Ekurhuleni
Ekurhuleni
BID DOCUMENT
NAME OF BIDDING ENTITY (FULL NAME, i.e. Ltd, Ltd, JV/CONSORTIUM, SOLE PROPRIETOR etc.) :
__________________________________________________________________________________________________
1
NOTICE TO BIDDERS
VERY IMPORTANT NOTICE ON DISQUALIFICATIONS:
A bid not complying with the peremptory requirements stated hereunder will be regarded as not being
an “Acceptable bid”, and as such will be rejected.
“Acceptable bid” means any bid which, in all respects, complies with the conditions of bid and
specifications as set out in the bid documents.
1. In the event that bidders are not compliant with all applicable legislative requirements, as per
CSD. National Treasury in partnership with the Provincial Treasury have developed municipalities
and municipal entities with a Central Supplier Database (CSD) for the registration of prospective
suppliers in line with Section 14(1) (b) of the Municipal Supply Chain Management Regulations
(MSCMR). (Tax compliance will be dealt with in terms of MFMA Circular No. 90)
2. Non-compliance with the Municipal Supply Chain Management Regulations, 2005; i.e. All sections
affecting the evaluation of the bid must be indicated on the bid document and must be submitted
and completed in full. All bidder’s information must be accurate and correct.
3. In the event of a failure to complete and sign in full the schedule of quantities as required.
4. In the event of there being scratching out, writing over or painting out rates or information,
affecting the evaluation of the bid, without initialling next to the amended rates or information.
However, in cases where the total amount (aggregated) has not been affected, the bid will still be
acceptable.
5. In the event of the use of correction fluid (e.g., tippex), any erasable ink, or any erasable writing
instrument (e.g., pencil) on sections affecting the evaluation process of the bid.
6. If the Bid has not been properly signed by a person having the authority to do so. (Refer to
Declaration)
7. If the bidder attempts to influence or has in fact influenced the evaluation and/or awarding of the
contract.
8. If there is any misrepresentation, on information, that affects evaluation and / or information or
evidence submitted pertaining to specific goals.
9. If the bid has either been submitted in the wrong bid box or after the relevant closing date and
time.
10. Non-submission of latest municipal account for the bidding entity or signed lease agreement or an
Affidavit (in cases where the bidding entity does not own a property).
11. If any municipal rates and taxes or municipal service charges owed by the bidder or any of its
directors/members to the municipality or municipal entity, or to any other municipality or municipal
entity, are in arrears for three months (if the value of the transaction is expected not to
exceed R10 million (VAT included) (unless if the bidder has attached proof of the payment
arrangement of the arrears to the bid document as at the closing date of the submission of bids)
12. If any municipal rates and taxes or municipal service charges owed by the bidder or any of its
directors/members to the municipality or municipal entity, or to any other municipality or municipal
entity, are in arrears for more than 30 days (if the value of the transaction is expected to
exceed R10 million (VAT included) (unless if the bidder has attached proof of the payment
arrangement of the arrears to the bid document as at the closing date of the submission of bids)
13. If any bidder who during the last five years has failed to perform satisfactorily on a previous
contract with the municipality, municipal entity or any other organ of state after written notice was
given to that bidder that performance was unsatisfactory.
2
14. The accounting officer must ensure that irrespective of the procurement process followed, no
award may be given to a person –
a) who is in the service of the state, or;
b) if that person is not a natural person, of which any director, manager, principal shareholder or
stakeholder, is a person in the service of the state; or;
c) who is an advisor or consultant contracted with the municipality in respect of a contract that
would cause a conflict of interest.
15. If the bidder is not registered in the required CIDB contractor grading designation (category) or
higher, if required in this bid documentation.
16. If the bidder or any of its directors is listed on the Register of Bid Defaulters in terms of the
Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing
business with the public sector.
17. If the bidder has abused the COE’s Supply Chain Management System and action was taken in
terms of paragraph 38 of the COE SCM Policy.
18. In the event of non-submission of three (03) Annual Financial Statements if the value of the
transaction is expected to exceed R10 million (VAT included). In this regard, please note that:
18.1. If a bidder is a registered company required by law to have its annual financial statements
audited or independently reviewed in compliance with the requirements of the Companies
Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual
financial statements, as the case may be, prepared within six (6) months of the end of the
bidders most recent financial year together with the audited or independently reviewed
annual financial statements for the two immediately preceding financial years, unless
the bidder was only established within the past three (3) years in which case all of its
annual financial statements must be submitted.
18.2. If a bidder is a registered close corporation, annual financial statements in compliance with
the provisions of the Close Corporations Act, Act No. 69 of 1984, prepared within nine (9)
months of the end of the bidders most recent financial year together with the annual
financial statements for the two immediately preceding financial years, unless the
bidder was only established within the past three (3) years in which case all of its annual
financial statements must be submitted.
18.3. If the bidder only commenced business within the past three years, the bidder is required
to submit annual financial statements in compliance with the provisions of (17.1) and
(17.2) above for each of its financial years since commencing business.
18.4. If a bidder is not required by law to have its annual financial statements audited or
independently reviewed, or is not a Close Corporation, then non-audited annual financial
statements for the periods referred to above must be submitted. Further that if no Annual
Financial Statements are attached as requested above, the bid will be rejected.
19. If the bidder has failed to submit ALL required documents as specified on the bid
document.
20. If the following have not been fully completed and signed:
3
NOTE:
1. IN THIS DOCUMENT AND OTHER DOCUMENTS REFERRED TO BUT NOT ATTACHED, THE
FOLLOWING WORDS ARE SYNONYMOUS WITH EACH OTHER.
2. Very important notice: Bidders must note that only information filled in at the spaces provided therefore in
the bid document will be considered for evaluation purposes unless additional space is required and then
only if the location of the additional information in the attachments is properly referred to by page number
and section heading. Information supplied anywhere else will be disregarded which may lead to the
rejection of the bid.
3. The attachment or inclusion of information not specifically asked for is not desirable and lead to
delays in the awarding of bids. This includes Company Profiles and CV’s if not specifically
requested.
THE LIST OF SUCCESSFUL AND UNSUCCESSFUL BIDDERS WILL BE PUBLISHED ON THE CITY'S
WEBSITE.
PLEASE NOTE THAT ALL BID DOCUMENTS ARE ALSO AVAILABLE FOR DOWNLOAD ON OUR
WEBSITE FOR FREE IN ANY COLOUR PAPER.
PLEASE NOTE EXTENSION OF VALIDITY (IF APPLICABLE) WILL BE ADVERTISED ON THE CoE
WEBSITE.
IT REMAINS THE RESPONSIBILITY OF THE BIDDER TO CHECK THE CoE WEBSITE DAILY FOR ANY
EXTENSION OF VALIDITY PUBLISHED.
4
CITY OF EKURHULENI
FOR
.....................................................................................................................
DATE: …………………………………………………
• Should any discrepancy occur between this figure and that stated in the Form of Offer and
Acceptance, the latter shall take precedence and apply.
5
CITY OF EKURHULENI
FOR
CONTENTS
PAGE(S)
THE BID
PART T1: BIDDING PROCEDURES ...................................................................
THE CONTRACT
6
CITY OF EKURHULENI
FOR
7
T1.1 BID NOTICE AND INVITATION TO BID
CITY OF EKURHULENI
Bids are hereby invited for the following:
ENTERPRISE PROJECT MANAGEMENT OFFICE (EPMO)
Capital Projects
Bidders must note that this bid may be awarded to more than one bidder. Bidders must note that certain works
under this Bid may only be constructed using labour-based construction methods and must limit the utilization of
their permanently employed personnel to Key Personnel and all other personnel and labourers must be recruited
locally
Bidders must be registered with the Construction Industry Development Board (CIDB) in a contractor grading
designation determined in accordance with the sum tendered for a 6GB/7GB/8GB/9GB class of construction work.
Enterprises who have a 5GBPE/6GBPE/7GBPE/8GBPE grading may also submit bids
Acceptable bids will be evaluated by using a system that awards points on the basis of 90 points for bid price and a
maximum of 10 points for Specific Goal/s.
Please note that all bid documents are available for download on our website for free in any colour paper
Bids are to be completed in accordance with the conditions and bid rules contained in the bid documents and supporting
documents must be sealed and externally endorsed with the CONTRACT NUMBER AND DESCRIPTION and placed in bid
box number ONE (01), on the Ground Floor, Golden Heights, 141 Victoria Street, (Corner Victoria and F H Odendaal
Streets) Germiston 1400, Use entrance at 65 FH Odendaal street, not later than 10:00 on 31 OCTOBER 2024. Bids will be
opened immediately thereafter, in public, in the Conference Room, Ground Floor, at above-mentioned address. All bids
shall hold good for 120 days as from the closing date of bids.
Bids which are not received and/or deposited in the specified bid box before 10:00 on the closing date for the bid
mentioned hereinbefore, will be marked as late bids and such bids shall in terms of the SCM Policy of the City of
Ekurhuleni, not be considered by the Council as valid bids.
Bidder’s attention is specifically drawn to the provisions of the bid rules which are included in the bid documents. The lowest
or any bid will not necessarily be accepted and the Council reserves the right not to consider any bid not suitably endorsed
or comprehensively completed, as well as the right to accept a bid in whole or part. Bids completed in pencil will be
regarded as invalid bids. Bids may only be submitted on the documentation provided by the COE.
DR. I. MASHAZI
CITY MANAGER
COE
8
MBD 1: PART A: INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CITY OF EKURHULENI
BID NUMBER: A-EPMO 01-2024 CLOSING DATE: 31 OCTOBER 2024 CLOSING TIME: 10:00
THE APPOINTMENT OF CIDB GRADE 6GB UP TO 9 GB INCLUDING 5PE UP TO 8PE POTENTIALLY
EMERGING (PE) CONTRACTORS FOR THE CONSTRUCTION AND REFURBISHMENT OF BUILDINGS
DESCRIPTION AND FACILITIES AROUND CITY OF EKURHULENI ON BEHALF OF VARIOUS EKURHULENI
DEPARTMENTS ON AN AS AND WHEN REQUIRED BASIS FROM THE DATE OF AWARD UNTIL 30 JUNE
2027
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7).
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS
GOLDEN HEIGHTS
141 VICTORIA STREET (CORNER VICTORIA AND F H ODENDAAL STREETS) Use entrance at 65 FH Odendaal Street
GERMISTON
1400
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
TAX COMPLIANCE STATUS TCS PIN: OR CSD No:
B-BBEE STATUS
B-BBEE STATUS LEVEL Yes Yes
LEVEL ORIGINAL
VERIFICATION CERTIFICATE
SWORN
[TICK APPLICABLE BOX] No No
AFFIDAVIT
[A B-BBEE STATUS VERIFICATION CERTIFICATE/ ORIGINAL SWORN AFFIDAVIT OR CERTIFIED COPY OF THE SWORN
AFFIDAVIT OR A CERTIFIED COPY THEREOF (FOR EMES& QSEs) OR A CERTIFICATE FROM THE COMPANIES AND
INTELLECTUAL PROPERTY COMMISSION (CIPC) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE
POINTS (if applicable)
ARE YOU A FOREIGN Yes No
ARE YOU THE ACCREDITED Yes No
BASED SUPPLIER
REPRESENTATIVE IN SOUTH
FOR THE GOODS [IF YES, ANSWER
AFRICA FOR THE GOODS [IF YES ENCLOSE PROOF]
/SERVICES /WORKS PART B:3 ]
/SERVICES /WORKS OFFERED?
OFFERED?
TOTAL NUMBER OF ITEMS
TOTAL BID PRICE R
OFFERED
9
MBD 1: 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 ONLINE
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE
PREFERENTIAL PROCUREMENT REGULATIONS, 2022, THE GENERAL CONDITIONS OF CONTRACT (GCC)
AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
3.5. 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 ABOVE.
NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.
NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.
DATE: ……………………………………………………………….……
10
T1.2 BID DATA
The conditions of bid are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for
Uniformity for construction Procurement, Board Notice 136 Government Gazette No 38960 of 10 July 2015. A
copy is attached hereto, immediately after page 18.
The under mentioned items of data and deviations will have precedence over the Standard Conditions of bid
conditions in Annex F.
The Standard Conditions of Bid for Procurements make several references to the bid data for details that apply
specifically to this bid. The bid data shall have precedence in the interpretation of any ambiguity or inconsistency
between it and the standard conditions of bid.
THE CONTRACT
11
Clause number Data
F.1.4 The Employer's agent is: (Only to be completed after award of the bid)
COMMUNICATION Name: ..........................................................................................
AND Address: ......................................................................................
EMPLOYER’S …..................................................................................................
AGENT Tel: ......................................... Fax: .........................................
E-mail: ..........................................................................................
F.2.1 Only those bidders who have in their employ management and supervisory staff satisfying
the requirements of the scope of work for labour intensive competencies for supervisory and
ELIGIBILITY
management staff are eligible to submit bids.
Only those bidders who are registered with the CIDB in a contractor grading designation
equal to or higher than a contractor grading designation determined in accordance with the
sum tendered for the following category:
12
Clause number Data
(6) Bidders will be awarded a maximum of two (02) categories.
F.2.7 The arrangements for an information session are: No information session will be held,
CLARIFICATION bidders will be required to submit all enquiries to the following email address:
MEETING [email protected]
F.2.12 If a bidder wishes to submit an alternative bid offer, the only criteria permitted for such
ALTERNATIVE alternative bid offer is that it demonstrably satisfies the Employer's standards and
TENDER OFFERS requirements, the details of which may be obtained from the Principal Agent/Employer's
Engineer.
Calculations, drawings and all other pertinent technical information and characteristics as well
as modified or proposed Pricing Data must be submitted with the alternative bid offer to
enable the Employer to evaluate the efficacy of the alternative and its principal elements, to
take a view on the degree to which the alternative satisfies the Employer's standards and
requirements and to evaluate the acceptability of the pricing proposals. Calculations must be
set out in a clear and logical sequence and must clearly reflect all design assumptions.
Pricing Data must reflect all assumptions in the development of the pricing proposal.
Acceptance of an alternative bid offer will mean acceptance in principle of the offer. It will be
an obligation of the contract for the bidder, in the event that the alternative is accepted, to
accept full responsibility and liability that the alternative offer complies in all respects with the
Employer's standards and requirements.
The modified Bid Data must include an amount equal to 5% of the amount bidded for the
alternative offer to cover the Employer's costs of confirming the acceptability of the detailed
design before it is constructed.
F.2.13.1 Bidders may offer to provide any of the parts, or combinations thereof, of the works, services
SUBMITTING A or supply identified in the contract data.
TENDER OFFER
F.2.13.3 The whole original bid document, as issued by the COE, shall be submitted.
SUBMITTING A THE BIDDER TO SUBMIT, TOGETHER WITH THE FULLY COMPLETED BID
TENDER OFFER DOCUMENT, A USB WITH A COPY IN PDF FORMAT OF THE ORIGINAL COMPLETED
BILL OF QUANTITIES/PRICING SCHEDULE. THIS USB MAY BE USED WHENEVER
THERE IS A DISPUTE BETWEEN THE BIDDER AND COE.
Bids may only be submitted on the Bid documentation issued by the COE.
F.2.13.5 The Employer’s address for delivery of bid offers and identification details to be shown on
SUBMITTING A each bid offer package are:
TENDER OFFER Location of bid box: Bid box number ONE (01)
Physical address: Golden Heights,
141 Victoria Street,
(Corner Victoria and F H Odendaal Streets)
Germiston
1400
Use entrance at 65 FH Odendaal street
Identification details: Contract Number: (A-EPMO 01/2024)
THE APPOINTMENT OF CIDB GRADE 6GB UP TO 9 GB INCLUDING 5PE UP TO 8PE
POTENTIALLY EMERGING (PE) CONTRACTORS FOR THE CONSTRUCTION AND
REFURBISHMENT OF BUILDINGS AND FACILITIES AROUND CITY OF EKURHULENI
ON BEHALF OF VARIOUS EKURHULENI DEPARTMENTS ON AN AS AND WHEN
REQUIRED BASIS FROM THE DATE OF AWARD UNTIL 30 JUNE 2027
13
Clause number Data
F.2.15 The closing time for submission of bid offers is:
CLOSING TIME 10:00 on 31 OCTOBER 2024
Telephonic, telegraphic, telex, facsimile or e-mailed bid offers will not be accepted.
