Notice to Tenderers s1
Total Page:16
File Type:pdf, Size:1020Kb
![Notice to Tenderers s1](http://data.docslib.org/img/5dafa5ad4e599dd2ba9fee852de9a960-1.webp)
NOTICE TO TENDERERS
Tender number: DBN/CAP (RTPC) 673
VANDAL PROOFING OF SIGNAL CABLES & REPAIR OF SIGNAL Tenders invited for: TROUGHING AT VARIOUS STATIONS METRORAIL KZN
With effect from 29 AUGUST 2016 and 06 SEPTEMBER 2016 the tender document (CD) may be collected at:
Address: Metrorail Regional Office 65 Masabalala Yengwa Avenue Durban Station
Office hours: Mondays to Fridays 08:00 to 15:30 (ONLY)
CIDB GRADING OF 5 EP IS APPLICABLE TO THIS TENDER where CD’s can also be obtained on payment of an amount of R 1 000.00 per disc which is not refundable. No cash or cheques will be accepted at PRASA offices – (Bank Deposit or Electronic Payments - allow for 1-day delay). Clearly indicate the Tender Number on the Deposit Slip or EFT document as reference.
BANKING DETAILS:-
Metrorail KZN, Standard Bank, Windermere, Branch Code: 042726, Account No.: 050832948
Confirmation of EFT payment must be e-mailed to the Senior Buyer PRIOR to collecting the CD or attending the Briefing Session. Failing to do so will result in you not being granted access to the Briefing Session.
Tenderers must arrange own transport and parking. Tenderers failing to attend the compulsory tender briefing session will be disqualified. PRASA reserves the right to only allow tenderers in possession of a valid tender document at the briefing. A maximum of two representatives per company will be allowed to attend the briefing. Tender documents (CD’s) are only available during the period stipulated above.
THE ONUS IS ON THE TENDERER TO PRINT THE DOCUMENT FROM THE CD DISC AND SUBMIT PRINTED TENDER DOCUMENTS WHEN SUBMITTING THEIR TENDERS.
NB: IT IS MANDATORY REQUIREMENT FOR PROSPECTIVE SUPPLIERS TO BE REGISTERED ON THE CSD IN ALL REQUESTS FOR PROCUREMENT OF GOODS AND / OR SERVICES.
BID ADVERTISEMENT FORM SPECIFICATION
1. GENERAL INFORMATION
Region : PRASA Metrorail KZN
Department : Signals
Contract : Refurbishment, Repair and Vandal proofing of Degraded Signal Cable Routes/Ducting/Troughing at various stations PRASA Metrorail KZN Region
Contact Person : N. Dlamini
Designation : Engineering Technician
Tel no. : (031) 813 0433
Cell no. : 083 413 2450
Contract Period : 24 months
1.0 Introduction
The existing signals cables have been vandalised and stolen in various places. It is required that cable routes/ducting/troughing be repaired, refurbished and vandal proofed at various stations.
2.0 Scope of Work
A summary of sites with the description of work to be performed is provided below.
