30
` CONTRACT No. (Insert at Contract Award) Contract between University of South Africa (Reg. No 930008988) and [Insert at contract award] (Reg No. _____________________) for Professional Services for the Replacement of Internal, Main and Fire Services Water Supply Reticulation in the University of South Africa, Muckleneuk Campus Contents: No of pages Part 1 Agreements & Contract Data 16 Part 2 Pricing Data 4 Part 3 Scope of Work: The Scope 8

C1.2 PSC3 Data by Employer · Web viewThe water reticulation designs shall be carried out in line with the following SANS standards relevant to the plumbing industry: SANS 10252 Water

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

C1.2 PSC3 Data by Employer

CONTRACT No.

(Insert at Contract Award)

Contract between

University of South Africa

(Reg. No 930008988)

and

[Insert at contract award]

(Reg No. _____________________)

for

Professional Services for the Replacement of Internal, Main and Fire Services Water Supply Reticulation in the University of South Africa, Muckleneuk Campus

Insert title of the services

Contents:

No of pages

Part 1

Agreements & Contract Data

16

Part 2

Pricing Data

4

Part 3

Scope of Work: The Scope

8

`

PART 1:AGREEMENTS & CONTRACT DATA

Document referenceTitleNo of pages

1.1

Form of Offer & Acceptance

3

1.2a

Contract Data provided by the Employer

11

1.2b

Contract Data provided by the Consultant

2

Contract4 of 22

Part 1: Agreements and Contract Data

PART 1.1 Form of offer and acceptance

Offer

The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract for the procurement of:

Professional Services for the Replacement of Internal, Main and Fire Services Water Supply Reticulation in the University of South Africa, Muckleneuk Campus

The tenderer, identified in the Offer signature block, has

either

examined the documents listed in the Tender Data and addenda thereto as listed in the Returnable Schedules, and by submitting this Offer has accepted the Conditions of Tender.

or

examined the draft contract as listed in the Acceptance section and agreed to provide this Offer.

By the representative of the tenderer, deemed to be duly authorised, signing this part of this Form of Offer and Acceptance the tenderer offers to perform all of the obligations and liabilities of the Consultant 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 exclusive of VAT is

Value Added Tax @ 14% is

The offered total of the Prices inclusive of VAT is

If Option E or G apply, for each offered total insert in brackets, “(Not Applicable – Cost reimbursable)”

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 including the Schedule of Deviations (if any) to the tenderer before the end of the period of validity stated in the Tender Data, or other period as agreed, whereupon the tenderer becomes the party named as the Consultant in the conditions of contract identified in the Contract Data.

Signature(s)

Name(s)

Capacity

For the tenderer:

Name & signature of witness

(Insert name and address of organisation)

Date

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 Consultant the amount due in accordance with the conditions of contract identified in the Contract Data. Acceptance of the tenderer’s Offer shall form an agreement between the Employer and the tenderer upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement.

The terms of the contract are contained in:

Part C1Agreements and Contract Data, (which includes this Form of Offer and Acceptance)

Part C2Pricing Data

Part C3Scope of Work: The Scope

and drawings and documents (or parts thereof), which may be incorporated by reference into the above listed Parts.

Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Returnable 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 Form of Offer and Acceptance. No amendments to or deviations from said documents are valid unless contained in this Schedule.

The tenderer shall within two weeks of receiving a completed copy of this agreement, including the Schedule of Deviations (if any), contact the Employer’s agent (whose details are given in the Contract Data) to arrange the delivery of any securities, bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of contract identified in the Contract Data at, or just after, the date this agreement comes into effect. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this agreement.

Notwithstanding anything contained herein, this agreement comes into effect on the date when the tenderer receives one fully completed original copy of this document, including the Schedule of Deviations (if any).

Signature(s)

Name(s)

Capacity

for the Employer

Name & signature of witness

(Insert name and address of organisation)

Date

Note: If a tenderer wishes to submit alternative tenders, use another copy of this Form of Offer and Acceptance.

Schedule of Deviations

Note:

1. To be completed by the Employer prior to award of contract. This part of the Offer & Acceptance would not be required if the contract has been developed by negotiation between the Parties and is not the result of a process of competitive tendering.