F.2.16 The bid offer validity period is 120 days
TENDER OFFER
VALIDITY
F.2.18 The bidder shall, when requested by the Employer to do so, submit the names of all
PROVIDE OTHER management and supervisory staff that will be employed to supervise the labour-intensive
MATERIAL portion of the works together with satisfactory evidence that such staff members satisfy the
eligibility requirements.
F.2.19
INSPECTIONS, Access must be provided for the following inspections, tests and analysis: N/A.
TESTS AND
ANALYSIS
F.2.23
CERTIFICATES The bidder is required to submit with his bid.
(1) In order to obtain Specific Goal/s points in terms of the provisions of Regulations
4(2) or 5(2) of the Preferential Procurement Regulations, 2022, the bidder must
submit proof of Specific Goal/s claimed.
(2) A TCS pin number thereof, issued by the South African Revenue Services;
(3) If a bidder is a registered company required by law to have its annual financial
statements audited or independently reviewed in compliance with the requirements of
the Companies Act ,Act No.71 of 2008, or any other law, audited or independently
reviewed annual financial statements, as the case may be, prepared within six (6)
months of the end of the bidders most recent financial year together with the audited
or independently reviewed annual financial statements for the two immediately
preceding financial years, unless the bidder was only established within the past
three (3) years in which case all of its annual financial statements must be submitted.
(4) If a bidder is a registered close corporation, annual financial statements in
compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984,
prepared within nine (9) months of the end of the bidders most recent financial year
together with the annual financial statements for the two immediately preceding
financial years, unless the bidder was only established within the past three (3) years
in which case all of its annual financial statements must be submitted.
(5) Immediately preceding financial years, unless the bidder was only established within
the past three (3) years in which case all of its annual financial statements must be
submitted. If the bidder only commenced business within the past three years, the
bidder is required to submit annual financial statements in compliance with the
provisions of (1) and (2) above for each of its financial years since commencing
business.
(6) A complete set of Annual financial statements submitted must comply with the City’s
requirements.
14
Clause number Data
(c) a statement of changes in equity for the period;
(d) a statement of cash flows for the period.
(e) notes, comprising significant accounting policies and other explanatory
information;
(f) comparative information in respect of the preceding period
(7) If a bidder is not required by law to have its annual financial statements audited or
independently reviewed, or is not a Close Corporation, then non-audited annual financial
statements for the periods referred to above must be submitted.
F.3.4 The time and location for opening of the bid offers are:
OPENING OF BID Immediately after the closing time for submission of bid.
SUBMISSIONS Location: Golden Heights,
141 Victoria Street,
(Corner Victoria and F H Odendaal Streets)
Germiston
1400
Use entrance at 65 FH Odendaal street
F.3.5 A two-envelope procedure will not be followed.
TWO-ENVELOPE
SYSTEM
F.3.9 Replace the contents of the clause with the following:
3.9.1 “Check responsive tender offers for arithmetical errors, correcting them in the following
ARITHMETICAL manner:
ERRORS
a) Where there is a discrepancy between the amounts in figures and in words, the amount in
words shall govern.
b) If bills of quantities (or schedule of quantities or schedule of rates) apply and there is an
error in the line-item total resulting from the product of the unit rate and the quantity, the rate
shall govern and the line item total shall be corrected.
c) Where there is an error in the total of the prices either as a result of corrections required by
this checking process or in the tenderer's addition of prices, the total of the prices shall be
adjusted to reflect the arithmetically correct summation of corrected line item totals.
Consider the rejection of a tender offer if the tenderer does not accept the correction of the
arithmetical errors in the manner described above.”
15
Clause number Data
F.3.11 The preference procedure for evaluation of responsive bid offers shall be the 90/10-point
EVALUATION OF preference system, being a maximum of 90 points for price and a maximum of 10 points for
BID OFFERS Specific Goal/s Points in accordance with Preferential Procurement Regulations, 2022, in full
compliance with Form 2.3.3.
EVALUATION CRITERIA
Site Agent
• Any National Diploma Qualification in the Built
Environment.
• Three (03) years’ work experience in building
construction.
Quantity Surveyor
• National Diploma in Quantity Surveying.
• Registration with the South African Council for
the Quantity Surveying Profession (SACQSP)
as a Professional Quantity Surveyor/Senior
Professional Technologist.
• Three (03) years’ work experience in building
Staffing profile
construction
Site Engineer:
• Bachelor’s Degree in Civil Engineering
• Registration with the Engineering Council of
South Africa (ECSA) as a Senior Professional
Technologist/ Professional Engineer.
• Three (03) years’ work experience in building
construction
16
Clause number Data
• Professional Registration with the South African
Council for the Project and Construction
Management Professions (SACPCMP) as a
Safety Officer.
• Three (03) years’ experience in Occupational
Health and Safety Environment within
construction industry
Plumber
• Valid Plumber Trade Test Certificate issued
by the Department of Employment and
Labour or the Department of Higher
Education or equivalent accredited institution.
• One (01) year work experience in building
construction.
Bricklayer
• Valid Bricklayer Trade Test Certificate issued
by the Department of Employment and
Labour or the Department of Higher
Education or equivalent accredited institution.
• One (01) year work experience in building
construction.
Carpenter
• Valid Carpenter Trade Test Certificate issued
by the Department of Employment and
Labour or the Department of Higher
Education or equivalent accredited institution.
• One (01) year work experience in building
construction.
Category A: R 1 300 000
Financial Ability (Ability to Category B: R 4 000 000
Deliver) Category C: R 13 000 000
Category D: R 40 000 000
Two (02) contactable reference where bidder
Relevant previous Company completed projects in Construction of New
Experience – Completed Project Buildings OR The Refurbishment of Existing
Buildings.
Bidders that do not meet the minimum requirements will be rejected and not evaluated
further.
17
Clause number Data
REQUIRED DOCUMENTS:
Site Agent
• Copy of Any National Diploma Qualification in the Built Environment.
• CV demonstrating a minimum of three (03) years’ work experience in building
construction.
Quantity Surveyor
• Copy of National Diploma in Quantity Surveying.
• Copy of Registration with the South African Council for the Quantity Surveying
Profession (SACQSP) as a Professional Quantity Surveyor/Senior Professional
Technologist.
• CV demonstrating a minimum of three (03) years’ work experience in building
construction
Site Engineer:
• Copy of Bachelor’s Degree in Civil Engineering
• Copy of Registration with the Engineering Council of South Africa (ECSA) as a Senior
Professional Technologist/ Professional Engineer.
• CV demonstrating a minimum of three (03) years’ work experience in building
construction
Plumber
• Copy of Valid Plumber Trade Test Certificate issued by the Department of
Employment and Labour or the Department of Higher Education or equivalent
accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building
construction.
18
Clause number Data
Bricklayer
• Copy of Valid Bricklayer Trade Test Certificate issued by the Department of
Employment and Labour or the Department of Higher Education or equivalent
accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building
construction.
Carpenter
• Copy of Valid Carpenter Trade Test Certificate issued by the Department of
Employment and Labour or the Department of Higher Education or equivalent
accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building
construction.
Please Note:
- Certified Copy/ies of Passport(s) with valid working permits for foreign nationals
must be submitted with the bid.
- The City of Ekurhuleni reserves the right to verify the submitted documents.
• Two (02) signed Reference Letters or Completion Certificates on the Bidder’s Client
Letter Head (The Reference Letters or Completion Certificates must be from the
client which the bidder provided the services to) with Contactable Reference/s from
the bidder’s previous client confirming relevant experience where bidder completed
19
Clause number Data
projects in Construction of New Buildings OR The Refurbishment of Existing Buildings.
20
Clause number Data
least 50% owned by than 6 months)
Historically Disadvantaged
Individuals Company Share Certificate or
Directorship Composition from CIPC
or a Member’s Interest Certificate for
a Registered CC
Original/Certified Medical
Certificate (certified not older than
6 months)
with the following information:
a) Name of practitioner,
b) Practitioner number,
c) Doctor's contact details,
d) Details of the condition,
e) Date,
f) Signature,
g) Stamp and
h) Patient’s name.
TOTAL SPECIFIC GOAL POINTS 10
NB: if bidders do not complete information or submit evidence required for the above
table, they will not be awarded any specific goals points. All evidence MUST be
submitted at bid closure and MUST be valid at the close of bid for point’s allocation
purposes.
F.3.13.1
Bids containing any one or more of the errors or omissions, or bids not having complied with
ACCEPTANCE OF any one of the peremptory bid conditions as detailed on page 2 of this bid document, shall
BID OFFER not be considered and shall automatically be rejected.
F.3.18 The number of paper copies of the signed contract to be provided by the Employer is one.
PROVIDE COPIES
OF THE
CONTRACTS
ADDITIONAL The additional conditions of bid are:
CONDITIONS 1 The Employer/Engineer may also request that the bidder provide written evidence that
APPLICABLE TO his financial, labour and other resources are adequate for carrying out the contract.
THIS BID 2 The Employer reserves the right to appoint a firm of chartered accountants and/or
auditors to execute any financial investigations on the financial resources of any bidder.
The bidder shall provide all reasonable assistance in such investigations.
21
Clause number Data
3 Work Allocation:
(a) It is the intention of City of Ekurhuleni (CoE) to appoint more than one Building
Construction Contractor as listed in (b) under additional conditions.
Max
CIDB GRADING Threshold % 3 892 589 476
Number
6GB/5GBPE 20 000 000 40% 1 557 035 790 48
7GB/6GBPE 60 000 000 30% 1 167 776 843 18
8GB/7GBPE 200 000 000 20% 778 517 895 4
9GB/8GBPE No Limit 10% 389 258 948 1
TOTAL 100% 3 892 589 476 71
(b) Allocation of work per each project (work package) will be in accordance to the
relevant work package per CIDB grading. CoE does not guarantee that
allocation of actual project value will be similar to CIDB grading value.
The breakdown of contractors as per maximum value per work package is as follows:
(h) Each work package (priced project specific BoQ) will be based on items and
22
Clause number Data
rates in the priced Bills of Quantities as submitted by the bidder in the pricing
schedule or market related rates.
(i) All work packages/IPW’s must be signed off by the Head of ENTERPRISE
PROJECT MANAGEMENT OFFICE (EPMO), Group Chief Financial Officer
(GCFO), client Head of Department and relevant representatives of Client
Departments.
(k) Bidders MUST ensure that their CIDB Grading is active throughout the contract
period.
5 The bid document shall be submitted as a whole and shall not be taken apart.
6 List of returnable documents (PART T2) must be completed in full. (A bidder’s
company profile will not be used by the COE to complete PART T2 on behalf of the
bidder)
NB: If PART T2 is not completed in full by the bidder, this offer will be rejected.
ADDITIONAL a) City of Ekurhuleni has allocated each CIDB Grading category a Bill of Quantities
CONDITIONS OF (BoQ) to allow bidders to price the correct category designation in accordance with
BID the sum tender for.
b) It is the intention of City of Ekurhuleni to evaluate and award this bid to more than one
bidder per CIDB Category listed as follows.
Max
Threshold % 3 892 589 476
Number
Grade 6 20 000 000 40% 1 557 035 790 48
Grade 7 60 000 000 30% 1 167 776 843 18
Grade 8 200 000 000 20% 778 517 895 4
Grade 9 No Limit 10% 389 258 948 1
TOTAL 100% 3 892 589 476 71
c) The contractors shall be appointed at their own bided rates unless the bided rates are
10% higher than the market rates.
d) If the rates of the highest scoring bidder are deemed to be below market value rates,
all acceptable bidders below the market will be offered their own tendered rates.
Subsequently, all acceptable bidders above 10% of the market rates may be
offered uniform rates which are deemed to be market related as defined by the
industry.
e) The Preliminaries priced amount will be calculated as percentage of total work priced
by the bidder.
f) Official orders will be placed and if invoices and escalation documentation is received
timeously, the employer shall pay to the contractor the amount certified in an
interim payment certificate within thirty (30) calendar days of the date of receipt of
23
Clause number Data
an approved and correct payment certificate and tax invoice and corresponding
labour report for the payment period concerned in accordance with Client
requirements.
g) Bidders are required to submit CV of Key Personnel prior to site establishment after
an IPW has been issued.
h) Bidders must price every item. If items in the Bill Of Quantities are not bidded for,
zero (0) and/or a line/dash must be drawn through the space in pen.
i) Bidders will be awarded a maximum of two (02) categories.
j) Any items not included/unspecified in the Bid document BoQ, shall be priced at market
related rates as determined by the appointed consultant Quantity Surveyor (QS)
after award of tender in the project specific work package BoQ.
k) Provisional Sums and Prime Cost Items not listed/unspecified in the BoQ, three
specialist sub-contractors will be sourced to quote/priced BoQ at market related
rates as determined by the appointed consultant Quantity Surveyor (QS) after
award of tender in the project specific work package BoQ. Quantity Surveyor will
determine the contactors average percentage allowance for profit and attendance
on provisional sums and prime cost amounts excluding any allowance for cost
fluctuations”
l) That all acceptable bidders are not guaranteed that they will be allocated work and the
City of Ekurhuleni does not take any responsibility.
m) Successful bidders will be required to ensure that the have and make use of all the
necessary plant and equipment required to complete the work as allocated.
24
Annex F
(normative)
F.1 General
F.1.1 Actions
F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender. In
their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3,
timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations
and not engage in anticompetitive practices.
F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall
avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of
interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their
tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to
whoever is responsible for overseeing the procurement process at the start of any deliberations relating to the
procurement process or as soon as they become aware of such conflict, and abstain from any decisions where
such conflict exists or recuse themselves from the procurement process, as appropriate.
Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive for improper acts in some
circumstances. A conflict of interest can create an appearance of impropriety that can undermine confidence in the ability of
that person to act properly in his or her position even if no improper acts result.
2) Conflicts of interest in respect of those engaged in the procurement process include direct, indirect or family interests in the
tender or outcome of the procurement process and any personal bias, inclination, obligation, allegiance or loyalty which would in
any way affect any decisions taken.
F.1.1.3 The employer shall not seek and a tenderer shall not submit a tender without having a firm intention and
the capacity to proceed with the contract.
F.1.3 Interpretation
F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the
returnable documents are deemed to be part of these conditions of tender.
F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender
evaluation purposes, shall not form part of any contract arising from the invitation to tender.
25
F.1.3.3 For the purposes of these conditions of tender, the following definitions apply:
Each communication between the employer and a tenderer shall be to or from the employer's agent only, and in
a form that can be readily read, copied and recorded. Communications shall be in the English language. The
employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name
and contact details of the employer’s agent are stated in the tender data.
F1.5.1 An organ of state may, prior to the award of the tender, cancel a tender if-
(a) due to changed circumstances, there is no longer a need for the services, works or goods requested; or
(b) funds are no longer available to cover the total envisaged expenditure; or
F1.5.2 The decision to cancel a tender must be published in the cidb website, the government Tender Bulletin,
eTender Publication Portal and other media in which the original tender invitation was advertised.
F.1.6.1 General
Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who
in terms of F.3.11 is the highest ranked or the tenderer scoring the highest
26
number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing
time for tenders.
F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers
shall submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding
the requirements of F.3.4, the employer shall announce only the names of the tenderers who make a
submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect the
competitive position of tenderers shall not apply.
F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of
the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter
into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed
solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that
tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that
such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of
the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory
effect.
F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a
fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be
advised when they are to submit their best and final offer.
F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers
have been requested to submit their best and final offer.
F.1.6.3.1 Option 1
Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a
contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of
evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the
highest number of evaluation points and award the contract in terms of these conditions of tender.
F.1.6.3.2 Option 2
F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer shall invite all
responsive tenderers to submit tender offers in the second stage, following the issuing of procurement
documents.
F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of
evaluation stated in the tender data, and award the contract in terms of these conditions of tender.
27
F.2 Tenderer’s obligations
F.2.1 Eligibility
F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer,
or any of his principals, is not under any restriction to do business with employer.
F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering
entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the
basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval
to do so prior to the closing time for tenders.
F2.2.1 Accept that, unless otherwise stated in the tender data, the employer will not compensate the tenderer for
any costs incurred in the preparation and submission of a tender offer, including the costs of any testing
necessary to demonstrate that aspects of the offer complies with requirements.
F2.2.2 The cost of the tender documents charged by the employer shall be limited to the actual cost incurred by
the employer for printing the documents. Employers must attempt to make available the tender documents on its
website so as not to incur any costs pertaining to the printing of the tender documents.