Summary of Sites for Rehabilitation of Signal Troughing
SITE STATION START/END POINT Length Work to be done Site 1 Park Rynie QA53/890-QA53/945 40m Box + Repair broken troughing Site 2 Umbogintwini QB15/631-QB16/475 860m Rebuild complete troughing Site 3 Isipingo OB11/931-QB11/888 50m Box + Repair broken troughing Site 4 Isipingo OB11/616-to 26m North 26m Vandal proof 15m from mast pole QS 11/616 to north side Site 5 Umbogintwini Various short locations: 180m Troughing repairs to be Hill QB14/599-33m concreted in as per spec -QB14/773 -30m -QB15/181 -42m -QB15/222 -22m -QB15/335 -35m -QB15/530 -18m Site 6 Clairwood[1] QC1/927-to south 120m 120m Rebuild complete troughing Site 7 Clairwood[2] QC2/003-QC1/951 45m LANDSIDE TROUGH – REBUILD TOP as per spec. Site 8 Clairwood[3] QC2/041-QC2/146 106m Rebuild complete troughing Site 9 Clairwood[4] SIGNAL CWD2764-QC2/761 115m South side CWD-Montclair VANDAL PROOF COMPLETE Site Clairwood[5] manhole 1.8mX2. 3 x slabs 100mm thick + re- 10 4m inforced Site Clairwood[6] QC3/596 2 x 20m 2 x ducting 20m 11 Site Clairwood[7] Start 10m south of CWD4909W 60m Rebuild top as per 12 go north to platform specification
BID ADVERTISEMENT FORM Site Clairwood[8] 80m from MBK platform proceed 80m Rebuild complete troughing 13 south to 4519W-cross over until 80m Site BOOTH[10] Booth start AT 6701W go inland 80m Rebuild +vandal proof 14 to 6713W~70m +10m past case complete Site Booth[11] BTH6734G start 27m from 20m Repair 20m of broken 15 signal troughing Site Booth[12] @Booth Platform UE8/821 to 42m Vandal proof all cables under 16 RGX side platform edge towards RGX side Site Seaview[13] UE09/171-start 5m on sea-side 110m Box rebuild + vandal proof 17 go inland towards Pinetown Site Seaview[14] UE9/328 start 10m on sea-side 160m Go past 2 x cases of signals 18 – proceed towards Pinetown 8152/8156 – vandal proof complete Site Seaview [15] UE9/500 30m 15m to be vandal proofed on 19 either side of mast pole Site Durban Area 9 UA0/615~ proceed south to P/S 125m Vandal proof complete 20 [16] A 6328-manhole Site Durban Area 9 P/S A6328 -start at manhole 930m Repaired - + vandal proof 21 [17] proceed south to manhole at complete UB1/638 Site Durban[18] Start at UB1/638 end at 110m Rebuild - Include 20m to 22 manhole UB1/562 platform
Site Durban[19] Manhole under bridge start at 830m Rebuild complete 23 UB1/562- to DBN to end at 9419W manhole Site Durban[20] UB2/308 Provide 2 x manhole covers 24 complete 3 x slabs per manhole - 3mx1.5m – 100mm thick + re-enforced Site Durban / Start at manhole UB2/312 to 2 X 2 x troughing of same distance 25 Dalbridge [21] manhole @ DAL2462 signal 390m in the same area. Site Dalbridge [22] From DAL2464G to edge of 35m Vandal proof complete 26 Berea Platform Site Dalbridge [23] Signal 2342G Manhole to Pl 20m Vandal proof complete 27 9/10
2.1 Repair and vandal proofing of signal manholes and covers(If required) To be performed as required.
2.2 Method Statement: Ducting/Troughing Repair. Any troughing in the route or as specified to be renewed or repaired and vandal proofed. The contractor is to clean out any ducting/troughing to the satisfaction of the Technical Officer prior to vandal proofing. Cables are to be covered with clean Umgeni sand with the upper layer of cables being covered by at least 10mm. The troughing is to be rebuilt where broken and covered with a concrete mix 150mm thick and reinforced light mesh. The concrete stone mix for filling to be two parts sand and one part cement. All material and labour is to be supplied by the contractor. The concrete is to have the strength of at least 20 MPA and the successful contractor will supply certificates to this effect. The top of the concrete is to have a wood float finish. Method statement must be submitted with the tender document.
2.3 Installation security for all troughing works: The amount of cable that the contractor exposes on any day is limited to that which he can cover that day. The contractor is to provide security overnight for any exposed cables. Should the contractor not complete the filling of any exposed ducting prior to an extended break the contractor will be held fully responsible for the security of that section until covered.
BID ADVERTISEMENT FORM 2.4 Scrap and Metals: All material removed are to be delivered to Goble Road or Clairwood Signal Maintenance depots. They should be neatly stacked and not piled onto a heap and treated as all scrap. What is regarded as scrap (NON METALS) by the technical officer should be disposed off by the contractor. Metrorail will dispose off Metallic scrap.
