or a lump sum for each item where provision is made for it even

where no quantities are given. Items against which no rate or lump sum has been entered in the

tender will not be paid for when the work is executed, as payment for such work will be regarded

as being covered by other rates or lump sums in the schedule of quantities.

The tenderer shall fill in a rate against all items where the words “rate only” appears in the

amount column. Although no work is foreseen under such item and no quantities are

consequently given in the quantity column, the tendered rate shall apply should work under this

item actually be required. Tenders should note the provisions of paragraph 12 of this preamble.

If the tender should group a number of items together and tender one lump sum for each group

of items, this single tendered lump sum shall apply to that group of items and not to each

individual item, or should he indicate that full compensation for any item has been included in

the rate for another item, the rate for the item included in another item shall be deemed to be

nil.

The tendered lump sums and rates shall be valid irrespective of any change in the quantities

during the execution of the contract.

6 The works executed are measured for payment in accordance with the methods described in the

contract documents under the various payment items, notwithstanding any custom to the

contrary. Attention is directed to the provisions of clause 1220 of the standard specifications

regarding the measurements of quantities for payment. Except where specified otherwise than

in clause 1220, the nett measurement or mass of the finished work in place shall be taken for

payment, and any volume or mass of work in excess of that prescribed, shall be excluded.

7 The amount of work or the quantities of material stated in the schedule of quantities shall not be

considered as restricting or extending the amount of work to be done or quantity of material to

be supplied by the Contractor.

8 The statement of quantities of material or the amount of work in the schedule of quantities shall

not be regarded as authorization for the Contractor to order material or to execute work. The

Contractor shall obtain the Engineer’s detailed instructions for all work before ordering any

materials or executing work or making arrangements in this regard.

9 The short descriptions of the payment items in the schedule of quantities are only given to identify

the items and to provide specific details. Reference shall, inter alia, be made to the drawings,

standard specifications, project specifications, general conditions of contract and special

conditions of contract for more detailed information regarding the extent of work entailed under

each item.

Page 86: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 4 C2.1 Part C2: Pricing Data Pricing Instructions

10 The provisions of clause 45 of the general conditions of contract shall apply to provisional sums

and prime cost sums.

11 Subject to the conditions stated in paragraph 12 below, the rates and lump sums filled in by the

tenderer in the schedule of quantities shall be final and binding with regard to submitting the

tender, and may not be adjusted should there be any mistakes in the extensions thereof and in

the total sums appearing in the tender. Should there be any discrepancies between the tender

sum and the correctly extended and totalled schedule of quantities, the rates will be regarded as

being correct, and the Employer shall have the right to make adjustments to the tender sum to

reconcile the tender sum with the total of the schedule of quantities. In such an event the

Contractor will be consulted but, failing agreement between the parties, the decision of the

Employer shall be final and binding. Adjustment of the tender sum will take place prior to the

signing of the contract. In their own interest tenderers must make doubly sure of the correctness

of their tendered rates, the extensions and the tender sum.

12 A tender may be rejected if the unit rates or lump sums for some of the items in the schedule of

quantities are, in the opinion of the Employer, unreasonable or out of proportion, and if the

tenderer fails, within a period of seven (7) days of having been notified in writing by the Employer

to adjust the unit rates or lump sums for such items, to make such adjustments.

13 The units of measurement indicated in the schedule of quantities are metric units

The following abbreviations are used in the schedule of quantities: mm = millimetre m = metre km = kilometre

km-pass = kilometre-pass

m2 = square metre

m2-pass = square metre pass

ha = hectare

m³ = cubic metre

m³-km = cubic metre kilometre

l = litre

kl = kilolitre

kg = kilogram

t = ton (1000 kg)

No = number

mn = mega Newton

mn-m = mega Newton-metre

% = per cent

KW = kilowatt

Kn = kilo Newton

PC sum = prime cost sum

Prov sum = provisional sum

14 All rates and sums of money quoted in the schedule of quantities shall be in rands and whole

cents. Fractions of a cent shall be discarded

15 The item numbers appearing in the schedule of quantities refer to the corresponding item

numbers in the standard specifications. Item numbers prefixed by the letter B refer to payment

items described under part B of the project specifications, those with C to payment items

described under part C, and so on for further parts of the project specifications.

Page 87: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 5 C2.2 Part C2: Pricing Data Bills of Quantities

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C2.2 : BILLS OF QUANTITIES

Page 88: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 17 C2.2 Part C2: Pricing Data Bills of Quantities

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

SUMMARY OF SCHEDULE(S) OF QUANTITIES

SECTION 1: PRELIMINARY AND GENERAL R …………………….

R …………………….

CALCULATION OF CONTRACT PRICE

I: TOTAL OF SCHEDULE(S) (SUM OF A to H) R …………………….

J: CONTINGENCIES

(The sum provided is under the direct control of the Engineer

And may be partially or totally excluded) (10% of TOTAL I above) R …………………….