Check the tender documents on receipt for completeness and notify the employer of any discrepancy or
omission.
Treat as confidential all matters arising in connection with the tender. Use and copy the documents issued by the
employer only for the purpose of preparing and submitting a tender offer in response to the invitation.
28
F.2.9 Insurance
Be aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover
required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek
qualified advice regarding insurance.
F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value
Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being those
applicable 14 days before the closing time stated in the tender data.
F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total
of the prices.
F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment
except as provided for in the conditions of contract identified in the contract data.
F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of
contract identified in the contract data may provide for part payment in other currencies.
F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer,
strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule
that compares the requirements of the tender documents with the alternative requirements that are proposed.
F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or
criteria otherwise acceptable to the employer.
F.2.12.3 An alternative tender offer may only be considered in the event that the main tender offer is the winning
tender.
F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to
provide the whole of the works, services or supply identified in the contract data and described in the scope of
works, unless stated otherwise in the tender data.
F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either
electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink.
F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies
stated in the tender data, with an English translation of any documentation in a language other than English, and
the parts communicated electronically in the same format as they were issued by the employer.
F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The
employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing
29
to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold
liable for the purpose of the tender offer.
F.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages as
"ORIGINAL" and "COPY". Each package shall state on the outside the employer's address and identification
details stated in the tender data, as well as the tenderer's name and contact address.
F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable
documents listed in the tender data in an envelope marked “financial proposal” and place the remaining
returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the
employer’s address and identification details stated in the tender data, as well as the tenderer's name and
contact address.
F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the outside
only the employer's address and identification details as stated in the tender data.
F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening
of the tender offer if the outer package is not sealed and marked as stated.
F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless stated
otherwise in the tender data.
F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later
than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of
delivery.
F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the
requirements of these conditions of tender apply equally to the extended deadline.
F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period
stated in the tender data after the closing time stated in the tender data.
F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an
agreed additional period with or without any conditions attached to such extension.
F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or
substituted by giving the employer’s agent written notice before the closing time for tenders that a tender is to be
withdrawn or substituted.
F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the
requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”.
Provide clarification of a tender offer in response to a request to do so from the employer during the evaluation of
tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors by
30
the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or
substance of the tender offer is sought, offered, or permitted.
Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a preferred tenderer following a
competitive selection process, should the Employer elect to do so.
F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the
tenderer’s commercial position (including notarized joint venture agreements), referencing arrangements, or
samples of materials, considered necessary by the employer for the purpose of a full and fair risk assessment.
Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the time
for submission stated in the employer’s request, the employer may regard the tender offer as non-responsive.
F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required.
If requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds,
guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the
contract data.
Check the final draft of the contract provided by the employer within the time available for the employer to issue
the contract.
If so instructed by the employer, return all retained tender documents within 28 days after the expiry of the
validity period stated in the tender data.
F.2.23 Certificates
Include in the tender submission or provide the employer with any certificates as stated in the tender data.
F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five
working days before the tender closing time stated in the Tender Data and notify all tenderers who drew
procurement documents.
F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity (or
both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to
submit a tender offer in terms of a previous procurement process and deny any such request if as a
consequence:
a) an individual firm, or a joint venture as a whole, or any individual member of the joint venture fails to meet
any of the collective or individual qualifying requirements;
31
b) the new partners to a joint venture were not prequalified in the first instance, either as individual firms or as
another joint venture; or
c) in the opinion of the Employer, acceptance of the material change would compromise the outcome of the
prequalification process.
F.3.3 Return late tender offers Return tender offers received after the closing time stated in the Tender Data,
unopened, (unless it is necessary to open a tender submission to obtain a forwarding address), to the tenderer
concerned.
F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of
tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for
which acceptable reasons for withdrawal have been submitted will not be opened.
F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated
in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of
his prices, number of points claimed for Specific goal/s and time for completion for the main tender offer only.
F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request.
F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical
proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated
in the tender data and announce the name of each tenderer whose technical proposal is opened.
F.3.5.2 Evaluate functionality of the technical proposals offered by tenderers, then advise tenderers who remain
in contention for the award of the contract of the time and place when the financial proposals will be opened.
Open only the financial proposals of tenderers, who score in the functionality evaluation more than the minimum
number of points for functionality stated in the tender data, and announce the score obtained for the technical
proposals and the total price and any points claimed for Specific Goal/s. Return unopened financial proposals to
tenderers whose technical proposals failed to achieve the minimum number of points for functionality.
F.3.6 Non-disclosure
Not disclose to tenderers, or to any other person not officially concerned with such processes, information
relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for the
award of a contract, until after the award of the contract to the successful tenderer.
Determine whether there has been any effort by a tenderer to influence the processing of tender offers and
instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent
practices.
32
F.3.8 Test for responsiveness
F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received:
F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender
documents without material deviation or qualification. A material deviation or qualification is one which, in the
Employer's opinion, would:
a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope
of Work,
b) significantly change the Employer's or the tenderer's risks and responsibilities under the contract, or
c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be ratified.
Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or
withdrawal of the non-conforming deviation or reservation.
F.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after the
evaluation of tender offers in accordance with F.3.11 for:
F3.9.2 The employer must correct the arithmetical errors in the following manner:
a) Where there is a discrepancy between the amounts in words and amounts in figures, the amount in words
shall govern.
b) If bills of quantities or pricing schedules apply and there is an error in the line item total resulting from the
product of the unit rate and the quantity, the rate shall govern and the line item total shall be corrected.
c) Where there is an error in the total of the prices either as a result of other corrections required by this
checking process or in the tenderer's addition of prices, the total of the prices shall govern and the
tenderer will be asked to revise selected item prices (and their rates if bills of quantities apply) to achieve
the tendered total of the prices. Consider the rejection of a tender offer if the tenderer does not correct or
accept the correction of the arithmetical error in the manner described above.
Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the
tender offer.
33
F.3.11 Evaluation of tender offers
F.3.11.1 General
Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a
comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and
weightings that are specified in the tender data.
F.3.11.2 Method 1: Price and Preference
1) Score functionality, rejecting all tender offers that fail to achieve the minimum number of points for
functionality as stated in the Tender Data.
2) No tender must be regarded as an acceptable tender if it fails to achieve the minimum qualifying score for
functionality as indicated in the tender invitation.
3) Tenders that have achieved the minimum qualification score for functionality must be evaluated further in
terms of the preference points system prescribed in paragraphs 4 and 4 and 5 below.
The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R50 million
4) (a)(i) The following formula must be used to calculate the points for price in respect of tenders( including
price quotation) with a rand value equal to, or above R 2 000 and up to Rand value of R 50 million ( all
applicable taxes included):
Pt − P min
Ps = 801 −
P min
Where
Ps = Points scored for comparative price of tender or offer under consideration;
Pt = Comparative price of tender or offer under consideration; and
Pmin = Comparative price of lowest acceptable tender or offer.
(4)(a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a value less than R2 000, if
and when appropriate:
(4)(b) Subject to subparagraph(4)(c), points must be awarded to a tender for attaining the Specific goal/s in accordance
with the table below:
(4)(d) The points scored by tender in respect of Specific goal/s contemplated in contemplated in subparagraph
(4) (b) must be added to the points scored for price as calculated in accordance with subparagraph
(4)(a).
(4)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total
number of points. (See Specific Goals under Specification)
34
The 90/ 10 preference points system for acquisition of services, works or goods with a Rand value above
R 50 million
(5)(a) The following formula must be used to calculate the points for price in respect of tenders with a Rand value
above R50 million (all applicable taxes included):
90/10
Pt − P min
Ps = 901 −
P min
Where
Ps = Points scored for comparative price of tender or offer under consideration;
Pt = Comparative price of tender or offer under consideration; and
Pmin = Comparative price of lowest acceptable tender or offer.
(5)(b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the Specific goal/s in
accordance with the table below:
(5)(d) The points scored by tender in respect of Specific goal/s contemplated in subparagraph (5) (b) must be
added to the points scored for price as calculated in accordance with subparagraph (5)(a).
(5)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total
number of points. (See Specific Goals under Specification)
Score price of remaining responsive tender offers using the following formula:
NFO = W1 x A
where: NFO is the number of tender evaluation points awarded for price.
W1 is the maximum possible number of tender evaluation points awarded for price as stated in the Tender
Data.
A is a number calculated using the formula and option described in Table F.1 as stated in the Tender Data.
35
Table F.1 : Formulae for calculating the value of A
Formula Comparison aimed at achieving Option 1ª Option 2ª
1 Highest price or discount A = (1 + (P – Pm)) A = P / Pm
Pm
2 Lowest price or percentage commission/fee A = (1 - (P – Pm)) A = Pm / P
Pm
ª Pm is the comparative offer of the most favourable tender offer.
P is the comparative offer of tender offer under consideration.
Calculate the total number of tender evaluation points for quality using the following formula:
NQ = W2 x SO / MS
where: SO is the score for quality allocated to the submission under consideration;
MS is the maximum possible score for quality in respect of a submission; and
W2 is the maximum possible number of tender evaluation points awarded for the quality as stated in the tender
data
If requested by the proposed successful tenderer, submit for the tenderer's information the policies and / or
certificates of insurance which the conditions of contract identified in the contract data, require the employer to
provide.
Accept the tender offer, if in the opinion of the employer, it does not present any risk and only if the tenderer:
a) is not under restriction, or has principals who are under restriction preventing participation in the employer’s
procurement,
b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possesses the
professional and technical qualifications, professional and technical competence, financial resources,
equipment and other physical facilities, managerial capability, reliability, experience and reputation,
expertise and the personnel, to perform the contract,
c) has the legal capacity to enter into the contract,
d) is not insolvent, in receivership, under Business Rescue as provided for in chapter 6 of the Companies Act,
2008, bankrupt or being wound up, has his affairs administered by a court or a judicial officer, has
suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing,
e) complies with the legal requirements, if any, stated in the tender data, and
36
f) is able, in the opinion of the employer, to perform the contract free of conflicts of interest.
F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the employer
as part of the tender documents to take account of:
c) other revisions agreed between the employer and the successful tenderer.
F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any.
F.3.16.1 Notify the successful tenderer of the employer's acceptance of his tender offer by completing and
returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the tender
data, or agreed additional period.
F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other
tenderers that their tender offers have not been accepted.
F3.19.1 The cidb prescripts require that tenders must be advertised and be registered on the cidb i.Tender
system.
F3.19.2 The employer must adopt a transparency model that incorporates the disclosure and accountability as
transparency requirements in the procurement process.
F3.19.3 The transparency model must identify the criteria for selection of projects, project information template
and the threshold value of the projects to be disclosed in the public domain at various intervals of delivery of
infrastructure projects.
F3.19.4 The client must publish the information on a quarterly basis which contains the following information:
Procurement planning process
Procurement method and evaluation process
37
Contract type
Contract status
Number of firms tendering
Cost estimate
Contract title
Contract firm(s)
Contract price
Contract scope of work
Contract start date and duration
Contract evaluation reports
F3.19.5 The employer must establish a Consultative Forum which will conduct a random audit in the
implementation of the transparency requirements in the procurement process.
F3.19.6 Consultative Forum must be an independent structure from the bid committees.
F 3.19.8 Records of such disclosed information must be retained for audit purposes.
38
CITY OF EKURHULENI
FOR
NOTE:
Although the documents under Part T2 is headed “Returnable Documents” in line with the CIDB model,
these are not the only documents to be returned together with the bid.
All the documents indicated on Part T1, must be completed and signed where applicable and
submitted as a complete set of documents.
39
T2.1 RETURNABLE SCHEDULES REQUIRED FOR BID EVALUATION PURPOSES
CONTENTS
PAGE(S)
40
EVALUATION CRITERIA
REQUIRED DOCUMENTS:
Proof of ownership or signed lease agreement or signed letter of intent to lease for one of each of the
following:
41
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
The Bidder shall state below what Constructional Plant will be available for the work should he be
awarded the Contract.
Tipper truck
Dropside Truck
42
FORM 2.1.2 SIZE OF ENTERPRISE AND CURRENT WORKLOAD
What is the estimated turnover for your current financial year? R __________________
Expected
Description Value (R) Start date Duration
completion date
Do you have the capacity to supply the goods and services described in this bid, should the contract be
43
Physical facilities
TO BE COMPLETED FOR STATISTICAL PURPOSES ONLY AND WILL NOT BE USED FOR
EVALUATION PURPOSES
NOTE: If all of the above does not adhere to the definition of a single class, use the total Annual
Turnover only to decide on the class.
44
FORM 2.1.3 STAFFING PROFILE
Provide information on the staff that you have available to execute this contract (attach a separate list if the
space provided is insufficient)
45
45
EVALUATION CRITERIA
Quantity Surveyor
• National Diploma in Quantity Surveying.
• Registration with the South African Council for the Quantity
Surveying Profession (SACQSP) as a Professional Quantity
Surveyor/Senior Professional Technologist.
• Three (03) years’ work experience in building construction
Site Engineer:
• Bachelor’s Degree in Civil Engineering
• Registration with the Engineering Council of South Africa (ECSA)
as a Senior Professional Technologist/ Professional Engineer.
• Three (03) years’ work experience in building construction
Plumber
• Valid Plumber Trade Test Certificate issued by the Department of
Employment and Labour or the Department of Higher Education
or equivalent accredited institution.
• One (01) year work experience in building construction.
Bricklayer
• Valid Bricklayer Trade Test Certificate issued by the Department
of Employment and Labour or the Department of Higher
Education or equivalent accredited institution.
• One (01) year work experience in building construction.
Carpenter
• Valid Carpenter Trade Test Certificate issued by the Department
of Employment and Labour or the Department of Higher
Education or equivalent accredited institution.
• One (01) year work experience in building construction.
46
46
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
The Bidder shall list below the key personnel, whom he proposes to employ on the project should his Bid be accepted, both at his headquarters and on the Site, to direct and
for the execution of the work, together with their qualifications, experience, positions held and their nationalities.
Site Agent
Quantity Surveyor
Site Engineer
Plumber
Bricklayer
47
47
DESIGNATION NAME & SURNAME NATIONALITY: SUMMARY OF
QUALIFICATIONS NQF NUMBER OF YEARS OF PRESENT
Level EXPERIENCE OCCUPATION
Carpenter
REQUIRED DOCUMENTS:
Site Agent
• Copy of Any National Diploma Qualification in the Built Environment.
• CV demonstrating a minimum of three (03) years’ work experience in building construction.
Quantity Surveyor
• Copy of National Diploma in Quantity Surveying.
• Copy of Registration with the South African Council for the Quantity Surveying Profession (SACQSP) as a Professional Quantity Surveyor/Senior Professional Technologist.
• CV demonstrating a minimum of three (03) years’ work experience in building construction
Site Engineer:
• Copy of Bachelor’s Degree in Civil Engineering
• Copy of Registration with the Engineering Council of South Africa (ECSA) as a Senior Professional Technologist/ Professional Engineer.
• CV demonstrating a minimum of three (03) years’ work experience in building construction
48
DESIGNATION NAME & SURNAME NATIONALITY: SUMMARY OF
QUALIFICATIONS NQF NUMBER OF YEARS OF PRESENT
Level EXPERIENCE OCCUPATION
Plumber
• Copy of Valid Plumber Trade Test Certificate issued by the Department of Employment and Labour or the Department of Higher Education or equivalent accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building construction.
Bricklayer
• Copy of Valid Bricklayer Trade Test Certificate issued by the Department of Employment and Labour or the Department of Higher Education or equivalent accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building construction.
Carpenter
• Copy of Valid Carpenter Trade Test Certificate issued by the Department of Employment and Labour or the Department of Higher Education or equivalent accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building construction.
Please Note:
- Certified Copy/ies of Passport(s) with valid working permits for foreign nationals must be submitted with the bid.
- All foreign qualifications must be SAQA (South African Qualifications Authority) accredited and proof of such SAQA accreditation must be attached for all foreign
qualifications submitted with the bid.
- All professional Registrations must be in good standing during the period of tender evaluation.
- The City of Ekurhuleni reserves the right to verify the submitted documents.
49
EVALUATION CRITERIA
REQUIRED DOCUMENTS:
• Two (02) signed Reference Letters or Completion Certificates on the Bidder’s Client Letter Head (The
Reference Letters or Completion Certificates must be from the client which the bidder provided the
services to) with Contactable Reference/s from the bidder’s previous client confirming relevant experience
where bidder completed projects in Construction of New Buildings OR The Refurbishment of Existing Buildings.
