Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
INVITATION TO BID
Bid Number Description of Bid Compulsory Briefing Session
Closing Date & Time
Enquiry Details
NLC/2018-13 Appointment of a service provider to
convert a residential building to an
office building for the National
Lotteries Commission in North West
Province (Mafikeng)
08 August 2018 @ 10h00 Address: 12 Visser Street, Mafikeng
21 August 2018 @ 11h00
All enquiries should be in
writing and may be directed
to [email protected] for
the attention of Mr. Tshepiso
Mahlake Tel: (012) 432
1315
Bid Documents Request: Bidders will be forwarded the bid documents upon request on [email protected]
Bid Submission: Bid documents must be deposited into the bid box at the Main Entrance (Reception) of the National Lotteries Commission, 16 Aerodrome Crescent, Industrial Site, Mafikeng, 2745
Xray
metal detector
W01
W01
W01
W01
W01
W01 W01 W01 W01
W01
W01
W01
W01
W02
W02
W02W02
W02
W02
W02
W02
W02
W02
W02
W02
W02
W02
W02
W02
W02 W02
W02 W02
W01
W01
W01
W01
W01
W01
W01
W01
W01
W01
W01
W01
W01
38 m²Waiting area
20 m²Ofice 4
23
m²
Consultin
g k
iosk
27 m²Meeting room
39 m²Board room
24 m²ofice 3
44 m²open area
20 m²Ofice 1
41 m²Room
10 m²Kitchen
10 m²Server room
10 m²Sick bay
13 m²Para
12 m²Female
15 m²Male
12 m²filing
7 m²Male
5 m²Female
W02
W02
3600
1180
22 m²Reception
16 m²Entrance
5
A102
220
1502
110
995
110
1000
220
2780
220
2000
220
2780
220
220
997
220
2500
220
2780
220
5000
2202
20
8000
220
3717
2202
20
1193
7
220
1237
7
220 4880 220 1500 220
220
220 4480 220 1900 220
220 6600 220
4920 2120
7040
4800 110 8000 220 3680 110 5100 220
13130 9110
22240
220
5000
110
5600
220
3500
220
3700
220
1370
220
1180
220
3600
110
3555
110
1935
220
7420
220
1370
220
1180
220
1000
110
1000
110
1270
220
890
110
1270
110
1000
110
1000
110
1000
220
7420
220
1370
1400
1370
3920
3720
9750
1400
18790
1609
1484
90.00°
151.00°
1546
1489
220 743 220
3422
2201375
220
1722106
220
5980
220
6420
220
2490
110
3380
220
2201000 110
1380110 1000 110 1000 110
1160220
220
5980
220
6420
220
3280
220
220
4000
220
4000
220
3280
220
220
11720
220
220 3196 220 1600 220 5290 110 9740 90 6500 110 1790 110 1200 110 1680 110 2000 220
220 3196 220 2200 110 4800 110 4500 110 5110 110 6500 110 1790 110 5100 220
220 34076 220
3416 17050 6940 7110
34516
2000 440 4280 220
151.00°
119
.00°
963
1300
1300
1310
1310
2145
D02
20 m²Office 2
Store roomgrano
Cleaningtile
2161
ARCHITECTS:
[email protected]______www.80something.co.za
Client:
Scale:
Sheet:
Revision:
Designed By
Drwawing No.
Checked
Drawn By
Drwawing title:
Sign.
Sign.
Sign.
SACAP: (PrArch) Reg. No. 5830
.........................................................Lusapo John Walaza
No. 9 Sterre road, Nancefield, Gauteng, 1811TEL : (011) 945 1210FAX : 086 602 6488
Consultans:
Client:
NOTES:BASED ON THE NATIONAL BUILDING REGULATIONS AND SABS Code of Practice 0400-1987.
B STRUCTURAL NOTESThe design of the STRUCTURAL ELEMENTS AND COMPONENTS will be carried out by a PROFESSIONAL ENGINEER who has certified that the design complies with the requirements of The National Building Regulations.
C ROOM DIMENSIONSHABITABLE ROOMS will have a floor area of not less than 6sqm, a minimum horizontal dimension of not less than 2m and a minimum height of 2,4m.
D PUBLIC SAFETYThe edge of any CHANGE OF LEVEL more than 1m above any adjacent level is provided with a BALUSTRADE or PARAPET WALL not less than 1m high and such balustrade will not have any openings larger than 100mm.
E DEMOLITION WORKAll demolitions, including protection of the public, will be executed in strict accordance with Part E of The National Building Regulations.
F SITE OPERATIONSAll site operations, including protection of the public, will be executed in strict accordance with Part F of The National Building Regulations under the supervision of the ARCHITECT and the ENGINEER.Approved sanitary facilities for all personnel will be available before the commencement of and throughout the duration of the building operations.SOIL POISONING: The ground area prescribed in code of practice SABS 0124 shall be treated in accordance with the recommendations of SABS 0124.
G EXCAVATIONS, H FOUNDATIONS, J FLOORS, K WALLSParts G, H, J and K will be designed by a PROFESSIONAL ENGINEER and will be executed in strict accordance with the National Building Regulations and SABS 0400.Approved DAMP-PROOF COURSING (as SABS 248,952 or 298) extending the full thickness of walls to be installed at all WALLS at the level at the TOP of the SURFACE BED at least 150mm above the adjoining ground and at all WINDOW SILLSAn approved VERTICAL WATERPROOF MEMBRANE to be fitted where a WALL of a room is in contact with the ground.Roofs to be ANCHORED to walls in compliance with clause KK13 of The National Building Regulations.
L ROOFSSee sections and roof plans for notes and details.
O LIGHTING AND VENTILATIONHABITABLE ROOMS to be provided with WINDOWS.The total area of any such window is to be not less than 10% of the floor area served by it for NATURAL LIGHT, and such window will be provided with opening sections for NATURAL VENTILATION the total area of which will not be less than 5% of the floor area of the room, or 0.2sqm, whichever is the greater.
P DRAINAGESINGLE STACK and 2 PIPE SYSTEMS as shown complying with Part P of the National Regulations and comprising the following:-
100∅ DISCHARGE STACKS, SOIL DISCHARGE PIPES, DRAINS and STACK VENTS of approved material.
50 dia SOIL DISCHARGE PIES to urinals.40 dia WASTE DISCHARGE PIPES to wash hand basins's, showers, baths, sinks discharging to single stacks.GULLY to comply with P29.
All waste fittings to have RESEALING TRAPS and water seals not less than 65mm.ACCESS to the drainage installation to be provided by adequately marked and protected and permanently accessible RODDING EYES at all changes of direction, within 1,5m of the drain connection to the sewer, at the highest point of the drain and at 25m intervals along the line of the drain.INSPECTION EYES at all bends and junctions.
Block D, Hartfied Gardens333 Grosvernor Street
Hartfield, Pretoria0083
Tell: 012 632 1300
Srsqs Quantity SurveyorsCnr. John Vorster & Karee StreetSouthdowns Office Park,block D
Centurion, Irene.0157
Tell: 012 665 0996
2018/07/11 3:08:44 PM
As indicated
Floor & Site Lay-out Plan
Author
Checker
Designer
Project Number A101
National Lotteries CommissionNorth West
1 : 100
01 Ground Floor level1 : 200
00 Site Floor Plan
Ground Floor level0
Window level2125
Underside Of Slab2890
Ground Floor level0
Window level2125
Underside Of Slab2890
Ground Floor level0
Window level2125
Underside Of Slab2890
Ground Floor level0
Window level2125
Underside Of Slab2890
Ground Floor level0
Window level2125
Underside Of Slab2890
Receptionporcelain tile
Board roomcarpet
Waiting areaporcelain tile
Entranceporcelain tile
GENERAL FOUNDATIONS NOTE:FOUNDATIONS TO BE ESCAVATED BELOW ANY FILLING TO A DEPTH OF THE
ENGINEERS SPECIFICATION.IF A CONCRETE APRON IS RECOMMENDED, IT SHOULD BE LAID AT MINIMUM OF 255
BELOW FGL AND COVERED WITH HARDPACKED SOIL.
40mm SCREED 100mm SURFACEBED ON 250 MICRON USB GREEN FILLING AS PER ENGINEER ON COMPACTED GROUND FILLING IN
LAYERS NOT EXCEEDING 150mm MAX - ALL TO ENGINEER
NOTE :
All final levels to be
determined in site.
Please consult
Architect
for confirmation.
700 x 300 min 25mpa concrete foundation to engineers specification min. 255 below ngl
DRAINAGE AROUND THE STRUCTURE MUST BE CONTROLLED IN ORDER TO KEEP THE FOUNDATION DRY. THE GROUND SURFACE AROUND THE WALL MUST BE
SHAPED WITH A POSITIVE FALL AWAY FROM THE WALL. AN IMPERMIABLE APRON OF 1.5 - 2m WIDE MUST BE FORMED AROUND THE WALL AND RAINWATER MUST BE
LED AWAY FROM THE WALL TO PREVENT PONDING OF WATER ABOVE THE FOUNDATION.
IBR Kliplock 686 sheeting Colour:Sunset Red. fixed on evenly space battens. Industrial roof insulation on battens on pre-manufactured timber trusses to Roof truss contractors specifications. 100mm aerolite above ceiling insulation.
4mm Torched on Derbigum Waterproofing on40mm min Cement Screed to Fall on150mm Concrete Slab to Structural Engineer's DetailSlab Soffit to be Painted White
dpc to be incorporated
bemaunderneath all floors
700 x 300 min 25mpa concrete foundation to engineers specification min. 255 below ngl
ARCHITECTS:
[email protected]______www.80something.co.za
Client:
Scale:
Sheet:
Revision:
Designed By
Drwawing No.
Checked
Drawn By
Drwawing title:
Sign.
Sign.
Sign.
SACAP: (PrArch) Reg. No. 5830
.........................................................Lusapo John Walaza
No. 9 Sterre road, Nancefield, Gauteng, 1811TEL : (011) 945 1210FAX : 086 602 6488
Consultans:
Client:
NOTES:BASED ON THE NATIONAL BUILDING REGULATIONS AND SABS Code of Practice 0400-1987.
B STRUCTURAL NOTESThe design of the STRUCTURAL ELEMENTS AND COMPONENTS will be carried out by a PROFESSIONAL ENGINEER who has certified that the design complies with the requirements of The National Building Regulations.
C ROOM DIMENSIONSHABITABLE ROOMS will have a floor area of not less than 6sqm, a minimum horizontal dimension of not less than 2m and a minimum height of 2,4m.
D PUBLIC SAFETYThe edge of any CHANGE OF LEVEL more than 1m above any adjacent level is provided with a BALUSTRADE or PARAPET WALL not less than 1m high and such balustrade will not have any openings larger than 100mm.
E DEMOLITION WORKAll demolitions, including protection of the public, will be executed in strict accordance with Part E of The National Building Regulations.
F SITE OPERATIONSAll site operations, including protection of the public, will be executed in strict accordance with Part F of The National Building Regulations under the supervision of the ARCHITECT and the ENGINEER.Approved sanitary facilities for all personnel will be available before the commencement of and throughout the duration of the building operations.SOIL POISONING: The ground area prescribed in code of practice SABS 0124 shall be treated in accordance with the recommendations of SABS 0124.
G EXCAVATIONS, H FOUNDATIONS, J FLOORS, K WALLSParts G, H, J and K will be designed by a PROFESSIONAL ENGINEER and will be executed in strict accordance with the National Building Regulations and SABS 0400.Approved DAMP-PROOF COURSING (as SABS 248,952 or 298) extending the full thickness of walls to be installed at all WALLS at the level at the TOP of the SURFACE BED at least 150mm above the adjoining ground and at all WINDOW SILLSAn approved VERTICAL WATERPROOF MEMBRANE to be fitted where a WALL of a room is in contact with the ground.Roofs to be ANCHORED to walls in compliance with clause KK13 of The National Building Regulations.
L ROOFSSee sections and roof plans for notes and details.
O LIGHTING AND VENTILATIONHABITABLE ROOMS to be provided with WINDOWS.The total area of any such window is to be not less than 10% of the floor area served by it for NATURAL LIGHT, and such window will be provided with opening sections for NATURAL VENTILATION the total area of which will not be less than 5% of the floor area of the room, or 0.2sqm, whichever is the greater.
P DRAINAGESINGLE STACK and 2 PIPE SYSTEMS as shown complying with Part P of the National Regulations and comprising the following:-
100∅ DISCHARGE STACKS, SOIL DISCHARGE PIPES, DRAINS and STACK VENTS of approved material.
50 dia SOIL DISCHARGE PIES to urinals.40 dia WASTE DISCHARGE PIPES to wash hand basins's, showers, baths, sinks discharging to single stacks.GULLY to comply with P29.
All waste fittings to have RESEALING TRAPS and water seals not less than 65mm.ACCESS to the drainage installation to be provided by adequately marked and protected and permanently accessible RODDING EYES at all changes of direction, within 1,5m of the drain connection to the sewer, at the highest point of the drain and at 25m intervals along the line of the drain.INSPECTION EYES at all bends and junctions.
Block D, Hartfied Gardens333 Grosvernor Street
Hartfield, Pretoria0083
Tell: 012 632 1300
Srsqs Quantity SurveyorsCnr. John Vorster & Karee StreetSouthdowns Office Park,block D
Centurion, Irene.0157
Tell: 012 665 0996
2018/07/11 3:08:46 PM
1 : 100
Unnamed
Author
Checker
Designer
Project Number A102
National Lotteries CommissionNorth West
1 : 100
East
1 : 100
North
1 : 100
South
1 : 100
West
1 : 100
Section 1
ANNEXURE D NLC/2018 ‐ 13
Annexure D: NLC Bid Submission Checklist – North West Province Construction
BID SUBMISSION CHECKLIST: APPOINTMENT OF A SERVICE PROVIDER TO CONVERT A RESIDENTIAL BUILDING TO AN OFFICE BUILDING FOR THE NATIONAL LOTTERIES COMMISSION IN THE NORTH WEST PROVINCE (MAFIKENG)
Name of the bidder : Item Description Yes No
1 Compulsory (Mandatory) Requirements
Please indicate below if whether the SBD (Standard Bidding Document) Forms are duly completed and signed by the relevant person:
1.1 SBD 1
1.2 SBD 4
1.3 SBD 6.1
1.4 SBD 8 1.5 SBD 9 *Only the original signed SBD Forms of the above will be accepted 1.6 In the event of the bidder being in a joint venture, a
signed joint venture agreement must be submitted (where applicable)
1.7 In the event of the bidder being a consortium organization, relevant shareholding certificates must be submitted (where applicable).
1.8 Bidder must be an Exempted Micro Enterprise (EME)/Qualifying Small Business Enterprise (QSE) exempted micro which is at least 100% owned by black people (supported by certified copy of B-BBEE Certificate or Sworn Affidavit).
1.9 The bidder must have a stipulated minimum B-BBEE status level one (1) of contribution.
1.10 Certified copy of a valid Construction Industry Development Board (CIDB) certificate with minimum of 5GB or higher.
ANNEXURE D NLC/2018 ‐ 13
Annexure D: NLC Bid Submission Checklist – North West Province Construction
1.11 The bidder is required to submit a certified copy of certification of compliance with the Compensation for Occupational Injuries & Diseases (COID) Act
1.12 In the event of the bidder with litigation history, accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five (5) years should be provided.
1.13 To confirm localization, bidders are required to submit proof of residence in the form of Municipal Bill or proof of residence letter from the local councilor/leader or a certified copy of a signed SLA.