1. The extent of deviations from the tender documents issued by the Employer prior to the tender closing date is limited to those permitted in terms of the Conditions of Tender.

1. A tenderer’s covering letter must not be included in the final contract document. Should any matter in such letter, which constitutes a deviation as aforesaid be the subject of agreement reached during the process of Offer and Acceptance, the outcome of such agreement shall be recorded here and the final draft of the contract documents shall be revised to incorporate the effect of it.

No.

Subject

Details

1

     

     

2

     

     

3

     

     

4

     

     

5

     

     

6

     

     

7

     

     

By the duly authorised representatives signing this Schedule of Deviations below, the Employer and the tenderer agree to and accept this Schedule of Deviations as the only deviations from and amendments to the documents listed in the Tender Data and any addenda thereto 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 Form shall have any meaning or effect in the contract between the parties arising from this Agreement.

For the tenderer:

For the Employer

Signature

Name

Capacity

On behalf of

(Insert name and address of organisation)

(Insert name and address of organisation)

Name & signature of witness

Date

UNIVERSITY OF SOUTH AFRICA

CONTRACT NUMBER XXX

PROVISION OF PROJECT MANAGEMENT OFFICE

Part 1.2Contract Data

The Conditions of Contract are selected from the NEC3 Professional Services Contract (Third edition of June 2005 with amendments June 2006 – see www.neccontract.com/useful_downloads/NEC_Amendments_June_2006.asp) published by the Institution of Civil Engineers, copies of which may be obtained from Engineering Contract Strategies (telephone 011-803 3008)

Each item of data given below is cross-referenced to the clause in the NEC3 Professional Services Contract which requires it.

Contract5 of 22

Part 1: Agreements and Contract Data

Part 1.2 (A) - Data provided by the Employer

1

General

The conditions of contract are the core clauses and the clauses for main Option:

A: Priced contract with activity schedule

dispute resolution Option W1: Dispute resolution procedure

and secondary Options

X2:Changes in the law

X7:Delay damages

X9:Transfer of rights

X10: Employer’s Agent

X11: Termination by the Employer

X13: Performance Bond

X18: Limitation of liability

X20: Key performance indicators

Z:Additional conditions of contract

of the NEC3 Professional Services Contract June 2005 (with amendments June 2006)

The project stages are:

project stage

Key deliverable at end of each stage as described in the Scope and accepted by the Employer

No

Description

1

Project initiation

Strategic brief

2

Concept and Viability

Concept report

3

Design development

Design development report

4

Documentation and procurement

Completed production information

5

Construction

Construction works capable of being used by the Employer as intended.

6

Close-out

Completed project contracts

10.1

The Employer is (Name): University of South Africa

Address: Preller Street, Muckleneuk Campus, Muckleneuk Ridge, Pretoria

Tel No: +27 (0) 12 429 3111

11.2(9)

The services are Provision of Project Management office

11.2(10)

The following matters will be included in the Risk Register

Turn-around times for project roll-out

Potential protest action

Resistance from internal staff and Unions

11.2(11)

The Scope is in the document called Part 3: Scope of Work

12.2

The law of the contract is the law of the Republic of South Africa subject to the jurisdiction of the Courts of South Africa.

13.1

The language of this contract is English

13.3

The period for reply is 1 week

13.6

The period for retention is 5 years following Completion or earlier termination.

2The Parties’ main responsibilities

25.2

The Employer provides access to the following persons, places and things

access to

access date

1

Muckleneuk Campus

15 November 2019

2

Sites for capital projects

As and when required

3

Internal resources

November 2019

3Time

31.2

The starting date is 15 November 2019

11.2(3)

The completion date for the whole of the services is 31 October 2023.

11.2(6)

The key dates and the conditions to be met are:

Condition to be met

key date

1

Detailed Designs

06 December 2019

2

Procurement Documentation

15 December 2019

31.1

The Consultant is to submit a first programme for acceptance within 1 weeks of the Contract Date.

32.2

The Consultant submits revised programmes at intervals no longer than 4 weeks.

4Quality

40.2

The quality policy statement and quality plan are provided within 1 weeks of the Contract Date.

41.1

The defects date is 52 weeks after Completion of the whole of the services.