K: CONTRACT PRICE ADJUSTMENT

(The sum provided is in terms of Subclause 6.8.2 of the General Conditions of Contract) R ………NIL……….

L: TOTAL (I+J+K) R …………………….

M: TOTAL VALUE ADDED TAX (14%) ON (L) ABOVE R …………………….

N: CONTRACT PRICE CARRIED FORWARD TO C1.1 FORM OF OFFER (L+M) R …………………….

I/We, the undersigned, do hereby declare that these are the properly priced Bill / Schedules of Quantities forming

part of this Contract Document containing Pages in consecutive order upon which my/our Tender for Contract No.:

… BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE has been based.

My/our total Contract Price for this work and above items (Total N) is (in words)

...................................................................................................................................................................................

SIGNED ON BEHALF OF TENDERER: ..................................................................................................................

Page 89: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 18 C2.3 Part C2: Pricing Data Daywork Schedule

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C2.3 : DAYWORK SCHEDULE

C2.2.1 GENERAL

Tenderers must complete this list which shall be used for the assessment of value of the work which the Engineer instructed in writing that must be done on a day work bases, all in agreement with Clause 37.2 of the General Conditions of Contract for Construction Works 2015. All the rates are fixed and shall be binding until and with the issuing of the final certificate, except for statutory increases, announced from time to time.

C2.2.2 LABOUR COSTS

Rates for labour as listed below shall include all the allowances as specified in the General Conditions of Contract for Construction Works 2015. Extra allowance applicable on labour costs listed below, is stated in the Contract Data and must not be included in this list.

Overtime costs attached to this contract shall be paid in the same relation as to that which the employees are actually paid.

Only the net working hours will be measured under Daywork and it will be held that the Contractor has made provision in his rates for possible interruptions and standing time.

DESCRIPTION UNIT RATE

Unskilled labour hour

Semi-skilled labour hour

Ganger hour

Foreman/Section leader hour

C2.2.3 EQUIPMENT COSTS

Full comprehensive hourly rates, which also include the cost of the operators and other equipment, must be listed below. Rates must also include all the costs of consumable items, maintenance, depreciation, tools and all other coincidences that shall be necessary to operate the equipment for the purpose it is designed for. The rates must also include all the overhead costs, profits, site supervision, insurance, holidays with payment, travelling costs (or travelling allowances) and residence allowances of operators and any other allowances that is applicable. No further percentage allowances shall be applicable on equipment. The Tenderer must list under each heading the fabrication and specification of the equipment available.

The Contractor will be paid the actual net cost of plant hired by him for Day work and in addition will be paid a percentage allowance on the net cost of such hire which allowance will cover the Contractors overhead costs and profit.

Page 90: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 19 C2.3 Part C2: Pricing Data Daywork Schedule

DESCRIPTION UNIT RATE

1. Excavators

.......................................................... hour

.......................................................... hour

.......................................................... hour

2. Graders

.......................................................... hour

.......................................................... hour

.......................................................... hour

3. Front-end loaders

.......................................................... hour

.......................................................... hour

.......................................................... hour

4. Rollers

.......................................................... hour

.......................................................... hour

.......................................................... hour

5. Trucks

(m3 specified)

.......................................................... hour

.......................................................... hour

.......................................................... hour

6. Water truck (litres specified)

.......................................................... hour

.......................................................... hour

.......................................................... hour

.......................................................... hour

Page 91: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C2 – Page 20 C2.3 Part C2: Pricing Data Daywork Schedule

Other plant identified by the Contractor:

DESCRIPTION UNIT RATE

7. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

8. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

9. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

10. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

11. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

12. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

13. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

.......................................................... hour

14. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

15. …………………………………………

. ......................................................... hour

. ......................................................... hour

. ......................................................... hour

16. …………………………………………

.......................................................... hour

.......................................................... hour

.......................................................... hour

Page 92: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 1 C3 Part C3: Scope of Works

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

PART C3 : SCOPE OF WORKS

C3.1 Description of the Works

C3.2 Engineering

C3.3 Procurement

C3.4 Construction

Page 93: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 2 C3.1 Part C3: Scope of Works Description of Works

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C3.1 : DESCRIPTION OF THE WORKS

C3.1.1 EMPLOYER’S OBJECTIVES

The employer’s objectives are to refurbish an existing building located at the Vrolijkheid Nature

Reserve near Robertson.

C3.1.2 OVERVIEW OF THE WORKS

This project will focus on the construction of a new steel mesh reinforced concrete surface bed and

replacement and fixing of new roof members and roof sheeting. The successful tenderer will also

treat and re-plaster insect infested walls and paint the walls according to the cleint’s colour

preference. Buttresses will be constructed to reinforce the gable wall and internall walls will be

demolished all according to the engineer’s specifications.

C3.1.3 EXTENT OF THE WORKS

The work that is to be carried out under the contract is as provided for in the Bills of Quantities.

