rfi information session · information session rules 1. this is not an interactive information...
TRANSCRIPT
RFI Information Session
RFI Ref No. FHSFURP - CHBAHBU
Request for Information: Framework agreement for Refurbishment,
extension and construction of new facilities at the existing Chris
Hani Baragwanath Academic Hospital (CHBAH) Burns Unit, Soweto
06 AUGUST 2020 @ 10h00
Information Session Rules
1. This is not an interactive Information Session due to large number ofparticipants.
2. Please keep your webcam off and microphones on mute.
3. This Information Session will be recorded.
4. This presentation will be distributed to all registered Tenderers.
5. Any additional queries may be directed to the designated TenderAdministrator (Ms Leah Jiyane).
6. This Information Session is compulsory.
Part 1: Tender Information
Enabled by a generous donation received from the Roy McAlpine Charitable Foundation,the Campus Planning and Development (CPD) Department of the University of theWitwatersrand, Johannesburg, seeks to invite prospective tenderers to participate in atwo (2) stage tender process with the intention of entering into an Agreement for theenvisaged refurbishment, extension and construction of new facilities at the existingChris Hani Baragwanath Academic Hospital (CHBAH) Burns Unit in terms of the NEC4Engineering and Construction Contract (“ECC4”).
The first stage is this Request for Information (RFI). Thereafter, shortlisted tendererswill be invited to respond to a Request for Proposal (RFP).
Only Tenderers who have demonstrated experience in providing similar works; and areable to obtain finance for this project are eligible to have their submissions evaluated.Tenderers must comply with the requirements stated in the procurement documentation.
Tender Objective
Tender Process Flow Diagram
RFI Evaluation Process
and Shortlisting: Prepare
bidders List for the RFP
process
2 week
RFI Evaluation Process
and Shortlisting: Prepare
bidders List for the RFP
process
2 week
44
RFI Evaluation Process
and Shortlisting: Prepare
bidders List for the RFP
process
2 week
4
Issue of RFP:
To shortlisted Tenderers
Arrange Site Visit
Mid Sep 2020
Issue of RFP:
To shortlisted Tenderers
Arrange Site Visit
Mid Sep 2020
55
Issue of RFP:
To shortlisted Tenderers
Arrange Site Visit
Mid Sep 2020
5
RFP Evaluation Process:
Review of received
Proposals against
predetermined criteria
2 weeks
RFP Evaluation Process:
Review of received
Proposals against
predetermined criteria
2 weeks
66
RFP Evaluation Process:
Review of received
Proposals against
predetermined criteria
2 weeks
6
Presentation(s) by further
shortlisted Tenderers:
(Via Webinar – subject to COVID
Restrictions)
2-3 days
Presentation(s) by further
shortlisted Tenderers:
(Via Webinar – subject to COVID
Restrictions)
2-3 days
77
Presentation(s) by further
shortlisted Tenderers:
(Via Webinar – subject to COVID
Restrictions)
2-3 days
7
Selection and TEAR:
Select successful Tenderer
Compilation of the Tender
Evaluation & Adjudication Report
(TEAR)
2 weeks
Selection and TEAR:
Select successful Tenderer
Compilation of the Tender
Evaluation & Adjudication Report
(TEAR)
2 weeks
88
Selection and TEAR:
Select successful Tenderer
Compilation of the Tender
Evaluation & Adjudication Report
(TEAR)
2 weeks
8
Issue RFI:
To open market
27 July 2020
Issue RFI:
To open market
27 July 2020
11Issue RFI:
To open market
27 July 2020
1
RFI Closing Date:
Receipt of RFI Submissions
13 August 2020
RFI Closing Date:
Receipt of RFI Submissions
13 August 2020
33
RFI Closing Date:
Receipt of RFI Submissions
13 August 2020
3
Contract Award:
Procurement office - contract
negotiations and award
(1 Month) to be completed not
later than mid Dec 2020
Contract Award:
Procurement office - contract
negotiations and award
(1 Month) to be completed not
later than mid Dec 2020
99
Contract Award:
Procurement office - contract
negotiations and award
(1 Month) to be completed not
later than mid Dec 2020
9
Information Session:
Compulsory
06 August 2020
Information Session:
Compulsory
06 August 2020
22Information Session:
Compulsory
06 August 2020
2
Conditions of Tender
The conditions of tender are the standard conditions of tender in accordance with thelatest edition of SANS 10845-3 (Construction Procurement) and SANS 10845-4(Expressions of Interest).
Clarifications and Exceptions:
In addition, the Employer reserves the right at any time to:
i. Contact any tenderer during the evaluation process, in order to clarify anyinformation, without informing any other tenderer,
ii. Award only a portion of the tender,
iii. Award portions of the tender to more than one contractor,
iv. Withdraw, defer, suspend or reissue the tender in whole or in part at any time,
v. Share all information and findings with any other higher education entitiesworldwide, provided.