5Payment

50.1

The assessment interval is between 12:00 hours on the 25 day of each successive month.

51.1

The period within which payments are made is 4 weeks.

51.2

The currency of this contract is the South African Rand (ZAR).

51.5

The interest rate is 0% per annum above the prime lending rate of the First National Bank.

6Compensation events

No data required for this section of the conditions of contract.

7Rights to material

No data required for this section of the conditions of contract.

8Indemnity, insurance and liability

81.1

The amounts of insurance and the periods for which the Consultant maintains insurance are

Event

Cover

Period following Completion of the whole of the services or earlier termination

failure by the Consultant to use the skill and care normally used by professionals providing services similar to the services

R 5 Million in respect of each claim, without limit to the number of claims

3 Years

death of or bodily injury to a person (not an employee of the Consultant) or loss of or damage to property resulting from an action or failure to take action by the Consultant

R 5 Million in respect of each claim, without limit to the number of claims

0 Years

death of or bodily injury to employees of the Consultant arising out of and in the course of their employment in connection with this contract

R1 Million in respect of each claim, without limit to the number of claims

0 Years

81.1

The Employer provides the following insurances

None

82.1

The Consultant’s total liability to the Employer for all matters arising under or in connection with this contract, other than the excluded matters, is limited to R5 Million

9Termination

No data required for this section of the conditions of contract.

10

Data for main Option clause

G

Term contract

21.4

The Consultant prepares forecasts of the total Time Charge and expenses at intervals no longer than

4 weeks.

11

Data for Option W1

W1.1

The Adjudicator is the person selected by the Parties in terms of the relevant Z Clause from the Panel of NEC Adjudicators set up by the Joint Civils Division of the Institution of Civil Engineers and the South African Institution of Civil Engineering (see www.jointcivils.co.za).

W1.2(3)

The adjudicator nominating body is the Chairman of the Joint Civils Division of the Institution of Civil Engineering and the South African Institution of Civil Engineering (see www.jointcivils.co.za).

W1.4(2)

The tribunal is Arbitration

W1.4(5)

The arbitration procedure is as set out in the Rules for the Conduct of Arbitrations Fifth Edition 2005 published by the Association of Arbitrators (Southern Africa)

.

The place where arbitration is to be held is Pretoria, Gauteng Province

The person or organisation who will choose an arbitrator

if the Parties cannot agree a choice or

if the arbitration procedure does not state who selects an arbitrator,

is the Chairman of the Association of Arbitrators (Southern Africa)

12Data for secondary Option clauses

X2

Changes in the law

X2.1

The law of the project is the law of the Republic of South Africa subject to the jurisdiction of the Courts of South Africa.

X7

Delay damages

X7.1

Delay damages for late Completion of the whole of the services are R 5 000.00 per day

X9

Transfer of rights

There is no reference to Contract Data in this Option and terms in italics used in this Option are identified elsewhere in this Contract Data.

X10

The Employer’s Agent

X10.1

The Employer’s Agent is

Name: Albert Mtsweni

Address +27 (0) 12 429 3546

The authority of the Employer’s Agent is Project Manager

X18

Limitation of liability

X18.1

The Consultant’s liability to the Employer for indirect or consequential loss is limited to R 0.00

X18.2

The Consultant’s liability to the Employer for Defects that are not found until after the defects date is limited to R 0.00

X18.3

The end of liability date is 5 years after Completion of the whole of the services.

X20

Key Performance Indicators

X20.1

The incentive schedule for Key Performance Indicators is in the document called Part 3: Scope of Work

X20.2

A report of performance against each Key Performance Indicator is provided at intervals of 1 month

Z

Additional conditions of contract

The additional conditions of contract are

Z1

Tax invoices

The Consultant’s invoice.

Delete the first sentence of core clause 50.2 and replace with:

Invoices submitted by the Consultant to the Employer include

· the details stated in the Scope to show how the amount due has been assessed, and

· the details required by the Employer for a valid tax invoice.

Delete the first sentence of core clause 51.1 and replace by:

Each payment is made by the Employer within four weeks of receiving the Consultant’s invoice showing the details which this contract requires or, if a different period is stated in the Contract Data, within the period stated.