However, if during the course of construction conditions are found to differ from those anticipated,

the Engineer reserves the right to modify the scope of the work to suit the prevailing conditions and

circumstances. Variations introduced in this manner will be measured and paid for at the rates

tendered for appropriate items listed elsewhere in the schedule of quantities or in the absence of

such rates, as extra work.

The work to be undertaken by the Contractor shall include the following:

General

(i) The establishment on site of the Contractor's campsite.

(iii) The supply of plant, labour, tools, equipment and materials necessary to complete the

Works.

(ii) Setting out of the works.

(iii) Construction of the works.

(iv) Clearance of the site at completion.

C3.1.4 LOCATION OF WORKS

The site is situated in the Vrolijkheid Nature Reserve near Robertson, located within the Langeberg local Municipality.

C3.1.5 TEMPORARY WORKS

Nil

Page 94: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 3 C3.2 Part C3: Scope of Works Engineering

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C3.2 : ENGINEERING

C3.2.1 DRAWINGS

The drawings listed below are attached in APPENDIX C as a separate volume to this document in order to give an overview of the project.

Additional construction drawings will, in terms of Clause 5.9 of the General Conditions of Contract (2015), be issued to the Contractor by the Engineer/Employer on the commencement date and from time to time as required.

Drawing No. Title A***/ST100/00 ……………………………………………………. A***/ST101/00 ……………………………………………………. A***/ST102/00 ……………………………………………………. A***/ST103/00 …………………………………………………….

Page 95: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 4 C3.3 Part C3: Scope of Works Procurement

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C3.3 : PROCUREMENT

C3.3.1 PREFERENTIAL PROCUREMENT PROCEDURES

C3.3.1.1 Requirements

Schedule 1M in the Returnable Documents section has to be completed by all tenderers. All proof

has to be handed in together with the completed tender.

Tenderers who do not include proof will redeemed no points for that section.

Page 96: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 5 C3.3 Part C3: Scope of Works Procurement

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB03/06/2019

C3.4 : CONSTRUCTION

C3.4.1.1 PART A: STANDARD SPECIFICATIONS

C3.4.1.2 PART B: PROJECT SPECIFICATIONS REFERRING TO THE STANDARD SPECIFICATIONS (WORKS

SPECIFICATIONS)

Page 97: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 6 C3.3 Part C3: Scope of Works Procurement

C3.4.1.1 PART A: STANDARD SPECIFICATIONS

The following relevant standardised specifications, as listed below, shall form the Standard Specifications and apply to this

contract:

Applicable national and international standards

a) For the purpose of this Contract the latest issues of the following Standard Specifications for Civil Engineering Construction, applicable at the date of tender advertisement, shall apply -

SANS 1200 A 1986 General SANS 1200 AH 1986 General (structural) SANS 1200 C 1980 Site Clearance SANS 1200 G 1982 Concrete (structural) SANS 1200 H 1990 Structural steelwork SANS 1200 HA 1990 Structural steelwork (sundry items)

All work carried out, as well as equipment supplied, must fully meet and be in compliance with the requirements of the Occupational Health and Safety Act (Act 85 of 1993) and the Construction Regulations (2014) issued in terms of Section 43 of the Act.

In addition, the latest revisions of the following statutory regulations, laws and obligations as pertaining specifically to any and all electrical work applicable to this specific project are applicable:

The regulations of the local Supply Authority

The regulations of the Client, being either Governmental, Municipal, Parastatal or Private

Local fire regulations

All references to “SABS” specifications shall be read as “SANS” in light of the recent changes by the South African Bureau of Standards. Where a SANS Standard does not exist or if not applicable, the relevant IEC or BS Standard shall be applicable.

In the event of discrepancy between any of the specifications, regulations and codes of practice, the SANS 10142-1 Code of Practice for Wiring of Premises shall take precedence.

b) The term project specifications appearing in any of the SANS 1200 standardised specifications must be replaced with the terms scope of work.

c) The variations and additions to the specifications listed in C3.4.1.1 are as shown in PART B C3.4.1.2

Page 98: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 7 C3.3 Part C3: Scope of Works Procurement

C3.4.1.2 PART B: PROJECT SPECIFICATIONS REFERRING TO THE STANDARD SPECIFICATIONS

Amendments to the standard specifications are included in this Part B: Project Specifications.

(i) The project specifications form an integral part of the contract documents and supplement the standard

specifications.

(ii) In the event of any discrepancy between the project specifications and a part of the standard specifications, the

schedule of quantities, or the drawings, the project specifications shall take precedence.

(iii) The standard specifications, which form part of this contract, may cover items not applicable to this particular contract

and should be clarified with the Engineer if discrepancies are obvious.

In certain clauses the standard specifications allow a choice to be specified in the project specifications between

alternative materials or methods of construction and for additional requirements to be specified to suit a particular

contract. Details of such alternatives or additional requirements applicable to this contract are contained in this part

of the project specifications. It also contains some additional specifications required for this particular contract.

Followed by the variations and additions to the standard specifications listed in C3.4.1.1.