2.5 Compulsory site Inspection: Subsequent to the compulsory Tender Briefing / Site Meeting, all Contractors are required to perform additional compulsory site visits with the technical officers to ascertain the exact nature of works to properly quote for the required works and confirm the measurements in the BOQ. No errors in measurement will be rectified later, however if there is unused material at the end of the job, purchased on this job, these are to be delivered to the signal depot. The dates of the additional compulsory visits will be communicated during the compulsory tender-briefing meeting/session.
2.6 Occupations: The Signal department Metrorail KZN will be responsible for arranging all occupations by mutual agreement with the contractor, with the Network Planning department. Contractor to submit a detailed Occupation request well in advance. Three weeks notice required for all occupations. Metrorail KZN reserves the right to cancel or postpone any occupation. There will be restrictions on the time allowed for occupations during the week while on weekends extended time will be allowed. It is strongly required that most occupations are between trains so-as not to disrupt the train service and for this purpose the contractor is to provide protection(flagmen) for all sites.
3.0 Contract period
Proposed Contract period is 24 months from date of award.
4.0 Documentation and Control
All equipment installed must be signed for by the technical officer on this contract and delivery details to be specified on the delivery note. The tender number and contract number must be quoted on all correspondence, invoices and delivery notes.
5.0 Special conditions
5.1 Any cables (existing or new) damaged during the works are to be reported to Technical Officer immediately. 5.2 Contractor is to include in his/her costing for any necessary security and flagmen as may be required for the works. 5.3 A 5% Contingency amount is to be included in the final price by all tenderers. This contingency will be utilised under special written instruction of the HOD signals and must be motivated well in advance. No variation orders on time or financial will be allowed on this project. The contingency amount will be very strictly controlled by the HOD Signals. 5.4 Safety Plan must be submitted as part of the tender.
5.5 Environment: The contractor is to ensure that each site on which he works is cleared of all waste on completion.
6.0 Safety requirements
6.1 Contractor will be responsible for protection (Flagmen etc.) while on site. 6.2 The contractor will be responsible for security of their personnel at all times. 6.3 The contractor is responsible to supply all PPE and safety equipment to his workers. 6.4 Contractor is required to host daily safety talks (toolbox-talks) prior to commencement of work and recording of all safety activities in his safety files. The safety file to be kept up to date and spot checks will be performed by Metrorail safety officers. 6.5 Adhoc safety audits may be performed. If Site-safety and/or Safety-File is not acceptable the safety officer can issue an instruction to stop work to the Technical Officer or site supervisor. This will be escalated to the senior officers in the contractor’s organisation and
BID ADVERTISEMENT FORM placed on record.
BID ADVERTISEMENT FORM 7.0 Penalties
7.1 Should the Contractor fail to complete delivery on/before the stipulated completion dates for works in this tender a penalty fee of R5000 per week will be charged. 7.2 Penalties will also be incurred, if trains are delayed by contractor in the event that the contractor exceeds the agreed occupation time. The penalty will be R500 per train delayed
9.0 Guarantee
9.1 All equipment provided shall be guaranteed for a period of one year starting on the date of commissioning. Formal acceptance of the complete system will be given in writing after successful completion of the practical testing period.
9.2 The twelve-month maintenance period will apply to each station individually and will commence after satisfactory completion and on the date that the Notice of Completion has been issued for that particular station
10.0 Price and Payment methods
10.1 A copy of the signed delivery note must accompany the invoice after which Metrorail will pay the contractor within 30 days. Payments may be claimed monthly for large materials delivered by special application to the HOD-Signals. No works will be paid for in advance, whether design or otherwise.
10.2 The contract reference number must also be stated on the invoice to qualify for payment. Invoice to be accompanied by signed delivery notes and site diaries for installations. The delivery note is to summarise site diaries received for the specific claim.
11.0 Termination of contract
Metrorail reserves the right to cancel the contract at any time during the contract period in the case of the contractor not performing according to the requirements of the agreement.
12.0 General
The safety plan is to be submitted with the tender file and must be JOB and SITE SPECIFIC.
13. CIDB Grading
CIDB grading is 5 EP
BID ADVERTISEMENT FORM