Z2

Communications

Add to the end of the first sentence in core Clause 13.1:

“excluding communication by a communications protocol allowing the interchange of short text messages between mobile telephone devices and a store-and-forward method of writing, sending, receiving and saving messages over the internet.”

Z3

Selection and appointment of the Adjudicator

A Party may at any time notify the other Party of the names of two persons he has chosen from the Panel of NEC Adjudicators set up by the Joint Civils Division of the Institution of Civil Engineers and the South African Institution of Civil Engineering (see www.jointcivils.co.za) whose availability to act as the Adjudicator the notifying Party has confirmed. The other Party selects one of the two persons chosen to be the Adjudicator within four days of receiving the notice, failing which the person chosen by the notifying Party will be the Adjudicator. The Parties appoint the selected Adjudicator under the NEC3 Adjudicator’s Contract, June 2005.

Z4

Notification of a compensation event

Replace “eight weeks” in clause 61.3 with “four weeks”.

Contract10 of 22

Part 1: Agreements and Contract Data

Part 1.2 (B) - Data provided by the Consultant

[Instructions to the tendering consultant: (delete these notes in the final draft of a contract)

1. The tendering consultant is advised to read both the NEC3 Professional Services Contract (June 2005) and the relevant parts of its Guidance Notes (PSC3-GN)[footnoteRef:1] in order to understand the implications of this Data which the tenderer is required to complete. An example of the completed Data is provided on pages 146 to 150 of the PSC3 Guidance Notes. The number of the clause in the PSC3 which requires the data is shown in the left hand column for each statement however other clauses may also use the same data. [1: Available from Engineering Contract Strategies Tel 011 803 3008 Fax 011 803 3009]

1. Whenever a cell is shaded in the left hand column it denotes this data is optional and would be required in relation to the option selected. The Employer should already have made the selection and deleted the rows not required.

Completion of the data in full, according to Options chosen, is essential to create a complete contract.

ClauseStatementData

10.1

The Consultant is (Name):

     

Address

     

Tel No.

     

Fax No.

     

22.1

The Consultant’s key persons are:

1Name:

     

Job:

     

Responsibilities:

     

Qualifications:

     

Experience:

     

2Name:

     

Job

     

Responsibilities:

     

Qualifications:

     

Experience:

     

Info.

CV's (and further key persons data including CVs) are appended to Tender Schedule entitled     .

11.2(3)

The completion date for the whole of the services is

11.2(10)

The following matters will be included in the Risk Register

     

11.2(13)

The staff rates are:

name/designation

rate

Refer to part 2.2

25.2

The Employer provides access to the following persons, places and things

access to

access date

1

2

3

4

31.1

The programme identified in the Contract Data is

     

50.3

The expenses stated by the Consultant are

item

amount

1

2

3

4

5

8

A

Priced contract with activity schedule

11.2(14)

The activity schedule is in

     

11.2(18)

The tendered total of the Prices is

R      (in figures)

      (in words), excluding VAT

Contract11 of 22

Part 2: Pricing Data

Part 2: Pricing Data

PSC3 Option G

Document reference

Title

No of pages

2.1

Pricing instructions: Option G

2

2.2

Staff rates, expenses and the task schedule.

2

Part 2.1 Pricing instructions: Option A

2.1.1 General

2.1.1.1 The Consultant is paid under Option A (Activity schedule) for the services on a lump sum basis where the work is broken down into activities. Each activity in the Activity Schedule is paid for as a lump sum. Only completed activities are assessed for payment at each assessment date; no part payment is made if the activity is not completed by the assessment date.

2.1.1.2 Expenses as provided for in the contract are paid in addition to the total of the Prices for each completed activity at each assessment interval.

2.1.1.3 The cost to the Consultant to Provide the Service is included in, or spread across, the Prices for all activities. There is no adjustment to the lump sum Activity Schedule price if the amount, or quantity, of work within that activity later turns out to be different to that which the Consultant estimated at the time that the total of Prices are accepted by the Employer. The only basis for a change to the Prices is as a result of a compensation event. (See Clause 60.1)..2.1.1.4 If the Consultant has decided not to identify or to price a particular activity, it will be assumed that Consultant has included the cost to the Consultant of doing the work within the other Prices in order to fulfil the obligation to complete the service for the tendered total of the Prices.