• The Reference Letters or Completion Certificates must be signed by Principal Agent, Project Manager
and/or Client Department. The Reference Letters or Completion Certificates must bear name of the
project, contract number, contractors name, employers name and/or site ERF number. City of
Ekurhuleni reserves the right to contact references provided of work completed.
50
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
Previous experience
Give at least two (2) names and telephone numbers and e-mail address per reference.
Value Reference
Description (of Completed
(R, VAT Start date Duration
work done) date Name (contact person) Organisation Tel no
excluded)
Email:
Email:
Email:
Email:
51
Value Reference
Description (of Completed
(R, VAT Start date Duration
work done) date Name (contact person) Organisation Tel no
excluded)
Email:
Email:
Email:
Email:
52
FORM 2.1.6 FINANCIAL ABILITY TO EXECUTE THE PROJECT
Provide details on the surety you will provide if the bid is awarded to you
AMOUNT
Which of the following institutions will provide surety?
• Bank registered in terms of the Bank Act 1990 (Act 94 of 1990):
• Insurance Company registered in terms of the Short-Term Insurance Act 1998 (Act 53 of 1998):
_______________________________________________________________________________
• Cash:
Provide the estimated cash flow on the project in terms of submissions of payment certificates or payment schedules
to the Employer.
__________________________________________________________________________________
53
NAME OF BIDDING ENTITY ……………………………………………………….
The parties hereto form a Joint Venture/ Consortium for the purpose of jointly bidding and obtaining the award of
contract for THE APPOINTMENT OF CIDB GRADE 6GB UP TO 9 GB INCLUDING 5PE UP TO 8PE POTENTIALLY
EMERGING (PE) CONTRACTORS FOR THE CONSTRUCTION AND REFURBISHMENT OF BUILDINGS AND FACILITIES
AROUND CITY OF EKURHULENI ON BEHALF OF VARIOUS EKURHULENI DEPARTMENTS ON AN AS AND WHEN
REQUIRED BASIS FROM THE DATE OF AWARD UNTIL 30 JUNE 2027 and of jointly performing such contract under joint
responsibility.
The share of the partners in the Joint Venture/ Consortium shall be:
………………………………………………………………
……………………………………………………………..
……………………………………………………………. ………..%
……………………………………………………………..
The Lead Partner is hereby authorised to incur liabilities, receive instructions, payments, sign all documents
in connection with the bid, and to be responsible for the entire execution and administration of the contract
for and on behalf of the partners.
The parties hereto shall make available to the Joint Venture/ Consortium the technical advice and benefit of
their individual experience and shall, in all other respects, endeavour to share the responsibility and burden
of the performance of the Joint Venture/ Consortium.
To this end the parties hereto shall share, in the above proportions, in all risks and obligations arising out of
or in connection with the Contract, especially in the provisions of all necessary working capital and
guarantees, in profit and loss and personnel.
The Lead Partner shall supply, in its name, the necessary insurance prescribed for the industry and such
other insurance as may be prescribed by the COE, for the amount and period as stated in the Contract Data.
The Joint Venture/ Consortium may not be terminated by any of the parties hereto until either:
54
or
The work undertaken by the Joint Venture/ Consortium under the contract has been completed and all
liabilities and claims incurred by and made by the Joint Venture/ Consortium have been settled, the bid is
cancelled or the period of validity of bid extended.
No party to the Agreement shall be entitled to sell, assign or in any manner encumber or transfer its interest
or any part thereof in the Joint Venture/ Consortium without obtaining the prior written consent of the other
party hereto.
The Parties of the Joint Venture/ Consortium shall cooperate on an exclusive basis. No Party shall during the
validity period of the bid submit a bid to or enter into a Contract with the COE or any other party for the
Project, either alone or in collaboration with a third party.
Name ……………………………………………..
Designation …………………………………………….
Name ……………………………………………..
Designation …………………………………………….
Name ……………………………………………..
Designation …………………………………………….
(ALL SIGNATORIES SHALL CONFIRM THEIR AUTHORITY BY ATTACHING TO THE LAST PAGE OF
THE BID, ORIGINAL OR CERTIFIED COPIES OF DATED AND SIGNED RESOLUTIONS OF THE
MEMBERS/DIRECTORS/PARTNERS AS THE CASE MAY BE.)
In the event that there are more than 3 Joint Venture/Consortium partners, additional page/s may be
added in order to furnish the requested information and authorised signatures.
55
FORM 2.1.8 SCHEDULE OF PROPOSED SUBCONTRACTORS
A tenderer awarded a contract may not sub-contract more than 30% of the value of the contract to any other
enterprise.
Provide details on all sub-contractors you intend utilising for this contract:
As a
Type of work to be used for Name of sub-contractor
% of contract
56
FORM 2.1.9 FINANCIAL REFERENCES
If the bidder is a Joint Venture or partnership, the information requested below is required for each
member / partner.
I/We hereby authorise the Employer/Engineer to approach all or any of the following banks for the purposes
of obtaining a financial reference:
Contact person
Branch name
Branch code
Street address
Postal address
Telephone number ( )
Fax number ( )
Account number
57
FORM 2.1.10 DETAILS OF ALTERNATIVE BIDS SUBMITTED
DESCRIPTION
PAGE DESCRIPTION
58
FORM 2.1.12 LABOUR-ENHANCED METHODS: PROPOSED PLANNED ACTIONS OF BIDDER
RESULTING IN DEVIATIONS FROM SPECIFIED WORK
59
CITY OF EKURHULENI
FOR
CONTENTS
PAGE(S)
FORM 2.2.9 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR
DESIGNATED SECTORS…………………………………………………………..
60
FORM 2.2.1 TAX COMPLIANCE
61
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
(a) bid to supply and deliver to the CITY OF EKURHULENI [hereafter "COE"] all or any of the
supplies and to render all or any of the articles, goods, materials, services or the like described
both in this and the other Schedules to this Contract;
(b) agree that we will be bound by the specifications, prices, terms and conditions stipulated in those
Schedules attached to this bid document, regarding delivery and execution;
(c) further agree to be bound by those conditions, set out in, “PARTS T1; T2; C1; C2; C3 and C4”,
attached hereto, should this bid be accepted in whole or in part;
(d) confirm that this bid may only be accepted by the COE by way of a duly authorised Letter of
Acceptance;
(e) declare that we are fully acquainted with the Bid document and Schedules, and the contents
thereof and that we have signed the Bill of Quantities and completed the Returnable Schedules
and declarations, attached hereto;
(f) declare that all amendments to the bid document have been initialled by the relevant authorised
person and that the document constitutes a proper contract between the COE and the
undersigned;
(g) certify that the item/s mentioned in the bid document, qualifies/qualify for the preference(s)
shown.;
(h) acknowledge that the information furnished is true and correct;
(i) accept that in the event of the contract being awarded as a result of preference claimed in this
bid document, I may be required to furnish documentary proof to the satisfaction of the COE
that the claims are correct. If the claims are found to be inflated, the COE may, in addition to
any other remedy it may have, recover from me all cost, losses or damages incurred or
sustained by the COE as a result of the award of the contract and/or cancel the contract and
claim any damages which the COE may suffer by having to make less favourable
arrangements after such cancellation;
declare that no municipal rates and taxes or municipal service charges owed by the bidder or
any of its directors to the municipality, or to any other municipality or municipal entity, are in
arrears for more than three (3) months; and
(k) declare that I have not failed to perform satisfactorily during the last five (5) years on a previous
contract with the Municipality, Municipal entity or any other organ of state, after written notice
was given to me that my performance was unsatisfactory.
(l) declare that the signatory to the bid document is duly authorised; and
(m) agree that documentary proof regarding any tendering issue will, when required, be submitted
to the satisfaction of the COE.
(n) declare that the Broad-Based Black Economic Empowerment Certificate submitted herewith is
based on true and accurate information and has been obtained from a duly accredited
verification agency (or, in the case of an Exempted Micro-Enterprise(EME) and a Qualifying
Small Enterprise (QSE) declare that the submitted Original Sworn Affidavit/ Certified copy of the
sworn affidavit or a certified copy thereof or a certificate from the Companies and Intellectual
Property Commission (CIPC) confirming their annual total revenue is true and correct)
(o) declare that the following responses to be true and correct:
62
Does the bidder have participation in the submission of any other offer for the
supplies/services described in the attached documents?
(Tick applicable box)
YES NO
………………………………………………
………………………………………………
…………………………………………….
……………………………………………
(p) declare that all of the information furnished is true and correct
Authorised Signature:
Date:
As witness:
63
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make
an offer or in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting
bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is
required that the bidder or their authorised representative declare their relationship to the person/s in the
service of the state.
3 In order to give effect to the above, the following questionnaire must be completed and submitted with
the bid.
² Shareholder” means a person who owns shares in the company or business entity, exercises control and is
actively involved in its management.
3.7 The names of all directors / trustees / shareholders/ members, their individual identity numbers and state
employee numbers must be indicated in paragraph 4 below.
64
………………………………………………………………………………..
3.9 Have you been in the service of the state in the past twelve months?
(Tick applicable box) YES NO
………………………………………………………………………………
3.10 Do you have any relationship (close family member, partner or associate)
with persons in the service of the state who may be involved
in the evaluation and or adjudication of this bid?
(Tick applicable box) YES NO
………………………………………………………………………………
3.11 Are you aware of any relationship (close family member, partner or associate) between any other bidder
and any persons in the service of the state who may be involved in the evaluation and or adjudication of
this bid?
(Tick applicable box) YES NO
……………………………….……...........................................................
……………………………………………………………………………….
……………………………………………………………………………….
65
have any interest in any other company or YES NO
business entity whether or not the latter is bidding for this contract.
(Tick applicable box)
……………………………………………………………………………..
66
CERTIFICATION
I ACCEPT THAT THE STATE AND/OR THE COE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE
TO BE FALSE.
………………………………….. ……………………………………..
Signature Date
…………………………………. ………………………………………
Capacity Name of Bidding Entity
67
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
1 This Municipal Bidding Document must form part of all bids invited.
2 It serves as a declaration to be used by municipalities and municipal entities 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 rejected if that bidder, or any of its directors have:
a. abused the municipality’s / municipal entity’s supply chain management system or
committed any improper conduct in relation to such system;
b. been convicted for fraud or corruption during the past five years;
c. willfully neglected, reneged on or failed to comply with any government, municipal or other
public sector contract during the past five years; or
d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention
and Combating of Corrupt Activities Act (No 12 of 2004).
4 In order to give effect to the above, the following questionnaire must be completed and
submitted with the bid.
4.2 Is the bidder or any of its directors listed on the Register for Tender Yes No
Defaulters in terms of section 29 of the Prevention and Combating of
Corrupt Activities Act (No 12 of 2004)?
(To access this Register enter the National Treasury’s website,
www.treasury.gov.za, click on the icon “Register for Tender
Defaulters” or submit your written request for a hard copy of the
Register to facsimile number (012) 3265445).
4.3 Was the bidder or any of its directors convicted by a court of law Yes No
(including a court of law outside the Republic of South Africa) for
fraud or corruption during the past five years?
68
4.3.1 If so, furnish particulars:
4.5 Was any contract between the bidder and the municipality / Yes No
municipal entity or any other organ of state terminated during
the past five years on account of failure to perform on or comply
with the contract?
CERTIFICATION
………………………………………... ……………………………………………………
Signature Date
…………………………………………. ………………………………………..………..
Position Name of Bidder
69
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
FORM 2.2.5 DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (VAT INCLUDED)
If yes:
1.1.1 If a bidder is a registered company required by law to have its annual financial statements
audited or independently reviewed in compliance with the requirements of the Companies Act
,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial
statements, as the case may be, prepared within six (6) months of the end of the bidders most
recent financial year together with the audited or independently reviewed annual financial
statements for the two immediately preceding financial years must be submitted, (unless the
bidder was only established within the past three (3) years in which case all of its annual
financial statements must be submitted).
1.1.2 If a bidder is a registered close corporation, annual financial statements in compliance with the
provisions of the Close Corporations Act, Act No. 69 of 1984 , prepared within nine (9) months of
the end of the bidders most recent financial year together with the annual financial statements for
the two immediately preceding financial years must be submitted,( unless the bidder was only
established within the past three (3) years in which case all of its annual financial statements must
be submitted).
1.1.3 A complete set of Annual financial statements submitted must comply with the City’s requirements.
1.2 If your answer to 1.1 above is YES then, did you only commence business within the past three YES NO
years?
(Tick applicable box)
70
1.2.1 If yes, the bidder is required to submit annual financial statements in compliance with the
provisions of 1.1.1 and 1.1.2 above for each of its financial years since commencing business.
1.3 If your answers to 1.1 above is NO , un-audited financial statements must be submitted
with your bid for the periods specified in 1.1.1, 1.1.2 or 1.2.1 above, as the case may be.
...............................................................................
2.1 If no, this serves to certify that the bidder has no undisputed
commitments for municipal services towards a municipality or
other service provider in respect of which payment is overdue
for more than 30 days.
………………………………………………………….
………………………………………………………….
…………………………………………………………..
………………………………………………………….
………………………………………………………….
………………………………………………………..
………………………………………………………..
71
CERTIFICATION
I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
……………………………………… …………………………………………………….
Signature Date
……………………………………… …………………………………………………………………..
Position Name of Bidder
72
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
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 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide
measures for the combating of abuse of the supply chain management system, and must enable the
accounting officer, among others, to:
a. take all reasonable steps to prevent such abuse;
b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain
management system of the municipality or municipal entity or has committed any improper
conduct in relation to such system; and
c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act
during the bidding process or the execution of the contract.
4. This Form “2.2.6“ 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 (Form “2.2.6“) 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.
73
CERTIFICATE OF INDEPENDENT BID DETERMINATION
CITY OF EKURHULENI
______________________________________________________________________
(Name of Municipality / Municipal Entity)
do hereby make the following statements that I certify to be true and complete in every respect:
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
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.
74
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.
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.
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.
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
75
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
NB: Please note that this declaration must be completed by ALL bidders
(i). I, the undersigned, hereby declare that the signatory to this tender documents duly authorised and
further declare:
(ii) That at the closing date of the bid, no municipal rates and taxes or municipal service charges owed by
the bidder to the COE, or to any other municipality or municipal entity, are in arrears for more than
three (3) months.
(iii) That at the closing date of the bid, no municipal rates and taxes or municipal service charges owed by
any of the directors/members to the COE, or to any other municipality or municipal entity, are in
arrears for more than three (3) months.
(iv). I acknowledge that should it be found that any municipal rates and taxes or municipal charges as set
out in (i) above are in arrears for more than three (3) months, the bid will be rejected and the COE
may take such remedial action as is required, including the rejection of the bid and/or termination of
the contract (unless if the bidder has attached proof of the payment arrangement of the arrears to the
bid document as at the closing date of the submission of bids)
As witness: 1. …...............................................................
2. ..................................................................
76
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
FORM 2.2.8: DECLARATION FOR MUNICIPAL ACCOUNTS WHERE BIDS ARE EXPECTED TO
EXCEED R10 MILLION
(i). I, the undersigned, hereby declare that the signatory to this tender document is duly authorised and
further declare:
(ii). That at the closing date of the bid, the bidder had no undisputed commitments for municipal services
towards a municipality or other service provider in respect of which payment is overdue for more than
30 days.
(iii) That at the closing date of the bid, any of the directors/members had no undisputed commitments for
municipal services towards a municipality or other service provider in respect of which payment is
overdue for more than 30 days.
(iv). I acknowledge that should it be found that any undisputed commitments for municipal services
charges towards a municipality or other service provider in respect of which payment is overdue for
more than 30 days, the COE may take such remedial action as is required (unless if the bidder has
attached proof of the payment arrangement of the arrears to the bid document as at the closing date
of the submission of bids).
As witness: 1. ...............................................................
2. ..................................................................
77
NAME OF BIDDING ENTITY ……………………………………………………….
FORM 2.2.9 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR
DESIGNATED SECTORS
This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general
information and serves as a declaration form for local content (local production and local content are
used interchangeably).
Before completing this declaration, bidders must study the General Conditions, Definitions, Directives
applicable in respect of Local Content and the South African Bureau of Standards (SABS) approved
technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of
Local Content together with the Local Content Declaration Templates [Annex C (Local Content
Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C)
and E (Local Content Declaration: Supporting Schedule to Annex C)].