2. Administrative Requirements
2.1 Valid Tax Clearance Certificate (TCC). 2.2 Company/Agency Profile. 2.3 B-BBEE Certificate. 2.4 Central Supplier Database (CSD) Summary Report. 3. Submission of Proposals:
3.1 Technical Proposal:
3.1.1 One (1) original
3.1.2 Four (4) copies
3.2 Financial (Price) Proposal:
3.2.1 One (1) original
3.2.2 Four (4) copies
3.2.3 One (1) electronic copy (CD) for both technical & financial proposal
ANNEXURE D NLC/2018 ‐ 13
Annexure D: NLC Bid Submission Checklist – North West Province Construction
4. Bid Document Responsiveness: Do you adhere to the bid documents and terms of reference?
RENOVATIONS AND REFURBISHMENTS NORTH‐WEST BILL OF QUANTITIESNATIONAL LOTTERIES COMMISSION
ITEM NO DESCRIPTION UNIT QUANTITY RATE AMOUNT
SECTION NO. 1 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO. 1 H1
PRELIMINARIES AND GENERAL H3
FIXED CHARGE ITEMS H3
Contractual requirements. H3
1 Insurances SUM 1 ‐R ‐R
2 Programming SUM 1 ‐R ‐R
3 Performance Security SUM 1 ‐R ‐R
4 Retention Guarantee SUM 1 ‐R ‐R
Establishment of Facilities on the Site H4
Facilities for Engineer H4
5 Equipment for the Engineer's Staff SUM 1 ‐R ‐R
Facilities for Contractor H4
6 Offices and Storage Sheds SUM 1 ‐R ‐R
7 Workshops SUM 1 ‐R ‐R
8 Site Establishment SUM 1 ‐R ‐R
9 Living Accomodation ‐ The Contractor to supply a SUM 1 ‐R ‐R breakdown of the different categories namley: Supervision,Skilled Labor, Semi Skilled Labour and Unskilled Labour
10 Laboratory Facilities SUM 1 ‐R ‐R
11 Ablution and Latrine Facilities SUM 1 ‐R ‐R
12 Tools and Equipment SUM 1 ‐R ‐R
13 Water Supplies SUM 1 ‐R ‐R
14 Electric Power SUM 1 ‐R ‐R
15 Communication SUM 1 ‐R ‐R
16 Air Supplies SUM 1 ‐R ‐R
17 Dealing with Water SUM 1 ‐R ‐R
18 Access SUM 1 ‐R ‐R
Facilities Requiring Special Attention H4
19 Security SUM 1 ‐R ‐R
20 Safety SUM 1 ‐R ‐R
21 Samples and certification of materials SUM 1 ‐R ‐R
22 Testing Authority SUM 1 ‐R ‐R
23 Other Contractors SUM 1 ‐R ‐R
24 Quality Assurance SUM 1 ‐R ‐R
25 Orders and Indents SUM 1 ‐R ‐R
26 Site Meetings SUM 1 ‐R ‐R
27 Plant for the Works SUM 1 ‐R ‐R
28 Transport on the site SUM 1 ‐R R‐
29 Transport of the Workforce to and from the site SUM 1 ‐R ‐R
30 Supervision for the duration of the construction SUM 1 ‐R ‐R
31 Company and head office overheads costs for the duration SUM 1 ‐R ‐R of the contract works
32 Other fixed charge obligation ‐ Contractor to submit details SUM 1 ‐R ‐R
33 Remove site establishment on completion SUM 1 ‐R ‐R
SECTION NO. 1 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO. 2 H1
PRELIMINARIES AND GENERAL H3
VALUE RELATED ITEMS H3
Contractual requirements. H3
1 Insurances SUM 1 ‐R ‐R
2 Programming SUM 1 ‐R ‐R
3 Performance Security SUM 1 ‐R ‐R
4 Retention Guarantee SUM 1 ‐R ‐R
Establishment of Facilities on the Site H4
Facilities for Engineer H4
5 Equipment for the Engineer's Staff SUM 1 ‐R ‐R
Facilities for Contractor H4
6 Offices and Storage Sheds SUM 1 ‐R ‐R
7 Workshops SUM 1 ‐R ‐R
8 Site Establishment SUM 1 ‐R ‐R
9 Living Accomodation ‐ The Contractor to supply a SUM 1 ‐R ‐R breakdown of the different categories namley: Supervision,Skilled Labor, Semi Skilled Labour and Unskilled Labour
10 Laboratory Facilities SUM 1 ‐R ‐R
11 Ablution and Latrine Facilities SUM 1 ‐R ‐R
12 Tools and Equipment SUM 1 ‐R ‐R
13 Water Supplies SUM 1 ‐R ‐R
14 Electric Power SUM 1 ‐R ‐R
15 Communication SUM 1 ‐R ‐R
16 Air Supplies SUM 1 ‐R ‐R
17 Dealing with Water SUM 1 ‐R ‐R
18 Access SUM 1 ‐R ‐R
Facilities Requiring Special Attention H4
19 Security SUM 1 ‐R ‐R
20 Safety SUM 1 ‐R ‐R
21 Samples and certification of materials SUM 1 ‐R ‐R
22 Testing Authority SUM 1 ‐R ‐R
23 Other Contractors SUM 1 ‐R ‐R
24 Quality Assurance SUM 1 ‐R ‐R
25 Orders and Indents SUM 1 ‐R ‐R
26 Site Meetings SUM 1 ‐R ‐R
27 Plant for the Works SUM 1 ‐R ‐R
28 Transport on the site SUM 1 ‐R ‐R
29 Transport of the Workforce to and from the site SUM 1 ‐R ‐R
30 Supervision for the duration of the construction SUM 1 ‐R ‐R
31 Company and head office overheads costs for the duration SUM 1 ‐R ‐R of the contract works
32 Other value related obligations ‐ Contractor to submit details SUM 1 ‐R ‐R
33 Remove site establishment on completion SUM 1 ‐R ‐R
SECTION NO. 1 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO. 3 H1
PRELIMINARIES AND GENERAL H3
TIME RELATED ITEMS H3
Contractual requirements. H3
1 Insurances SUM 1 ‐R ‐R
2 Programming SUM 1 ‐R ‐R
3 Performance Security SUM 1 ‐R ‐R
4 Retention Guarantee SUM 1 ‐R ‐R
Establishment of Facilities on the Site H4
Facilities for Engineer H4
5 Equipment for the Engineer's Staff SUM 1 ‐R ‐R
Facilities for Contractor H4
6 Offices and Storage Sheds SUM 1 ‐R ‐R
7 Workshops SUM 1 ‐R ‐R
8 Site Establishment SUM 1 ‐R ‐R
9 Living Accomodation ‐ The Contractor to supply a SUM 1 ‐R ‐R breakdown of the different categories namley: Supervision,Skilled Labor, Semi Skilled Labour and Unskilled Labour
10 Laboratory Facilities SUM 1 ‐R ‐R
11 Ablution and Latrine Facilities SUM 1 ‐R ‐R
12 Tools and Equipment SUM 1 ‐R ‐R
13 Water Supplies SUM 1 ‐R ‐R
14 Electric Power SUM 1 ‐R ‐R
15 Communication SUM 1 ‐R ‐R
16 Air Supplies SUM 1 ‐R ‐R
17 Dealing with Water SUM 1 ‐R ‐R
18 Access SUM 1 ‐R ‐R
Facilities Requiring Special Attention H4
19 Security SUM 1 ‐R ‐R
20 Safety SUM 1 ‐R ‐R
21 Samples and certification of materials SUM 1 ‐R ‐R
22 Testing Authority SUM 1 ‐R ‐R
23 Other Contractors SUM 1 ‐R ‐R
24 Quality Assurance SUM 1 ‐R ‐R
25 Orders and Indents SUM 1 ‐R ‐R
26 Site Meetings SUM 1 ‐R ‐R
27 Plant for the Works SUM 1 ‐R ‐R
28 Transport on the site SUM 1 ‐R ‐R
29 Transport of the Workforce to and from the site SUM 1 ‐R ‐R
30 Supervision for the duration of the construction SUM 1 ‐R ‐R
31 Company and head office overheads costs for the duration SUM 1 ‐R ‐R of the contract works
32 Other time related obligation ‐ Contractor to submit details SUM 1 ‐R ‐R
33 Remove site establishment on completion SUM 1 ‐R ‐R
TOTAL ‐SECTION 1 ‐ BILL NO.1,2,3 ‐ PRELIMINARIES ‐R
SECTION.2
BUILDING WORKS H1
(RENOVATIONS AND
REFURBISHMENTS)
BILL NO 1 H1
ALTERATIONS H3
For preambles see "Model Preambles for
Trades (2008 Edition)" and Supplementary
preambles as specified in the Trades
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Unless otherwise stated, all materials from
the alterations and demolition will belong to
the builder.
The builder should allow for the removal of
all debris from site and keeping the site
clean at all times.
The Contractor should allow for removing of
rubble from site on daily basis, failing which
the client might stop the construction until
the site has been cleaned.
NATURE OF WORK: Tenderers are
advised to visit the site and to satisfy
themselves as to the nature and extent of
the work to be done and provide in their
tenders any items not specifically
mentioned which they may deem necessary
for the proper completion of the work.
Tenderers are advised that the existing
building will be in occupation during the
progress of the work and due allowance
must be made for work being carried out at
such times and in such manner as will least
interfere with the routine of the occupants
and as may be directed by the Project
Manager.
NATURE OF WORK: Tenderers are
advised to visit the site and thoroughly
acquaint themselves with the nature of
demolitions, the nature and the extent the
work to be done and adequate provisions
are to be made in tendered rates for items
not specifically mentioned which they may
deem necessary for the proper completion
of the work
THE BUILDING TO REMAIN NON
FUNCTIONAL: Tenderers are to note that
all existing buildings of the facility will
remain occupied and fully operational
during the construction period and due
allowance must be made for the work being
carried out at such times and in such
manner as directed by the Project Manager
to ensure the least interference with the
routine at NLC.
DEMOLITIONS OF BUILDINGS: Tenderers
are to note that tendered rates for the
demolitions of buildings are to cater for the
following:
The temporary closing off and/or diversion
of existing services i.e. water supply, sewer
lines, etc
The complete ripping out and removal of
old foundations and deed underground
services as referred to above.
Trenches, holes, etc. created as a result
of the removal of foundations, services, etc
shall be backfilled with approved filling
material and compacted to 95% Mod
AASHTO density.
All other disturbed levels shall be ripped
for a depth of 150mm, including breaking
down oversize material and compacted to
93% Mod AASHTO density.
It will at All times throughout The contract
period, be expected from the Contractor to,
immediately after each portion of
demolishing has been completed, remove
and cart away all building rubble generated
to a dumping site to be located by the
Contractor off the Building premises. The
temporarily dumping and/or stockpiling of
rubble on site will not be permitted
CARTING AWAY OF EXCESSIVE
AND/OR UNSUITABLE EXCAVATED
MATERIAL, BUILDING RUBBLE, ETC
Descriptions for "carting away excessive or
unsuitable excavated material, building
rubble from demolitions, etc from site" shall
be deemed to include the loading and
hauling of excessive or unsuitable
excavated material, building rubble from
demolitions, etc. to a suitable dumping site
to be located by the Contractor off the
building site.
The location of the intended dumping site
will be subjected to prior written approval of
the Project Manager.
The Contractor will also be liable to, upon completion, rehabilitate all those areas of the dumping site used dumping/spoiling by grading the area to follow the adjacent ground contours and afterwards compacted to 80% Mod AASHTO density, all to the satisfaction of the Project Manager.
Tendered rates must make provision for the above‐mentioned as no additional claims in this regard will afterwards be entertained.
The re‐use of old materials obtained from the demolitions in the construction of the new buildings, for filling, etc will not be perimtted.
EXISTING SERVICES: Special care is to be taken by the Contractor not to interefere unnecessarily with existing services. Should the contractor encounter any existing services such as underground cables, pipes or sewers during the execution of the works he shall notify the Project Manager immediately and suspend all affected work in the immediate vicinity until such have been dealt with (i.e. removed, disconnected, re‐routed, etc) and instruction to proceed with the work has been given by the Project Manager
The Contractor shall afford every facility to Specialist which might be employed by the Project Manager to effect the necessary removal, disconnection, re‐routing, etc of services as might be required.
PROTECTION: In taking down and demolishing existing work the utmost care is to be observed to avoid any structural or other damages to the remaining portions and/or adjacent buildings, structures and services, etc. It will be expected from the Contractor to, at all times, employ adequate precaution measures in this regard and to provide all necessary materials for so doing
The Contractor will be held solely responsible for any damages to persons or property and for the safety of the structures throughout the whole of this Contract and shall make good at his own expense any such damages arising out of his failure to adhere to the aforesaid requirement.
FILLING: Where described as "including back filling", "back filling" shall mean the filling of all trenches, holes, etc. with approved gravel filling ( Minimum G5 standard) to be obtained from a commercial source and compacted to 93% Mod AASHTO density.
OLD MATERIAL:
Unless specifically otherwise described, all other old materials from demolitions are to become the property of the NLC, therefore, tendered rates for demolitions must cater for adequate credit in this regard.
It will be expected from the Contractor that all old materials not required, rubble, rubbish, etc. to be immediately carted away and site left clean and unencumbered at all times.
MEASUREMENT: Measurement given are approximate and the Contractor is advised to view the site and existing structures to be demolished and to thoroughly acquaint himself with the extent of the work to be done.
Any errors to the tendered rates in this regard shall be Contractor's expense as no claims in this regard will be entertained
afterwards
TENDER: The submission of a tender will imply that the Contractor has physically visited the site and fully understands the content and extent of the work described in this Bill and, therefore, accepts that no claims in this respect will thus be entertained afterwards.
DIMENSIONS The Contractor is advised to take all dimensions affecting the existing buildings on the site, as he will be held solely responsible for all new work being of the correct size.
PIPES, ETC Special care is to be taken not to interfere unnecessary with any supply pipes or other piping that may be met with and found necessary to disconnect or cut, are to be effectively stopped off and any new connections that may be necessary are to be made with proper fittings and to the satisfaction of the Project Manager to whom due notice must be given of any alterations to the existing services.
PROTECTION In taking down and removing existing work the utmost care is to be observed to avoid any structural or other damage to the remaining portions of the buildings. The Contractor must also protect all work not removed such as walls, floors, doors, windows or other joinery,loose and fixed fittings and electrical appliances, etc. from damage during the progress of the work and provide all necessary materials for doing so. The Contractor will be held solely responsible for any damage to persons or property and for the safety of the structure throughout the whole of this Contract and must make good at his own expense any damage that may occur.
CREDITS, ETC Old materials from the pulling down (except such as described to be re‐used ) are to become the property of the NLC. Old materials for re‐use are to be carefully removed, stored and protected from injury including making good any damaged or defective parts as required before fixing. Old materials described to be handed over are to be carefully removed and neatly stacked on site where directed. The remainder of the old materials and all rubbish to be immediately carted away and the site left clean and unencumbered. None of the old stock bricks from the pulling down are to be re‐used for any new work.
MATERIALS, ETC The materials to be used and work to be done to be similar in all respects to that described for new work insofar as they concur. All work in making good is to be properly jointed to the existing.
Note: The contractor to allow in his rate cost for the sending off of all the debris to a salvage yard to be lcaed by the contractor
TAKE UP AND REMOVAL OF EXISTING H3
FLOORING
Floor Tiling H4
1 Take up and remove existing ceramic floor m2 65 ‐R ‐R tiles 300x300mm and send to the salvage yard to be located by the Contractor in preparation for new floor coverings.
Floor Tiling H4
2 Take up and remove existing floor carpet m2 525 ‐R ‐R and send to the salvage yard to be located by the Contractor in preparation for new floor coverings.
TAKE OUT AND REMOVAL OF EXISTING H3
DOORS AND WINDOWS
Take out and remove existings doors and H4 send to the salvage yard to be located by
the contractor
3 Carefully take out and remove existing No 10 ‐R ‐R single door including frame fixed to brickwall including making good the wall surfaces in preparation of new door installation complete as per the Project Managers instruction.
4 Carefully take out and remove existing No 3 ‐R ‐R single door (In 220mm walls) including frame fixed to brickwall including making good the wall surfaces in preparation of the new door installation complete as per the Project Managers instruction.
5 Carefully take out and remove all structural No 1 ‐R ‐R steel,gates, grilles, burglar screens, balustrading, etc and send to the salvage yard to be located by the Contractor.
CAREFULLY REMOVE EXISTING STEEL H3 DOOR FRAME AND WINDOW FRAME
6 Carefully take out and remove existing steel No 2 ‐R ‐R window size 600 x 1500mm and send to the salvage yard to be located by the Contractor.
7 Carefully take out and remove existing steel No 17 ‐R ‐R windows fixed to 220mm walls and send to the salvage yard to be located by the Contractor.
TAKE OUT AND REMOVAL OF EXISTING H3
PAVING IN PREPARATIONS FOR NEW
Paving H4
8 Carefully take out and remove existing m2 92.76 ‐R ‐R paving complete as per the Project Managers instruction and send to the salvage yard.
Kerbs H4
9 Carefully take out and remove existing fig.3 m 57 ‐R ‐R kerbing and send to the salvage yard.
DISMANTLE, TAKE OUT AND REMOVE H3
THE EXISTING ROOF STRUCTURE
10 Dismantle, and remove existing roof m2 581 ‐R ‐R structures complete with trusses, purlins,and wall plates including roof coverings complete in preparation of a new roof.
