Southfork Flats TOR
Southfork Flats TOR
1. PURPOSE
2. BACKGROUND
The main goal of the appointed contractors is to ensure that the remedial
construction requirements as per the BOQs are attended to timeously,
effectively and to the satisfaction of the GDHS.
The department may approach the market for goods or services, or a
combination thereof, in cases where the goods and services required are not
readily available by the contractor.
Remedial construction work at the Southfork flats as per the respective BOQs.
The remedial works include but not limited to the following:
Page 2 of 15
• Replacement of damaged or broken window handles and sliding
stays.
• Replacement and repairs of internal damaged gypsum ceilings
and cornices pulling away from walls and repainting.
• Re-painting of deteriorated paint on walls and slab soffits.
• Replacement of damaged, leaking and/or missing taps.
• Replacement of broken, damaged, or missing wash hand basins,
water closets (including seat and covers), baths and toilet cisterns
(including flushing mechanism).
• Replacement of damaged/missing facia boards where required.
• Replace/realign all rainwater goods where required.
• Paint of deteriorating balustrades and cleaning of rusted steel.
• Reweld all damaged balustrades and replace where required to
match existing.
• Repairs to water damaged slabs and staircase soffits.
• Repairs to moisture damaged walls.
• Replacement of broken glass panes and deteriorated and broken
out putty on all the windows.
• Replacing, realigning, and sealing of roof sheeting where
required.
Page 3 of 15
• Repairs to cracked and damaged screed finishes by carefully saw
cutting the screeds, demolishing, and constructing new 4:1
screed. This to include sealing of the new joints using an approved
sealant.
• Demolition of existing and/or cast new 900x100 mm thick, 15 MPa
concrete apron slabs and 500x100 mm thick channel with mesh
ref 193, on top of DPM and minimum 300 G7 material and
• 150 mm in-situ rip and re-compaction of base material to 95% Mod
AASHTO density, soil poisoning and finishing to match existing.
• Repairs to damaged/dilapidated waterproofing on slabs and
staircase landings.
• Repairs to rusted structural steel support members, steel staircases
and strengthening where required.
• All damaged precast elements to be removed and replaced to
match existing.
• All precast pigeonhole walls to be remove and replaced with steel
closure.
Page 4 of 15
• Remove all redundant cabling on the building facades and install
LED security floodlighting.
• Replace all external pole top parking area light fittings, complete
with concrete poles and LED lamps. All external lighting to be
photocell controlled.
• Install high level LED floodlighting to the facades of the buildings
to increase security lighting.
• Replacement of fire escape staircase lighting to include LED
lamps and emergency battery backup.
• Replacement of non-compliant electrical wiring and reticulation
within the residential units.
• Replacement of damaged/non-compliant lighting within the
residential units.
• Replacement of damaged/non-compliant light switches within
the residential units, complete with labelling.
• Replacement/installation of geyser isolators in the residential units,
complete with labelling.
• Replacement/installation of stove isolators in the residential units,
complete with labelling and metallic sprague to the stove.
• Replacement of damaged/non-compliant socket outlets in the
residential units. Include new RSA 3-pin sockets in all socket outlets
in accordance with SANS 164-2.
• Test the entire electrical installation and provide and electrical
Certificates of Compliance for each Residential Unit and each
Residential Block as required by SANS 10142-1.
Page 5 of 15
4.2 Areas of operation
5. EVALUATION OF BIDS
The evaluation of bids will be done in terms of the PFMA, the GDHS
Supply Chain Policy (SCM Policy for Infrastructure Procurement and
Delivery Management) and the Preferential Procurement Policy
Framework Act 5 of 2000, read with the Preferential Procurement
Regulations, 2022.
• Price = 80 points
Page 6 of 15
5.1 STAGE 1A: Administrative Compliance Evaluation
5.1.1 Complete, sign and submit all compulsory SBD documents, i.e.
• SBD 1- Invitation to bid;
• SBD 4- Declaration of Interest;
• SBD 6.1 – Preference Points Claim Form;
• Tax compliance status pin
• Proof of registration with Central Supplier Database
• Company CIPC registration documents
• Company profile
Page 7 of 15
4 Plumber Undertake plumbing work
5 Builder Undertake building and related
work
6 Health and safety officer Manage/oversee health and
safety requirements
Page 8 of 15
Profession Evaluation Indicators
N/A
Experience of the Key Personnel
Minimum 5 years’ post qualification
experience in the planning, design, project
preparation, and project management in the
built environment in South Africa
Electrician Qualifications
Trade test certificate and wireman’s licence.
Page 9 of 15
Profession Evaluation Indicators
NB: Attach a valid SAQA verification
certificate for foreign qualifications
Registration
Dept of labour
Experience of the Key Personnel
Minimum 5 years’ post qualification
experience in the building field
Health and safety officer Qualifications
NQF level 6 in health and safety (National
Diploma with 360 credits)
Failure to comply with the mandatory requirements will lead to a bidder being
non-responsive and they will be disqualified from further evaluation.
Page 10 of 15
Criteria Description of documents to be submitted Total
Allocated
points
1. Experience and track record: A letter of completion and a corresponding appointment
letter or contract or order must be submitted. The above-
This refers to the past experience to undertake the mentioned documents must be signed on the employer’s
scope of work involved in this tender. The Tenderer is letterhead, indicate the contract period, value, and
contract description.
required to provide details of previously undertaken
60
immovable property maintenance/refurbishment In addition to the above a corresponding signed
projects with a value of R 20 million and above. (values reference letter on the employer’s letterhead must also
to be differ) be submitted.
Note:
• 6 projects and more (60)
A letter showing appointment on a panel does not mean
• 3 - 5 projects (45) that the company has done maintenance work and
therefore will not be considered.
• 1 - 2 projects (30)
Page 12 of 15
5.4 STAGE 2: Price and Preference Points (Specific Goals)
Page 14 of 15
the required job, All material used should meet the SABS standard
requirements, no sub-standard material should be used.
8.4 If it is shown that errors or shortcomings exist within the service provided,
the Service Providers shall be notified in writing and shall be required to
perform corrective services within 7 (seven) calendar days to remedy
such errors at no cost to GDHS.
8.5 GDHS reserves the right to reject work that does not meet the required
standard. GDHS shall serve 30 (thirty) days written notice for termination
of contract in case of performance not being in accordance with the
contract.
8.6 GDHS also has the right to terminate the contract at any stage if there
is substantive proof of inefficiency in the delivery of the service in line
with 8.5 above.
Page 15 of 15