1. General Conditions
1.1. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be
followed, where the first stage involves a minimum threshold for local production and content and
the second stage price and specific goal/s.
1.2. A person awarded a contract in relation to a designated sector, may not sub-contract in such a
manner that the local production and content of the overall value of the contract is reduced to below
the stipulated minimum threshold.
1.3. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance
with the SABS approved technical specification number SATS 1286: 2011 as follows:
LC = [1- x / y] *100
Where
x is the imported content in Rand
y is the bid price in Rand excluding value added tax (VAT)
Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange
rate published by the South African Reserve Bank (SARB) at 12:00 on the date of advertisement of
the bid as required in paragraph 4.1 below.
(a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule)
are not submitted as part of the bid documentation; and
(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E)
have been audited and certified as correct.
78
2. Definitions
2.1. “bid” includes written price quotations, advertised competitive bids or proposals;
2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);
2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;
2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the
Department of Trade and Industry in line with national development and industrial policies for local
production, where only locally produced services, works or goods or locally manufactured goods
meet the stipulated minimum threshold for local production and content;
2.5. “duly sign”means a Declaration Certificate for Local Content that has been signed by the Chief
Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or
senior member / person with management responsibility(close corporation, partnership or
individual).
2.6. “imported content” means that portion of the bid price represented by the cost of components,
parts or materials which have been or are still to be imported (whether by the supplier or its
subcontractors) and which costs are inclusive of the costs abroad (this includes labour and
intellectual property costs), plus freight and other direct importation costs, such as landing costs,
dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;
2.7. “local content” means that portion of the bid price which is not included in the imported content,
provided that local manufacture does take place;
2.8. “stipulated minimum threshold” means that portion of local production and content as
determined by the Department of Trade and Industry; and
2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or
employing another person to support such primary contractor in the execution of part of a project in
terms of the contract.
3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of
SATS 1286:2011) for this bid is/are as follows:
79
Steel Plates 100%
Steel Sheets 100%
Galvanised and Colour Coated Steel Coils 100%
Steel Wire Rod and Drawn Wire 100%
Steel Sections 100%
Steel Reinforcing Bars 100%
Plastic Pipes 100%
Polyvinyl Chloride (PVC) Pipes 100%
High Density Polyethylene (HDPE) Pipes 100%
Polypropylene (PP) Pipes 100%
Glass Reinforced Plastic (GRP) Pipes 100%
Cement: Cem I 100%
Cement: Cem II 100%
Cement: Cem III 100%
Cement: Cem IV 100%
Cement: Cem V 100%
Masonry Cement 100%
4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in
paragraph 1.5 of the general conditions must be the rate(s) published by the SARB for the specific
currency at 12:00 on the date of advertisement of the bid.
Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex
A of SATS 1286:2011):
NB: Bidders must submit proof of the SARB rate (s) of exchange used.
5. Were the Local Content Declaration Templates (Annex C, D and E) audited and certified as correct?
(Tick applicable box)
YES NO
80
(b) Practice number: ………………………………………………………………………..
(c) Telephone and cell number: ……………………………………………………………….
(d) Email address: ………………………………………………………………………..
(Documentary proof regarding the declaration will, when required, be submitted to the satisfaction of
the Accounting Officer / Accounting Authority)
6. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum
threshold for local content the dti must be informed accordingly in order for the dti to verify and in
consultation with the Accounting Officer / Accounting Authority provide directives in this regard.
81
LOCAL CONTENT DECLARATION
(REFER TO ANNEX B OF SATS 1286:2011)
NB
1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an
external authorized representative, auditor or any other third party acting on behalf of the bidder.
2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates
(Annex C, D and E) is accessible on http://www.thedti.gov.za/industrial development/ip.jsp. Bidders
should first complete Declaration D. After completing Declaration D, bidders should complete
Declaration E and then consolidate the information on Declaration C. Declaration C should be
submitted with the bid documentation at the closing date and time of the bid in order to
substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept
by the bidders for verification purposes for a period of at least 5 years. The successful bidder is
required to continuously update Declarations C, D and E with the actual values for the duration of the
contract.
(a) The facts contained herein are within my own personal knowledge.
(c)The local content percentages (%) indicated below has been calculated using the formula given in
clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the
information contained in Declaration D and E which has been consolidated in Declaration C;
82
Bid price, excluding VAT (y) R
Imported content (x), as calculated in terms of SATS 1286:2011 R
Stipulated minimum threshold for local content (paragraph 3 above)
Local content %, as calculated in terms of SATS 1286:2011
If the bid is for more than one product, the local content percentages for each product
contained in Declaration C shall be used instead of the table above. The local content
percentages for each product has been calculated using the formula given in clause 3 of
SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information
contained in Declaration D and E.
(d) I accept that the Procurement Authority / Municipality /Municipal Entity has the right to request
that the local content be verified in terms of the requirements of SATS 1286:2011.
(e) I understand that the awarding of the bid is dependent on the accuracy of the information
furnished in this application. I also understand that the submission of incorrect data, or data that
are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority /
Municipal / Municipal Entity imposing any or all of the remedies as provided for in Regulation 13 of
the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy
Framework Act (PPPFA), 2000 (Act No. 5 of 2000).
PLEASE NOTE:
83
LOCAL CONTENT DECLARATION
84
CITY OF EKURHULENI 6GB/5GBPE A-EPMO 01/2024
SATS 1286.2011
Annex C
Local Content Declaration - Summary Schedule
(C1) Tender No. A-EPMO: 01/2024
The appointment CIDB Grade 6GB up to 9GB including 5PE up to 88PE potential emerging (PE)
Note: VAT to be excluded from all
contractors for the construction and refurbishment of buildings and facilities around City of
(C2) Tender description: calculations
Ekurhuleni onbehalf of various Ekurhuleni Departments on an as and when required basis from
the date of award until June 2027
(C3) Designated product(s)
(C4) Tender Authority:
(C5) Tendering Entity name:
(C6) Tender Exchange Rate: Pula EU GBP
(C7) Specified local content %
Calculation of local content Tender summary
Tender value
Tender price - Exempted net of Local
Tender item Imported Total exempted Total Imported
List of items each imported exempted Local value content % Tender Qty Total tender value
no's value imported content content
(excl VAT) value imported (per item)
content
(C8) (C9) (C10) (C11) (C12) (C13) (C14) (C15) (C16) (C17) (C18) (C19)
BILL NO. 4
15MPa/20mm Concrete
CONCRETE CAST AGAINST EXCAVATED SURFACES
1 Surface blinding under footings and bases 2
2 Strip footings 10
3 Column bases 14
4 Surface beds cast in panels 2
REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES
25MPa/20mm Concrete
5 Strip footings 10
6 Column bases 14
7 Raft slab and beams 15
8 Ramps 6
9 Surface beds cast in panels on waterproofing (elsewhere measured) 13
10 Thickening out surface beds 8
11 Steps 4
12 Ground beams 3
13 Underpinning block 0.4
14 Pile caps 2
15 Plinths 3
REINFORCED CONCRETE
25MPa/20mm Concrete
1 Bund Walls 1
2 Sump 0.4
3 Filling in hollow walls 5
4 Surface beds on waterproofing 13
5 Slabs, including beams and inverted beams 10
6 Walls in foundations (Provisional) 4
7 Walls 9
8 Isolated beams 2
9 Columns in foundations (Provisional) 4
10 Columns 9
11 Stairs and landings including beams and inverted beams 6
12 Wall beams 7
13 Ramps 6
14 Machine bases 2 85
15 Plinths 1 3
CITY OF EKURHULENI 30MPa/20mm Concrete 6GB/5GBPE A-EPMO 01/2024
1 Bund Walls 1
2 Sump 0.4
3 Pile caps 2
4 Plinths 3
5 Surface beds on waterproofing 13
6 Slabs, including beams and inverted beams 10
7 Walls in foundations (Provisional) 4
8 Walls 9
9 Isolated beams 2
10 Columns in foundations (Provisional) 4
11 Columns 9
12 Stairs and landings including beams and inverted beams 6
13 Wall beams 7
14 Ramps 6
15 Machine bases 2
35MPa non-shrink grout
7 Bedding approximately 30mm thick under 300 x 300mm base plate, 0.4
PERMANENT FORMWORK
1mm "Bondek " Chromadek Z275 galvanised steel permanent
2 Decking for slabs fixed to steel bearers, including cutting and fitting 22
1,0mm Thick Z275 galvanised flashings
3 1,0mm thick Kerb Flashing 25 x 50 x 150mm 11.0
REINFORCEMENT (PROVISIONAL)
Mild steel reinforcement to structural concrete work
6 25mm Diameter bars 0.46
7 20mm Diameter bars 0.46
8 16mm Diameter bars 0.46
9 12mm Diameter bars 0.46
10 10mm Diameter bars 0.46
1 8mm Diameter bars 0.46
High tensile steel reinforcement to structural concrete work
2 32mm Diameter bars 0.48
3 25mm Diameter bars 0.48
4 20mm Diameter bars 0.92
5 16mm Diameter bars 4.44
6 12mm Diameter bars 4.44
7 10mm Diameter bars 4.44
8 8mm Diameter bars 4.44
Fabric reinforcement
9 Type 193 fabric reinforcement in concrete surface beds, slabs, etc 119
10 Type 245 fabric reinforcement in concrete surface beds, slabs, etc 84
11 Type 395 fabric reinforcement in concrete surface beds, slabs, etc 67
12 Type 395 fabric reinforcement in cavity walls, etc 23
Dowels anchored in existing concrete with "Prostruct 531 MCI non
shrink Cementious" Grout:
R8 Dowels 750mm long including drilling 350mm deep holes in
13 2
concrete
Y12 Dowels 850mm long including drilling 350mm deep holes in
1 2
concrete
BILL NO. 5
COPINGS
"Old World Concrete" or similar approved copings including bedding
onto brickwork
310 x 75mm Thick "Dripstone 270 A" overall copings weathered on
1 top to 50mm thick along one edge with drip groove in bottom along
both edges 1
"Modcon" or similar approved precast concrete copings including
bedding onto brickwork
2 270 x 65 x 50mm Extreme "Type 002a" coping on 220mm wall 1 86
3 290 x 76 x 47mm "Type 009" coping on 220mm wall 2 1
CITY OF EKURHULENI 4 295 x 50 x 35mm "Type 010" Coping on 220mm walls 6GB/5GBPE 2 A-EPMO 01/2024
5 500 x 500 x 125 x 55 "Type 040f" pier cap 1
6 600 x 600 x 150 x 95 "Type 040h" pier cap 1
600 x 600 x 105 x 65mm pier cap special with 140 x 140mm hole in
7
centre 3
"Old World Concrete" or similar approved sills including bedding
onto brickwork of window opening, etc.
2 270 x 160mm x 90mm "Type 20" sills 1
WATERSPOUTS
"Modcon" or similar approved pre cast water spout cast into
3 300 x 165 x 90mm "Type 001" Water spout 1
BREEZE BLOCK WALLS
190 x 190 x 100mm "Modcon" or similar approved breeze block in
class II mortar pointed with recessed horizontal and vertical joints
4 100mm Walls 4
5 110mm Walls, circular on plan 3
PRECAST CONCRETE COPINGS ETC
BENCHES AND SEATS
"Vanstone" or similar approved
6 1500 x 450 x 450mm "P3-3654" Harmony bench 1
1 1600 x 800 x 800mm "P3-3670" Eureka Table 1
REFUSE BINS
"Vanstone" or similar approved
2 625mm External diameter x 880mm high exposed aggregate external 1
"Winblok" or similar approved modular precast concrete window
surrounds etc finished smooth on exposed surfaces, including
bedding, jointing and pointing
3 400 x 400mm "Type WB44" window surround 3
4 600 x 600mm "Type WB 66" window surround 2
5 690 x 690mm "Type WBWC" window surround 8
BILL NO. 6
MASONRY
FOUNDATIONS (PROVISIONAL)
Brickwork of NFX bricks (14 MPa nominal compressive strength) in
class II mortar
1 Mass brickwork 1
1 Half brick walls 10
2 Half brick walls circular on plan 2
3 Half brick linings to concrete 4
4 Half brick linings to concrete circular on plan 1
5 One brick walls 33
6 One brick walls circular on plan 3
7 One and a half brick walls 2
8 One and a half brick walls circular on plan 3
9 280mm Hollow walls of two half brick skins with cavities filled in with 3
10 280mm Hollow walls of two half brick skins circular on plan with 1
SUPERSTRUCTURE
Brickwork of NFP bricks (7.5MPa nominal compressive strength) in
class II (1:4) mortar
11 Mass brickwork 1
12 Rectangular shaped piers 1
13 Half brick walls 44
14 Half brick walls circular on plan 5
15 Half brick lining to existing walls 13
1 Half brick linings to concrete 4
2 Half brick linings to concrete circular on plan 2
3 Half brick walls in beamfilling 11
4 One brick walls 110
5 One brick walls circular on plan 15
6 One brick walls in fire wall 2 87
7 One brick walls in parapet walls 3 9
CITY OF EKURHULENI 6GB/5GBPE A-EPMO 01/2024
8 One brick walls in parapet walls circular on plan 2
9 One and a half brick walls 40
10 One and a half brick walls circular on plan 4
280mm Hollow walls of two half brick skins including 2.5/m² modified
11
PWD ties (3,15mm Diameter). 32
280mm Hollow walls of two half brick skins including 2.5/m² modified
12
PWD ties (3,15mm Diameter) circular on plan 5
Brickwork of NFP bricks (7.5MPa nominal compressive strength) in
class II (1:4) mortar
5 Horizontal projecting bands 1 course high x 30mm projection 33
6 Vertical projecting bands 1 course high x 125mm projection 2
Brickwork reinforcement
8 75mm Wide reinforcement built in horizontally 235
9 75mm Wide reinforcement built in horizontally circular on plan 17
10 150mm Wide reinforcement built in horizontally 670
11 150mm Wide reinforcement built in horizontally circular on plan 22
12 220mm Wide reinforcement built in horizontally 90
1 220mm Wide reinforcement built in horizontally circular on plan 14
Steel bar reinforcement
2 8mm Diameter mild steel bars built in horizontally 0.05
Concrete prestressed fabricated lintels
3 110 x 75mm Lintels not exceeding 3,0m 22
4 110 x 75mm Lintels exceeding 3,0m but not exceeding 4,5m 8
Turning pieces
5 110mm Wide turning piece to lintels etc 7
6 220mm Wide turning piece to lintels etc 7
7 280mm Wide turning piece to lintels etc 2
8 330mm Wide turning piece to lintels etc 2
Galvanised hoop iron cramps, ties, etc
9 30 x 1,6mm Roof tie 1500mm long with one end fixed to timber and 13
30 x 1,6mm Wall tie 1500mm long with one end shot pinned to
10
concrete and other end build into brickwork 13
40 x 1,6mm "Tibond" wall tie strips shot pinned to concrete and with
11
ties bent out and built into brickwork 11
40 x 1,6mm "Tibond" wall tie strips fastened to brick wall with nails
12
(Double lintel beam) 11
Bagging of 1:3 cement and sand mixture
3 On brick walls 11
FACE BRICKWORK
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand face bricks delivered to site pointed
with flush horizontal and vertical joints
4
Extra over brickwork for face brickwork in foundation walls, ramp, etc 5
5 Extra over brickwork for face brickwork 110
6 Extra brickwork for face brickwork in soldier course panels 11
7
Half brick face brick walls in class II (1:4) mortar pointed on both sides 9
Fair cutting and fitting around pipe not exceeding 100mm external
8
diameter 2
Fair cutting and fitting around pipe exceeding 100mm and not
9
exceeding 200mm external diameter 0.4
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand face bricks delivered to site brick-on-
edge header course copings, sills, etc. pointed with flush horizontal
and vertical joints
Cut face brick-on-edge external window sill, 150mm wide, set sloping
and slightly projecting in cement mortar and pointed on top, front
1
edge and projecting soffit including all necessary fair raking cutting to
facings under and fair and fitted ends 7 88
4
CITY OF EKURHULENI Cut face brick-on-edge external window sill, 220mm wide, set sloping 6GB/5GBPE A-EPMO 01/2024
and slightly projecting in cement mortar and pointed on top, front
2
edge and projecting soffit including all necessary fair raking cutting to
facings under and fair and fitted ends 7
3 150mm Wide sills set sloping and slightly projecting 7
4 220mm Wide sills set sloping and slightly projecting 7
5 Copings on top of half brick walls 1
6 Copings on top of one brick walls 11
Copings on top of one brick walls circular on plan not exceeding 2m
7
radius 1
8
Copings on top of one brick walls circular on plan exceeding 2m radius 1
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand face bricks delivered to site brick-on-
edge header course lintels, etc. pointed with flush horizontal and
vertical joints on exposed surfaces
Brick-on-edge header course lintels one course high, pointed on face
9
and 110mm soffit 3
Brick-on-edge header course lintels one course high, pointed on face
1
and 220mm soffit 3
Brick-on-edge header course lintels one course high, pointed on face
2
and 280mm soffit 3
Brick-on-edge header course lintels one course high, pointed on face
3
and 330mm soffit 2
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand face bricks delivered to site for face
brick arches, recesses etc. pointed with flush horizontal and vertical
joints on exposed surfaces
Extra over brickwork for 3230mm diameter semi-circular arch in one
4 brick wall, consisting of one brick-on-edge header course ring, pointed
on soffit and both sides, including support centre 1
5 Fair cutting to face brickwork for arches 1
WALL CLADDING
Provide the prime cost of R 390.00 (Three hundred and Ninety
Rand/m2) delivered to site as supplied by Durastone or similar
approved
Split face stone wall cladding to external walls build in mortar as per
6
suppliers instructions 44
PAVING ETC
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand paving bricks delivered to site on
concrete, bedded and jointed in cement mortar and pointed with
hollowed joints
1 Paving in stretcher bond on 25mm thick mortar bed 18
2 Paving in stretcher bond on 25mm thick mortar bed to falls 18
3 Fair circular cutting 3
4 220mm Wide brick-on-flat header course edgings on 25mm thick 3
400 x 300 x 60mm "Bosun Large Urban Paver" or similar approved
finished off with Black Non-slip finishes
1 Paving 11
1 Purpose made tile to 3-way intersection of ridge with hips bedded and
pointed in 1:3 cement mortar tinted to match tile colour 8
PROFILED METAL SHEETING AND ACCESSORIES
1.6mm Satin finish stainless steel plates counter sunk screwed along
edges at not exceeding 200mm centres or similar approved 91
4 300 x 150mm Push plate with 6 fix holes 7 1
CITY OF EKURHULENI 6GB/5GBPE A-EPMO 01/2024
0.9mm Satin finish stainless steel plates counter sunk screwed along
edges at not exceeding 200mm centres or similar approved
5 160 x 770mm Kick plate 6
6 320 x 770mm Kick plate 1
LETTERS, NAMEPLATES, ETC
"Geze" or similar approved
160 x 160 x 1.2mm Stainless steel male/female/paraplegic indicator
7
sign 2
Stainless steel corner protectors
50mm x 50mm x 1,2mm thick corner protectors pugged and screwed
1
to walls four times 1200mm high 1
90mm x 90mm x 1,2mm thick corner protectors screwed to walls four
2
times 1200mm high 1
BILL NO. 13
STRUCTURAL STEELWORK
DETAILING
Prepare detail drawings for fabrication and submit for approval
1 Structural steelwork 12.85
SUPPLY AND FABRICATION OF STEELWORK
STEEL COLUMNS AND BEAMS
Welded columns in single lengths with flat base, cap, bearer and
connection plates, bolted to concrete
1 203 x 133 x 25kg/m UB Column 0.70
2 406 x 140 x 67kg/m UB Column 0.29
3 305 x 165 x 40 kg/m UB Gable Column 0.33
203 x 133 x 25kg/m UB Columns in heights exceeding 13m and not
4
exceeding 18m 0.37
305 x 165 x 40 kg/m UB Gable Columns in heights exceeding 13m and
5
not exceeding 18m 0.40
406 x 140 x 67kg/m UB Columns in heights exceeding 13m and not
6
exceeding 18m 0.51
STEEL TRUSSES
Welded roof trusses of angle rafters, tie beams, rails, struts, braces,
cleats, etc and flat bearer, gusset and connection plates, bolted to
steel
7 305 x 102 x 28kg/m UB Rafter 0.55
8 406 x 140 x 67kg/m UB Rafter 0.66
9 PC 230 x 90 PFC False Rafter 0.66
10 200 x 75 x 20 x 3,0 CF lipped channel in purlin. 0.55
305 x 102 x 28kg/m UB Rafters in heights exceeding 13m and not
1
exceeding 18m 0.55
406 x 140 x 67kg/m UB Rafters in heights exceeding 13m and not
2
exceeding 18m 0.66
PC 230 x 90 PFC False Rafters in heights exceeding 13m and not
3
exceeding 18m 0.66
STEEL PURLINS, GIRTS, BRACING, ETC
Quantities include all gussets and cleats, including those for
attaching bracing to main structure.