11 Dismantle, and remove existing rainwater Item 1 ‐R ‐R goods complete.
DEMOLITION OF EXISTING ONE BRICK H3
WALLS
Demolition of brick walls H4
12 Breakdown and remove existing 115mm m2 49.66 ‐R ‐R brickwall complete as per the scope of works and/or Project Manager's instruction and all works to be made good in preparations for new walls and/or Partitionings.
13 Breakdown and remove existing 230mm m2 74.72 ‐R ‐R brickwall complete as per the scope of works and/or Project Manager's instruction and all works to be made good in preparations of new walls and/or partitionings.
CAREFULLY TAKE OUT AND REMOVE H3
EXISTING SANITARY FITTINGS
14 Carefully take out and remove existing No 3 ‐R ‐R water closet mounted on wall to the dumping side to be located by the Contractor and all works made good.
15 Carefully take out and remove existing hand No 3 ‐R ‐R wash basin mounted on wall to the dumping side to be located by the Contractor and all works made good.
16 Carefully take out and remove existing toilet No 3 ‐R ‐R paper roll holder mounted on wall to the dumping side to be located by the Contractor and all works made good.
17 Carefully take out and remove existing bath No 3 ‐R ‐R and send to the salvage yard to be located by the Contractor and all works made good.
CAREFULLY TAKE OUT AND REMOVAL H3
OF EXISTING SINK, KITCHEN UNIT AND
CUPBOARDS.
18 Take down and remove existing sink No 1 ‐R ‐R complete as per the Project Manager's instruction.
19 Take down and remove existing Kitchen No 1 ‐R ‐R built in unit complete as per the Project Manager's instruction.
20 Take down and remove existing cupboard No 5 R‐ R‐ complete as per the Project Manager's instruction.
TAKE DOWN AND REMOVE THE H3
EXISTING CEILING BOARDS COMPLETE
21 Take down and remove the existing ceiling m2 525 ‐R ‐R boards, brandering, cornices etc.
REMOVAL OF SMALL POWER & H3
LIGHTING INSTALLATIONS
22 Take out and remove complete the existing Item 1 ‐R ‐R small power and lighting works connectionss, plugs, sockets; isolators, switches, lights; all complete and send to the salvage yard and make good in preparation of the new supply and installation of the smallpower and lighting works complete as per the scope of works and/or Project Manager's instruction.
TAKE UP AND REMOVAL OF EXISTING H3
WALL TILING
23 Take up and remove existing wall tiling m2 83 ‐R ‐R including grouting and send to the salvage yard and/or dumping area to be located by the contractor, including making good the wall surfaces in preparation of new wall tiling fitting complete as per the Project Manager's instruction.
DEMOLITION OF BOUNDARY WALL H3
Boundary Wall H4
24 Demolish complete exising Devil's fork m2 173 ‐R ‐R boundary fencing including excavating to remove existing reinforced concrete strip footings complete and make good the surface in preparation of a new boundary wall.
REMOVAL OF TREES, ETC H3
Taking out and removing, grubbing up roots H4
and filling in holes
25 Tree exceeding 200mm and not exceeding No 9 ‐R ‐R 500mm girth.
26 Tree exceeding 500mm and not exceeding No 7 ‐R ‐R 1000mm girth.
TOTAL ‐SECTION 2 ‐ BILL NO.1‐ ALTERATIONS ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.2 H1
FOUNDATIONS H3
EARTHWORKS H2
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Nature of ground H4
The nature of the ground is assumed to be sandy weathered
granite, therefore "earth", but possibly interspersed with
"hard rock"
Excavation for working space in rock H4
Notwithstanding clause 11 page 8 of the Standard System of Measuring Building Work, excavation for working space in rock will be measured in cubic metres to the extent executed and given as "extra over" bulk excavation or trench and hole excavation as the case may be
Carting away of excavated material H4
Descriptions of carting away of excavated material shall be deemed to include loading excavated material onto trucks directly from the excavations or, alternatively, from stock piles situated on the building site
Filling H4
Notwithstanding the reference to prescribed multiple handling in clause 1 page 6 of the Standard System of Measuring Building Work, prices for filling and backfilling shall include for all selection and any multiple handling of material
Soil poisoning H4
Ant and weed poisoning will be applied in accordance to SABS specifications by Registered and Approved Specialists who will issue a five (5) year guarantee. The contractor will only be paid for this items once they have produced the said cerfificate to the Project Manager.
SITE CLEARANCE, ETC. H2
Site clearance H3
1 Digging up and removing rubbish, debris, vegetation, m2 1385 ‐R ‐R hedges, shrubs and trees not exceeding 200mm girth, bush, etc.
EXCAVATION, FILLING, ETC H2
Excavation in earth not exceeding 2m deep H4
2 Trenches m3 78 ‐R ‐R
Extra over trench and hole excavations in earth for H4
excavation in
3 Soft rock m3 8 ‐R ‐R
4 Hard rock m3 4 ‐R ‐R
Extra over all excavations for carting away H4
5 Surplus material from excavations on site to a dumping site m3 50 ‐R ‐R to be located by the contractor
Risk of collapse of excavations H4
6 Sides of trench and hole excavations not exceeding 1,5m m2 523 ‐R ‐R deep
Keeping excavations free of water H4
7 Keeping excavations free of all water other than Item 1 ‐R ‐R subterranean water
Earth filling obtained from the excavations and /or H4
prescribed stock piles on site including compacted to 93%
Mod AASHTO density
8 Under floors, steps, etc m3 65 ‐R ‐R
Approved G5 filling supplied and carted by the H3
contractor and compacted in layers not exceeding
150mm to 95% Mod AASHTO density
9 Backfilling to trenches, holes, etc m3 28 ‐R ‐R
10 Under floors, steps,etc. m3 96 ‐R ‐R
Compaction of surfaces H4
11 Compaction of ground surface under floors etc including m2 419 ‐R ‐R scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density
Prescribed density tests on filling H4
12 Modified AASHTO Density test No 6 ‐R ‐R
SOIL POISONING H2
Soil insecticide H4
13 Under floors etc including forming and poisoning shallow m2 469 ‐R ‐R furrows against foundation walls etc, filling in furrows and ramming
14 To bottoms and sides of trenches etc m2 469 ‐R ‐R
CONCRETE, FORMWORK AND REINFORCEMENT H2
UNREINFORCED CONCRETE CAST AGAINST H2
EXCAVATED SURFACES
25MPa/19mm concrete H4
15 Strip footings m3 34 ‐R ‐R
Fabric reinforcement H4
16 Type 395 fabric reinforcement in concrete surface beds, m2 469 ‐R ‐R slabs, etc
BRICKWORK H2
Brickwork of NFP bricks in class II mortar H4
17 One brick walls in foundations m2 131 ‐R ‐R
BRICKWORK SUNDRIES H2
Brickwork reinforcement H4
18 150mm Wide reinforcement built in horizontally m 516 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.2‐ FOUNDATIONS ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.3 H1
CONCRETE, FORMWORK AND REINFORCEMENT H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Cost of tests H4
The costs of making, storing and testing of concrete test cubes as required under clause 7 "Tests" of SABS 1200 G shall include the cost of providing cube moulds necessary for the purpose, for testing costs and for submitting reports on the tests to the architect. The testing shall be undertaken by an independent firm or institution nominated by the contractor and to the approval of the architect. (Test cubes are measured separately)
Breeze concrete shall consist of twelve parts clean dry furnace ash, free from coal or other foreign matter, to one part cement (12:1), the ash graded up to particles which will pass a 16,5mm ring from a minimum which fails to pass a 4,75mm mesh. The finer materials from the screening are to be first mixed with the cement into a mortar and the ash added afterwards and thoroughly incorporated
Formwork H4
Description of formwork shall be deemed to include use and waste only (except where described as "left in" or "permanent"), for fitting together in the required forms, wedging, plumbing and fixing to true angles and surfaces as necessary to ensure easy release during stripping and for reconditioning as necessary before re‐use
The vertical strutting shall be carried down to such construction as is sufficiently strong to afford the required support without damage and shall remain in position until the newly constructed work is able to support itself
Formworks to soffits of solid slabs etc shall be deemed to be slabs not exceeding 250mm thick unless otherwise described
Formwork to soffits of slabs, beams, etc shall be deemed to be propped up exceeding 1,5m and not exceeding 3,5m high unless otherwise described
Formwork to sides of bases, pile caps, ground beams, etc will only be measured where it is prescribed by the engineer for design reasons. Formwork necessitated by irregularity or collapse of excavated faces will not be measured and the cost thereof shall be deemed to be included in the allowance for taking the risk of collapse of the sides of the excavations, provision for which is made in "Earthworks"
PRECAST CONCRETE H2
Concrete lintels H3
1 110 x 75mm Precast concrete lintels as per the engineers m 108 ‐R ‐R spec
UNREINFORCED CONCRETE H2
20MPa/19mm concrete H4
2 Surface beds m3 83 ‐R ‐R
3 Aprons cast in panels to falls m3 1 ‐R ‐R
4 40mm Cement Screed to falls and surface of Concrete m3 77 ‐R ‐R Slabs
REINFORCED CONCRETE H2
20MPa/19mm concrete H4
5 150mm Concrete Slab to structural Egineers detail m3 29 ‐R ‐R
CONCRETE SUNDRIES H2
Finishing top surfaces of concrete smooth with a wood float H4
6 Surface beds, etc m2 193 ‐R ‐R
7 150mm Concrete Slabs m3 29 ‐R ‐R
FORMWORK H2
SMOOTH FORMWORK H2
8 Smooth formwork to soffits of slabs m2 193 ‐R ‐R
9 Formwork to sides of slabs ect, m2 34 ‐R ‐R
REINFORCEMENT H2
Mild steel reinforcement to structural concrete work H4
10 8mm Diameter bars in strip footings t 2.26 ‐R ‐R
11 8mm and 12mm Diameter bars in Concrete Slabs t 3.74 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.3‐ CONCRETE, FORMWORK & REIFORCEMENT ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO. 4 H1
MASONRY H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
BRICKWORK H2
Sizes in descriptions H4
Where sizes in descriptions are given in brick units, "one brick" shall represent the length and "half brick" the width of a brick
Linings to concrete H4
Descriptions of linings to concrete, unless otherwisedescribed, shall be deemed to include wire ties
Hollow walls etc H4
Descriptions of hollow walls shall be deemed to include wire ties and leaving every fifth perpend of the bottom course of the external skin open as a weep hole
Reinforced brick lintels H4
Lintels shall bear at least 160mm onto adjacent walling. Where such bearing cannot be obtained due to the proximity of adjacent openings the lintel shall be continuous
Face bricks H4
Bricks shall be ordered timeously to obtain uniformity in size and colour
Pointing H4
Descriptions of recessed pointing to fair face brickwork and face brickwork shall be deemed to include square recessed, hollow recessed, weathered pointing, etc
SUPERSTRUCTURE H2
Brickwork of NFP bricks in class II mortar H4
1 One brick walls m2 327 ‐R ‐R
2 Half brickwall m2 183 ‐R ‐R
3 One and halft brickwall m2 14 ‐R ‐R
Brickwork reinforcement H4
4 75mm Wide reinforcement built in horizontally m 537 ‐R ‐R
5 150mm Wide reinforcement built in horizontally m 964 ‐R ‐R
NUTEC‐CEMENT/FIBRE‐CEMENT WINDOW SILLS H2
Nutec window internal sill, size 150mm x 15mm thick, H4
manufactured in accordance with SANS 803:2005 and
installed below window with window sill lug screwed to
underside of sill at 400mm centres, minimum of 75mm from
end of window sill and bedded in Class II mortar with plastic
slip joints at end of sills at plaster reveals and projecting
from the finished face of wall, all in accordance with the
manufacturer's recommendations.
6 15mm x 150mm Wide sills set flat and slightly projecting m 62 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.4‐ MASONRY ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.5 H1
WATERPROOFING H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Waterproofing H4
DAMP‐PROOFING OF WALLS AND FLOORS H2
One layer of 375 micron Consol Plastic Brikgrip DPC" H4
embossed damp proof course
1 In walls m2 33 ‐R ‐R
One layer of 250 micron "Consol Plastic USB Green" H4
waterproof sheeting sealed at laps with "Gunplas Pressure
Sensitive Tape"
2 Under surface beds m2 552 ‐R ‐R
4mm Torched on Derbigum Waterproofing on 40mm H4
Cement Screed to fall on 150mm concrete slab to structural
engineers detail
3 On Concrete Slabs m2 194 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.5‐ WATERPROOFING ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.6 H1
ROOF COVERINGS ETC H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
General H4
All roof coverings, etc., to be with a covering of Z275
galvanising. All holes to be drilled and not punched
Where described as with "Chromadek" finish, all sheets,
flashings, etc., shall be with "Chromadek" silicone polyester
paint for exterior use
Sizes H4
All items are measured net unless otherwise described
Flashings, trimming plates, etc. H4
Prices to include for all cutting and waste and relevant fixing material, unless otherwise described
All rates for flashings, trimmings, etc., to include for forming drips and closed ends to troughs of sheet steel roof covering where applicable
All items are unless otherwise described measured net
PROFILED METAL SHEETING AND ACCESSORIES H2
IBR Kliplock 686 Steel Roof sheeting zinc coated with H4
"Chromadek" finish and protective primer on 38x38mm SA
Pine battens @ 340mm centres max. 0.25mm white
polyolefin membrane on prefabricated approved engineered
SA Pine timber trusses with gang nail or similar joints
700mm centres max. on 115x38mm SA Pine wall plate.
1 Roof covering with pitch not exceeding 15 degrees m2 440 ‐R ‐R
2 Narrow flute closer m 471 ‐R ‐R
3 100mm Aerolite above ceiling m2 506 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.6‐ ROOF COVERINGS ECT. ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.7 H1
CARPENTRY AND JOINERY H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Particle board: H3
Particle board shall comply with the following specifications:
a) SABS 1300 Particle board: exterior and flooring type
b) SABS 1301 Particle board: interior type
Joinery: H3
Descriptions of frames shall be deemed to include frames, transomes, mullions, rails, etc
Descriptions of hardwood joinery shall be deemed to include pelleting of bolt holes
Fixing H3
Items described as "nailed" shall be deemed to be fixed with hardened steel nails or shot pins to brickwork or concrete
Decorative laminate finish: H3
Laminate finish shall be glued under pressure. Edge strips
shall be butt jointed at junctions with adjacent similar finish
ROOF TRUSSES H2
Metal connected timber roof trusses H3
All trusses shall be fabricated by an approved truss manufacturer who holds a current Certificate of Competence awarded by the Institute for Timber Construction
Timber H3
Timber for trusses to be South African softwood and shall be in accordance with the grades as defined in SABS Specification No 563 or as defined in SABS Specification No1460
Bolts H3
Bolts shall be in accordance with BS 4190 or SABS 135
Shear plates, tooth connectors and split rings H3
Shear plates, tooth connectors and split rings shall be in accordance with BSS 1759 : 1960 and installed in accordance with the NLC Publication HOUT 468, "The Design, Manufacturing and Erection of Timber Trusses"
Washers H3
Square or round washers of the following dimensions shall
be used with all bolts:
1 Bolts up to 8mm diameter:
Washers shall be minimum 25mm wide of minimum
2,50mm thickness
2 Bolts up to 12mm diameter:
Washers shall be minimum 36mm wide of minimum
4,00mm thickness
3 Bolts up to 20mm diameter:
Washers shall be minimum 60mm wide of minimum
5,00mm thickness
Metal connector plates H3
Metal connector plates shall be fabricated out of not less than 1mm thick drawn quality galvanised steel
The steel shall have a minimum yield strength of 228MPa and a minimum ultimate tensile strength of 330MPa. The corrosion resisting coating shall be not less than 275g/m2 commercial class hot dipped galvanising as per SABS 934 before stamping
All connector plates shall have been tested by the NLC and be of a size capable of transmitting the forces between members of a truss without exceeding the design values published in the NLC report.