Eligibility Criteria
Only those tenderers who satisfy the following eligibility criteria and who provide therequired evidence in their tender submissions are eligible to have their tendersevaluated:
1. The Tenderer is registered in terms of the Companies Act, 2008 (Act 71 of 2008) orthe Close Corporation Act, 1984 (Act No. 69 of 1984).
2. The Tenderer must have a CIDB contractor grading designation of 7GB or higher.
3. The Tenderer has experience in the construction, renovation, alteration orextension of medium rise buildings of at least 2- 4 floors over the last five (5) yearsand can provide at least three (3) contactable references for such projects eachhaving a value in excess of R25 million, including VAT, completed in the last three(3) years.
4. The Tenderer has a minimum B-BBEE status level 4 and above contributor.
5. The Tenderer undertakes to subcontract a minimum of 30% on aggregate of allpackage orders issued under the framework agreement to EMEs or QSEs whichare at least 51% owned by black people.
Eligibility Criteria Continued
6. Insurance Cover: Tenderer must demonstrate that it has adequate insurance coverto meet the minimum requirements as set out below, or obtain letter of confirmationfrom insurers indicating that they qualify for adequate insurance cover to satisfyminimum requirements.
a) Contractors All Risks (CAR) Insurance
i. Contractor Works Liability minimum requirement is R50 million per claim,with no limit to number of claims, with an annual aggregate of R250million.
ii. Contractor Public Liability minimum requirement is R50 million per claim,with no limit to the number of claims, with an annual aggregate of R250million.
b) Professional Indemnity (PI)
i. Minimum PI cover required is R10 million per claim with no limit to thenumber of claims, with an annual aggregate of R50 million.
c) Product Liability
i. Details of applicable OEM warranty to be provided and ceded to WITS.
Eligibility Criteria Continued
7. Tenderer to demonstrate in a high-level execution plan and strategy, how theTenderer will source local unskilled labour (immediate surrounding communities)and appoint CLO (Community Liaison Officer) within 10km radius from Chris HaniBaragwanath Academic Hospital precinct.
Evaluation Criteria
Description Weighting
Technical 75 points
Capability of contract manager(s) (CV’s) 10.0
Capability of cost controller(s) (CV’s) 5.0
Past experience – Multi-Storey Buildings minimum 2 Storey
Building, completed within the past three (3) years.20
Trade references 5.0
Safety plan 10.0
COVID-19 response 5.0
Quality management systems 10
Project management systems 10
Preference 25 points
B-BBEE Level 10.0
Subcontracting and empowerment strategy 10.0
Local unskilled labour sourcing strategy 5.0
Total 100 points
1. General experience and qualifications,
2. Knowledge of issues which the Tenderer considers pertinent to the types of projects
3. 3 Page CV with the following heading;
• Personal Particulars
• Qualifications
• Name of current Employer
• Overview of work experience
• Outline of recent assignments/experience that is similar to this project
NOTE: Proof of qualifications, certifications and memberships must be attached.
Evaluation Criteria – Contracts Manager
Score General Experience and Qualifications
Knowledge of issues
pertinent to the types of
projects similar to this one
Cannot Score
(Score 0)Tenderer has submitted insufficient information to score the schedule
Poor
(score 40)
Limited experience and qualifications
(2-5 years diploma/ degree in the Build
Environment)
Limited knowledge of issues
pertinent to the project
Satisfactory
(score 70)
Average experience and qualifications
(6-8 years diploma/ degree in the Build
Environment)
Average knowledge of issues
pertinent to the project
Good
(score 90)
8 - 10 years and tertiary qualifications in
the Built Environment and Professional
Registration
Above average knowledge of
issues pertinent to the project
Excellent
(score 100)
10 years or more experience and
tertiary qualifications in the Built
Environment and Professional
Registration
Best knowledge of issues
pertinent to this project
Evaluation Criteria – Contracts Manager – Cont.
1. General experience and qualifications,
2. Knowledge of issues which the Tenderer considers pertinent to the types of projects
3. Three (3) Page CV with the following heading;
• Personal Particulars
• Qualifications
• Name of current Employer
• Overview of work experience
• Outline of recent assignments/experience that is similar to this project
NOTE: Proof of qualifications, certifications and memberships must be attached.