4 40 x 40 x 5mm Angle section purlins/girts. 0.66
5 70 x 70 x 6mm Angle section bracing 1.10
6 40 x 40 x 4mm Angle section sag angle 0.88
7 76,2 x 3,5mm Circular hollow section sag rods 0.66
8 165,1 x 3,5mm Circular hollow section eaves tie 0.22
9 101,6 x 3,5mm Circular hollow section bracing 0.22
10 150 x 75 x 20 x 2,5 CF Thick cold-formed lipped channel purlins 0.55
BOX GUTTERS
Quantities include connection and splice material
1 2,5mm Thick x 1000mm Girth galvanised Box Gutter 0.84
2 Circular Hollow Section Downpipe 0.84 92
3 Extra over Box Gutter for Ends 8 2
CITY OF EKURHULENI Extra over Box Gutter for 250mm wide hopper connected to gutter 6GB/5GBPE A-EPMO 01/2024
4
with one end closed and 150mm diameter outlet. 2
Expanded metal hail guards with and including supporting frames
supplied, delivered, installed in position and sandblasted and
painted (both sides measured on flat)
"Mentis type 99" galvanised expanded metal hail guards, to fit
5
opening 550mm wide, laid loose in box gutter 6
Mechanical wire brush or light blast to remove all mill scale and
apply one coat of epoxy tar to 75microns DFT
6 On inside surfaces of 3mm plate box gutters 7
BOLTS, FASTENERS, ETC
7 Class 4.8 bolts with nuts and washers 0.11
8
Class 10.9S High strength friction grip bolts with nuts and washers 0.11
1 M10mm diameter Grade 8.8 x 110mm long expansion bolts 4
2 M16mm diameter Grade 8.8 x 110mm long expansion bolts. 4
M16 x 160mm "HAS Anchors" in set concrete fixed with "HILTI HIT
3
HY200A Injection Adhesive" 4
M20 x 160mm "HAS Anchors" in set concrete fixed with "HILTI HIT
4
HY200A Injection Adhesive" 4
TRANSPORT TO SITE
5 Structural steelwork and fasteners 12.85
OFF LOADING, SITE STORAGE AND ERECTION
Erection, corrosion protection and of structural steelwork complete
with all the necessary cleats, brackets, gussets, packs, etc., as
follows:
6 Structural steelwork. 12.85
CORROSION PROTECTION
AT WORKSHOP
94
4 12mm Expansion anchor with loose bolt 1
GALVANISED STEEL GATES, SCREENS, ETC
10
CITY OF EKURHULENI 6GB/5GBPE A-EPMO 01/2024
The following in hot-dip galvanised mild steel framed and welded
burglar bars formed of flat bar or square hollow section frames filled
in with flat, square or round bars
5 30 x 5mm Flat section frame 6
6 40 x 5mm Flat section frame 6
7 Extra over for mitred L-intersection 1
8 30 x 5mm Flat section bars 6
9 40 x 5mm Flat section bars 6
10 Extra over for T-intersection 1
11 12mm Diameter round bars 6
12 16mm Diameter round bars 6
13 12mm Square bars 6
14 16mm Square bars 6
15 Extra over for T-intersection 1
1 38 x 38 x 3mm Thick square hollow section 6
2 50 x 50 x 3mm Thick square hollow section 6
3 Extra over for mitred L-intersection 1
4 Extra over for T-intersection 1
Hole for and bolted to brick wall with and including 8 x 100mm long
5
flush bolt type expansion bolt 1
GALVANISED STEEL MINOR WORK
Bolts
6 High tensile bolts, nuts and washers 1
7 100mm Long M10 diameter expansion bolt 1
8 125mm Long M12 diameter expansion bolt 1
9 150mm long M16 diameter expansion bolt 1
10 200mm M12 chemical expansion bolt 1
Galvanised mild steel corner protectors cast into concrete
50 x 50 x 5mm Angle section corner protectors in varying lengths with
11 16mm diameter bent lugs each 300mm girth welded on at 300mm
centres, including embedding in concrete 11
60 x 60 x 6mm Angle section corner protectors in varying lengths with
12 16mm diameter bent lugs each 300mm girth welded on at 300mm
centres, including embedding in concrete 11
70 x 70 x 8mm Angle section corner protectors in varying lengths with
1 16mm diameter bent lugs each 300mm girth welded on at 300mm
centres, including embedding in concrete 11
Hot-dip galvanised steel posts
2 100 x 100 x 3mm Square hollow section posts 11
3 Extra over for flat closed end 1
4 101,6 x 3mm Circular hollow section post 11
5 Extra over for flat closed end 1
200 x 200 x 6mm Base plate welded on to foot of post and four times
6
holed for anchor bolts (bolts elsewhere measured) 1
7 150 x 3mm thick x 500mm girth channel shaped bracket eight times
holed for bolts (bolts elsewhere measured) and welded to post 1
Hot-dip galvanised mild steel security ceiling mesh and frames,
including all on and off -site welding, cutting, drilling, grinding
smooth, touching up with cold galvanising, fixing in position
between trusses
50 x 50 x 3mm Angle iron framing holed at 300mm centres and fixed
8
to truss tie beam (truss beam elsewhere measured) 11
25 x 50 x 3mm Flat expanded metal security mesh welded all round to
9
frame 1
Hot-dip galvanised mild steel fixed screens and side screens,
including all on and off -site welding, cutting, drilling, grinding
smooth, touching up with cold galvanising, fixing in position to
95
concrete surface bed and brick wall
1 50 x 50 x 3mm Square hollow section framing 11
11
CITY OF EKURHULENI 50 x 70 x 3mm Cleat welded on and once holed for 8mm bolts (bolts 6GB/5GBPE A-EPMO 01/2024
2
elsewhere measured) 1
75 x 75 x 3mm Base plate welded on and twice holed for 8mm bolts
3
(bolts elsewhere measured) 1
4 50 x 50 x 2mm Channel welded to form frame 11
5 50 x 2mm Flat bar supports 11
25 x 50 x 1,8mm Flat expanded metal security mesh welded all round
6
to frame 1
Galvanised steel powder coated security gates, fixed to brickwork or
concrete
"Trellidor" or similar approved expandable security gate with and
7
including slam lock, overall size 1000 x 2100mm high 1
"Trellidor" or similar approved expandable security gate with and
8
including slam lock, overall size 1500 x 2100mm high 1
"Trellidor" or similar approved expandable security gate with and
9
including slam lock, overall size 3800 x 2100mm high 1
PRESSED STEEL DOOR FRAMES
1,6mm Thick single rebated frame for half brick wall complete with
butt hinges and including setting up, building in, filling back of frame
with cement mortar, etc
Frame for door 813 x 2032mm high with two 100mm steel hinges per
1
leaf 1
Frame for door 813 x 2032mm high with three 100mm steel hinges
2
per leaf 2
1,6mm Double rebated frames suitable for half brick walls complete
with butt hinges and including setting up, building in, filling back of
frame with cement mortar, etc
Frame for door 1613 x 2032mm high with three 100mm steel hinges
3
per leaf 2
1,6mm Thick single rebated frame for one brick wall complete with
butt hinges and including setting up, building in, filling back of frame
with cement mortar, etc
Frame for door 813 x 2032mm high with two 100mm steel hinges per
4
leaf 1
Frame for door 813 x 2032mm high with three 100mm steel hinges
5
per leaf 2
1,6mm Double rebated frames suitable for one brick walls
6 Frame for door 813 x 2032mm high with two hinges 2
Frame for door 1613 x 2032mm high with three 100mm steel hinges
7
per leaf 2
STEEL WINDOWS, DOORS, ETC
Standard residential windows
1 Window type E4 size 1511 x 645mm high 1
2 Window type C4 size 1511 x 949mm high 1
3 Window type ES7 size 1022 x 654mm high 1
4 Window type E1 size 533 x 654mm high 1
5 Window type NC6 size 280 x 924mm high 1
6 Window type NC6F size 280 x 924mm high 1
7 Window type NC5F size 508 x 924mm high 1
8 Window type NC4 size 1486 x 924mm high 1
9 Window type NC10 size 1486 x 924mm high 1
10 Window type NC4F size 1486 x 924mm high 1
11 Window type C1 size 508 x 924mm high 1
12 Window type C2 size 997 x 924mm high 1
13 Window type C2F size 997 x 924mm high 1
14 Window type NE1 size 533 x 654mm high 1
15 Window type NE2 size 1022 x 654mm high 1
16 Window type NE7 size 1022 x 654mm high 1
17 Window type D2 size 1022 x 1245mm high 1
18 Window type D2F size 1022 x 1245mm high 1 96
1 Window type D4 size 1511 x 1245mm high 12 1
CITY OF EKURHULENI 2 Window type ND54 size 1511 x 1540mm high 6GB/5GBPE 1 A-EPMO 01/2024
3 Window type ND54F size 1511 x 1540mm high 1
4 Window type ND511 size 2000 x 1540mm high 1
STEEL ROLLER SHUTTERS ETC
"Serranda" or similar approved interlocking square slatted
chromadek finished roller shutters fixed to in position as per
manufacturer instructions
99
10
Extra over 80mm diameter rainwater pipe for eaves or plinth offset 2
11 Extra over 80mm diameter rainwater pipe for shoe 15 2
CITY OF EKURHULENI 12 80mm Diameter x 300mm long spout pipe 6GB/5GBPE 2 A-EPMO 01/2024
13 100mm Diameter x 370mm long spout pipe with splayed end cast into 2
"Sequal HyDrain" or similar approved outlets complete code 097803
14 75mm Vertical outlet 1
"Sequal Full-bore HyDrain 160" or similar approved outlets code
1 160mm Vertical outlet 4
"Vanstone" or similar approved down channels fixed top surface
900mm Long down channel long with segmental channel with one
open end and one stopped end formed therein and finished smooth,
2
including placing in position under shoe of rainwater pipe on a well
rammed earth bottom 2
SANITARY PLUMBING
uPVC pipes
3 40mm Diameter Pipes 11
4 50mm Diameter Pipes 13
5 75mm Diameter Pipes 10
6 110mm Diameter Pipes 11
Extra over uPVC pipes for fittings
7 40mm Bend 5
8 40mm Inspection bend 3
9 40mm Junction 5
10 40mm Inspection junction 2
11 50mm Bend 8
1 50mm Inspection bend 6
2 50mm Vent valve 1
3 50mm Two way vent valve 1
4 50mm Junction 6
5 50mm Inspection junction 4
6 75mm Bend 2
7 75mm Inspection bend 3
8 75mm Junction 2
9 75mm Inspection junction 2
10 75 x 50mm Reducing junction 1
11 75 x 50mm Inspection reducing junction 1
12 75 x 50mm Reducer 2
13 110mm Bend 4
14 110mm Inspection bend 2
15 110mm Inspection bend with vent horn 1
16 110mm Junction 3
17 110mm Inspection junction 2
18 110 x 50mm Reducing junction 2
19 110 x 50mm Inspection reducing junction 2
1 110 x 50mm Double reducing junction 1
2 110 x 50mm Double inspection reducing junction 1
3 110 x 50mm Reducer 2
4 110mm Pan connector 3
5 110mm Two way vent valve 2
uPVC gulleys
110mm Dished gulley exceeding 750mm and not exceeding 1000mm
6
deep 1
WATER SUPPLIES
Galvanised Mild steel
8 25mm Pipes 8
9 32mm Pipes 8
10 50mm Pipes 4
Extra Over Galvanised Mild steel pipe for fittings
11 25mm Fittings 8
12 32mm T or Reducing T 4
13 32mm Nipple 2
14 32mm Bend or Elbow 3 100
1 32mm Reducer 16 2
CITY OF EKURHULENI 2 50mm T or Reducing T 6GB/5GBPE 2 A-EPMO 01/2024
3 50mm Nipple 1
4 50mm Bend or Elbow 1
5 50mm Reducer 1
ELECTRIC WATER HEATERS
"Kwikot" or similar approved including all fittings, adaptors,
couplings, etc, for connection to the relevant piping.