Truss construction H3
Trusses shall be constructed in jigs specially designed to unsure the correct profile, overhangs and cambers
Where metal connector plates are used all joints are to be close fitted butt joints made by precision pressing of the metal connector plates into each side of the joint
Truss design H3
All trusses shall be designed by a registered Professional Engineer in accordance with SABS 0163 ("Design of Timber Structures") and Code 0160 ("Loadings")
Truss spacing H3
The truss centres shall be less than or equal to that as described in this bill for each respective truss
Truss pitch H3
The truss pitch shall be as described in this bill for each respective truss type
Truss loading H3
Trusses shall be designed for a live load of 0,50kN/m2 and dead load as specified under the sub‐heading "Specific load specifications for roof trusses"
Shop drawings, design and erection guarantee H3
certificates
It will be expected from the Contractor to timeously prepare, submit and obtain the necessary approvals from the Representative/Agent in respect of the required shop drawings, design and erection guarantee certificates as specified
Dimensions H3
All dimensions given in the descriptions of the trusses are nominal and actual measurements are to be obtained by actual measurements taken on the site before design or fabrication commences
Erection H3
All trusses are to be hoisted and erected strictly in accordance with the procedures and recommendations of the manual "The Erection and Bracing of Timber roof Trusses" as published by the Institute for Timber Construction and the NLC, or the SABS Code of Practice "The Design, Manufacture and Erection of Timber Roof Trusses", or as designed and detailed by the designer
Design system H3
The design system as documented in this bill is based on the "MiTek" system and all references given in the descriptions are related to specific type of trusses based on this design system
However, Contractors are to note that any design system of similar quality may be used subject to the prior written approval of the Representative/Agent
Specific specifications for roof trusses H3
Unless otherwise described, the following specifications will apply:
1 All trusses to be with a 10? pitch
2 The dead load consists of corrugated roof sheeting and purlins at approximately 1200mm centres
The following is applicable in respect of roof trusses H4
The references given in the descriptions are to the respective types of trusses detailed on the architect's drawings annexed to these bills of quantities/accompanying these bills of quantities for tender purposes
Prices for rafters and trusses to include all "Hurricane" clips, steel M‐runners and "Permfix" plates, screws, nails, wires, sundry material, etc (bracing, wallplates, purlins and gangboarding are measured seperately)
Sundries H4
1 Two coats carboleneum on sawn timbers m2 163 ‐R ‐R
EAVES, VERGES, ETC H2
Everite FC77 pressed fibre‐cement H4
SKIRTINGS H2
Wrought meranti H4
2 75 x 19mm Meranti Skirting including 19mm quadrant bead m 327 ‐R ‐R nailed
DOORS, ETC H2
Solid core flush doors with concealed hardwood edges and H44mm thick masonite covering on both sides hung to
hardwood frame
3 Standard Internal doors size 813 x 2032mm No 31 ‐R ‐R
4 Standard external doors size 813 x 2032mm No 6 ‐R ‐R
5 Standard sliding door size 2100 x 2800mm No 3 ‐R ‐R
6 Standard double door size 2100 x 2800mm No 1 ‐R ‐R
DOOR FRAMES H2
Rebated hardwood door frame H4
7 150 x 50mm moulded and rebated hardwood door frame, No 6 ‐R ‐R overall size 889 x 2090mm
TOTAL ‐SECTION 2 ‐ BILL NO.7‐ CARPENTRY AND JOINERY ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.8 H1
CEILING , ETC. H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Descriptions: H4
Items described as "nailed" shall be deemed to be fixed withhardened steel nails or pins or shot pinned to brickwork orconcrete
Items described as "plugged" shall be deemed to includescrewing to fibre, plastic or metal plugs at not exceeding600mm centres, and where described as "bolted" the boltshave been given elsewhere
PARTITIONING H2
1 60mm thick wall partitioning 3340mm high m2 57 ‐R ‐R
CEILING CONSTRUCTION, CORNICES, ETC. H2
Insulation H2
2 100mm glass fibre insulation blanket to manufacturer's m2 506 ‐R ‐R specification, laid on ceiling.
Herculite ceiling boards H4
3 75mm Coved cornices m 327 ‐R ‐R
NAILED UP AND SCREWED UP CEILINGS H2
2 x coats acrylic paint, 1 x undercoat to plstered 6.4mm H4
thick gypsum celing sand papered, sealed and primed with
2x50mm fibre glass insulation laid crosswise with a single
sheet of kraft paper laid underneath.6.4mm thik gypsum
ceiling
4 6.4mm thick gypsum Ceilings including 38 x 38mm m2 506 ‐R ‐R brandering at 90deg to trusses at maximum centres of 400mm by 32mm long galvanised nails.
5 Extra over ceiling for opening for 610 x 610mm trap door of No 2 ‐R ‐R 50 x 76mm wrought softwood rebated framing with one 38 x 38mm sawn softwood cross brander covered with ceiling board and fitted flush in opening
FLOOR COVERINGS. ETC. H2
Floor carpet H4
6 Approved floor carpet as per project managers specification m2 316 ‐R ‐R
Floor Planks H4
7 Approved 12.7mm x 120mm x 1200mm stained and sealed m2 188 ‐R ‐R mahogany floor planks with brushed aluminium strips inlays
TOTAL ‐SECTION 2 ‐ BILL NO.8‐ CEILINGS ECT. ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.9 H1
IRONMONGERY H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Descriptions H4
Items described as "plugged" shall be deemed to include screwing to fibre, plastic or metal plugs
Finishes to ironmongery H4
Where applicable finishes to ironmongery are indicated by suffixes in accordance with the following list:
BS Satin bronze lacquered CH Chromium plated
SC Satin chromium plated
SE Silver enamelled
GE Grey enamelled
AS Anodised silver
AB Anodised bronze
AG Anodised gold
ABL Anodised black
PB Polished brass
PL Polished and lacquered
PT Epoxy coated
SD Sanded
Solid H4
1 Cylinder lockset with hollow brushed stainless steel or No 36 ‐R ‐R aluminium furniture as per dorma, or similar approved by the Architect
SUNDRIES H2
Solid H4
2 Dorma "Code 255" door stop plugged No 33 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.9‐ IRONMONGERY ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO. 10 H1
METALWORK H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
Descriptions H4
Descriptions of bolts shall be deemed to include nuts and
washers
Descriptions of expansion anchors and bolts and chemical anchors and bolts shall be deemed to include nuts, washers and mortices in brickwork or concrete
Metalwork described as"holed for bolt(s)" shall be deemed to exclude the bolts unless otherwise described
ALUMINIUM WINDOW AND DOOR FRAMES H2
Standard extruded aluminium window frames H4
1 Aluminium window frame, W1, Size 600 x 1500mm No 30 ‐R ‐R
2 Aluminium window frame, W2, Size 600 x 900mm No 22 ‐R ‐R
3 600x900mm high standard extruded aluminium windows No 15 ‐R ‐R
ALUMINIUM WINDOWS, DOORS, ETC H2
Doors, windows, etc to be manufactured by an approved firm of specialists, to be of the best quality and design truly squared and unless otherwise described, prepared to receive galzing beads from the outside. All opening portions must fit perfectly on all faces and be so hung as to open and close freely without binding at any point. Wherever possible, all angles and intersections to be welded by electric welding, argon or arc welding. A sample window is to be submitted to the Architect for approval before the work is put in hand.
The frames generally are to be suitable for brickwork, blockwork, or concrete reveals. They are to be fitted with fixing lugs of 2,8mm aluminium 13mm wide x 100mm long welded to framing, one near each corner and intermediately not more than 300mm apart to sides top and bottom. Where concrete reveals, etc the frames are to be countersunk holed for and fitted with the necessary screws at the centres as for the lugs above.
Immediately after the windows, doors, etc, have been delivered on to site, they are to be thouroughly overhauled, and all necessary adjustment or repairs made before they are fixed in position. Where they come into contact with brickwork, blockwork, concrete, steel, etc, the framing is to be treated with bituminuos paint in an approved manner. The windows, doors, etc, are to be placed in their positions for building in and adjusted to open and close properly and are to be securely structured to prevent distortation whilst the brickwork and lintols, are being built.
On completion of all other work the windows, doors, are to be adjusted as necessary and rendered in a complete and satisfactory state of repair and in working order.
General. All rates for doors,windows, shopfronts etc , should include for all galzing as specified.
Glazing beads: All door, etc to be fitted with galzing beads, unless otherwise described, mitred at angles and screwed on.
Glass and Glazing: All functional glass must be delivered to site cut to size and ready for installation and must be classified to indicate grade and thickness. Labels must
remain on each piece of glass until it is glazed, inspected and officially accepted in writing by the employer, thereafter an insurance letter will follow absolving the contractor of responsibilty.
AAAMSA guide H4
All windows, doors, etc shall comply with and meet the minimum recommended performance requirements as set out in the General Specification for Architectural Aluminium and Glass Products (Third Edition) as published by the Association of Architectural Aluminium Manufacturers of South Africa (AAAMSA)
The following specifications are to be complied with:
Aluminium alloy extrusion: BS 1474
Aluminium alloy sheets: SANS 903
Anodising: SANS 999
Neoprene performed seals and gaskets: SATM C542
Powder coat finishing: SANS 1274
Finish H4
The windows, doors, etc shall be natural anodised to a
thickness of 25 micron and shall comply with SABS 999 and
1407
Glass H4
Glazing to be with patent rubber gaskets with glazing beads and comply with BS 952. Thickness of glass shall be in accordance with table 1 (Part N : Glazing ). Safety glass shall comply with SABS 1263. The National Building Regulations shall be observed with regard to the specification of safety glass
Design indemnity H4
The contractor is to submit with his tender the "Form of Indemnity", annexed to this document, fully completed and signed
Drawings H4
Tenderers are referred to architect's drawings annexed to these bills of quantities for full details of windows, doors, etc
Pricing. H4
All window prices should include alluminium louvres as shown
General H4
Workshop drawings to be approved by the architect beforemanufacture
Ironmongery H4
Prices for windows shall allow for two standard stainless steel side/top hung friction hinges and one bronze anodised aluminium handle per opening sash. Prices for doors shall allow for two pairs of standard flush bolts to double doors and one‐and‐a‐half pairs of standard hinges per door leaf.
Natural annodised series 340 aluminium windows, H3
doors, etc including sub‐frames, fixing, silicone sealant all round, ironmongery and glazed with 6,38mm clear laminated safetyglass unless otherwise stated
DOORS ECT, H2
4 1882mm x 2125mm Aluminium hinged double door No 1 ‐R ‐R
5 5000mm x 2465mm Aluminium hinged folding door No 2 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.10‐ METALWORK ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO. 11 H1
PLASTERING H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
EXTERNAL PLASTER H2
Cement Plaster on brick work H3
1 On walls m2 677 ‐R ‐R
SCREEDS H2
Screeds on concrete H4
2 30mm thick on floors m2 506 ‐R R‐
3 40mm thick on concrete slabs m2 194 ‐R ‐R
INTERNAL PLASTER H2
Cement plaster on brickwork H4
4 On walls m2 1015 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.11‐ PLASTERING ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.12 H1
TILING H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Descriptions H4
Unless described as "fixed with adhesive to plaster (plaster
elsewhere)" descriptions of tiling on brick or concrete walls,
columns, etc shall be deemed to include 1:4 cement plaster
backing and descriptions of tiling on concrete floors etc shall
be deemed to include 1:3 plaster bedding
WALL TILING H2
200 x 200mm glazed ceramic wall tiles H4
1 On walls m2 107 ‐R ‐R
FLOOR TILING H2
330 x 330 x 11,5mm Ceramic floor tiles code:un 512. fixed H4
with a min 5mm bed of rapid hardening adhensive and
grouted with 3mm flush joints
2 On floors and landings m2 189 ‐R ‐R
600mm x 600mm porcelain tiles H4
3 On floors and landings m2 50 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.12‐ TILING ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.13 H1
PLUMBING AND DRAINAGE H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SUPPLEMENTARY PREAMBLES H2
Polycop polypropylene pipes: H3
Polypropylene pipes 54mm diameter and under shall be seamless copper coloured class 16 pipes jointed with "Fast‐fuse" heat welded thermoplastic or brass compression fittings as designed for use with copper pipes as stated
Pipes shall be firmly fixed to walls etc with coloured nylon snap‐in pipe clips with provision for accommodating thermal movement and jointed and fixed strictly in accordance with the manufacturer's instructions
All pipe diameters are nominal external
Polylink polypropylene pipes: H3
Polypropylene pipes 63mm diameter and over shall be class 12 pipes jointed with cast iron "Supraclamp" running joints
Fusion welded bends, once or twice mitred as necessary, and tees shall be factory manufactured
Fusion welded bends and tees shall include jointing to pipes with PVC rubber ring double Z joint couplers
Branch tees shall include flanged and bolted joints to "Polycop" branch pipes in addition and for brass compression male iron to copper straight couplers
Reducers shall include jointing to pipes with PVC rubber ring double Z joint couplers and reducers shall be of sufficient overall length to accommodate same
All pipes shall be jointed and fixed strictly in accordance with the manufacturer's instructions
All pipe diameters are nominal external
Concrete pipes: H3
Pipes shall be jointed with ogee joints with rubber collars or socket and spigot joints with rubber rings
Vitrified clay pipes: H3
Pipes shall rest on solid ground and, where necessary, pockets of sufficient size shall be cut around joints to enable the jointing to be properly performed or, alternatively, pipes shall be bedded full length on and including unreinforced concrete laid in a semi‐dry state immediately before pipes are laid
Sewer and drainage pipes and fittings shall be jointed and sealed with butyl rubber rings
uPVC pipes and fittings: H3
Soil, waste and vent pipes and fittings shall be solvent weld jointed
uPVC pressure pipes and fittings: H3
Pipes for water supply shall be of the class stated
Pipes of 40mm diameter and smaller shall be plain ended with solvent welded uPVC loose sockets and fittings
Pipes of 50mm diameter and greater shall have sockets and spigots with push in type integral rubber ring joints. Bends shall be uPVC and all other fittings shall be cast iron, all with similar push‐in type joints
Copper pipes: H3
Pipes shall be hard drawn and half‐hard pipes of the class stated. Class 0 (thin walled hard drawn) pipes shall not be bent. Class 1 (thin walled half‐hard), class 2 (half‐hard) and class 3 (heavy walled half‐hard) pipes shall only be bent with benders with inner and outer formers. Fittings to copper waste, vent and anti‐syphon pipes, capillary solder fittings and compression fittings shall be "Cobra Watertech" type. Capillary solder fittings shall comply with ISO 2016. Only compression fittings shall be used in walls or in ground
Fixing of pipes H3
Unless specifically otherwise stated, descriptions of pipes shall be deemed to include fixing to walls etc, casting in, building in or suspending not exceeding 1m below suspension level
Lead pipes and fittings H3
All soldered joints shall be wiped and brass unions shall be used for jointing lead to steel
Reducing fittings H3
Where fittings have reducing ends or branches they are described as "reducing". In the case of pipes with diameters not exceeding 60mm only the largest end or branch size is given. Should the contractor wish to use other fittings and bushes or reducers he may do so on the understanding that no claim in this regard will be entertained. In the case of pipes with diameters exceeding 60mm all sizes are given and no claim for extra bushes, reducers, etc will be entertained
Wire gratings H3
Descriptions of gutter outlets etc shall be deemed to include wire balloon gratings
Septic tanks H3
Descriptions of septic tanks shall be deemed to include excavation, bedding and jointing, concrete base slabs, jointing to drains and backfilling, compaction, etc all in accordance with the manufacturer's instructions
Exposed concrete surfaces H3
Exposed surfaces of concrete stormwater channels, cover slabs, inspection eye marker slabs, gulley tops, cleaning eye tops, catchpits, inspection chambers, etc shall be finished smooth with plaster
Excavations H3
No claim for rock excavation will be entertained unless the contractor has timeously notified the quantity surveyor thereof prior to backfilling
Soft rock and "hard rock" shall be as defined in "Earthworks"
Laying, backfilling, bedding, etc. of pipes H3
Pipes shall be laid and bedded and trenches shall be carefully backfilled in accordance with manufacturers' instructions
Where no manufacturers' instructions exist pipes shall be laid in accordance with clauses 5.1 and 5.2 of each of the following:
SABS 1200 L : Medium‐pressure pipelines
LD : Sewers
LE : Stormwater drainage
Pipe trenches etc shall be backfilled in accordance with clauses 3, 5.5, 5.6, 5.7 and 7 of SABS 1200
DB : Earthworks (Pipe trenches)
Pipes shall be bedded in accordance with clauses 3.1 to 3.4.1, 5.1 to 5.3 and 7 of SABS 1200
LB : Bedding (Pipes).
Unless otherwise described bedding of rigid pipes shall be class B bedding
Flush pans H3
Flush pans shall have straight or side outlets and "P" or "S" traps as necessary
Stainless steelbasins, sinks, wash troughs, urinals, etc. H3
Units shall have standard aprons on all exposed edges and tiling keys against walls where applicable
Waste unions H3
Descriptions of waste unions shall be deemed to include rubber or vulcanite plugs and chains fixed to fittings
Steel sectional water tanks H3
Tanks shall comply with SABS CKS 114
Densyl petrolatum anti‐corrosion tape as H3
manufactured by Denso SA (Pty) Ltd.