Evaluation Criteria – Cost Controller
Score General Experience and Qualifications
Knowledge of issues pertinent
to the types of projects similar
to this one
Cannot Score
(Score 0)Tenderer has submitted insufficient information to score the schedule
Poor
(score 40)
Limited experience and qualifications
(2-5 years diploma/ degree in the Build
Environment)
Limited knowledge of issues
pertinent to the project
Satisfactory
(score 70)
Average experience and qualifications
(6-8 years diploma/ degree in the Build
Environment)
Average knowledge of issues
pertinent to the project
Good
(score 90)
8 - 10 years and tertiary qualifications
in the Built Environment and
Professional Registration
Above average knowledge of
issues pertinent to the project
Excellent
(score 100)
10 years or more experience and
tertiary qualifications in the Built
Environment and Professional
Registration
Best knowledge of issues
pertinent to this project
Evaluation Criteria – Cost Controller – Cont.
Score Experience in the construction multi-storey buildings
Cannot Score
(Score 0)Tenderer has submitted insufficient information to score the schedule
Poor
(score 40)Constructed at least three (3) buildings, minimum 2 Storey Building,
value of R15M including VAT, completed within the past three (3) years
Satisfactory
(score 70)Constructed at least three (3) buildings, minimum 2 Storey Building,
value of R24M including VAT, completed within the past three (3) years
Good
(score 90)
Constructed at least three (3) buildings consisting of 4 Storeys to the
value of at least R24M including VAT each without lift installation,
completed within the past three (3) years
Excellent
(score 100)
Constructed more than three (3) buildings of consisting of 4 Storeys to
the value of at least R24M including VAT each with lift installation,
completed within the past three (3) years
Evaluation Criteria – Tenderer’s Experience In The Construction
Of Multi-storey Buildings.
Form of Contract
The contracting terms will be in accordance with NEC 4: Engineering and ConstructionContract (ECC4 - 2017) for the design, engineering and construction of the works.
Note on implications of COVID-19 in final appointments:
The implications of COVID-19 will be addressed during the subsequent RFP stage.WITS will issue appropriate assumptions for contractors to addressed in themethodology and to take into consideration when pricing.
List of Returnable Documents
1. Cover letter
2. The proposal must be signed by a duly authorized representative of the Tenderer
3. Completed and signed Tenderer Questionnaire (Annexure)
4. Completed Technical Experience Schedule (Annexure) and supporting references
5. Detailed descriptions of Tenderer’s service offering
6. Completed Schedule of Sub-Contractors (Annexure)
7. Valid copy of Tenderer’s B-BBEE certification
8. Confirmation that the Tenderer or any of its directors/shareholders is not listed on theRegister of Tender Defaulters
9. Completed and signed Declaration of Conflict form (Annexure)
10. Letter of Good standing with the compensation fund or a licensed compensationinsurer
11. Confirmation of the necessary competencies and resources to carry out the work interms of the Construction Regulations, 2003, issued in terms of the OccupationalHealth and Safety Act, 1993
List of Returnable Documents – Cont.
12. Tenderer’s proof of company registration documents.
13. Proof of Tenderer’s CIDB grading
14. Tenderer’s financial information:
a) SARS Tax Compliance Pin
b) VAT registration
c) Banking letter of good standing
d) Financial statements for the preceding two (2) financial years
e) Confirmation of Bank or Insurance Company that the Tenderer will qualify toobtain Performance Security or a bond
f) Share certificates
15. Confirmation of Tenderer’s insurance in accordance with eligibility criteria
16. CV’s of Tenderer’s proposed Contractor Manager(s)
17. CV’s of Tenderer’s proposed Cost Controller(s)
List of Returnable Documents – Cont.
18. Tenderer’s subcontracting and empowerment strategy
19. Tenderer’s local unskilled labour sourcing strategy
20. It is very important to clearly define your strategy on local subcontractors and locallabour.
21. Sample of Tenderer’s health and safety plan for projects similar to works descriptionstated in the eligibility criteria
22. COVID-19 health and safety response plan
23. Information on the Tenderer’s quality management systems
24. Information on the Tenderer’s project management systems
25. When returning tenders, drop box will not be acceptable
26. If submissions are bigger than 20 MB, tenderers should use “We Transfer” forsubmissions
27. Only latest submissions will be accepted.
28. Any document received after 24:00 will be disqualified.
Tender Queries and Submission
Item Information
All tender queries and final submission must be
addressed to:
Ms. Leah Jiyane
Tel: 011-717 9026
Tenderer’s will be required to submit Electronic proposals only through email in strict
accordance with WITS’ Email Tender Submission Protocol &Terms and Conditions
(Annexure).
Closing Date for queries is Friday, 31 July 2020 @ 10:00 - No further queries will be
entertained. If there is any thing, it must be raised as a qualification.
RFI closing date is Thursday 13 August 2020 at 23h59. All late proposals will be rejected.
Part 2: CHBAHBU PROJECT
NOTE: This project is within a live site health care facility. Contractor is to be
mindful of the immediate environment, and be aware that construction is
within a health care facility. Access to site must be clearly demarcated and
strictly controlled.