5 10 Litre under basin geyser 1
6 100 Litre floor electric water heater 1
1 150 Litre floor electric water heater 1
2 300 Litre "SOL-300-IND" geyser and panels 1
3 Drip tray with overflow pipe 1
WATER SUPPLIES TO FIRE APPLIANCES
Galvanised Mild Steel
5 25mm Pipes 7
6 25mm Pipes chased into brickwork 2
7 32mm Pipes 3
Extra Over Galvanised Mild steel pipe for fittings
8 25mm Fittings 2
9 32mm Nipple 2
10 32mm Bend or elbow 2
11 32mm Reducer 2
12 32mm T or Reducing T 2
WATER SUPPLY AND FIRE RETICULATION
WATER SUPPLY
"Galvanised" mild steel screwed and socketed pipes (PE100 standard
according to SANS 4427) (Method A)
8 32mm Pipes laid in trenches (Trenches elsewhere) 7
9 50mm Pipes laid in trenches (Trenches elsewhere) 7
"Galvanised" mild steel screwed and socketed pipes (PE100 standard
32mm Diameter pipe laid in trenches not exceeding 1m deep
1 including excavation, bedding, backfilling, compaction and disposal of
surplus material 7
50mm Diameter pipe laid in trenches not exceeding 1m deep
2 including excavation, bedding, backfilling, compaction and disposal of
surplus material 7
Extra over galvanised steel pipes for steel fittings
3 32mm Nipple 2
4 50mm Nipple 2
5 32mm Reducer 1
6 50mm Reducer 1
7 32mm Bend or Elbow 2
8 50mm Bend or Elbow 2
9 32mm T or Reducing T 2
10 50mm T or Reducing T 2
Class 12.5 "HDPE" Pipes (Method A)
11 20mm Diameter pipe laid in trenches (Trenches elsewhere)
12 40mm Diameter pipe laid in trenches (Trenches elsewhere)
1 90mm Diameter pipe laid in trenches (Trenches elsewhere)
Class 12.5 "HDPE" Pipes (Method B)
20mm Diameter pipe laid in trenches not exceeding 1m deep
2 including excavation, bedding, backfilling, compaction and disposal of
surplus material 7
40mm Diameter pipe laid in trenches not exceeding 1m deep
3 including excavation, bedding, backfilling, compaction and disposal of
surplus material 7
90mm Diameter pipe laid in trenches not exceeding 1m deep
4 including excavation, bedding, backfilling, compaction and disposal of
surplus material 7
Extra over "HDPE" for fittings 101
5 20mm Diameter fittings 17 3
CITY OF EKURHULENI 6 40mm Male iron adaptor 6GB/5GBPE 1 A-EPMO 01/2024
7 40mm Diameter 90 degree bend or elbow 1
8 40mm Diameter reducing T 1
9 90mm Diameter 90 degree bend or elbow 1
10 90mm Diameter 90 degree T 1
11 90mm Diameter Reducing coupling 1
Sundries
"2670 Besaan du Plessis" foundries 225 x 255 x 100mm Type 11B
1
stopcock box 1
2 15 MPa Unreinforced concrete encasing to 90mm pipe 1
3 360 x 360mm Unreinforced 15MPa encasing around rodding eye 1
BULK WATER METER ASSEMBLY
"Class 62" Heavy Pipes
80mm diameter short pipe flanged at both ends (packing and bolts
6
elsewhere) 1
80mm diameter long pipe flanged at both ends (packing and bolts
7
elsewhere) 2
80mm diameter bend flanged at both ends with and including Table
8
16 flanges with packing and bolts 1
80mm diameter long radius bend flanged at both ends with and
9
including Table 16 flanges with packing and bolts 1
FIRE WATER SUPPLY
"Galvanised" mild steel screwed and socketed pipes (PE100 standard
according to SANS 4427) (Method A)
6 32mm Pipes laid in trenches (Trenches elsewhere) 7
7 50mm Pipes laid in trenches (Trenches elsewhere) 7
"Galvanised" mild steel screwed and socketed pipes (PE100 standard
according to SANS 4427) (Method B)
32mm Diameter pipe laid in trenches not exceeding 1m deep
1 including excavation, bedding, backfilling, compaction and disposal of 7
surplus material
50mm Diameter pipe laid in trenches not exceeding 1m deep
2 including excavation, bedding, backfilling, compaction and disposal of 7
surplus material
Extra over galvanised steel pipes for steel fittings
3 32mm Nipple 1
4 50mm Nipple 1
5 32mm Reducer 1
6 50mm Reducer 1
7 32mm Bend or Elbow 1
8 50mm Bend or Elbow 1
9 32mm T or Reducing T 1
10 50mm T or Reducing T 1
Class 16 "HDPE" Pipes in fire water supply (Method A)
11 125mm Diameter pipe laid in trenches (Trenches Elsewhere) 7
Class 16 "HDPE" Pipes in fire water supply (Method B)
125mm Diameter pipe laid in trenches exceeding 1m and not
1 exceeding 2m deep including excavation, bedding, backfilling,
compaction and disposal of surplus material 7
Extra over Class 16 "HDPE" for galvanised or similar approved
fittings with and including flanges, bolts and packing
2 125mm Diameter 90 degree bend or elbow 1
3 125mm Diameter Reducing T 1
HYDRANT
Galvanised Mild Steel
4 80mm Pipes 1
Extra over galvanised steel pipes for fittings
5 80mm Elbow 1
6 80mm Table 16 Flat Flange complete with and including 1
7 110 x 80mm Hydrant Tee 1 102
8 80mm "AVK Gate Valve 43/60 PN1" Flanged cast Iron check valve and 18 1
CITY OF EKURHULENI Tamper Proof Hydrant 6GB/5GBPE A-EPMO 01/2024
9 "Type 4 WTD 80" 80 x 65mm or similar approved Right-angle Tamper 1
Class 25/20 Mass Concrete
Unreinforced concrete in thrust blocks at bends, tees, etc. including
1
necessary extra excavation, formwork, etc. 1
Fence 1800mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
1
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesš. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof 39
Fence 2400mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
2
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesš. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof 11
108
24
CITY OF EKURHULENI 6GB/5GBPE A-EPMO 01/2024
Fence 3000mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
1
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesš. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof 11
Flat wrap 500 razor wire
2 500 x 500mm Flat wrap razor wire fixed to post 39
3 25 x 25 x 2mm Angle section post x 600mm long 11
300 x 150mm Hot dipped Galvanised welded razor wire mesh
painted with "Silverline" aluminium paint fixed simultaneously with
pales onto rails
4 Suitable for 1800mm pales 33
5 Suitable for 2400mm pales 11
6 Suitable for 3000mm pales 11
GALVANISED WIRED FENCE
"Harrop- Allin" or similar approved Galvanised security fence with
bitumen dipped steel standards and bitumen-aluminium painted
(two coats) steel pipe posts, stays, gates, etc including galvanised
steel bolts, straining eye bolts, etc, site clearance and preparation of
ground
SATS 1286.2011
Annex C
Local Content Declaration - Summary Schedule
(C1) Tender No. A-EPMO 01/2024
The appointment CIDB Grade 6GB up to 9GB including 5PE up to 88PE potential emerging (PE) contractors for the Note: VAT to be excluded from all
(C2) Tender description: construction and refurbishment of buildings and facilities around City of Ekurhuleni onbehalf of various calculations
Ekurhuleni Departments on an as and when required basis from the date of award until June 2027
111
28
LOCAL CONTENT DECLARATION
112
CITY OF EKURHULENI 7GB/6GBPE A-EPMO 01/2024
SATS 1286.2011
Annex C
Local Content Declaration - Summary Schedule
(C1) Tender No. A-EPMO: 01/2024
The appointment CIDB Grade 6GB up to 9GB including 5PE up to 88PE potential emerging (PE)
Note: VAT to be excluded from all
contractors for the construction and refurbishment of buildings and facilities around City of
(C2) Tender description: calculations
Ekurhuleni onbehalf of various Ekurhuleni Departments on an as and when required basis from
the date of award until June 2027
(C3) Designated product(s)
(C4) Tender Authority:
(C5) Tendering Entity name:
(C6) Tender Exchange Rate: Pula EU GBP
(C7) Specified local content %
Calculation of local content Tender summary
Tender value
Tender price - Exempted net of Local
Tender item Imported Total exempted Total Imported
List of items each imported exempted Local value content % Tender Qty Total tender value
no's value imported content content
(excl VAT) value imported (per item)
content
(C8) (C9) (C10) (C11) (C12) (C13) (C14) (C15) (C16) (C17) (C18) (C19)
BILL NO. 4
15MPa/20mm Concrete
CONCRETE CAST AGAINST EXCAVATED SURFACES
1 Surface blinding under footings and bases 11
2 Strip footings 46
3 Column bases 65
4 Surface beds cast in panels 11
REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES
25MPa/20mm Concrete
5 Strip footings 46
6 Column bases 65
7 Raft slab and beams 66
8 Ramps 25
9 Surface beds cast in panels on waterproofing (elsewhere measured) 61
10 Thickening out surface beds 38
11 Steps 19
12 Ground beams 15
13 Underpinning block 2
14 Pile caps 8
15 Plinths 12
REINFORCED CONCRETE
25MPa/20mm Concrete
1 Bund Walls 4
2 Sump 2
3 Filling in hollow walls 22
4 Surface beds on waterproofing 61
5 Slabs, including beams and inverted beams 45
6 Walls in foundations (Provisional) 16
7 Walls 40
8 Isolated beams 10
9 Columns in foundations (Provisional) 18
10 Columns 40
11 Stairs and landings including beams and inverted beams 25
12 Wall beams 32
13 Ramps 25
14 Machine bases 11 113
15 Plinths 1 12
CITY OF EKURHULENI 30MPa/20mm Concrete 7GB/6GBPE A-EPMO 01/2024
1 Bund Walls 4
2 Sump 2
3 Pile caps 8
4 Plinths 12
5 Surface beds on waterproofing 61
6 Slabs, including beams and inverted beams 45
7 Walls in foundations (Provisional) 16
8 Walls 40
9 Isolated beams 10
10 Columns in foundations (Provisional) 18
11 Columns 40
12 Stairs and landings including beams and inverted beams 25
13 Wall beams 32
14 Ramps 25
15 Machine bases 11
35MPa non-shrink grout
7 Bedding approximately 30mm thick under 300 x 300mm base plate, 2
PERMANENT FORMWORK
1mm "Bondek " Chromadek Z275 galvanised steel permanent
2 Decking for slabs fixed to steel bearers, including cutting and fitting 100
1,0mm Thick Z275 galvanised flashings
3 1,0mm thick Kerb Flashing 25 x 50 x 150mm 52
REINFORCEMENT (PROVISIONAL)
Mild steel reinforcement to structural concrete work
6 25mm Diameter bars 2.10
7 20mm Diameter bars 2.10
8 16mm Diameter bars 2.10
9 12mm Diameter bars 2.10
10 10mm Diameter bars 2.10
1 8mm Diameter bars 2.10
High tensile steel reinforcement to structural concrete work
2 32mm Diameter bars 2.20
3 25mm Diameter bars 2.20
4 20mm Diameter bars 4.20
5 16mm Diameter bars 20.20
6 12mm Diameter bars 20.20
7 10mm Diameter bars 20.20
8 8mm Diameter bars 20.20
Fabric reinforcement
9 Type 193 fabric reinforcement in concrete surface beds, slabs, etc 542
10 Type 245 fabric reinforcement in concrete surface beds, slabs, etc 383
11 Type 395 fabric reinforcement in concrete surface beds, slabs, etc 303
12 Type 395 fabric reinforcement in cavity walls, etc 106
Dowels anchored in existing concrete with "Prostruct 531 MCI non
shrink Cementious" Grout:
R8 Dowels 750mm long including drilling 350mm deep holes in
13
concrete 8
Y12 Dowels 850mm long including drilling 350mm deep holes in
1
concrete 8
BILL NO. 5
COPINGS
"Old World Concrete" or similar approved copings including bedding
onto brickwork
310 x 75mm Thick "Dripstone 270 A" overall copings weathered on
1 top to 50mm thick along one edge with drip groove in bottom along
both edges 4
"Modcon" or similar approved precast concrete copings including
bedding onto brickwork
2 270 x 65 x 50mm Extreme "Type 002a" coping on 220mm wall 5 114
3 290 x 76 x 47mm "Type 009" coping on 220mm wall 2 6
CITY OF EKURHULENI 4 295 x 50 x 35mm "Type 010" Coping on 220mm walls 7GB/6GBPE 11 A-EPMO 01/2024
5 500 x 500 x 125 x 55 "Type 040f" pier cap 4
6 600 x 600 x 150 x 95 "Type 040h" pier cap 4
600 x 600 x 105 x 65mm pier cap special with 140 x 140mm hole in
7
centre 13
"Old World Concrete" or similar approved sills including bedding
onto brickwork of window opening, etc.