2.1.1.5 The Consultant does not have to allow in his Prices for matters that may arise as a result of a compensation event.

2.1.1.7 The Employer has identified the items that are to be priced in the Activity Schedule.

2.1.1.7 The Consultant is required to identify the items that are to be priced in the Activity Schedule.

2.1.1.8 The Prices in the Activity Schedule exclude VAT

2.2 Activity Schedule

[A] Summary of Professional Fees

Item

No.

Activity description

Price excluding VAT

1.

Project Leader

2.

Civil/Structural Engineer

3.

Quantity Surveyor

4.

SHEQ Specialists

5.

Land Surveyor

SUB-TOTAL EXCL VALUE ADDED TAX (VAT)

Value Added Tax (VAT) @ 15%

OFFERED AMOUNT (INCL. VAT)

[B] Activity Schedule for Professionals

Item

No.

Activity description

Price excluding VAT

1.

Project initiation

2.

Concept and Viability

3.

Design development

4.

Documentation and procurement

5.

Construction

6.

Close-out

SUB-TOTAL EXCL VALUE ADDED TAX (VAT)

Value Added Tax (VAT) @ 15%

OFFERED AMOUNT (INCL. VAT)

2.3 Staff rates

2.4 Expenses

Category

Description

Basis of expense, excluding VAT

Applicable parameter

Part 3: Scope of Work

Document reference

Title

3.1

Employer’s Scope

3.2

Consultant’s Scope (to be attached at contract award)

(insert at award stage or delete if not applicable)

2019 Tender Specification 19

part 3.1: Employer’s Scope

The proposed project involves the removal of the old water reticulation network and replacement with a new reticulation network of all current main water pipelines for the entire UNISA Muckleneuk campus. These pipes have been in operation for more than 20 years and it is apparent that they have exceeded their design lifecycle. There have been numerous undetected leaks and burst pipes that have occurred frequently, which have resulted to excessive water loss, inconvenience to UNISA community and high maintenance costs.

In addition, the absence of the isolation valves within the current water supply network and old pumps that are malfunctioning requires to be repaired or replaced. All the above water defects and challenges are affecting UNISA ‘s commitment to continuously supply water without any disruptions.

In order to achieve this project, professional services are required as there is no internal capacity. request for proposal therefore seeks to invite suitably qualified service providers to provide the University with Professional Engineering Services for the Internal, Main and Fire Services Water Supply Reticulation in the University of South Africa, Muckleneuk Campus.

Unisa requires the services of professional team with engineering experience in projects of a similar nature for the work package(s):

1. Removal and Replacement of existing main water supply pipes

2. Removal and Replacement of existing internal water supply pipes

3. Removal and Replacement of existing main fire water supply pipes

The team will be required to conduct investigations / research, advise and produce the designs and specifications for the pipelines. The scope will therefore include conducting due diligence research and compiling all relevant data acquired during the scoping / investigation period and a statement of the analytical work completed. The scope of services for the professional team is therefore stage 1 to 6 of the project lifecycle (Inception, Concept and viability, design development, documentation and procurement, construction and close out) see Annexure A. There are currently no as-built drawings for the water reticulation network, therefore the consultants will be expected to conduct their own due diligence of the existing network before commencing with the designs and provide as-built drawings and all operational manuals at close out.

The water reticulation designs shall be carried out in line with the following SANS standards relevant to the plumbing industry:

· SANS 10252 Water Supply Installations for Buildings.

· SANS 10254 The Installation, Maintenance, Replacement and Repair of Fixed Electronic Storage Water Heating Systems.

· SABS 10400 Code of Practice for the Application National Building Regulations

Site information

The Muckleneuk campus is located in a built up area on Preller Street, Groenkloof in Pretoria, Gauteng Province. The site is built up with concrete paving. Given the age of the building, the existing building structures include structural concrete and therefore the services of a structural engineer (internal to the buildings) and land surveyor (outside due to the variance in the contours of the campus) may be required. The site information is summarised as follows:

PACKAGE

CONDITIONS

Removal and Replacement of main water supply

The pipes are located inside concrete trenches that include other services such as ICT and Electrical Services. The design should therefore take into consideration alterations/methods to separate pipework from the rest of the services.

