Project Description: Appointment of a Qualified Contractor For

Project Description: Appointment of a Qualified Contractor For

SUPPLY CHAIN MANAGEMENT

SCOPE OF WORK

PROJECT DESCRIPTION: APPOINTMENT OF A QUALIFIED CONTRACTOR FOR

NATIONAL STATIONS IMPROVEMENT PROGRAMME

(NSIP) AT DENNEBOOM STATION (SAPS BUILDING) FOR

THE IMPROVEMENT OF OFFICES, CARPORTS, LIGHTING,

PAVING AND SEPTIC TANK

TRANSACTION: APPROVAL TO PROCURE A QUALIFIED CONTRACTOR

WITH A CIDB GRADING OF 5 GB

END USER: PRASA CRES

(REGION / DEPARTMENT):PRASA CRES /SPPM NORTHERN GAUTENG REGION

(NGR)

  1. Introduction

Denneboom Station is critical and supports the overall improvement and acceptance of the Testing Corridor. SAPS is based on the Denneboom Station.

The New Train Service is to run between Saulsville Station and Pienaarspoort Station (via Pretoria) and has started in February 2017 as this is the expected date for the new rolling stock to set off. With the arrival of new trains, most of the smaller stations in the Saulsville and Pienaarspoort (via Pretoria) Corridor has recently been upgraded to ensure that the customer experience is enhanced and that the stations can cope with future demands. Although the SAPS Police Station is functional, it still posed various health, fire and safety hazards due to their poor infrastructural conditions and as such need to be upgraded as a matter of urgency under NSIP.

  1. Background Information

PRASA CRES project team scoped the current conditions and subsequently estimated cost of upgrading the SAPS Police Station in question to fully operational stations which meet the standards of the proposed new train service. The project team assessed the current state of the stations to determine the cost of rehabilitating the stations to the respective operational standard. The estimates were based on the work to be done on the stations against what was previously paid for similar stations along the same corridor i.e. improvement and upgrade recently done at Loftus Station in Pretoria

PRASA Cres NGR Management has taken the decision to upgradeSAPS Denneboom Police Station. The decision was based on aligning the SAPS Denneboom Police Station which is situated at the Denneboom Station, along the Mamelodi corridor to be in upgraded to the same condition as the projects on the current Testing Corridor in order to be ready to accommodate the rollout of the new trains.

The assessments and synopsis of the station’s facilities at SAPS Denneboom Police Stations have deteriorated to a point where rehabilitation is required. Current maintenance intervention has failed to bring them to acceptable standards.

A number of the Metrorail stations within the Northern Gauteng Region have not been upgraded over a long time and Pienaarspoort andMamelodi Gardens Stations areamongst those stations on the Mamelodi/Pretoria Station Corridor that are in a bad state of repairs and need attention to ensure that it is in a satisfactory condition and are health and safety compliant and contribute to the commuter experience.

The scope was identified by PRASA internal team and the professional team commissioned to assess the extent of the upgrade. The works identified for the upgrade are security wall, storm water, paving and screed on the sub walkway.

  1. Objective of the Proposed Project

The request is to acquire a qualified and well capacitated main contractor with a CIDB grading of 5 GB to assist with the repairs and renovations of the facility.

The design and costing (Stage 1 to 4), have been completed. Therefore, the requisition is to appoint the contractor for implementation of the project.

The request based on the above therefore is to acquire a qualified and well capacitated main contractor at CIDB Grade 5GB to undertake the abovementioned works and complete the project by 5 months.