WITS RESERVE THE RIGHT TO MAKE CHANGES TO THE PROPOSED PLAN AS
ALLOWED FOR BY SITE CONDITIONS
CHBAH– Location and Urban Context
CHBAH ENTRANCEBURNS UNIT
CHRIS HANI BARAGWANATH ACADEMIC HOSPITAL (CHBAH)
PRECINCT
BURNS UNIT– Location within CHBAH Precinct
BURNS UNIT
ARCHITECTURAL DESIGN CONCEPT – Existing Footprint
SITE ANALYSIS - STATUS QUO
BURNS UNITPEDIATRIC WARD
OUT PATIENTS
EXISTING FOOTPRINT
GENERATOR TRANSFORMER IT
STREET BOUNDARY
3 METER STREET BUILDING LINE
ARCHITECTURAL DESIGN CONCEPT – Existing Service Rooms
Building 1
Generator
Building 2
MV/Transformer
Building 3
(unused)
EXISTING SERVICE - TO BE RELOCATED
2 Underground
Diesel Tanks
ARCHITECTURAL DESIGN CONCEPT
3 METER STREET BUILDING LINE
PEDIATRIC WARD
NEW PHYSIOTHERAPY
AND
OCCUPATIONAL THERAPY
NEW
THEATRE
NEW
OUT
PATIENTS
NEW ICU WARD
EXISTING BURNS UNIT
NEW
SERVICES
Ground Storey Planning Diagram
ARCHITECTURAL DESIGN CONCEPT
STREET BOUNDARY
3 METER STREET BUILDING LINE
RESEARCH &
TRAINING
First Storey Planning Diagram
ARCHITECTURAL DESIGN CONCEPT – Stacking Model
STACKING MODEL - PERSPECTIVE VIEW 1
MAIN ENTRANCE
ARCHITECTURAL DESIGN CONCEPT – Stacking Model – Cont.
STACKING MODEL - PERSPECTIVE VIEW 2
COURTYARD
ARCHITECTURAL DESIGN CONCEPT – Ground Storey Plan
Ground Storey Plan
ARCHITECTURAL DESIGN CONCEPT – First Storey Plan
First Storey Plan
ELECTRICAL – Plant and Services Installation
• The electrical scope of work will be divided into two phases. The first phase is the
relocation of existing electrical equipment from old electricity rooms to new utility
building and the second phase is the installation of Low Voltage Electrical reticulation
at Burns unit.
• All work to comply with SANS 10142 (latest Revision), and installation should be done under supervision of a Master Installation Electrician.
• Contractor to issue Certificate of Compliance on completion of each phase.
ELECTRICAL – Plant and Services Installation – Cont.
Phase 1:
Supply, relocation and installation of Low Voltage and Medium Voltage electrical
Equipment, including the following:
• Relocation of 2 x 1 500 kVA generators
• Modifying and relocation of 3 x 11 kV panels
• Decommissioning and removal of old LV and MV equipment.
• Decommissioning and removal of old underground diesel tanks.
• Supply and installation of 2 x 900 L diesel tanks
• Supply and installation 1 MVA, 11/0.4 kV transformer
• Supply and installation of 400 V LV panel, with 8 feeders.
Supply and installation of Low Voltage Electrical reticulation, from new utility building to
various locations of Burns Unit.
ELECTRICAL – Plant and Services Installation – Cont.
Phase 2:
Supply and installation of Low Voltage Electrical reticulation, from new utility building to
various locations of Burns Unit.
MECHANICAL – Plant and Services Installation Cont.
• Fire protection system, fire signage, fire hose reels and fire extinguishers.
• Fire detection system with smoke detectors and control panel for the new ICU and out-patients.
• Relocate medical gas plant, oxygen and nitrous oxide, and re-route and upgradepiping to cater for the new ICU wards.
• Upgrade vacuum system and reticulation to cater for new ICU units.
• Supply and install new calorifier at new plant room and decommission the old calorifierwith minimal disruption to hot water supply.
• Cold and hot water supply and reticulation to new ICU wards and Out-patients.
• Drainage system for the new ICU wards and Out-patients.
MECHANICAL – Plant and Services Installation – Cont.
• Tap off LP Gas from existing reticulation piping and route new piping to supply the newICU wards.
• Supply and install autoclave (sterilization) for the new theatre.
• Supply and install HVAC System with cooling and heating. Replace old chiller plantwith new and provide new air handling units for the existing Burns Unit, new theatre,ICU and Out-patients. Ducting to be run inside ceiling void. Extractor fans at thetoilets. Disruption of air-conditioning at Burns Unit to be minimal during replacement ofChiller and air-handling unit.
• Supply and install passenger 2 off lifts, one for ICU Units and one for the out-patients
Thank you
Please direct all queries in writing to the Tender Administrator:
Ms. Leah Jiyane
E: [email protected] & [email protected]
T: +27 11 717 9026