Pipes to be taped shall be coated with the appropriate primer and the tape shall be applied with minimum 15mm lap per spiral unless otherwise described
Couplings and fittings to pipes shall be taped in strict accordance with the manufacturer's instructions including all mastic, tape, "Layflat" sheeting, securing of same, etc
RAINWATER DISPOSAL H2
0,6mm Galvanised sheet iron with "Chromadek" finish on H4
one side
1 100 x 125mm Eaves gutters with beaded front edge m 3 ‐R ‐R
2 Extra over eaves gutter for angle No 2 ‐R ‐R
3 Extra over eaves gutter for stopped end No 2 ‐R ‐R
4 Extra over eaves gutter for outlet for 100mm diameter pipe No 2 ‐R ‐R
5 100mm Diameter rainwater pipes m 6 ‐R ‐R
6 Extra over rainwater pipe for eaves or plinth offset 450mm No 2 ‐R ‐R projection
7 Extra over rainwater pipe for shoe No 2 ‐R ‐R
SANITARY PLUMBING H2
Extra heavy duty structured wall uPVC sewer pipes to H3
SANS 1601
8 50mm Pipes m 35 ‐R ‐R
9 110mm Pipes m 29 ‐R ‐R
Extra over extra heavy duty structured wall uPVC sewer H3
pipes to SANS 1601 for fittings
10 50mm Access bend No 4 ‐R ‐R
11 110mm Access bend No 4 ‐R ‐R
12 50mm Junction No 2 ‐R ‐R
SANITARY FITTINGS H2
BASINS H4
13 Manufactured of acrylic material (white colour) as per No 4 ‐R ‐R developers prefered choice and range
Toilets H4
14 Wall ‐ hung ( white colour) with Geberit or similar system as No 6 ‐R ‐R per developers prefered choice
MIXERS H2
Cobra Watertech H4
15 Grohe or similar as per developers prefered choice and No 4 ‐R ‐R range.
Accessories H4
16 Toilet roll holder No 6 ‐R ‐R
Kitchen sink H4
17 Stainles steel double bowl sink as per developers prefered Item 1 ‐R ‐R choice and range
Urinals H4
18 VAAL Sanitaryware 570x455mm Weaver surface mounted No 4 ‐R ‐R vitreous china vanity urinals (product code 704201/702500)
TAPS, VALVES, ETC H2
Cobra Watertech H4
19 Cobra Watertech mixers for wash hand basins. No 4 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.13‐ PLUMBING AND DRAINAGE ‐R
SECTION NO.2 H1
BUILDING WORK (RENOVATIONS & H1
REFURBISHMENTS)
BILL NO.14 H1
ELECTRICAL WORK H1
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
Note: Contractor to provide temporary H1
generator power on site during installation for
testing and temporary power supply for the
duration of the construction period
Complete installation: Reticulation; electrical, telephone and H4 data)
NOTE: Tenderers are advised to study the specifications H4 before pricing the bill.
DISTRIBUTION BOARDS H2
Supply, Install, test and commision distribution board in the H4
bulding ‐ Flush mounted distribution board cupboards, c/w
all switchgear and breakers
1 DB‐A No 1 ‐R ‐R
2 Label all circuits and install signage to the panels and COC SUM 1 ‐R ‐R
3 Supply cable SUM 1 ‐R ‐R
EXTERNAL LIGHTING H2
Supply, deliver, install, connect, test and commissioning the H4
following external light fittings
4 TYPE W1 ‐ Wall mounted bulkhead LED light fitting with No 12 ‐R ‐R LM6 die cast and extruded aluminium body and opal acrylic diffuser fitted with 15W LED lamp
5 TYPE F03 ‐ Vapour proof flourescent light fitting, fitted with No 8 ‐R ‐R 2x36W T5 lamps
WIRING & TERMINALS H3
Supply, delivery and installation of Cu Conductors: H4
2,5mm PVC insulated conductor H4
6 Supply and delivery m 300 ‐R ‐R
7 Installation m 300 ‐R ‐R
2,5mm bare copper earth wire H4
8 Supply and delivery m 150 ‐R ‐R
9 Installation m 150 ‐R ‐R
Day Light switch H4
10 Supply and installation No 2 ‐R ‐R
LIGHTING INSTALLATIONS H2
WIREWAYS H3
Supply and Install Trunking H4
Supply and install P8000 trunking suspended from slab and H4
trusses in ceiling void.
11 Supply and delivery m 38 ‐R ‐R
12 Installation m 38 ‐R ‐R
Supply, delivery and installation of PVC conduits, surface H4
mounted in ceiling voids and fixed to walls or cast‐in or built
into walls, including all fixing materials, bends, terminations,
draw boxes, etc.
20mm diameter H4
13 Supply and delivery m 100 ‐R ‐R
14 Installation m 100 ‐R ‐R
Supply, delivery and installation of Conduit outlets boxes c/w H4
locknuts and bushes built into brick or cast into concrete or
surface mounted
100 x 50 x 50 mm, c/w applicable cover H4
15 Supply and delivery No 10 ‐R ‐R
16 Installation No 10 ‐R ‐R
65mm round box, c/w cover H4
17 Supply and delivery No 8 ‐R ‐R
18 Installation No 8 ‐R ‐R
ACCESSORIES H3
Supply, deliver and install accessories to boxes H4
19 5A, 3‐pin socket outlets to trunking No 10 ‐R ‐R
WIRING & TERMINALS H3
Supply, delivery and installation of Cu Conductors: H4
1,5mm PVC insulated conductor H4
20 Supply and delivery m 350 ‐R ‐R
21 Installation m 350 ‐R ‐R
2,5mm bare copper earth wire H4
22 Supply and delivery m 300 ‐R ‐R
23 Installation m 300 ‐R ‐R
LIGHT FITTINGS H3
Supply, deliver, install, connect, test and commissioning the H4
following light fittings
24 TYPE F01 ‐ 1200x300mm surface mounted flourescent No 27 ‐R ‐R light fitting
25 TYPE C1 ‐ 230V 103mm diameter LED downlight ceiling No 4 ‐R ‐R recessed Die‐cast aluminium body with acrylic lens(8w cool white)
26 TYPE F02 ‐ Open channel flourecscent light fitting No 9 ‐R ‐R
Supply, deliver, install, connect, test and commissioning of H4
Sensors
Supply, deliver, install, connect, test and commissioning H4
occupancy sensors
27 WSD PDT No 10 R‐ R‐
28 Adaptors 5 Amp 2 Way No 8 ‐R ‐R
29 Adaptors 5 Amp 4 Way No 2 ‐R ‐R
SMALL POWER INSTALLATION H2
WIREWAYS H3
Supply, delivery and installation of PVC conduits, surface H4
mounted in ceiling voids and fixed to walls or cast‐in or built
into walls, including all fixing materials, bends, terminations,
draw boxes, etc.
20mm diameter H4
30 Supply and delivery m 100 ‐R ‐R
31 Installation m 100 ‐R ‐R
32 Supply and install conduit droppers chased or built into wall, No 5 ‐R ‐R consisting of 3 x 25mm dia & 2 x 20mm dia from wire basket & trunking in ceiling void to power skirting c/w 1.6mm draw wires
Supply, delivery and installation of Conduit outlets boxes c/w H4
locknuts and bushes built into brick or cast into concrete or
surface mounted, c/w applicable cover
100 x 100 x 50 mm H4
33 Supply and delivery No 7 ‐R R‐
34 Installation No 7 ‐R ‐R
Supply, deliver and installation of the 1 compartment, 1 H4
cover Midland power skirting complete with all accessories
including internal/external bends, end caps etc.
35 as per ground floor drawing m 15 ‐R ‐R
Supply and Install Trunking H4
Supply and install 5A 3 pin power trunking suspended from H4
slab and trusses in ceiling void.
36 Supply and delivery No 20 ‐R ‐R
37 Installation No 20 ‐R ‐R
Supply, delivery and installation of socket outlets H4
16 A, 3‐pin standard white SSO H4
38 Flush Mounted No 7 ‐R ‐R
39 Power skirting mounted No 2 ‐R ‐R
16 A, 3‐pin double white SSO H4
40 Flush Mounted No 6 ‐R ‐R
16 A, 3‐pin dedicated red SSO H4
41 Power skirting mounted, 45 degree (including plug top) No 2 ‐R ‐R
Supply and installation of power skirting accessories H4
42 Blank cover plate suitable for RJ 11 telephone outlet No 2 ‐R ‐R
WIRING & TERMINALS H3
Supply, Deliver and installation of Cu Conductors: H4
2.5mm PVC insulated conductor H4
43 Supply and delivery m 300 ‐R ‐R
44 Installation m 300 ‐R ‐R
2.5mm bare copper earth wire H4
45 Supply and delivery m 100 ‐R ‐R
46 Installation m 100 ‐R ‐R
PROVISIONAL SUMS H2
Provisional Sums exclude the cost of Overheads, Preliminaries and Profit
Provisional Sums: H4
47 Eskom Connection Fee SUM 1 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.14‐ ELECTRICAL WORK ‐R
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO. 15 H1
GLAZING H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
GLAZING TO STEEL WITH PUTTY H2
4mm Clear float glass H4
1 Panes exceeding 0,1m2 and not exceeding 0,5m2 m2 25 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.15‐ GLAZING R‐
SECTION NO.2 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO. 15 H1
PAINTWORK H3
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
PAINTWORK ETC TO NEW WORK H2
ON FLOATED PLASTER H2
2 x coats eggshell acrylic, 1 x coat undercoat H4
1 On internal walls m2 1015 ‐R ‐R
2 On external Walls m2 677 ‐R ‐R
ON FIBRE‐CEMENT H2
2 x coats eggshell acrylic, 1 x coat undercoat H4
3 On ceilings and cornices m2 506 ‐R ‐R
Plascon Sure Coat Gloss Enamel to interior new fibre H4
cement (NW 274).
Surface to be dry, sound and clean, with a moisture content, measured with a Doser Hygrometer (or equivalent), of BD 2 scale ‐ 8% or less. Prime with one coat of Plascon Plaster Primer (UC 56) with an overcoating time of 16 hours and finish with two coats of Sure Coat Gloss Enamel (SGE) with 16 hours drying time between coats, for a maintenance cycle of 4 years in a C1 ‐ inland environment.
4 On window sills not exceeding 300 mm girth m 46 ‐R ‐R
ON CONCRETE H2
2 x coats eggshell acrylic, 1 x coat undercoat H4
5 On Soffits of slabs m2 194 ‐R ‐R
ON METAL H2
Plascon Velvaglo Satin to exterior new mild steel (NW 683). H4
Surface to be clean and dry. Remove surface contaminants using Plascon Aquasolv Degreaser (GR 1) with bristle brush or Brillo pads. Rinse thoroughly with tap water until surface is water break‐free. Remove rust and millscale by abrasive blasting to ISO 8501 ‐ 01:1988 ‐ Sa2? or by hand/mechanical wire brushing to St3of the same standard. Allow to dry completely and prime within 4 hours of cleaning. Prime with one coat of Metal Primer (UC 501) with an overcoating time of 16 hours and finish with two coats of Velvaglo Satin (VLO) with 16 hours drying time between coats, for a maintenance cycle of 3 years in a C1 ‐ inland environment.
6 On door frames m2 32 ‐R ‐R
7 On windows m2 16 ‐R ‐R
ON WOOD H2 0 ‐R ‐R
Three coats matt varnish H4
8 On doors m2 127 ‐R ‐R
9 On skirtings, rails, cornices etc not exceeding 300 mm girth m 398 ‐R ‐R
TOTAL ‐SECTION 2 ‐ BILL NO.15‐ PAINTWORK ‐R
SECTION NO.3 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
EXTERNAL WORKS H1
BILL NO.1 H1
BOUNDARY WALLS H3
EARTHWORKS H2
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
SITE CLEARANCE, ETC. H2
Site clearance H3
1 Digging up and removing rubbish, debris, vegetation, m2 766 ‐R ‐R hedges, shrubs and trees not exceeding 200mm girth, bush, etc.
EXCAVATION, FILLING, ETC H2
Excavation in earth not exceeding 2m deep H4
2 Trenches m3 80 ‐R ‐R
Extra over trench and hole excavations in earth for H4
excavation in
3 Soft rock m3 8 ‐R ‐R
4 Hard rock m3 4 ‐R ‐R
Extra over all excavations for carting away H4
5 Surplus material from excavations on site to a dumping site m3 49 ‐R ‐R to be located by the contractor
Risk of collapse of excavations H4
6 Sides of trench and hole excavations not exceeding 1,5m m2 268 ‐R ‐R deep
Keeping excavations free of water H4
7 Keeping excavations free of all water other than Item 1 ‐R ‐R subterranean water.
Approved G5 filling supplied and carted by the H3
contractor and compacted in layers not exceeding
150mm to 95% Mod AASHTO density
8 Backfilling to trenches, holes, etc m3 32 ‐R ‐R
SOIL POISONING H2
Soil insecticide H4
9 To bottoms and sides of trenches etc m2 383 ‐R ‐R
CONCRETE, FORMWORK AND REINFORCEMENT H2
UNREINFORCED CONCRETE CAST AGAINST H2 EXCAVATED SURFACES
10 Strip footings m3 29 ‐R ‐R
25MPa/19mm concrete H4
BRICKWORK H2
Brickwork of NFP bricks in class II mortar H4
11 One brick walls m2 670 ‐R ‐R
230mm brick copings H4
12 Brick copings on boundary walls m 191 ‐R ‐R
BRICKWORK SUNDRIES H2
Brickwork reinforcement H4
13 150mm Wide reinforcement built in horizontally m 4019 ‐R ‐R
PLASTERING H1
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
EXTERNAL PLASTER H2
Cement Plaster on brick work H3
14 On walls m2 1168 ‐R ‐R
PAINTWORK H1
For preambles see "Model Preambles for Trades (2008
Edition)" and Supplementary preambles as specified in the
Trades.
‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐
PAINTWORK ETC TO NEW WORK H2
ON FLOATED PLASTER H2
Plascon Polvin Super Acrylic to interior new cement plaster H4
(NW 205).
Surface to be dry, sound and clean and cured for a minimum of 14 days, with a moisture content measured with a Doser Hygrometer (or equivalent), of BD 2 scale ‐ 8% or less. Prime with one coat of Plascon Plaster Primer (UC 56) with an overcoating time of 16 hours and finish with two coats of Polvin Super Acrylic (EPL) with 1 hour drying time between coats, for a maintenance cycle of 5 years in a C1 ‐ inland environment.
15 On external Walls m2 1167 ‐R ‐R
TOTAL ‐SECTION 3 ‐ BILL NO.1‐ BOUNDARY WALLS ‐R
SECTION NO.3 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
EXTERNAL WORKS H1
BILL NO.2 H1
PAVING H3
Materials and workmanship must be in accordance to the H4
following SABS 1200 specifications:
Site clearance
Earthworks
Earthworks (Roads, subgrade)
Roads (General)
Sub‐base
base
Kerb and Channeling
Ancillary Roadworks
EARTHWORKS H2
Site clearance H4
1 Digging up and removing rubbish, debris, vegetation, m2 93 ‐R ‐R hedges, shrubs and trees not exceeding 200mm girth, bush, etc
Earthworks H4
2 Rip and scarify ground level to a depth of 150mm and m2 93 ‐R ‐R consolidate to 90% mod. AASHTO density (minimum CBR 3)
Paving layers H4
The following to be natural selected gravel layers evenly spread and consolidated in layers and dimensions as specified and on the drawings. All thicknesses to be consolidated thicknesses.
Where described as "imported" the gravel to be supplied and carted on by the contractor from an approved borrow pit
3 150mm Selected filling previously set aside compacted to m2 93 ‐R ‐R 93% mod. AASHTO density
4 150mm Imported G6 material compacted to 95% mod. m2 93 ‐R ‐R AASHTO density
PAVING H2
Interlocking paving H4
5 200x100x80mm 'Grey' Interlocking concrete paving blocks m2 176 ‐R ‐R layed on compacted ground and riversand blinding.