Page 99: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 8 C3.3 Part C3: Scope of Works Procurement

PROJECT SPECIFICATIONS - CONTENTS

SANS 1200 A : GENERAL

PSA.3.1 Materials: Quality

Substitute the second sentence of subclause 3.1 with:

Materials shall bear the official mark of the appropriate standard.

Add to the end of the clause:

The Contractor is responsible for the cost of all testing to ascertain that materials do comply with the specific

minimum requirements of the applicable standards. No additional payment will be made for such verification

tests.

The Contractor shall inform the Engineer of any control testing to be done at least 48 hours prior to the

commencement of the tests and must allow time in his programme for necessary testing and processing of results.

Substitute the second paragraph with the following:

Samples on which laboratory testing is required, shall be delivered free of charge to an approved laboratory,

which is capable to carry out the necessary tests. The Contractor is responsible for the cost of all testing to

ascertain that the materials do comply with the specified minimum requirements of the relative materials and no

additional payment will be made for such testing.

The Contractor shall inform the Engineer of any control testing to be done at least 48 hours before such tests are

required and must allow in his program for the time necessary for the tests and the processing of the results

thereof.

PSA 3.3 Storage of materials

Rubber articles, including pipe insertion or joint rings, shall be stored in a suitable shed and kept away from

sunlight, oil or grease. Living accommodation shall not be used for the storage of materials.

Large items not normally stored in a building shall be neatly stacked or laid out on suitable cleared areas on the

Site. Grass or vegetation shall not be allowed to grow long in the storage areas and the material shall be kept

free of dust and mud, and be protected from stormwater.

Every precaution shall be taken to keep cement dry and prevent access of moisture to it from the time it leaves

the place of manufacture until it is required for use on the Site. Bags of cement which show any degree of

hydration and setting, shall be removed from the Site of the Works and replaced at the Contractor’s own expense.

Page 100: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 9 C3.3 Part C3: Scope of Works Procurement

PSA 3.4 Handling of materials

Materials should be handled with proper care at all times. Under no circumstances may materials be dropped

from vehicles. Steelwork shall be lifted or lowered only by means of suitable hoisting equipment.

The Engineer shall have authority to forbid the transporting or handling of materials in a manner which, in his

opinion, could cause damage.

PSA 5.1 Construction: Survey

Substitute the first paragraph in subclause 5.1.1 with the following:

Setting out the works is the sole responsibility of the Contractor and shall be done from benchmarks as indicated

on construction drawings. The Contractor shall, within 2 (two) weeks after the site has been handed over to him,

ascertain himself of the correctness of all pegs and benchmarks. Any discrepancies must be immediately

reported in writing to the Engineer. Any costs or subsequent costs arising from discrepancies not reported shall

be the sole responsibility of the Contractor.

PSA 5.2 Watching, barricading, lighting and traffic crossings

Add the following to A 5.2:

The crossings of all streets with services must be done in half widths as to accommodate the traffic to the

residential erven.

No staff accommodation will be allowed on Site, but the Contractor will be permitted to have one watchman in the

camp during no-working hours.

From the time any portion of the Works commences, until the end of the Contract Period, the Contractor shall be

responsible for protecting the property of the Employer and all persons having business on the Site from anything

dangerous or likely to cause damage or injury. The Contractor shall take all practical precautions to avoid

nuisance or inconvenience to the owners or occupiers of properties near to the Site and to the public generally

whilst carrying out the Works and shall at all times keep the Site clean and in a safe and satisfactory condition.

PSA.5.4 Construction: Protection of Overhead and Underground Services

Add the following after the first sentence:

The Contractor will be responsible for locating the services on site using a cable detection device.

PSA.5.5 Dealing with water on works

Add the following:

All work must be protected against flooding and damage by water (storm water, groundwater etc) and the

Contractor's prices will be held to include for such protection and for any rectification that may be required

(including drying out of material or layer works or any consequential losses, slow progress, deviations,

cofferdams, sumps, well point, labour and pumping of water).

Care shall be taken that a free passage for water is maintained in all gutters and waterways. Special precautions

shall be taken by the Contractor not to change existing conditions by leaving spoil in waterways or by diverting

water onto private property.

The Contractor shall make good any damage and shall settle all claims at his own expense in the event of flooding

of private or public property occurring through waterways being obstructed by his operations or through the effect

of any other of his acts or omissions.

Page 101: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 10 C3.3 Part C3: Scope of Works Procurement

The Contractor shall be responsible throughout the duration of the Contract, inclusive of the Defects Liability

Period, for the implementation and maintenance of all soil erosion preventative measures necessary to protect

any pipeline and the properties through which it passes and land utilised by the Contractor during the Contract

from any adverse effects of soil erosion, settlement, scour, etc, resulting from the contract works.