Removal and Replacement of internal water supply

The pipes are located inside service shafts inside the university buildings. The shafts have platforms on various levels some of which are steel grating and some concrete. The designs should therefore consider methods of making the shafts suitable for maintenance purposes as some levels do not have platforms in various buildings. The design should also consider

Removal and Replacement of main fire services water supply

The pipes are located inside concrete trenches that includes other services such as ICT and Electrical Services. The design should therefore take into consideration alterations/methods to separate pipework from the rest of the services the services.

It is recommended that before submitting his/her tender, the tenderer visit the site and satisfy himself as to the nature and extent of the work to be done and the value of the materials salvageable from the alterations. No claim for any variations of the contract sum in respect of the nature and extent of the work or of inferior or damaged materials will be entertained.

1.1. Performance management

The performance of the Contractor will be measured two-fold on a regular basis to ensure:

1. That the UNISA’s strategic objectives and goals in relation to the execution of the project are met

2. The effectiveness on the Contractor in:

a. Efficient utilisation of project resources and design

b. Accuracy and knowledge of the technical professional services in the team

c. Impact and effectiveness of project controls to keep the project on track

The following is the initial key performance metrics for measuring the above and may be subject to change as and when it becomes necessary in the execution of the scope of services.

Key Performance Areas (KPA) refers to the areas of performance the professional and construction team are responsible for and the Key Performance Indicators (KPI) refers to the measure of impact and effectiveness of the controls in achieving the key objectives of the project. The measure is the tool that will be used to determine the effectiveness and impact. KPIs will include both qualitative and quantitative indicators and targets will be agreed with the successful service provider before the contract commences. The rating scale will be as follows.

STANDARD RATING SCALE

5

Outstanding

Exceptional performance in all areas of responsibility. Planned objectives were achieved well above the established standards and accomplishments were achieved in unexpected areas.

 

 

4

Exceeds expectations

Consistently exceeds established standards in most areas of responsibility. All requirements were met, and objectives were achieved above the established standards.

 

 

3

Meets expectations

All job requirements were met, and planned objectives were accomplished within established standards. There were no critical areas where accomplishments were less than planned.

 

 

2

Needs improvement

Performance in one or more critical areas does not meet expectations. Not all planned objectives were accomplished within the established standards and some responsibilities were not completely met.

 

 

1

Does not meet minimum standards

Does not meet minimum job requirements. Performance is unacceptable. Responsibilities are not met, and important objectives have not been accomplished. Needs immediate improvement.

The KPI’s will form part of the contract terms and conditions in order to the contractor’s performance. The Bidder is required to provide a performance management plan detailing methodology and approach to ensure that the proposed interventions and controls are effective in meeting their obligations.

Key Performance Management Metrics

DISCIPLINE

KEY PERFORMANCE AREA (KPA)

KEY PERFORMANCE INDICATOR (KPI)

MEASURE

PROJECT MANAGER

Project Integration Management

1. Projects execution does not have a negative impact on the operations or cause reputational damage to UNISA

1) Project execution plan

2) Stakeholder feedback

3) Project Interphase management plan

Project Scope Management

2. Scope is approved by the relevant authority and experts

3. The project is managed within the approved scope

4. Change control process is followed

1) The number and kind of change requests/variation orders

2) Project execution plan

3) Signed contracts

Project Resource Management

5. The project is running on time, within budget and the quality according to industry regulations and standards

1) Project Execution plan

2) Project Status reports

Project Schedule Management

6. On target execution of projects against the plan project baseline

1) Project execution plan

2) Project Status reports

3) Schedule performance index

Project Cost Management

7. On target execution of projects against the project baseline

1) Project execution plan

2) Bills of Quantities (BoQ)