6 Weed‐killing treatment of surface under paving m2 93 ‐R ‐R
Kerbs, etc H4
7 Precast concrete figure 7 kerb (SABS 927), levelled and m 30 ‐R ‐R jointed in 1:5 cement mortar complete with 15Mpa/19mm in situ concrete support blocks size 225 x 150 x 225mm high, at joints at 1,0m centres, including leaving 6mm expansion joints at 10m intervals between kerbs
TOTAL ‐SECTION 3 ‐ BILL NO.2‐ PAVING ‐R
SECTION NO. 4 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
SPECIALIST WORKS H1
BILL NO.1 H1
PARKING CARPOTS H3
SUPPLEMENTARY PREAMBLES H2
NOTE: Tenderers are referred to the definition of general
attendance on nominated sub‐contractors given in Clause 9
of the Preliminaries
PARKING CARPORTS H2
Carpots H4
1 Provide the sum of R 250 000,00 (Two hundred and Fifty Item 1 ‐R ‐R Thousand rand) for the erection of carports by Specialists including 2 lockable garages.
2 Allow for giving every facility to Specialists as described Item 1 ‐R ‐R
3 Allow for profit on above if required Item 1 ‐R ‐R
TOTAL ‐SECTION 4 ‐ BILL NO.1‐ PARKING CARPORTS ‐R
SECTION NO.4 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
SPECIALIST WORKS H1
BILL NO.2 H1
FIRE AND SMOKE DETECTORS H3
SUPPLEMENTARY PREAMBLES H2
NOTE: Tenderers are referred to the definition of general attendance on nominated sub‐contractors given in Clause 9 of the Preliminaries
FIRE AND SMOKE DETECTOR WORKS SUPPLY H2
AND INSTALLATION
Fire and Smoke Detector/ Fire System H4
1 Provide a sum of R180 000,00 ( One Hundred Eighty Item 1 R‐ ‐R Thousand Rand) for the supply and installation of Smoke Detector/Fire System complete by Specialists
2 Allow for giving every facility to Specialists as described Item 1 ‐R ‐R
3 Allow for profit on above if required Item 1 ‐R ‐R
TOTAL ‐SECTION 4 ‐ BILL NO.2‐ FIRE & SMOKE DETECTORS ‐R
SECTION NO.4 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
SPECIALIST WORKS H1
BILL NO.3 H1
HVAC SYSTEMS H3
SUPPLEMENTARY PREAMBLES H2
NOTE: Tenderers are referred to the definition of general
attendance on nominated sub‐contractors given in Clause 9
of the Preliminaries
HVAC SYSTEM SUPPLY AND INSTALLATION H2
HVAC System H4
1 Allow for the supply and installation of the HVAC system by SUM 1 ‐R ‐R the duly appointed specialist for the sum of R120 000.00 (One Hundred and Twenty Thousand Rands) complete as per the scope of works.
2 Allow profit for the supply and installation of HVAC system Item 1 ‐R ‐R
3 Allow attendance for the supply and installation of the HVAC Item 1 ‐R ‐R system
TOTAL ‐SECTION 4 ‐ BILL NO.3‐ HVA SYSTEMS ‐R
SECTION NO.4 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
SPECIALIST WORKS H1
BILL NO.4 H1
IT FIXED REQUIREMENTS H3
SUPPLEMENTARY PREAMBLES H2
NOTE: Tenderers are referred to the definition of general
attendance on nominated sub‐contractors given in Clause 9
of the Preliminaries
IT FIXED REQUIREMENTS WORKS SUPPLY AND H2
INSTALLATION
IT Fixed Requiremenst H4
1 Allow for the supply and installation of the IT Fixed SUM 1 ‐R ‐R Requirements works by the duly appointed specialist for the sum of R100,000,00 (One Hundred Thousand Rands) complete as per the scope of works
2 Allow profit for the supply and installation of IT Fixed Item 1 ‐R ‐R requirement works
3 Allow attendance for the supply and installation of IT Fixed Item 1 ‐R ‐R requirement works
TOTAL ‐SECTION 4 ‐ BILL NO.4‐ IT FIXED REQUIREMENTS ‐R
SECTION NO.4 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
SPECIALIST WORKS H1
BILL NO.5 H1
LANDSCAPING H3
SUPPLEMENTARY PREAMBLES H2
NOTE: Tenderers are referred to the definition of general
attendance on nominated sub‐contractors given in Clause 9
of the Preliminaries
SIGNS COST ALLOWANCE H2
Landscaping Cost Allowance H4
1 Allow for the sum of R65,000,00 ( Sixty Five Thousand SUM 1 ‐R ‐R Rands) for the landscaping.
2 Allow profit for the landscaping Item 1 ‐R ‐R
3 Allow attendance for the landscaping Item 1 ‐R ‐R
TOTAL ‐SECTION 4 ‐ BILL NO.5‐ LANDSCAPING ‐R
SECTION NO.4 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
SPECIALIST WORKS H1
BILL NO.6 H1
SIGNAGE H3
SUPPLEMENTARY PREAMBLES H2
NOTE: Tenderers are referred to the definition of general
attendance on nominated sub‐contractors given in Clause 9
of the Preliminaries
SIGNS COST ALLOWANCE H2
Signage Cost Allowance H4
1 Allow for the sum of R 65 000.00 (Sixty Five Thousand SUM 1 ‐R ‐R Rands) for the supply and installation of the floor signage.
2 Allow profit for the supply and installation of signage Item 1 ‐R ‐R
3 Allow attendance for the supply and installation of signage Item 1 ‐R ‐R
TOTAL ‐SECTION 4 ‐ BILL NO.6‐ SIGNAGE ‐R
SECTION NO.5 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
BILL NO.1 H1
PROVISIONAL SUMS (OFFICE FURNITURE) H1
FILLING CABINETS H3
Note. Contractor to obtain SOW and/or liaise with NLC's H3
Project Team Prior purchase of the office furniture
The plugs, data points and the cabling must be entailed on
the supply and installation of the tables
Filing Cabinets (Including Joinery Fittings, Shelving and H4
Units)
1 Allow provisional sum for the amount of R 30,000.00 (Thirty SUM 1 ‐R ‐R Thousand Rands) for the supply and installation of filing cabinets complete as per the scope of works and/or Project Manager's specification
2 Allow a profit for the supply and installation of filing cabinets Item 1 ‐R ‐R
3 Allow attendance for the supply and installation of filing Item 1 ‐R ‐R cabinets
TOTAL ‐SECTION 5 ‐ BILL NO.1‐ FILING CABNETS ‐R
SECTION NO.5 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
PROVISIONAL SUMS H1
BILL NO.2 H1
RECEPTION COUNTER H3
Note. Contractor to obtain SOW and/or liaise with NLC's H3
Project Team Prior purchase of the office furniture
The plugs, data points and the cabling must be entailed on
the supply and installation of the tables
OFFICE FURNITURE H2
Reception Counter ( Including Joinery Fittings, Shelving and H4
Units)
1 Allow provisional sum for the amount of R 35,000.00 (Thirty SUM 1 ‐R ‐R Five Thousand Rands) for the supply and installation of the receptionist counter, including timber, silstone and back painted glass complete as per the project manager's specification
2 Allow a profit for the supply and installation of the reception Item 1 ‐R ‐R counter including chairs
3 Allow attendance for the supply and installation of the Item 1 ‐R ‐R reception counter including chairs
TOTAL ‐SECTION 5 ‐ BILL NO.2‐ RECEPTION COUNTER ‐R
SECTION NO.5 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
PROVISIONAL SUMS H1
BILL NO.3 H1
KITCHEN CUPBOARDS AND COUNTERS H3
Note. Contractor to obtain SOW and/or liaise with NLC's H3
Project Team Prior purchase of the office furniture
Kitchen Cupboards (Including Joinery Fittings, Shelving and H4
Units)
1 Allow provisional sum for the amount of R 50,000.00 (Fifty SUM 1 ‐R ‐R Thousand Rands) for the supply and installation of the kitchen cupboard, including granite tops, formica door and drawer fronts, melawood internal shelves complete as per the Project manager's specification
2 Allow a profit for the supply and installation of the kitchen Item 1 ‐R ‐R counter including chairs
3 Allow attendance for the supply and installation of the Item 1 ‐R ‐R kitchen counter including chairs
TOTAL ‐SECTION 5 ‐ BILL NO.3‐ KITCHEN CUPBOARDS AND COUNTERS ‐R
SECTION NO.6 H1
BUILDING WORKS (RENOVATIONS AND H1
REFURBISHMENTS)
CONTIGENCIES H1
BILL NO.1 H1
CONTIGENCIES H3
Contigencies H4
1 Allow Contigencies for the sum of R300,000.00 (Three SUM 1 ‐R ‐R Hundred Thousand Rands).
TOTAL ‐SECTION 6 ‐ BILL NO.1‐ CONTIGENCIES ‐R
SUB TOTAL ‐R
Add: Value Added Tax at 15% VAT 15% ‐R
TOTAL ‐R
SBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017
This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points 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 B-BBEE, 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 of up to R50 000 000 (all applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).
1.2
a) The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and therefore the 80/20 preference point system shall be applicable; or
1.3 Points for this bid shall be awarded for:
(a) Price; and
(b) B-BBEE Status Level of Contributor.
1.4 The maximum points for this bid are allocated as follows:
POINTS
PRICE
B-BBEE STATUS LEVEL OF CONTRIBUTOR
Total points for Price and B-BBEE must not exceed
100
1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
1.6 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.
Page 2 of 5
2
2. DEFINITIONS
(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;
(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;
(c) “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 goods or services, through price quotations, advertised competitive bidding processes or proposals;
(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);
(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;
(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.
(g) “prices” includes all applicable taxes less all unconditional discounts;
(h) “proof of B-BBEE status level of contributor” means:
1) B-BBEE Status level certificate issued by an authorized body or person;
2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;
3) Any other requirement prescribed in terms of the B-BBEE Act;
(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;
(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;
3. POINTS AWARDED FOR PRICE
3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10
min
min180
P
PPtPs or
min
min190
P
PPtPs
Where
Ps = Points scored for price of bid under consideration
Pt = Price of bid under consideration
Pmin = Price of lowest acceptable bid
4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR
4.1 In terms of Regulation 6 (2) and 7 (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:
Page 3 of 5
3
B-BBEE Status Level of Contributor
Number of points
(90/10 system)
Number of points
(80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor
0 0
5. BID DECLARATION
5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:
6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1
6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.
7. SUB-CONTRACTING
7.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)
YES NO
7.1.1 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 or QSE
(Tick applicable box)
YES NO
v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:
Designated Group: An EME or QSE which is at last 51% owned by:
EME √
QSE √
Black people
Black people who are youth
Black people who are women
Black people with disabilities
Black people living in rural or underdeveloped areas or townships
Cooperative owned by black people
Page 4 of 5
4
Black people who are military veterans
OR
Any EME
Any QSE
8. DECLARATION WITH REGARD TO COMPANY/FIRM
8.1 Name of
company/firm:…………………………………………………………………………….
8.2 VAT registration
number:……………………………………….…………………………………
8.3 Company registration
number:…………….……………………….…………………………….
8.4 TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium
One person business/sole propriety
Close corporation
Company
(Pty) Limited [TICK APPLICABLE BOX]
8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
……………………………………………………………………………………………………
……………………………………………………………………………………………………
……………………………………………………………………………………………………
……………………………………………………………………………………………………
……..
8.6 COMPANY CLASSIFICATION
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]
8.7 Total number of years the company/firm has been in business:……………………………
8.8 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
contributor indicated in paragraphs 1.4 and 6.1 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 paragraphs 1.4 and 6.1, 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 contributor has been claimed or obtained on a
Page 5 of 5
5
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;
(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) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury 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.
………………………………………. SIGNATURE(S) OF BIDDERS(S)
DATE: …………………………………..
ADDRESS …………………………………..
…………………………………..
…………………………………..
WITNESSES 1. ……………………………………..
2. …………………………………….
SBD 8
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT
PRACTICES
1 This Standard 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 of
Restricted Suppliers 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 Accounting Officer/Authority of the institution that
imposed the restriction after the audi alteram partem rule was applied).
The Database of Restricted Suppliers now resides on the National Treasury’s
website(www.treasury.gov.za) and can be accessed by clicking on its link at the
bottom of the home page.
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)?
The Register for Tender Defaulters can be accessed on the National Treasury’s
website (www.treasury.gov.za) by clicking on its link at the bottom of the home
page.
Yes
No
4.2.1 If so, furnish particulars:
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 Name of Bidder Js365bW
1
SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION
1 This Standard Bidding Document (SBD) 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 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:
a. disregard the bid of any bidder if that bidder, or any of its directors have abused
the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.
b. cancel a contract awarded to a supplier of goods and services if the supplier
committed any corrupt or fraudulent act during the bidding process or the execution of that contract.
4 This SBD 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 (SBD 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.
2
SBD 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:
______________________________________________________________________________
(Name of Institution)
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:
(a) 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
3
SBD 9
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;
(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
SBD 9
4
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
Js914w 2
SBD 4
DECLARATION OF INTEREST
1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons
employed by the state, including a blood relationship, may make an offer or offers in terms of this
invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view
of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons
employed by the state, or to persons connected with or related to them, it is required that the bidder or
his/her authorised representative declare his/her position in relation to the evaluating/adjudicating
authority where-
- the bidder is employed by the state; and/or
- the legal person on whose behalf the bidding document is signed, has a relationship with
persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where
it is known that such a relationship exists between the person or persons for or on whose behalf
the declarant acts and persons who are involved with the evaluation and or adjudication of the
bid.
2. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.
2.1 Full Name of bidder or his or her representative: ………………………………………………………….
2.2 Identity Number: …………………………………………………………………………………………………
2.3 Position occupied in the Company (director, trustee, shareholder²): ……………………………………..
2.4 Company Registration Number: ………………………………………………………………………..…….
2.5 Tax Reference Number: ………………………………………………………………………………….………
2.6 VAT Registration Number: ………………………………………………………………………………....
2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax
reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3
below. ¹“State” means –
(a) 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);
(b) any municipality or municipal entity;
(c) provincial legislature;
(d) national Assembly or the national Council of provinces; or
(e) Parliament.
²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or
business and exercises control over the enterprise.
2.7 Are you or any person connected with the bidder YES / NO
presently employed by the state?
2.7.1 If so, furnish the following particulars:
Name of person / director / trustee / shareholder/ member: ……....………………………………
Name of state institution at which you or the person
connected to the bidder is employed : ………………………………………
Position occupied in the state institution: ………………………………………
Any other particulars:
………………………………………………………………
………………………………………………………………
………………………………………………………………
2.7.2 If you are presently employed by the state, did you obtain YES / NO
the appropriate authority to undertake remunerative
work outside employment in the public sector?
2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO
document?
(Note: Failure to submit proof of such authority, where
applicable, may result in the disqualification of the bid.
2.7.2.2 If no, furnish reasons for non-submission of such proof:
…………………………………………………………………….
…………………………………………………………………….
…………………………………………………………………….
2.8 Did you or your spouse, or any of the company’s directors / YES / NO
trustees / shareholders / members or their spouses conduct
business with the state in the previous twelve months?
2.8.1 If so, furnish particulars:
…………………………………………………………………..
…………………………………………………………………..
…………………………………………………………………...
2.9 Do you, or any person connected with the bidder, have YES / NO
any relationship (family, friend, other) with a person
employed by the state and who may be involved with
the evaluation and or adjudication of this bid?
2.9.1If so, furnish particulars.
……………………………………………………………...
…………………………………………………………..….
………………………………………………………………
2.10 Are you, or any person connected with the bidder, YES/NO
aware of any relationship (family, friend, other) between
any other bidder and any person employed by the state
who may be involved with the evaluation and or adjudication
of this bid?
2.10.1 If so, furnish particulars.
………………………………………………………………
………………………………………………………………
………………………………………………………………
2.11 Do you or any of the directors / trustees / shareholders / members YES/NO
of the company have any interest in any other related companies
whether or not they are bidding for this contract?
2.11.1 If so, furnish particulars:
…………………………………………………………………………….
…………………………………………………………………………….
…………………………………………………………………………….
3 Full details of directors / trustees / members / shareholders.
Full Name Identity
Number
Personal Tax
Reference Number
State Employee
Number / Persal
Number
4 DECLARATION
I, THE UNDERSIGNED (NAME)………………………………………………………………………
CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT.
I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF
PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION
PROVE TO BE FALSE.