Notwithstanding the types and quantities of anti-erosion measures executed by the Contractor, whether ordered

by the Engineer or not, and notwithstanding the maintenance work performed on these works, the Contractor

shall be responsible for repairing and remedying at his own cost all settlement in the trench or elsewhere, all

erosion of the trench, of the working area and adjacent to it, and on any other areas occupied or used by him

during the course of the Contract, all wash-away, scour at waterways, deteriorating of anti-erosion works and any

other damage. He shall, therefore, be free to carry out at his own expense, such additional compaction of the

backfill and such other anti-erosion or other works as, in his opinion, will reduce his restoration and repair work

during the Contract Period including the Defects Liability Period and shall provide therefore in his Tender.

Unless otherwise allowed for in the Schedule of Quantities, the Contractor shall be responsible for all costs in

dealing with water and must therefore allow for such costs in his tendered rates.”

PSA.6.2 Tolerances: Degree of Accuracy

Degree of Accuracy II is applicable.

PSA 7.4 Statistical analysis of control tests

Substitute A 7.4 with the following:

Test results shall not be evaluated by statistical methods. All results shall comply with the specified minimum

requirements of the materials concerned.

PSA 8.2.5 Adjusted Payment For Time-related Items

The payment to the Contractor for time-related items shall be adjusted in accordance with the following formula

in the event of the contract being extended by means of a variation order:

Sum of Tendered amounts for time-related items

Extended contract period as authorised by variation orders

Tendered contract period

The above-mentioned adjustment of the payment for time-related items shall be made in the Completion Payment

Certificate and shall be the only payment for additional time-related costs.

PSA 8.3.2 Establishment of Facilities on the Site……………………………...........................................…..Unit: Sum

Add the following:

Cost include all expenses to move equipment and plant to successfully install the pipeline and related items in

area B.

PSA 8.4.6 Contractor’s obligation in respect of Health and Safety ............................................................Unit: Sum

The tendered sum shall include full compensation for compliance with the requirements of the OHS Act and

Regulations for the full duration of the Contract. The sum will be paid to the Contractor in equal monthly payments

subject to compliance.

Page 102: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 11 C3.3 Part C3: Scope of Works Procurement

PSA 8.4.7 Contractor’s obligation in terms of Environmental Management. ............................................Unit: Sum

The tendered sum shall include full compensation for compliance with the requirements of the Construction

Environmental Management Plan and other applicable Environmental legislation for the full duration of the

Contract. The sum will be paid to the Contractor in equal monthly payments subject to compliance.

PSA 8.4.8 a) Standing time costs: Plant...........................................................................................................Unit: Day

The item above will cater for all associated costs relating to standing time charged by the Contractor for Plant.

This rate does not refer to singular items of plant, but the entire fleet of plant to be used during construction at

any time.

PSA 8.4.8 b) Standing time costs: Labour......................................................................................................Unit: Day

The item above will cater for all associated costs relating to standing time charged by the Contractor for Labour.

This rate does not refer to single labourers, but the entire labour force to be used during construction at any time.

PSA 8.4.8 c) Standing time costs: Other resources (to be specified by the Contractor) …….…………..Unit: Day

The item above will cater for all associated costs relating to standing time charged by the Contractor for any other

resource not allowed for in (a) and (b). Should a rate be provided for this item the Contractor needs to specify the

resource.

PSA 8.8.2 Accommodation Of Traffic……………………………………………………………...…………..Unit: Sum

Add the following to A 8.8.2:

The rate shall cover all costs pertaining to the provision, erection, moving, re-erection and maintenance of all

temporary barricades, road signs, lights, flagmen, etc. as required, for the guarding and protection of the works,

for the construction, gravelling and maintenance of access roads and detours to the site of the works, borrow pits

or spoil sites, as well as for the later removal or the cleaning and tidying up thereof, for making the

necessary traffic arrangements and arrangements with regard to the moving and/or re-erection of existing traffic

signs, as well as all other costs to accommodate the traffic during construction.

PSA 8.8.4 Existing Services……………………………….……………………………………………………..Unit: Sum

Add the following to A 8.8.4:

Where the Contractor is responsible for the cost of repairs carried out by the Employer or others, the costs will

be recovered by means of a deduction from the Contractor's monthly payment certificate. The Employer will

attend to the payment of monies due to others.

Page 103: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 12 C3.3 Part C3: Scope of Works Procurement

SABS 1200 C : SITE CLEARANCE

C 3 Material

PSC 3.1 Disposal of Material

Substitute the first sentence of C 3.1 with the following:

Material obtained from clearing and grubbing and demolition structures shall be disposed of at the dump site.

PSC 8.2.8 Demolish And Remove Structures/Buildings And Dismantle Steelwork, Etc…………….Unit : Sum

Replace C 8.2.8 with the following:

The rate shall cover the cost of the removal of all structures on the site, channel- and/or sewer mainline routes,

the disposal thereof at the dumping site, the levelling and shaping of the site and the backfilling of any holes with

material of at least the same quality as that of the in situ material. The rate shall also cover the cost of removing

cleaning and handing over of all usable material to the Employer.

