· web viewsupply chain management scope of work project description: appointment of a...
TRANSCRIPT
SUPPLY CHAIN MANAGEMENT
SCOPE OF WORK
PROJECT DESCRIPTION: APPOINTMENT OF A QUALIFIED CONTRACTOR FOR
NATIONAL STATION IMPROVEMENT PROGRAMME (NSIP)
AT HERCULES BUS STAGING YARD FOR THE UPGRADE
OF STORM WATER DRAINAGE AND ELECTRICAL WORKS
AND THE CONSTRUCTION OF A GURADHOUSE,
ABLUTIONS AND CARPORTS
1. Introduction
Hercules Bus Staging Yard is situated at Hercules industrial, west of Pretoria CBD. It is a
critical and supports the staging and storage facility of Autopax buses. The facility is
currently used an overnight storage for buses and also an interchange.
The current state of the facility is inadequate and is not conducive for the buses with the
paved yard lacking a proper drainage system in a form of storm water resulting in
flooding, sagging and breakage of the paving bricks. There are currently no offices,
ablution facilities, a guardhouse and proper lighting to secure the facility at night and this
poses as Health and Safety issue for the employees and also a security risk for the
buses which are stored/parked overnight. It is due to the poor infrastructural conditions
and as such need to be upgraded as a matter of urgency under NSIP.
The assessments and synopsis of the bus staging yard facilities at Hercules have
deteriorated to a point where rehabilitation is required in order to bring the facility to a
better and acceptable operational standard of the buses and its employees.
Page 1 of 10
2. Background Information
Many of the Autopax Bus staging Yard facilities within the Northern Gauteng Region
have not been upgraded over a long time and Hercules Bus staging Yard is one of those
that are in a bad state of repairs and requires attention to ensure that it is in an
acceptable condition, and is OHS compliant towards the Autopax employees.
The scope was identified by PRASA internal team and the professional team
commissioned to assess the extent of the upgrade.
3. Scope of Works and Areas of Focus
Excavations Remove existing stockpile pavers and set aside for reuse. Remove the existing stockpile sand and set aside for reuse. Remove stockpile barrier kerbs and set aside for reuse. Excavate a depth of 300mm to sub-base level and stockpile G7 for re use as fill. Scarify subgrade to a depth of 150mm and compact to 88% Mod AASHTO. Fill material (G7) to subgrade base level, compact 150mm thickness to 91% Mod
AASHTO. Base lay 150mm compacted thickness of imported G5 material from a commercial
source, stabilised with 3% cement, conditioned and compacted to 95% Mod ASHTO.
Storm water Excavations in earth for open storm water channels. 25mm/19mm mesh reinforcement concrete V-drain, size 1500mm widex200mm
deepx100mm thick, cast in 2m segments. 25mm/19mm mesh reinforcement concrete rectangular-drain, size 600mm
widex250mm deepx100mm thick, cast in 2m segments. Supply and install M150 kaytech geopipe and backfill. Supply and install geotextile bidim A6 Supply and install Mesh reinforcement to storm water channels. Finishing surfaces of channels smooth with steel trowel to fall. Supply and install manhole cover slab and lids. Backfill to pipe trenches compacted to 91% Mod AASHTO.
Sewer Excavations in earth for sewer pipes.
Supply and install 110mm diameter uPVC pipes of class 34.
Supply and install cover slabs and lids.
Backfill to pipe trenches compacted to 91% Mod AASHTO.
Page 2 of 10
Water Reticulation Excavations in earth for water pipes.
Supply and install 75mm diameter uPVC of class 12.
Supply and connect fire hydrants.
Access Road Markings Supply and install 500mm bollards.
Prepare and paint bollards black and white.
Supply and install boom gates.
Prepare and to traffic lanes, stop signs, arrows, islands and demarcation of parking
bays etc.
Guard House Building of a 220mm superstructure wall.
Supply and install windows and doors.
Supply and install roofing.
Prepare and plaster the face brick wall.
Prepare and paint to plastered walls.
Prepare and install the floor tiling.
Supply and install Ceiling.
Supply and install lighting.
Ablutions Supply and install the Wash Hand Basins.
Supply and install Water Closets.
Supply and install wall and floor tiling.
Supply and install Ceilings.
Supply and install lighting.
Carpots Supply and install Carpots.
4. Specifications of the Work or Products or Services Required
Page 3 of 10
The project will require a Contractor that is graded on the CIBD as 5 CE and above. The
contractor required should be able to deliver works as per the specifications of the
PRASA Blueprint.