3) Project cost reports

4) Cost performance index

Project Risk Management

8. Risks identified, monitored and mitigated timeously

9. There are little to no project issues that are impeding on progress

10. The project does not have a negative impact on UNISA’s operations and reputation

1) Risk management plan

2) Project execution plan

3) Project status reports

4) Project cost reports

5) SHEQ reports

Project Communications Management

11. Accurate messaging is disseminated timeously, to the correct stakeholders.

12. The hierarchy of communication and decision making is clearly understood by all stakeholders

1) Communication plan

2) Communique sent out, response time to requests

3) Project status reports

Project Procurement Management

13. The relevant project approvals are obtained timeously

14. The correct procurement strategy was developed and implemented

15. The correct/capable services providers, suppliers and/or contractors are appointed for projects

16. Projects execution does not have a negative impact on the operations or cause reputational damage to UNISA

1) Procurement strategy

2) Project execution plan

3) Project status reports

4) Minutes of approval authorities’ meetings

Project Stakeholder Management

17. Communication effectiveness

18. Stakeholders support projects,

19. Trust, respect in relationship with stakeholders

20. Conflicts mitigated on time

1) Project execution plan

2) Stakeholder management plan

3) Stakeholder feedback

4) Communication plan

5) Project status reports

DISCIPLINE

KEY PERFORMANCE AREA (KPA)

KEY PERFORMANCE INDICATOR (KPI)

MEASURE

PROFESSIONAL TEAM

Technical accuracy of deliverables and advice provided (time, quality and cost)

1. Deliverables provided are aligned to industry standards/best practice and constitute bankable business cases for projects

2. Little to no change requests/variations to the execution plans (time, cost, quality)

3. Little to no change requests/variations to the project scope of work

4. Deliverables are aligned to UNISA’s strategic objectives and goals

5. Stakeholder satisfaction

6. Project execution cycle is appropriate for the required turn-around time

1) Project execution plan

2) Stakeholder management plan

3) Stakeholder feedback

4) Communication plan

5) Project status reports

6) Close-out documentation

Project integration

7. Loss cost of deliverable changes

8. Project lifecycle turn-around time

9. Quality of deliverables

10. Communication and interaction between the professional team and the stakeholders

11. Involvement of key stakeholder groups

1) The total percentage of change - Extent of rework

2) Percentage delay the project

3) Project status reports

4) Project execution plans

5) Stakeholder feedback

6) Communication plan

Stakeholder Management

12. Communication effectiveness

13. Stakeholders support to the project

14. Trust, respect in relationship with stakeholders

15. Conflicts mitigated on time

16. Shared organisational knowledge of problems/issues

1) Project execution plan

2) Stakeholder management plan

3) Stakeholder feedback

4) Communication plan

5) Project status reports

Statutory, regulatory, legal and institutional compliance

17. Number of non-compliance reports

18. Internal and external audit score rating

19. Number of strategic objectives met

20. Regulatory report creation cycle length

21. Turn-around time to implement new regulations, policies and processes

1) UNISA Policies, Procedures and Process

2) Industry standards and regulations

3) Regulatory compliance expense per resource

4) Non-compliant change request percentage

5) Percentage of compliance issues handled correctly

6) External complaints per resource

7) Internal audits frequency

Innovation

22. The number of innovation solutions implemented

23. Potential impact of innovative solutions implemented (time, cost, quality)

24. Risk aversion

25. Stakeholder satisfaction

1) Project execution plan

2) Stakeholder feedback

3) Project status reports

4) Close-out documentation

Contract21 of 223

Part 3: Scope of WorkContract Data: Part 3

`

CONTRACT No.

(Insert at Contract Award)

Contract between

University of South Africa

(Reg. No 930008988)

and

[Insert at

contract award

]

(Reg No. _______

__________

___

_)

for

Professional Services for the Replacement of

Internal, Main a

nd Fire Services Water Supply

Reticulation in the University of South Africa,

Muckleneuk Campus

Contents:

No of

pages

Part 1

Agreements & Contract Data

16

Part 2

Pricing Data

4

Part 3

Scope of Work: The Scope

8

`

CONTRACT No. (Insert at Contract Award)

Contract between

University of South Africa

(Reg. No 930008988)

and

[Insert at contract award]

(Reg No. _____________________)

for

Professional Services for the Replacement of

Internal, Main and Fire Services Water Supply

Reticulation in the University of South Africa,

Muckleneuk Campus

Contents:

No of

pages

Part 1 Agreements & Contract Data 16

Part 2 Pricing Data 4

Part 3 Scope of Work: The Scope 8