Payment for the removal of individual structures will be made pro rata in the relation of the area thereof to the

total area of structures that has to be demolished and removed.

Page 104: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 13 C3.3 Part C3: Scope of Works Procurement

SABS 1200 DB : EARTHWORKS (PIPE TRENCHES)

PSDB 8.3.2 Excavation

PSDB 8.3.2 a) Excavate in all materials for trenches, backfill, compact and dispose of surplus material…… Unit : m

Add the following to D 8.3.2(a):

The depth of excavation in street reserves shall be measured from the final finished level.

In cases where services lay parallel to steep slopes, the depth of the excavation will be measured along the centre of the trench (on the route of the service).

The rate for excavation for subsurface drains shall cover the cost of excavation and spoil of surplus material within 1,0 km.

The rate shall also provide for the fact that the excavation width in sand will be wider than normal and that fast excavation and backfill will reduce ground water seepage.

i) Electric cable trenches

Excavation for electric cables not laid with other services will be measured and paid for separately under the relevant depth increments. The rate shall provide for excavation, preparing trench lengths as requested by the electrical subcontractor, backfilling and compaction thereof.

The rate shall also make provision for the possibility that long trenches need to be prepared for the electrical Contractor to lay full cable lengths (up to 300 m) and immediate backfilling after the installation of the cable (same day) to prevent theft.

ii) Combined trenches

The rate for excavation and backfilling of trenches with more than one service, shall allow for trench widths as set out in PS DB 5.2 and the bill of quantities. Extra bedding and fill blanket will be measured as in the case of normal pipe trenches.

The depth increment for combined trenches is determined by the deepest pipe in the trench.

PSDB 8.3.2 c) Excavate unsuitable material from trench bottom ...................................................................... Unit : m3

Delete "and the disposal" in the heading of DB 8.3.2(c) and in the last paragraph.

PSDB 8.3.2 d) Hand excavation and backfill ........................................................................................................ Unit : m3

The provisions of PS DB 8.3.2(a), DB 8.3.2(b) and PS DB 8.3.2(c) shall apply mutatis mutandis for hand excavation.

Payment shall only be made if so ordered by the Engineer.

PSDB 8.3.2 e) Extra-over PS DB 8.3.2(a) for temporary stockpiling of material ............................................... Unit : m3

Temporary stockpiling of material will only be measured and paid for if ordered so in writing by the Engineer and if it is not contaminated with unsuitable material.

The rate shall provide for the handling and stockpiling of the material within the free haul distance.

Page 105: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 14 C3.3 Part C3: Scope of Works Procurement

DB 8.3.5 Existing Services That Intersect Or Adjoin A Pipe Trench

PSDB 8.3.5 a) Services that intersect a trench ..................................................................................................... Unit : No

Add the following to DB 8.3.5(a):

Existing services with a depth of cover exceeding 300 mm, measured from the bottom of excavation to the top of the existing service shall not be measured and paid for. There will be distinguished between existing trunk services and existing erf connection.

The rate shall also allow for the following costs:

i) Sufficient photos have to be taken of existing services and handed over to the Engineer before they are being crossed, if there is a possibility of a difference in opinion over the condition of those services, especially on private property.

ii) If such a service is damaged, it has to be repaired to its original condition or if possible, to a standard agreed to in writing with the relevant owner. This agreement has to be approved by the Engineer.

iii) If such a service is removed, it has to be replaced as per original.

PSDB 8.3.5 b) Services that adjoin a trench ................................................................................................ Unit : No or m

Add the following to DB 8.3.5 (b):

The unit "number" will only be used for services such as poles and trees.

No payment will be made for overhead services that do not rest directly on the ground except where allowance is made for this in the schedule of quantities.

Existing services that rest directly on the ground e.g. poles, trees, walls and structures are handled in the same way as underground services, but the axis of the service will be determined as follows:

The vertical axis is defined as the nearest side or corner of the existing structure to the excavation, measured at the point where the structure and natural ground level intersect.

The horizontal axis will be at the point where the structure and the natural ground level intersects. In this instance, where the excavation falls above the 45° line but within 1,0 meter horizontally from the structure, the service will also be measured as adjoining.

If the structure, according to the above-mentioned, does not qualify as an adjoining service but the foundation of the structure is such that if a 45° line drawn from the nearest bottom corner thereof cuts through the excavation, the structure will be measured as an adjoining service if approved by the Engineer.

There will be distinguished between existing trunk services and existing erf connection.

Page 106: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 15 C3.3 Part C3: Scope of Works Procurement

SABS 1200 G : CONCRETE (STRUCTURAL)

PSG 3.2.3 Storage of Cement

Add the following to G 3.2.3:

Consignments of cement shall be used in the same sequence as that in which they are delivered to site. No

cement shall be used which has been stored on site for a longer period than six (6) weeks. All cement so

stored for a longer period than six (6) weeks, all cement damaged in any way, and all cement which does not

comply with the specification, shall be removed immediately and permanently from the site.