Pictorials
Page 4 of 10
5. Time Frames
Contract period is 5 months
6. Evaluation Criteria
The evaluation should be done in three stages as follows:
Stage 1: Compliance Requirements
Bidders shall comply with the following requirements and failure to comply may lead to disqualification: [List of project specific compliance requirements].
a) Provide Valid Tax Clearance Certificate (must be valid on closing date of submission of
the proposal) OR PIN
b) Provide Valid BBBEE Certificate from a SANAS accredited agency OR Official Affidavit
where applicable
c) Completed and signed Bid Forms of PRASA with all the annexures thereto;
d) Certificate for Attendance of Compulsory Briefing Session;
e) Proof of registration on Central Supplier Database (CSD) with the National Treasury.
f) Company Registration Documents;
g) Letter of Good Standing (i.e. COID);
h) Contents of Register of Directors as issued by CIPC;
i) Joint Venture or Consortium Agreement (whichever is applicable);
j) Proof of UIF registration;
k) Proof of Bank Account (i.e. cancelled cheque or letter issued by the bank);
l) Copies of Directors’ ID documents;
m) Company Letter Head and
n) Retention or Guarantees
Stage 2: Technical / Functionality Requirements
NOTE: The Technical or Functionality criteria must be guided by the project scope of works and area of focus.
Page 6 of 10
Responsive tenders will firstly be evaluated on functionality. The minimum score threshold
for functionality is 70% and a bidder who scores below this minimum shall not be considered
for further evaluation in terms of the preference point systems Functionality Requirements:
1= Poor, 2= Fair/average, 3= Good, 4= Very Good, 5= Excellent:
Stage 2: Technical / Functionality Requirements
Page 7 of 10
Evaluation Criteria
Application
1 = Poor; 2 = Average; 3 = Good; 4 = Very Good; 5 = Excellent
Weights
Completion for building and construction projects of similar scope and budget (CIDB 5 CE Grading), or higher. References should be accompanied by completion certificates from the Client)
Score will be based on successfully executed and completed similar projects in the Civil Engineering and Construction environment over the last five years of which details are provided:
Submit proof of :
Similar Type – Office Blocks, Tenant Installation, Houses, Building Refurbishments, Building Renovation, each project equal or exceeding the value of project on tender
Attach letters of Appointment and Completion Certificates
5 = proof of 5 projects and above
4 = Proof of 4 Projects with similar CIDB Grading
3 = Proof of 3 Projects with similar CIDB Grading
2 = Proof of 2 Projects with similar CIDB Grading
1 = Proof of 1 project submitted or no submission at all
with similar CIDB Grading
35
Experience key staff (assigned site personnel) in relation to the scope of work
Submit proof of :
At least one registered professional or Candidate Construction Manager with 5 year experience with CVs and qualifications
Supporting Site personnel – Lower Qualifications such as National Diploma, N3-N6 Certificates, Trade qualifications (Relevant to Construction Projects)
5 = CV with qualifications, BSC Eng or B-TECH and Professional Registration supported by lower qualifications
4 = CV with qualifications, National Diploma Professional Registration supported by lower qualification including trades qualifications
3 = CV with qualifications, National Diploma supported by lower qualifications including trades qualifications
2 = CV with qualifications, N3-N6 including trade qualification
1 = In adequate qualifications and experience (CV only)
25
Page 8 of 10
Stage 3: Pricing and BBBEE
Only Bidders who have achieved the 70% minimum threshold for Technical / Functional
evaluation will be evaluated for the Price and B-BBE components.
Pricing Evaluation:
A maximum of 80 points is allocated for price. The evaluation for price will be done based on
the following formula:
Ps=80[1−Pt−PminPmin]
Where:
Ps = Points scored for price of tender under consideration
Pt = Rand value of tender under consideration
Pmin = Rand value of lowest acceptable tender
B-BBEE Evaluation: A maximum of 20 points is allocated for B-BBEE. The allocation of
points for B-BBEE is as follows:
B-BBEE Status Level of
Contributor
Number of points( 90/10
system) above R50 Million
Number of points (80/20
system) below R50 Million
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
Page 9 of 10
7 2 4
8 1 2
Non-Compliant Contributor 0 0
Evaluation criteria Weighting
Stage 1: Compliance Requirements
Security Screening Compliance
CIDB Grading 5 CE
Bank Rating Compliance
Stage 2: Technical / Functionality Requirements
Technical Threshold of 70 %
Stage 3: Pricing and B-BBEE
BBBEE 20
Price 80
TOTAL 100
Page 10 of 10