………………………………….. ..……………………………………………
Signature Date
…………………………………. ………………………………………………
Position Name of bidder
May 2011
SBD1
1
PART A INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF DEPARTMENT/ PUBLIC ENTITY) BID NUMBER: NLC/2018 - 13 CLOSING DATE: 21 AUGUST 2018 CLOSING TIME: 11:00
DESCRIPTION APPOINTMENT OF A SERVICE PROVIDER TO CONVERT A RESIDENTIAL BUILDING TO AN OFFICE BUILDING FOR THE NATIONAL LOTTERIES COMMISSION IN NORTH WEST PROVINCE (MAFIKENG OFFICE)
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)
NATIONAL LOTTERIES COMMISSION (NLC), 16 AERODROME CRESCENT, INDUSTRIAL SITE, MAFIKENG, 2745
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:
CONTACT PERSON Tshepiso Mahlake / Bojane Mosima CONTACT PERSON
TELEPHONE NUMBER 012 432 1315 / 1344 TELEPHONE NUMBER
FACSIMILE NUMBER FACSIMILE NUMBER E-MAIL ADDRESS [email protected] E-MAIL ADDRESS 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 SUPPLIER COMPLIANCE STATUS
TAX COMPLIANCE SYSTEM PIN:
OR
CENTRAL SUPPLIER DATABASE No: MAAA
B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE
TICK APPLICABLE BOX]
Yes No
B-BBEE STATUS LEVEL SWORN AFFIDAVIT
[TICK APPLICABLE BOX]
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] ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ENCLOSE PROOF]
ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES, ANSWER PART B:3 ]
QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
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 BELOW.
SBD1
2
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 IN THE MANNER PRESCRIBED IN THE BID DOCUMENT.
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).
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 VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.6 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE.”
NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. SIGNATURE OF BIDDER: …………………………………………… CAPACITY UNDER WHICH THIS BID IS SIGNED: …………………………………………… (Proof of authority must be submitted e.g. company resolution) DATE: …………………………………………...
1 | P a g e
NLC/2018 – 13
TERMS OF REFERENCE FOR THE APPOINTMENT OF A SERVICE PROVIDER TO CONVERT A
RESIDENTIAL BUILDING TO AN OFFICE BUILDING FOR THE NATIONAL LOTTERIES COMMISSION IN
NORTH WEST PROVINCE (MAFIKENG OFFICE)
CLOSING DATE: 21 AUGUST 2018 CLOSING TIME: 11H00 (South African Standard Time)
2 | P a g e
1. Assignment The National Lotteries Commission (NLC) requires
suitable service providers to submit proposals to
convert a residential building to an office building for
NLC in North West Province (Mafikeng Office)
2. Name of the responsible office SCM & Facilities Management
3. Address for submitting proposals &
other correspondence
Attention: Senior Manager: Supply Chain
Management
National Lotteries Commission: Head Office
Block D, Hatfield Gardens
333 Grosvenor Street
Hatfield, Pretoria
0083
OR National Lotteries Commission: North West Office
16 Aerodrome Crescent
Industrial Side
Mafikeng
2745
Telephone: 012-432 1300/1315/1344
Email: [email protected] for the attention of
Tshepiso Mahlake
4. Closing date & time for submission
of bid proposals
21 August 2018 @11:00
5. Compulsory Site Inspection 8 August 2018 @10:00 Address: 12 Visser Street, Mafikeng
6. Bid description: Appointment of a service provider to convert a
residential building to an office building for NLC in
North West Province (Mafikeng Office)
7. Bid number: NLC/2018 - 13
3 | P a g e
1. BACKGROUND AND CONTEXT
The National Lotteries Commission (NLC), previously known as the National Lotteries
Board (NLB), is a public entity established by Lotteries Act No. 57 of 1997 as amended
to regulate the South African lotteries industry. The functions of the Commission can
be divided into two categories, namely “regulation of National Lottery and other
Lotteries” and “administration of the National Lottery Distribution Trust Fund (NLDTF)”.
The Distributing Agencies (DA’s) who are appointed by the Minister of Trade & Industry
are responsible for the adjudication of the funding applications as per the Lotteries Act
and applicable Regulations.
The National Lotteries Commission has experience growth in terms of its operations.
This growth was as the results of the change in the National Lotteries Act which required
the organization to change and expand some of their operations. This Change informed
the decentralization of core functions of the organization closer to the people with an
establishment of the National Lotteries Commission Provincial Offices across the nine
provinces. Due to this growth, as well as the need to improve our corporate image, a
need has arisen to acquire suitable office accommodation that is:
• Safe, healthy and legislatively compliant;
• Functional and cost-effective;
• Consistent, equitable and sustainable; and
• Adaptable to new ways of working and new technology.
The NLC has embarked on a project to procure new premises to accommodate its
Provincial Offices. The acquisition of these new facilities will ensure that the facilities:
Conforms to the Mission, Vision and Values of the NLC;
Embodies the corporate identity of the NLC;
Is fit for purpose in terms of the mandate, functions and activities of the NLC;
4 | P a g e
Is in line with the space planning norms and standard for the office
accommodation for organs of state guidelines;
Supports National initiatives regarding sustainability and energy efficiency;
Complies with the principles of the Government Immovable Asset
Management Act (GIAMA); and
In its acquisition supports emerging organization in construction and/or
facilities management.
The NLC invites suitably qualified and experienced bidders to submit proposals. In line
with the requirements of the Public Finance Management Act (PFMA) No. 1 of 1999
and Treasury Regulations, the NLC seeks to engage the services of a duly qualified
bidder.
2. PURPOSE
The purpose of the terms of reference (TOR) is to appoint a suitable service provider to
assist NLC with the conversion of a residential building to an office building in North West
(Mafikeng Office).
3. OBJECTIVES
The objective is to appoint experienced service provider that will ensure that the NLC
residential building is converted into an office building.
4. SCOPE OF WORK
PROVISIONAL SCOPE OF WORKS 4.1 Yard woks:
4.1.1. External works: Paving, landscaping and Carports installations
Remove all external paving works and concrete blocks and send to the
salvage yard to be packed according to the project managers instruction;
Installation of new paving work according to Architectural designs;
5 | P a g e
Remove all plaster brick paving works and send to the salvage yard to be
packed according to the project managers instruction;
Remove all kerbs and any other precast units and send to the salvage yard;
Install new concrete kerbs and channels as per the architectural design;
Remove shrubs and trees and send to the salvage yard;
Supply and Install new parking carports according to NLC’s spec;
Supply and install NLC’s new signage according to NLC’s spec; and
Supply and install new landscaping as per the NLC’s spec;
4.1.2 External works: Boundary walls and Trees
Remove all related precast work on the side boundary and send to the salvage
yard;
Revamp existing boundary wall in preparation for new boundary wall; and
Remove all shrubs and trees as per the Project Manager’s instruction.
Project Manager to indicate trees which will be maintained
Dismantle existing steel parking carport and lay new paving for new parking
bays
4.2 Building works:
4.2.1. Internal works
Remove existing floor tiles;
Prepare floor surface to receive new floor tiles;
Supply and install non- slippery floor tiles on open plan and with carpet on
enclosed offices according to NLC’s spec;
Prepare walls to receive new paint;
Paint walls according to NLC’s spec;
Remove and replace existing doors as per NLC’s spec;
Remove existing, reasonably damaged doors and handover to employer;
Supply and install doors, to replace damaged, according to NLC’s spec;
Prepare existing painted doors to receive new paint;
Paint existing painted doors according to NLC’s spec;
Remove existing, reasonably damaged ceiling boards and cornices;
6 | P a g e
Supply and install ceiling boards and cornices, to replace the damaged,
according to NLC’s spec;
Prepare existing internal walls to receive new paint and/or finish;
Paint existing internal walls according to the NLC’s spec;
Remove reasonably damaged window frames;
Supply and install window frames, to replace the damaged, according to
NLC’s specs;
Prepare window frames to receive new paint;
Paint window frames according to NLC’s spec;
Remove existing, reasonably damaged window sills;
Supply and Install window sills, to replace the damaged, according to
NLC’s spec;
Remove existing kitchen cupboard, Bedroom cupboards and drawers and
handover to the employer;
Supply and install new or re-use existing kitchen cupboards and drawers to
match with NLC’s spec;
Remove existing counters and handover to the employer;
Supply and Install new counters according to NLC’s spec;
Remove reasonably damaged air conditioner and handover to employer
and/or re-use air conditioners which are reasonably in a good condition and
serviceable;
Supply and install new air conditioner according to NLC’s spec;
Remove existing, reasonably damaged strong doors and handover to the
employer;
Supply and install strong doors, to replace the existing, according to NLC’s
spec;
Prepare existing painted doors to receive new paint;
Paint existing painted doors according to NLC’s spec;
Remove damaged windows and handover to the employer;
Supply and install windows to replace the existing windows, according to
the NLC’ s spec;
Supply and install ceiling boards and cornices according to NLC’s spec;
Paint ceiling boards and cornices according to NLC’s spec;
Remove existing burglar bars/grills;
7 | P a g e
Install new burglar bars/grills according to NLC’s spec;
Paint burglar bars/grills according to NLC’s spec;
Remove steel/metal works and hand over to the employer;
Install new steel/metal works according to NLC’s spec;
Paint steel/metal works to receive new painting according to NLC’s spec;
Remove existing sanitary fittings and handover to employer;
Supply and install new sanitary fittings according to NLC’s spec;
Remove existing wall tiles;
Prepare wall surface for new tile installation;
Supply and install wall tiles according to NLC’s spec;
Remove existing plumbing and drainage and handover to employer;
Supply and install new plumbing and drainage; and
Paint all internal and external face brick walls according to NLC spec.
4.3. External works
4.3.1 Roofs:
Completely remove existing roof structure and hand over to the employer;
Prepare walls up to beam filling level for installation of new roof structure; and
Install a complete new roof structure according to NLC’s spec.
4.3.2 External Walls: Extension to existing structure
Break and/or demolish existing walls as per structural design;
Excavations for new brick walls;
Concrete works in foundations for external brick walls;
Plaster to external walls;
Paint and/or finish to walls as per NLC’s spec;
Prepare existing walls to receive new paint;
Paint walls according to NLC’s spec;
Prepare external wall to receive new paint and/or finish; and
Paint and/or finish to external walls according to NLC’s spec.
8 | P a g e
4.3.3 Miscellaneous Work- Installations
Installation of new parking Car-ports;
Supply and install WIFI;
Supply and install general lighting including DB box etc.;
Rubble removal and site cleaning;
Remove only damaged rainwater goods and handover to employer;
Supply and install rain water goods according to NLC’s specification;
Paint all existing and new rainwater goods according to NLC’s spec;
Supply an installation of water supply;
Supply and installation of Standby Generator;
Supply and installation of fire extinguishers; and
Risk assessment to be done.
4.4 ICT Required Specifications
Below please find a standardised outline of the ICT requirements for the
new NLC provincial office. The outline is based on the premise that:
i. New cabling infrastructure is installed;
ii. Existing server racks are reutilised instead of purchasing new racks;
iii. Existing wireless access devices are reutilised instead of new
devices; and
iv. Existing UPS system is to be reutilised instead of a new system.
9 | P a g e
No Item Description Specification Qty Comply/ Not Comply
1. Raised Access
Flooring Floor elevation height:
20cm.
Width = 2m
Length = 3m.
1
2. Data Network
Point CAT6 structured cabling. 40
3. Wifi Access
Points Install wifi access points as
provided by NLC
2
4. Server Rack
Cabinet Install rack to be provided
as provided by NLC
1
5. UPS Install UPS equipment as
provided by NLC
1
6. Ceiling Cable
Trays TBC*** TBC
4.5 Green initiatives
Collection of rain water harvesting for watering gardens and etc.;
Introduction low maintenance, dry and heat resistant plants for landscaping;
Introduction of low water pressured taps to save water;
Installation of solar panels to supplement the electricity consumption;
Installation of motion detection low power consumption LED lights;
Installation of smart heating, ventilation, and air conditioning (HVAC) system
with automatic switches to save electricity
Proposing wooden floor; and
Standby generators.
10 | P a g e
5. REQUIREMENTS AND BILL OF QUANTITIES
Visual Scope of works attached as ‘Annexure A’;
Comprehensive bill of quantities attached as ‘Annexure B’; and
Construction Drawings as ‘Annexure C’.
6. DELIVERABLES The following deliverables will be expected from the principal contractor:
External Works Construction works:
o Demolitions;
o Site clearance;
o Masonry works;
o Roofing works;
o Building finishes; and
o Landscaping.
Internal Construction works:
o Electrical installation;
o Floor finishes;
o Ceilings;
o Mechanical installations (HVAC);
o Plumbing;
o Information technology and telecommunication installations;
and
o Carpentry.
Additional works /installations
o Installations of carports;
o Installations of UPS;
o Generator installation;
o Solar installations; and
o Smoke detection systems.
11 | P a g e
7. DURATION OF APPOINTMENT
The total duration of the project is expected to be three (3) months from the date of
signing the service level agreement (SLA).
8. COMPULSORY – SITE INSPECTION To conduct the site inspection on the actual address where the construction work
will be made. The compulsory site inspection will be held at the following address:
National Lotteries Commission, - 12 Visser Street, Mafikeng Date: 8 August 2018 Time: 10h00
9. EVALUATION CRITERIA
The NLC will evaluate all proposals in terms of the Preferential Procurement Policy
Framework Act. No. 5 of 2000 (PPPFA). A three (3) phase evaluation criteria will be
considered in evaluating the bid, being:
9.1. Phase 1: Pre-Qualification Criteria (Mandatory Requirements)
Bidders must submit all the below mentioned requirements:
9.1.1 Original signed standard bidding documents (SBD Forms):
- SBD 4: Declaration of Interest;
- SBD 6.1: Preference Points Claim Form in Terms of the Preferential
Procurement Regulations 20:
- SBD 8: Declaration of bidder’s past Supply Chain Management
practices; and
- SBD 9: Certificate of Independent Bid Determination.
Bidders are required to return all SBD Forms fully completed and duly signed.
The NLC TOR should not be returned.
12 | P a g e
9.1.2 In the event of the bidder being in a joint venture (JV), JV agreement
must be submitted (where applicable).
9.1.3 In the event of the bidder being a consortium organization, relevant
shareholding certificates must be submitted (where applicable).
9.1.4 Bidder must be an Exempted Micro Enterprise (EME)/Qualifying
Small Business Enterprise (QSE) exempted micro which is at least
100% owned by black people (supported by certified copy of B-BBEE
Certificate or Sworn Affidavit).
9.1.5 The bidder must have a stipulated minimum B-BBEE status level one
(1) of contribution.
9.1.6 Certified copy of a valid Construction Industry Development Board
(CIDB) certificate with minimum of 5GB or higher.
9.1.7 The bidder is required to submit a certified copy of certification of
compliance with the Compensation for Occupational Injuries &
Diseases (COID) Act.
9.1.8 Litigation history. In the event of the bidder with litigation history,
accurate information on any litigation or arbitration resulting from
contracts completed or under execution by him over the last five (5)
years should be provided. A consistent history of awards against the
bidder or any partner of a JV may result in failure of the application.
9.1.9 Only service providers that are located in the North-West Province are
required to respond. To confirm localization, bidders are required to
submit proof of residence in the form of Municipal Bill or proof of
residence letter from the local councilor/leader or a certified copy of a
signed SLA. The required proof of residence must be in the name of
the company or the name of the director/s and should confirm the
business residence in North West Province.
A tender that fails to meet the pre-qualification criteria will not be accepted.
13 | P a g e
Non - mandatory requirements Central Supplier Database (CSD) Summarized Report. Please submit the
current CSD Report.
9.2. Phase 2: Functional/technical Evaluation
Only bidders that have met the pre-qualification criteria will be evaluated for functional
evaluation. In this phase the evaluation will be based on the bidders’ responses in
respect of the bid proposal (evaluated on the minimum functional specifications).
Prospective bidders who score a minimum of 70 points or more will be considered for
the next phase 3 (Price and B-BBEE status level contributor).
EVALUATION CRITERIA WEIGHT
1. Company Experience
a) The bidder must provide details of work of a similar nature undertaken by
the bidder within the previous years. Specific details must be given to
indicate the extent to which these previous experiences relate to the work
described in the TOR = 5%
b) The bidder must take note of the following:
Please attach a minimum of three (3) written reference letters for the
similar services (construction work) within the previous three (3) years
in the letter heads of the clients. References should be presented in a
form of a written letter on an official letterhead from clients where
similar services (construction work) have been provided and may not
be longer than three (3) years. No appointment letters from clients will
be accepted as reference letters.
No references = 0 points
One (1) relevant reference = 5 points
Two (2) relevant reference letters = 10 points
Three (3) and more relevant reference letters = 15 points
20%
2. Members Experience
14 | P a g e
CV’s of all major core resources should be attached with the following (or of
each party to a JV):
- Previous project management involvement experience = 10 points
- Construction Qualifications = 10 points; and
- Knowledge of green building initiatives = 5 points.