PSG 3.5.2 Air-entraining Agents

Substitute G 3.5.2 with the following:

Air-entraining agents shall not be used in concrete.

G 5 Construction

G 5.1 Reinforcement

PSG 5.1.3 Cover

Substitute G 5.1.3 with the following:

The cover of concrete over reinforcement, unless otherwise indicated on the drawings, shall in no case be less

than 40 mm.

PSG 5.2.1 Classification of Finishes

Add the following to G 5.2.1:

The following surface conditions are required on the various portions of the finished concrete:

(a) Rough

Concealed surfaces and surfaces more than 100 mm below final ground level.

(b) Smooth

All surface finishes not classified as "rough" in paragraph (a) shall be classified as "smooth". All exposed

arrises (i.e. where the angle between adjacent sides is 110° or less) unless otherwise indicated on the

drawings, shall be chamfered 20 mm x 20 mm by means of triangular fillets fixed to the formwork.

PSG 5.4 Pipes and Conducts

Add the following to G 5.4:

All pipes and specials which must be installed in the floors and walls of structures shall be embedded in the

concrete during the casting of such concrete. No holes shall be left for the later installation of pipes and

specials, without the written approval of the Engineer.

Where such holes have been approved by the Engineer, the Contractor shall be responsible for the grouting-in

of such pipes or specials with an approved expansive cementitious grout as specified in PS G 4.5.3, regardless

of whether or not these have been supplied by himself. The Contractor shall provide a smooth, dense and

waterproof finish around the pipes or specials.

Page 107: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 16 C3.3 Part C3: Scope of Works Procurement

The clear space between pipes of any kind embedded in reinforced concrete and the clear space between such

pipes and reinforcement shall at any point be not less than -

(a) 40 mm, or

(b) 5 mm plus the maximum size of coarse aggregate,

whichever is the greater.

G 5.5 Concrete

PSG 5.5.1.5 Durability

Substitute G 5.5.1.5 with the following:

Concrete shall be so proportioned to ensure that the water/cement ratio does not exceed 0,5 and, to ensure

workability, water-reducing admixtures of approved manufacture shall be used in preference to increasing the

cement content.

PSG 5.5.1.7 Strength Concrete

Add the following to G 5.5.1.7:

The grade of strength concrete and the maximum nominal size of coarse aggregate for each portion of the

works, unless otherwise indicated on the drawings, shall be as follows:

(a) Mass concrete under floors and foundations 20 MPa/19 mm

(b) Blinding layers 20 MPa/19 mm

(c) Encasing of pipes 20 MPa/19 mm

(d) Strip foundations 20 MPa/19 mm

(e) Benching and screeds 20 MPa/10 mm

(f) All reinforced concrete 30 MPa/19 mm

PS G 5.5.7 Construction Joints

Add the following to G 5.5.7.1:

Construction joints shall be limited to the minimum and shall only be made in positions as shown on the

drawings or in positions as specifically approved by the Engineer. Construction joints between tank bottoms,

floors, or wall bases, and the walls standing on them shall not be made flush with the supporting surface, but

shall be made in the wall 150 mm above the base. The 150 mm high riser wall shall be cast as an integral part

of the bottom, floor or base, i.e. the concrete in the riser shall be deposited simultaneously with the concrete in

the bottom, floor or base adjacent to it. Where there is a fillet at the bottom of a wall, the construction joint shall

be made 150 mm above the fillet.

A PVC waterstop without centre bulb shall be installed at all construction joints in walls of water-retaining

structures. The size of the waterstops shall be 150 mm in walls thinner than 200 mm and 200 mm in walls of

200 mm thickness and more.

Page 108: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 17 C3.3 Part C3: Scope of Works Procurement

PSG 5.5.10 Concrete Surfaces

Add the following to G 5.5.10.1:

Concrete surfaces under screeds, granolithic floor finishes or benching, and surfaces of strip foundations and

footings shall be brought up to a plane, uniform surface with a suitable screed board.

PSG 5.9 Joining New Concrete to Existing

Where partial demolition is required for extension work to existing structures, the contact face shall be cut to

predetermined line and level, and any loose and fragmented material shall be removed, and projecting steel

cleaned and bent as directed by the Engineer. Where partial demolition is not required but extension work only,

the contact surface shall be scabbled and cleaned of all dirt and loose particles.

If dowels are required, they shall be installed in holes drilled into the existing structure, in accordance with the

details shown on the drawings, and secured by means of an approved type of epoxy bonding compound such

as Epidermix 372 or similar.

Fresh concrete shall be bonded to the old concrete with an approved type of epoxy bonding compound, such as

Epidermix 344 or similar.

G 8.4 Scheduled Concrete Items

PSG 8.4.4 Unformed Surface Finishes…………………………………………………………………………..Unit : m2

Add the following to G 8.4.4:

The concrete surface finishes under screeds, granolithic finishes or benching as prescribed in PS G 5.5.10 shall

not be measured separately. The rates for the related concrete items shall also cover the cost of these surface

finishes.