  1. Scope of Works and Areas of Focus

Existing Building

  • Re-paint the building.
  • Install floor tiles.
  • Fix and replace ceiling and skirting.
  • Replace doors and handles
  • Lighting to be improved
  • Work top in the kitchen
  • New kitchen units
  • Hydro boil
  • Install blinds
  • Install chromadek rain water goods
  • Fix and replace door and window frames
  • Replace sanitary fittings
  • Install signage
  • Fix and install aircons
  • Install roller shutter doors
  • Install new counter tops and cupboards
  • Replace sanitary fittings
  • Replace damaged ceilings

External Works

  • Install new high mast LED lights
  • Paint carports
  • Install a septic tank, French drain and plumbing system

Electrical Works:

  • Lighting LED
  • Upgrade of DBs
  • Cabling and power skirtings’
  • Relocate KIOSK to platform

Plumbing Works:

  • Water pressure upgrade
  • Drainage
  • Sanitary ware

Air-conditioning Equipment:

  • Installation of Hideaways
  • Installation of Split units
  • Central Units

Windows:

  • Blinds
  • Replace cracked glass
  • Repair broken frames

Carpentry and Joinery:

  • Doors
  • High security locking system
  • Counters (Reception, Kitchen, Serving, etc.)

Signage:

  • Internal Signage
  • External Signage
  • Motivate why is this the preferred option

The motivation to go out on open tender is to source the most competitive and capacitated bidder through vigorous SCM processes. The process based on the SCM policy and guidelines will assist to appoint a reliable and reputable contractor.

  1. Specifications of the Work or Products or Services Required

The Specification that will be applied for this project is as per the PRASA Office specification Blue Print.

The project will require a Contractor that is graded on the CIBD as 5GB and above. The contractor required should be able to deliver works as per the specifications.

The following sample pictures depict the current status of the stations, earmarked for improvement under NSIP.

  • Pictorials

The following sample pictures depict the current status of the stations, earmarked for improvement under NSIP.

Damaged Tiles Damaged Walls

Damaged Sanitary Fittings Damaged Walls

Damaged Blinds Damaged Floors

C Users kabelo kekana AppData Local Microsoft Windows Temporary Internet Files Content Outlook 0ISA7LFQ Denneboom 3 3 jpg

Location Map

  1. Evaluation Criteria

The evaluation should be done in three stages as follows:

Stage 1: Compliance Requirements

Bidders shall comply with the following requirements and failure to comply may lead to disqualification: [List of project specific compliance requirements].

a)Valid Tax Clearance Certificate (must be valid on closing date of submission of the proposal);

b)Valid BBBEE Certificate from a SANAS accredited rating agency

c)Completed and signed Bid Forms of PRASA with all the annexures thereto;

d)Certificate for Attendance of Compulsory Briefing Session;

e)Bid Bond

f)Company Registration Documents;

g)Letter of Good Standing (i.e. COID);

h)Contents of Register of Directors as issued by CIPRO;

i)Joint Venture or Consortium Agreement (whichever is applicable);

j)Proof of UIF registration;

k)Proof of Bank Account (i.e. cancelled cheque or letter issued by the bank);

l)Copies of Directors’ ID documents; and

m)Company Letter Head.

n)CIDB Grading – 5GB

Stage 2: Technical / Functionality Requirements

NOTE: The Technical or Functionality criteria must be guided by the project scope of works and area of focus.

Scoring of Functionality:

Bidders that meet the stipulated compliance requirements will be further evaluated on functionality. The minimum score for functionality is 70% and bidders who score below this minimum will not be considered for further evaluation in terms of price and B-BBEE.