25%
3. Project Plan / Methodology
Considers the responsiveness to the TOR, the level of detail in the proposal,
attention to project management and innovative approaches and ideas. Proposal
should address the following:
- Project timelines within three (3) months (Project execution) = 20 points
- Project deliverables (measurable and tangible outcome of the project
milestones) 20 points
40%
4. Capacity
The bidder is required to provide a company profile on its size, staff complement,
Equipment capabilities and Financial position of the company (s) and, etc:
a) Staff compliment = 5 points
Prime candidate and alternative for key management and specialist
positions employed by the company directly involved to the project.
b) Equipment Capabilities: = 5 points
Type, characteristics, minimum number and availability of key equipment
required for the project.
c) Financial Positions: = 5 points Cash flow capacity; and
Soundness of financial position.
15%
TOTAL 100%
9.3. Phase 3: The 80/20 Principle based on Price and B-BBEE status level contributor.
15 | P a g e
Points will be awarded to a bidder for attaining the B-BBEE status level of contributor in
accordance with the table below:
Points will be awarded to a bidder for attaining the B-BBEE status level of contributor in
accordance with the table below:
B-BBEE Status Level of Contributor Number of Points (80/20 system)
1 20
2 18
3 14
4 12
5 8
6 6
7 4
8 2
Non-Compliant contributor 0
10. GENERAL GUIDELINES 10.1. Submission Instruction
Bids should be hand delivered to the address specified below: -
16 Aerodrome Crescent
Industrial Side
Mafikeng
2745
The bid box is generally open 24 hours a day, 7 days a week. Bidders should ensure that
bids are delivered on time to the correct address. If the bid is late, it will not be accepted for
consideration.
Please note that the Technical and Financial proposals should be submitted in two (2)
separate sealed envelopes clearly marked: Technical and Financial Proposal as follows: -
Technical Financial
16 | P a g e
One (1) original One (1) original
Four (4) copies Four (4) copies
One (1) electronic copy (CD or USB) for both technical & financial
Total submission of copies including original & CD/USB = Twelve (11)
Bidders are requested to indicate on the cover of each document whether it is the original
document or a copy.
10.2. Late submission
Proposal received late shall not be considered. A proposal will be considered late if it
arrived one second after 11:00 am or any time thereafter. The tender (bid) box shall be
locked at exactly 11:00 am and bids arriving late will not be considered under any
circumstances. Bidders are therefore strongly advised to ensure that bids are dispatched
allowing enough time for any unforeseen events that may delay the delivery of the bid.
The official Telkom time (Dial 1026) will be used to verify the exact closing time.
10.3. No legal relationship
No binding legal relationship will exist between any of the bidders and the NLC until the
execution of a signed contractual SLA. The TOR document will not form part of any such
contract or arrangement.
10.4. Evaluation of offers
Each bidder acknowledges and accepts that the NLC may, at its absolute discretion,
apply selection criteria specified in this document for the evaluation of proposals for
short listing/ selecting the eligible bidder(s).
10.5. Format of your proposal
The proposal should be presented in two sections i.e. Technical Proposal and
Financial Proposal.
17 | P a g e
10.5.1. Technical proposal format
Bidders are at liberty to structure their Proposals according to any format, as
long as it covers all areas specified in this document. The Technical
proposals will be evaluated against the criteria detailed below.
10.5.2. Technical approach
The bidders should adhere to the TOR by elaborating on the services
required, and demonstrating whether the proposed process meets the
requirements.
The bidder should demonstrate adherence to the TOR by elaborating on the
services required, and demonstrating whether the proposed process meets
the requirements.
Bidders must, at a minimum, cover the under-mentioned in their technical
approach and return as part of their submission:
How they propose to carry out the requirements to achieve the
outcomes identified in the terms of reference including any
possible problems that might hinder delivery and how they will
avoid, or overcome, such problems.
The position(s) involved in the direct delivery of the service to be
provided and in the overall management of the work and the
names of the people who will fill these positions. Provide
information in a table format e.g.:
Name Position Duties/
activities
Turnaround time to
complete task
10.6. Disclosures
The bidder must disclose:
18 | P a g e
If they are or have been the subject of any proceedings or other arrangements
relating to bankruptcy/ insolvency.
If they have been convicted of, or are the subject of any proceedings, relating
to:
- A criminal offence or other offence, involving the activities of a criminal nature in its
organisation or found by any regulator or professional body to have committed
professional misconduct.
- Corruption, including the offer or receipt of any inducement of any kind in relation to
obtaining any contract with any contracting authority.
- Failure to fulfil any obligation in any jurisdiction relating to the payment of taxes and
other legal obligations.
If a bidder or related company or any individual discloses details of any previous
misconduct or complaint, the NLC will seek an explanation and background
details from them. At the sole discretion of the NLC, an assessment as to
whether the bidder will be allowed to continue to the next phase of the
evaluation phase will then be made.
Disclosure extends to any company in the same group of the bidder, including
but not limited to parent, subsidiary and sister companies, companies with
common shareholders (whether direct or indirect) and parties with whom the
bidder is associated in respect of this tender.
10.7. Disclaimer
The NLC reserves the right not to appoint a service provider.
The NLC also reserves the right to:
Award the contract or any part thereof to one or more service providers;
Reject all bids;
Decline to consider any bids that do not conform to any aspect of the bidding
requirements;
Request further information from any bidder after the closing date for clarity
purposes;
Cancel this tender or any part thereof at any time;
Accept or reject any bid;
Annul the tender process and reject all bids at any time prior to contract award;
19 | P a g e
Award the contract to one or more bidders; without thereby incurring any liability
to the affected Bidder or bidders.
Should any of the above occur, it will be communicated in writing to the bidders.
10.8. Confidentiality
Bids submitted will not be revealed to any other bidders and will be treated as
contractually binding; All information pertaining to the NLC obtained by the bidder as a result of
participation in this RFP is confidential and must not be disclosed without written
authorisation from the NLC; and
The successful bidder will be expected to sign a SLA with the NLC.
10.9. Disqualification
Any form of canvassing/lobbying/influence regarding the short listing will result
in disqualification;
Any non-disclosure of any other information pertaining to this bid will result in
disqualification;
Non-compliance with the bid requirements will invalidate the bid; and
Non-compliance with all the applicable Acts, Regulations and by-laws will result
in the disqualification of the bid.
10.10. Prices
All services’ pricing should be inclusive of all taxes etc. and payment shall be
made in South African Rand; The NLC may require a breakdown of rates on any of the items priced and the
bidders are to provide same without any additional cost and also provide a
“Pricing Grid” or “Transaction Fee Schedule”; and
The total amount should be carried out on the Standard Bidding Form (SBD1).
20 | P a g e
10.11. Prices adjustments
No price adjustment
10.12. Validity
A proposal shall remain valid for ninety (90) days after the closing date of the
submission for proposals. A proposal which is valid for a shorter period may be
rejected by the NLC for non-responsiveness; and
In exceptional circumstances, the NLC may solicit the bidder’s consent to an
extension of the period of the validity of the bid. The request and responses thereto
shall be made in writing. A bidder that has been granted the request will neither be
required nor permitted to modify the Proposal.
10.13. Special Conditions:
Only bidders who obtain at least 70% under Functional/Technical Evaluation will be
considered for further evaluation in phase three on their price proposal and BEE
Status Level of Contributor.
Bidders are further requested to provide separate financial and technical proposals.
Bidders are requested to provide a clear agreement regarding joint
venture/consortia. The percentage involvement of each company in the joint
venture agreement should be indicated on the agreement. A trust, consortium or
joint venture must submit a consolidated B-BBEE Status Level Verification
Certificate for every separate bid.
Bidders are required to submit original and valid B-BBEE Status Level Verification
Certificates or certified copies thereof together with their bids, to substantiate their
B-BBEE rating claims. Current and valid original or certified B-BBEE Certificate or
Sworn Affidavit for Exempted Micro Enterprise (EME)/Qualifying Small Business
Enterprise (QSE) must be submitted. (Failure to submit a certificate will result in
scoring 0 for B-BBEE.);
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
21 | P a g e
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.
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.
Fraudulent practices shall result in immediate disqualification.
NLC is under no obligation to accept any bid and reserves its right not to proceed
with the appointment of any service provider that responded to the invitation to
submit proposals, for whatever reasons it may consider appropriate.
The service provider to be appointed must display an unquestionable track record
and experience with positive feedback from their existing and previous clients;
The service provider must comply with all the laws and regulations of the Republic
of South Africa.
10.14. Signatories
All responses to this RFP should be signed off by the authorised signatories of the
bidder.
11. LOCAL PRODUCTION AND CONTENT
The NLC promotes Local Production and Content. In the case of designated sectors,
only locally produced goods, services or works or locally manufactured goods, with a
stipulated minimum threshold for local production and content will be considered. NLC
reserves the right at its sole discretion to set minimum thresholds for sectors which may
not have been declared as designated sectors by the Department of Trade & Industry
(DTI) in an effort to stimulate local production and content where relevant.
12. CLARIFICATIONS / ENQUIRIES
22 | P a g e
Telephonic request for clarification will not be considered. Any clarification required
by a bidder regarding the meaning or interpretation of the TOR or any other aspects
concerning the bid is to be requested in writing (letter, facsimile or e-mail) from the
below contact persons. The bid reference number should be mentioned in all
correspondence.
12.1. Bid Enquiries
Name and Surname: Tshepiso Mahlake
E-mail: [email protected]
Tel: 012 432 1315
Enquiries received will be responded to within two (2) working days of receiving the
enquiry.
THE NLC IS NOT OBLIGED TO ACCEPT THE LOWEST OR ANY BID AND RESERVES THE RIGHT TO ACCEPT ANY BID IN WHOLE OR PART
ANNEXURE A: VISUAL SCOPE OF WORK
RENOVATIONS AND REFURBISHMENTS TO “12 Visser Street”
NORTH ‐ WEST PROVINCIAL OFFICE (MAFIKENG)
SCOPE OF WORKS
2 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
INDEX
1‐VISUAL SCOPE OF WORKS
2‐PROVISIONAL SCOPE OF WORKS
1‐VISUAL SCOPE OF WORKS
PROPOSED RENOVATIONS AND REFURBISHMENT –WORKS APPROACH
Devil’s fork fencing to be removed in preparation for a new boundary wall
Gable walls to be demolished in preparation for
new external walls and windows as per the design
Window
s to be removed in
preparation for the installation of new
window
s
Trees and existing roof structure to be removed
completely
3 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
Trees to be removed
Existing fencing to be removed for possible new entrance and new boundary wall as per the design
Landscaping and trees to be removed for possible extensions
and new parking bays.
4 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
Possible demolition of walls in preparation for new walls, windows to be replaced with new windows to match new structural design, outside doors to be removed complete with frames, rooms to be
converted into enclosed offices.
Remove existing trees and Fencing
for the construction of a
new boundary wall to be built as per
the provided detail
Completely dismantle corrugated garage doors for
possible new external walls, to be fitted with new aluminium windows and/or purpose made
doors
Site to be cleared of all shrubs in preparation for possible extensions to the existing structure. Pool to maintained at this stage
5 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
Site to be cleared from all disposals and concrete slabs, possible excavation and masonry work to be carried out for new rest
rooms and kitchenette
Remove steel beams for possible extensions to existing walls
6 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
Floor tiles to be removed, floors to be re-tiled as per
the finishing schedule
Urinals to be removed and possible re-use.
Existing ceilings to be removed and replaced
with new, Re-used where
possible
Bar counter to be removed and replaced with new internal walls and fit new
bathroom fittings
Break-open existing walls
and fit new widows
7 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
Floor coverings to be removed and replaced with new flooring, Door opening to be maintained for new enclosed office, dismantle butler doors complete with hinges.
Sanitary fittings to be removed.
Floor tiles and furniture to be removed and replaced with new flooring, window to be removed and replaced with a sliding
door leading to a possible reception area.
8 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
2‐PROVISIONAL SCOPE OF WORKS
1. YARD WOKS:
External works: Paving, landscaping and Carports installations
Remove all external paving works and concrete blocks and send to the salvage yard to be packed according to the project managers instruction
Installation of new paving work according to Architectural designs Remove all plaster brick paving works and send to the salvage yard to be packed according to the
project managers instruction Remove all kerbs and any other precast units and send to the salvage yard Install new concrete kerbs and channels as per the architectural design Remove shrubs and trees and send to the salvage yard Supply and Install new parking carports according to NLC’s spec Supply and install NLC’s new signage according to NLC’s spec Supply and install new landscaping as per the NLC’s spec
9 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
External works: Boundary walls, Paving, Parking Carports and Trees
Remove all related precast work on the side boundary and send to the salvage yard Revamp existing boundary fencing in preparation for new boundary wall as per the new design Remove all shrubs and trees as per the project managers instruction Project manager to indicate trees which will be maintained Dismantle existing steel parking carport and lay new paving for new parking bays
10 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
2. Building works: Internal works
Remove existing floor tiles Prepare floor surface to receive new floor tiles Supply and install non‐ slippery floor tiles on open plan and with carpet on enclosed offices
according to NLC’s spec Prepare walls to receive new paint Paint walls according to NLC’s spec Remove and replace existing doors as per NLC’s spec Remove existing, reasonably damaged doors and handover to employer Supply and install doors, to replace damaged, according to NLC’s spec Paint existing painted doors according to NLC’s spec Remove existing, reasonably damaged ceiling boards and cornices Supply and install ceiling boards and cornices, to replace the damaged, according to NLC’s spec Prepare existing internal walls to receive new paint and/or finish Paint existing internal walls according to the NLC’s spec Remove reasonably damaged window frames Supply and install window frames, to replace the damaged, according to NLC’s spec Prepare window frames to receive new paint Paint window frames according to NLC’s spec Remove existing, reasonably damaged window sills Supply and Install window sills, to replace the damaged, according to NLC’s spec Remove existing kitchen cupboard, Bedroom cupboards and drawers and handover to the employer Supply and install new or re‐use existing kitchen cupboards and drawers to match with NLC’s spec Remove existing counters and handover to the employer Supply and Install new counters according to NLC’s spec Remove reasonably damaged air conditioner and handover to employer and/or Re‐use air
conditioners which are reasonably in a good condition and serviceable
11 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
Supply and install new air conditioner according to NLC’s spec Remove existing, reasonably damaged strong doors and handover to the employer Supply and install strong doors, to replace the existing, according to NLC’s spec Prepare existing painted doors to receive new paint Paint existing painted doors according to NLC’s spec Remove damaged windows and handover to the employer Supply and install windows to replace the existing windows, according to the NLC’ s spec Supply and install ceiling boards and cornices according to NLC’s spec Paint ceiling boards and cornices according to NLC’s spec Remove existing burglar bars/grills Install new burglar bars/grills according to NLC’s spec Paint burglar bars/grills according to NLC’s spec Remove steel/metal works and hand over to the employer Install new steel/metal works according to NLC’s spec Paint steel/metal works to receive new painting according to NLC’s spec Remove existing sanitary fittings and handover to employer Supply and install new sanitary fittings according to NLC’s spec Remove existing wall tiles Prepare wall surface for new tile installation Supply and install wall tiles according to NLC’s spec Remove existing plumbing and drainage and handover to employer Supply and install new plumbing and drainage Paint all internal and external face brick walls according to PRASA spec
External works
Roofs:
Completely remove existing roof structure and hand over to the employer Prepare walls up to beam filling level for installation of new roof structure
12 | P a g e
Cnr Hilda & Arcadia Street Hatfield Gardens Hatfield | Pretoria (T) +27 12 432 1300 (F) +27 12 432 1404
Install a complete new roof structure according to NLC’s spec
External Walls: Extension to existing structure
Break and/or demolish existing walls as per structural design Excavations for new brick walls Concrete works in foundations for external brick walls Plaster to external walls Paint and/or finish to walls as per NLC’s spec Prepare existing walls to receive new paint Paint walls according to NLC’s spec Prepare external wall to receive new paint and/or finish Paint and/or finish to external walls according to NLC’s spec
3. Miscellaneous Work‐ Installations
Supply and install security system Installation of new parking Car‐ports Supply and install WIFI Supply and install general lighting including DB box etc. Rubble removal and site cleaning Remove only damaged rainwater goods and handover to employer Supply and install rain water goods according to NLC’s spec Paint all existing and new rainwater goods according to NLC’s spec Supply and Install upgraded IT system according to NLC’s spec Supply an installation of water supply Supply and installation of Standby Generator Supply and installation of fire extinguishers Risk assessment to be done