PSG 8.5 Joints……………………………………………………………………………………………………..Unit : m

Add the following to G 8.5:

Only construction joints with PVC waterstops shall be measured separately. The cost of all other construction

joints shall be deemed to be included in the rates for the relevant concrete items.

PSG 8.14 Join New Concrete to Existing

a) Partial demolition (describe)…………………………………………………………………...Unit : Sum

b) Scabbling of existing surface…………………………………………………………………..Unit : m2

c) Steel dowels……………………………………………………………………………………...Unit : No

The rate for (a) shall cover the cost of partial demolition as described, and of exposing, cleaning, cutting and

bending the existing reinforcement, as well as repairing the concrete surface that is to be retained and

disposing of waste material.

The rate for (b) shall cover the cost of scabbling the existing surface, as well as the cost of supplying and

applying the epoxy bonding compound.

The rate for (c) shall cover the cost of drilling for and supplying and installing the steel dowels, as well as the

cost of supplying and applying the epoxy bonding compound.

Page 109: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C3 – Page 18 C3.3 Part C3: Scope of Works Procurement

SANS 1200 LB: BEDDING (PIPES)

PSLB 3.1 Selected granular material

Substitute LB 3.1 with the following:

Selected granular material shall be an aggregate, sand or granular material, all of a non-cohesive nature and free from any organic material, of which the grading analysis shows 100 % passing a 13,2 mm sieve and not more than 5 % passing a 0,075 mm sieve.

In waterlogged conditions a bedding cradle of the thickness as specified in writing by the Engineer, comprising 13,2 mm single stone complying with the grading requirements of SABS 1083 shall be used.

PSLB 3.2 Selected fill material

Substitute LB 3.2 with the following:

The requirements of PS LB 3.1 shall apply mutatis mutandis.

PSLB 3.3 Bedding

Add the following to LB 3.3:

All pipes shall be classified as rigid pipes and shall be laid on a Class B bedding except water connections which shall be classified as flexible pipes. Cable bedding is specified separately.

PSLB 3.4.1 Suitable Material Available from Trench Excavation

Substitute the first sentence of LB 3.4.1 with the following:

Irrespective the requirements of subclause 3.7 of SABS 1200 DB and subclause 3.4.1 of SABS 1200 LB regarding the use of selective methods of excavation, the Contractor must use selective methods of excavation and supply and use plant that will avoid burying or contaminating material that is suitable and required for bedding or covering the pipeline.

PSLB 5.1.4 Compacting

Substitute "90 % of MAASHTO" in LB 5.1.4 with "93 % of MAASHTO (100 % for sand)".

PSLB 8.1.1 Supply of Bedding Materials Measured Separately

Add the following to LB 8.1.1:

Payment for bedding material and selected fill material is only made if the selected trench-excavation material cannot be used within 0,5 km as bedding material but has to be obtained from another part of the site of works or designated borrow pits, or from commercial sources.

PSLB 8.1.3 Volume of Bedding Materials

Add the following to LB 8.1.3:

c) The volume of the pipe will be deducted when the volume of the bedding material are calculated.

PSLB 8.1.4 Separate Items for Cradle and Blanket

Substitute LB 8.1.4 with the following:

No distinction shall be made as regards material for the bedding cradle and selected fill blanket, and the

material shall comply with the requirements for material for bedding cradle.

Page 110: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C4 – Page 1 C4 Part C4: Site Information

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB 03/06/2019

PART C4 : SITE INFORMATION

C4.1 Scope

C4.2 Subsoil Investigations, Borehole Records and Test results

Page 111: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C4 – Page 2 C4.1-C4. Part C4: Site Information

WESTERN CAPE NATURE CONSERVATION BOARD

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

CONTRACT NO: WCNCB 03/06/2019

C4: SITE INFORMATION

C4.1 SCOPE

The documentation included in this section describes the site as at the time of tender to enable the tenderer to price his tender and to decide upon his method of working and programming.

Only actual information about physical conditions on the site and its surroundings has been included in this section and interpretation is a matter for the tenderers.

C4.2 SUBSOIL INVESTIGATIONS, BOREHOLE RECORDS AND TEST RESULTS

No Geotechnical information available

C4.3 SITE LOCATION PLAN

Page 112: WESTERN CAPE NATURE CONSERVATION BOARD · C3.3 Procurement C3-4 C3.4 Construction C3-5 to C3-20 PART C4 SITE INFORMATION C4.1 Scope C4-2 C4.2 Subsoil Investigation C4-3 APPENDICES

Tender C4 – Page 3 C4.3 Part C4: Site Information

WESTERN CAPE NATURE CONSERVATION BOARD: LOCALITY PLAN

CONTRACT No. WCNCB.....2019

BUILDING REFURBISHMENT AT VROLIJKHEID NATURE RESERVE

LOCALITY PLAN

Co-ordinates: 33°55'03.75"S - 19°52’38.07"E