Evaluation Criteria / Application
1 = Poor; 2 = Average; 3 = Good; 4 = Very Good; 5 = Excellent / Weights
Completion for building and construction projects of similar scope and budget (CIDB 5 GB Grading), or higher. References should be accompanied by completion certificates from the Client) / Score will be based on successfully executed and completed similar projects in the Civil Engineering and Construction environment over the last five years of which details are provided:
Submit proof of :
Similar Type – Office Blocks, Tenant Installation, Houses, Building Refurbishments, Building Renovation, each project equal or exceeding the value of project on tender
Attach letters of Appointment and Completion Certificates
5 = proof of 6 projects and above
4 = Proof of 5 Projects
3 = Proof of 4 Projects
2 = Proof of 2 or 3 Projects
1 = Proof of 0-1 Projects / 35
Experience key staff (assigned site personnel) in relation to the scope of work / Submit proof of :
  • At least one registered professional or Candidate Construction Manager with 5 year experience with CVs and qualifications
  • Supporting Site personnel – Lower Qualifications such as National Diploma, N3-N6 Certificates, Trade qualifications (Relevant to Construction Projects)
5 = CV with qualifications, BSC Eng or B-TECH and Professional Registration supported by lower qualifications
4 = CV with qualifications, National Diploma Professional Registration supported by lower qualification including trades qualifications
3 = CV with qualifications, National Diploma supported by lower qualifications including trades qualifications
2 = CV with qualifications, N3-N6 including trade qualification
1 = In adequate qualifications and experience (CV only) (No Professional Registration and no Trade qualification) / 25
Plant and Equipment / Proof of ownership of plant and equipment or proof of account to hire [100% = 1 Tipper Truck, 1 Tonne Bakkie, Power Tools, Laser levelling tools, Ladder, Hand Tools(shovels, chisels, scrapers, hammers, Hands Saws, measuring tools, trowels, floats and knives)
Ownership = Certified Asset Register
5 = 100% Proof of all owned equipment
4 = 80% Proof of owned or 100% Proof of account to Hire
3 = 70% Proof of owned or 80% Proof of account to hire
2 = 50% Proof of ownership or 70% account to hire
1 = Less than 50% and no proof of account to hire / 10
Health and Safety Report /
  • Provide a competent Safety Officer with a minimum of 3 years industry experience and registered with the SACPCMP(Attach CV and qualifications)
  • Provide a project specific and comprehensive baseline risk assessment.
  • Complete (S&H evaluation Sheet)
  • Provide a valid Workman’s compensation registration certificate
5 = All required information
4 = 1,2,3 and 4 without the registration
with the SACPCMP
3 =Provision of item 1 and 2,
without 3 and/or 4.
2 = Provision of 2 and 3 without
1 and / or 4
1 = Provision of only 1 requirement
“Kindly note that you are required to submit a comprehensive safety file for approval on appointment as the preferred bidder.” / 15
Program & schedule / Score:
1: Program & schedule not provided;
2: Program & schedule does not indicate duration and activities linked to project
3: Program & schedule shows estimated start and finish dates, major milestones and critical path;
4: Program & schedule shows estimated start and finish dates, major milestones and critical path and estimated duration and logic to reach works completion; and
5: Program & schedule shows estimated start and finish dates, major milestones and critical path and estimated duration and logic to reach works completion. Program and schedule also contains information on execution integration and redundancy for unforeseen delays or occurrences. / 15
TOTAL / 100

Stage 3: Pricing and BBBEE

Only Bidders who have achieved the 70% minimum threshold for Technical / Functional evaluation will be evaluated for the Price and B-BBE components.

Pricing Evaluation:

A maximum of 90 or 80 points is allocated for price. The evaluation for price will be done based on the following formula:

Where:

Ps = Points scored for price of tender under consideration

Pt= Rand value of tender under consideration

Pmin = Rand value of lowest acceptable tender

B-BBEE Evaluation:

A maximum of 20 points is allocated for B-BBEE. The allocation of points for B-BBEE is as follows:

B-BBEE Status Level of Contributor / Number of points( 90/10 system) above R50 Million / Number of points (80/20 system) below R50 Million
1 / 10 / 20
2 / 9 / 18
3 / 6 / 14
4 / 5 / 12
5 / 4 / 8
6 / 3 / 6
7 / 2 / 4
8 / 1 / 2
Non-Compliant Contributor / 0 / 0
Evaluation criteria / Weighting
Stage 1: Compliance Requirements
Security Screening / Compliance
CIDB Grading / 5 GB
Bank Rating / Compliance
Stage 2: Technical / Functionality Requirements
Technical / Threshold of 70 %
Stage 3: Pricing and B-BBEE
BBBEE / 20
Price / 80
TOTAL / 100

Page 1 of 11