2 270 x 160mm x 90mm "Type 20" sills 3
WATERSPOUTS
"Modcon" or similar approved pre cast water spout cast into
3 300 x 165 x 90mm "Type 001" Water spout 3
BREEZE BLOCK WALLS
190 x 190 x 100mm "Modcon" or similar approved breeze block in
class II mortar pointed with recessed horizontal and vertical joints
4 100mm Walls 18
5 110mm Walls, circular on plan 16
PRECAST CONCRETE COPINGS ETC
BENCHES AND SEATS
"Vanstone" or similar approved
6 1500 x 450 x 450mm "P3-3654" Harmony bench 2
1 1600 x 800 x 800mm "P3-3670" Eureka Table 1
REFUSE BINS
"Vanstone" or similar approved
2 625mm External diameter x 880mm high exposed aggregate external 1
"Winblok" or similar approved modular precast concrete window
surrounds etc finished smooth on exposed surfaces, including
bedding, jointing and pointing
3 400 x 400mm "Type WB44" window surround 15
4 600 x 600mm "Type WB 66" window surround 10
5 690 x 690mm "Type WBWC" window surround 38
BILL NO. 6
MASONRY
FOUNDATIONS (PROVISIONAL)
Brickwork of NFX bricks (14 MPa nominal compressive strength) in
class II mortar
1 Mass brickwork 4
1 Half brick walls 44
2 Half brick walls circular on plan 10
3 Half brick linings to concrete 19
4 Half brick linings to concrete circular on plan 3
5 One brick walls 150
6 One brick walls circular on plan 14
7 One and a half brick walls 11
8 One and a half brick walls circular on plan 14
9 280mm Hollow walls of two half brick skins with cavities filled in with 13
10 280mm Hollow walls of two half brick skins circular on plan with 5
SUPERSTRUCTURE
Brickwork of NFP bricks (7.5MPa nominal compressive strength) in
class II (1:4) mortar
11 Mass brickwork 5
12 Rectangular shaped piers 6
13 Half brick walls 200
14 Half brick walls circular on plan 21
15 Half brick lining to existing walls 60
1 Half brick linings to concrete 20
2 Half brick linings to concrete circular on plan 8
3 Half brick walls in beamfilling 50
4 One brick walls 500
5 One brick walls circular on plan 68
6 One brick walls in fire wall 10 115
7 One brick walls in parapet walls 3 40
CITY OF EKURHULENI 7GB/6GBPE A-EPMO 01/2024
8 One brick walls in parapet walls circular on plan 11
9 One and a half brick walls 180
10 One and a half brick walls circular on plan 20
280mm Hollow walls of two half brick skins including 2.5/m² modified
11
PWD ties (3,15mm Diameter). 146
280mm Hollow walls of two half brick skins including 2.5/m² modified
12
PWD ties (3,15mm Diameter) circular on plan 22
Brickwork of NFP bricks (7.5MPa nominal compressive strength) in
class II (1:4) mortar
5 Horizontal projecting bands 1 course high x 30mm projection 150
6 Vertical projecting bands 1 course high x 125mm projection 10
Brickwork reinforcement
8 75mm Wide reinforcement built in horizontally 1,067
9 75mm Wide reinforcement built in horizontally circular on plan 78
10 150mm Wide reinforcement built in horizontally 3,045
11 150mm Wide reinforcement built in horizontally circular on plan 100
12 220mm Wide reinforcement built in horizontally 411
1 220mm Wide reinforcement built in horizontally circular on plan 64
Steel bar reinforcement
2 8mm Diameter mild steel bars built in horizontally 0.21
Concrete prestressed fabricated lintels
3 110 x 75mm Lintels not exceeding 3,0m 100
4 110 x 75mm Lintels exceeding 3,0m but not exceeding 4,5m 35
Turning pieces
5 110mm Wide turning piece to lintels etc 30
6 220mm Wide turning piece to lintels etc 30
7 280mm Wide turning piece to lintels etc 10
8 330mm Wide turning piece to lintels etc 8
Galvanised hoop iron cramps, ties, etc
9 30 x 1,6mm Roof tie 1500mm long with one end fixed to timber and 58
30 x 1,6mm Wall tie 1500mm long with one end shot pinned to
10
concrete and other end build into brickwork 60
40 x 1,6mm "Tibond" wall tie strips shot pinned to concrete and with
11
ties bent out and built into brickwork 50
40 x 1,6mm "Tibond" wall tie strips fastened to brick wall with nails
12
(Double lintel beam) 50
Bagging of 1:3 cement and sand mixture
3 On brick walls 50
FACE BRICKWORK
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand face bricks delivered to site pointed
with flush horizontal and vertical joints
4
Extra over brickwork for face brickwork in foundation walls, ramp, etc 24
5 Extra over brickwork for face brickwork 500
6 Extra brickwork for face brickwork in soldier course panels 50
7
Half brick face brick walls in class II (1:4) mortar pointed on both sides 40
Fair cutting and fitting around pipe not exceeding 100mm external
8
diameter 8
Fair cutting and fitting around pipe exceeding 100mm and not
9
exceeding 200mm external diameter 2
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand face bricks delivered to site brick-on-
edge header course copings, sills, etc. pointed with flush horizontal
and vertical joints
Cut face brick-on-edge external window sill, 150mm wide, set sloping
and slightly projecting in cement mortar and pointed on top, front
1
edge and projecting soffit including all necessary fair raking cutting to
facings under and fair and fitted ends 30 116
4
CITY OF EKURHULENI Cut face brick-on-edge external window sill, 220mm wide, set sloping 7GB/6GBPE A-EPMO 01/2024
and slightly projecting in cement mortar and pointed on top, front
2
edge and projecting soffit including all necessary fair raking cutting to
facings under and fair and fitted ends 30
3 150mm Wide sills set sloping and slightly projecting 30
4 220mm Wide sills set sloping and slightly projecting 30
5 Copings on top of half brick walls 5
6 Copings on top of one brick walls 50
Copings on top of one brick walls circular on plan not exceeding 2m
7
radius 4
8
Copings on top of one brick walls circular on plan exceeding 2m radius 4
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand face bricks delivered to site brick-on-
edge header course lintels, etc. pointed with flush horizontal and
vertical joints on exposed surfaces
Brick-on-edge header course lintels one course high, pointed on face
9
and 110mm soffit 15
Brick-on-edge header course lintels one course high, pointed on face
1
and 220mm soffit 15
Brick-on-edge header course lintels one course high, pointed on face
2
and 280mm soffit 15
Brick-on-edge header course lintels one course high, pointed on face
3
and 330mm soffit 10
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand face bricks delivered to site for face
brick arches, recesses etc. pointed with flush horizontal and vertical
joints on exposed surfaces
Extra over brickwork for 3230mm diameter semi-circular arch in one
4 brick wall, consisting of one brick-on-edge header course ring, pointed
on soffit and both sides, including support centre 4
5 Fair cutting to face brickwork for arches 3
WALL CLADDING
Provide the prime cost of R 390.00 (Three hundred and Ninety
Rand/m2) delivered to site as supplied by Durastone or similar
approved
Split face stone wall cladding to external walls build in mortar as per
6
suppliers instructions 200
PAVING ETC
Provide the prime cost of R 5 200.00 (Five thousand and Two
Hundred rand) per thousand paving bricks delivered to site on
concrete, bedded and jointed in cement mortar and pointed with
hollowed joints
1 Paving in stretcher bond on 25mm thick mortar bed 80
2 Paving in stretcher bond on 25mm thick mortar bed to falls 80
3 Fair circular cutting 15
4 220mm Wide brick-on-flat header course edgings on 25mm thick 15
400 x 300 x 60mm "Bosun Large Urban Paver" or similar approved
finished off with Black Non-slip finishes
1 Paving 50
1 Purpose made tile to 3-way intersection of ridge with hips bedded and
pointed in 1:3 cement mortar tinted to match tile colour 36
PROFILED METAL SHEETING AND ACCESSORIES
1.6mm Satin finish stainless steel plates counter sunk screwed along 119
edges at not exceeding 200mm centres or similar approved 7
CITY OF EKURHULENI 4 300 x 150mm Push plate with 6 fix holes 7GB/6GBPE 6 A-EPMO 01/2024
0.9mm Satin finish stainless steel plates counter sunk screwed along
edges at not exceeding 200mm centres or similar approved
5 160 x 770mm Kick plate 27
6 320 x 770mm Kick plate 5
LETTERS, NAMEPLATES, ETC
"Geze" or similar approved
160 x 160 x 1.2mm Stainless steel male/female/paraplegic indicator
7
sign 8
Stainless steel corner protectors
50mm x 50mm x 1,2mm thick corner protectors pugged and screwed
1
to walls four times 1200mm high 5
90mm x 90mm x 1,2mm thick corner protectors screwed to walls four
2
times 1200mm high 5
BILL NO. 13
STRUCTURAL STEELWORK
DETAILING
Prepare detail drawings for fabrication and submit for approval
1 Structural steelwork 58.40
SUPPLY AND FABRICATION OF STEELWORK
STEEL COLUMNS AND BEAMS
Welded columns in single lengths with flat base, cap, bearer and
connection plates, bolted to concrete
1 203 x 133 x 25kg/m UB Column 3.20
2 406 x 140 x 67kg/m UB Column 1.30
3 305 x 165 x 40 kg/m UB Gable Column 1.50
203 x 133 x 25kg/m UB Columns in heights exceeding 13m and not
4
exceeding 18m 1.70
305 x 165 x 40 kg/m UB Gable Columns in heights exceeding 13m and
5
not exceeding 18m 1.80
406 x 140 x 67kg/m UB Columns in heights exceeding 13m and not
6
exceeding 18m 2.30
STEEL TRUSSES
Welded roof trusses of angle rafters, tie beams, rails, struts, braces,
cleats, etc and flat bearer, gusset and connection plates, bolted to
steel
7 305 x 102 x 28kg/m UB Rafter 2.50
8 406 x 140 x 67kg/m UB Rafter 3.00
9 PC 230 x 90 PFC False Rafter 3.00
10 200 x 75 x 20 x 3,0 CF lipped channel in purlin. 2.50
305 x 102 x 28kg/m UB Rafters in heights exceeding 13m and not
1
exceeding 18m 2.50
406 x 140 x 67kg/m UB Rafters in heights exceeding 13m and not
2
exceeding 18m 3.00
PC 230 x 90 PFC False Rafters in heights exceeding 13m and not
3
exceeding 18m 3.00
STEEL PURLINS, GIRTS, BRACING, ETC
Quantities include all gussets and cleats, including those for
attaching bracing to main structure.
4 40 x 40 x 5mm Angle section purlins/girts. 3.00
5 70 x 70 x 6mm Angle section bracing 5.00
6 40 x 40 x 4mm Angle section sag angle 4.00
7 76,2 x 3,5mm Circular hollow section sag rods 3.00
8 165,1 x 3,5mm Circular hollow section eaves tie 1.00
9 101,6 x 3,5mm Circular hollow section bracing 1.00
10 150 x 75 x 20 x 2,5 CF Thick cold-formed lipped channel purlins 2.50
BOX GUTTERS
Quantities include connection and splice material
1 2,5mm Thick x 1000mm Girth galvanised Box Gutter 3.80 120
2 Circular Hollow Section Downpipe 8 3.80
CITY OF EKURHULENI 3 Extra over Box Gutter for Ends 7GB/6GBPE 10 A-EPMO 01/2024
Extra over Box Gutter for 250mm wide hopper connected to gutter
4
with one end closed and 150mm diameter outlet. 10
Expanded metal hail guards with and including supporting frames
supplied, delivered, installed in position and sandblasted and
painted (both sides measured on flat)
"Mentis type 99" galvanised expanded metal hail guards, to fit
5
opening 550mm wide, laid loose in box gutter 25
Mechanical wire brush or light blast to remove all mill scale and
apply one coat of epoxy tar to 75microns DFT
6 On inside surfaces of 3mm plate box gutters 30
BOLTS, FASTENERS, ETC
7 Class 4.8 bolts with nuts and washers 0.50
8
Class 10.9S High strength friction grip bolts with nuts and washers 0.50
1 M10mm diameter Grade 8.8 x 110mm long expansion bolts 20
2 M16mm diameter Grade 8.8 x 110mm long expansion bolts. 20
M16 x 160mm "HAS Anchors" in set concrete fixed with "HILTI HIT
3
HY200A Injection Adhesive" 20
M20 x 160mm "HAS Anchors" in set concrete fixed with "HILTI HIT
4
HY200A Injection Adhesive" 20
TRANSPORT TO SITE
5 Structural steelwork and fasteners 58.40
OFF LOADING, SITE STORAGE AND ERECTION
Erection, corrosion protection and of structural steelwork complete
with all the necessary cleats, brackets, gussets, packs, etc., as
follows:
6 Structural steelwork. 58.40
CORROSION PROTECTION
AT WORKSHOP
7 150 x 3mm thick x 500mm girth channel shaped bracket eight times
holed for bolts (bolts elsewhere measured) and welded to post 5
Hot-dip galvanised mild steel security ceiling mesh and frames,
including all on and off -site welding, cutting, drilling, grinding
smooth, touching up with cold galvanising, fixing in position
between trusses
50 x 50 x 3mm Angle iron framing holed at 300mm centres and fixed
8
to truss tie beam (truss beam elsewhere measured) 50
25 x 50 x 3mm Flat expanded metal security mesh welded all round to
9
frame 5
Hot-dip galvanised mild steel fixed screens and side screens,
including all on and off -site welding, cutting, drilling, grinding
smooth, touching up with cold galvanising, fixing in position to
123
concrete surface bed and brick wall
1 50 x 50 x 3mm Square hollow section framing 50
11
CITY OF EKURHULENI 50 x 70 x 3mm Cleat welded on and once holed for 8mm bolts (bolts 7GB/6GBPE A-EPMO 01/2024
2
elsewhere measured) 5
75 x 75 x 3mm Base plate welded on and twice holed for 8mm bolts
3
(bolts elsewhere measured) 5
4 50 x 50 x 2mm Channel welded to form frame 50
5 50 x 2mm Flat bar supports 50
25 x 50 x 1,8mm Flat expanded metal security mesh welded all round
6
to frame 5
Galvanised steel powder coated security gates, fixed to brickwork or
concrete
"Trellidor" or similar approved expandable security gate with and
7
including slam lock, overall size 1000 x 2100mm high 4
"Trellidor" or similar approved expandable security gate with and
8
including slam lock, overall size 1500 x 2100mm high 4
"Trellidor" or similar approved expandable security gate with and
9
including slam lock, overall size 3800 x 2100mm high 2
PRESSED STEEL DOOR FRAMES
1,6mm Thick single rebated frame for half brick wall complete with
butt hinges and including setting up, building in, filling back of frame
with cement mortar, etc
Frame for door 813 x 2032mm high with two 100mm steel hinges per
1
leaf 4
Frame for door 813 x 2032mm high with three 100mm steel hinges
2
per leaf 8
1,6mm Double rebated frames suitable for half brick walls complete
with butt hinges and including setting up, building in, filling back of
frame with cement mortar, etc
Frame for door 1613 x 2032mm high with three 100mm steel hinges
3
per leaf 8
1,6mm Thick single rebated frame for one brick wall complete with
butt hinges and including setting up, building in, filling back of frame
with cement mortar, etc
Frame for door 813 x 2032mm high with two 100mm steel hinges per
4
leaf 4
Frame for door 813 x 2032mm high with three 100mm steel hinges
5
per leaf 8
1,6mm Double rebated frames suitable for one brick walls
6 Frame for door 813 x 2032mm high with two hinges 8
Frame for door 1613 x 2032mm high with three 100mm steel hinges
7
per leaf 8
STEEL WINDOWS, DOORS, ETC
Standard residential windows
1 Window type E4 size 1511 x 645mm high 5
2 Window type C4 size 1511 x 949mm high 5
3 Window type ES7 size 1022 x 654mm high 5
4 Window type E1 size 533 x 654mm high 5
5 Window type NC6 size 280 x 924mm high 5
6 Window type NC6F size 280 x 924mm high 5
7 Window type NC5F size 508 x 924mm high 5
8 Window type NC4 size 1486 x 924mm high 5
9 Window type NC10 size 1486 x 924mm high 5
10 Window type NC4F size 1486 x 924mm high 5
11 Window type C1 size 508 x 924mm high 5
12 Window type C2 size 997 x 924mm high 5
13 Window type C2F size 997 x 924mm high 5
14 Window type NE1 size 533 x 654mm high 5
15 Window type NE2 size 1022 x 654mm high 5
16 Window type NE7 size 1022 x 654mm high 5
17 Window type D2 size 1022 x 1245mm high 5
18 Window type D2F size 1022 x 1245mm high 5 124
1 Window type D4 size 1511 x 1245mm high 12 5
CITY OF EKURHULENI 2 Window type ND54 size 1511 x 1540mm high 7GB/6GBPE 5 A-EPMO 01/2024
3 Window type ND54F size 1511 x 1540mm high 5
4 Window type ND511 size 2000 x 1540mm high 5
STEEL ROLLER SHUTTERS ETC
"Serranda" or similar approved interlocking square slatted
chromadek finished roller shutters fixed to in position as per
manufacturer instructions
127
10
Extra over 80mm diameter rainwater pipe for eaves or plinth offset 7
11 Extra over 80mm diameter rainwater pipe for shoe 15 7
CITY OF EKURHULENI 12 80mm Diameter x 300mm long spout pipe 7GB/6GBPE 7 A-EPMO 01/2024
13 100mm Diameter x 370mm long spout pipe with splayed end cast into 7
"Sequal HyDrain" or similar approved outlets complete code 097803
14 75mm Vertical outlet 6
"Sequal Full-bore HyDrain 160" or similar approved outlets code
1 160mm Vertical outlet 18
"Vanstone" or similar approved down channels fixed top surface
900mm Long down channel long with segmental channel with one
open end and one stopped end formed therein and finished smooth,
2
including placing in position under shoe of rainwater pipe on a well
rammed earth bottom 7
SANITARY PLUMBING
uPVC pipes
3 40mm Diameter Pipes 50
4 50mm Diameter Pipes 61
5 75mm Diameter Pipes 44
6 110mm Diameter Pipes 50
Extra over uPVC pipes for fittings
7 40mm Bend 21
8 40mm Inspection bend 15
9 40mm Junction 21
10 40mm Inspection junction 10
11 50mm Bend 37
1 50mm Inspection bend 29
2 50mm Vent valve 3
3 50mm Two way vent valve 3
4 50mm Junction 29
5 50mm Inspection junction 20
6 75mm Bend 9
7 75mm Inspection bend 12
8 75mm Junction 9
9 75mm Inspection junction 10
10 75 x 50mm Reducing junction 4
11 75 x 50mm Inspection reducing junction 2
12 75 x 50mm Reducer 7
13 110mm Bend 17
14 110mm Inspection bend 11
15 110mm Inspection bend with vent horn 3
16 110mm Junction 13
17 110mm Inspection junction 10
18 110 x 50mm Reducing junction 11
19 110 x 50mm Inspection reducing junction 7
1 110 x 50mm Double reducing junction 4
2 110 x 50mm Double inspection reducing junction 4
3 110 x 50mm Reducer 9
4 110mm Pan connector 13
5 110mm Two way vent valve 10
uPVC gulleys
110mm Dished gulley exceeding 750mm and not exceeding 1000mm
6
deep 2
WATER SUPPLIES
Galvanised Mild steel
8 25mm Pipes 36
9 32mm Pipes 36
10 50mm Pipes 16
Extra Over Galvanised Mild steel pipe for fittings
11 25mm Fittings 36
12 32mm T or Reducing T 16
13 32mm Nipple 11
14 32mm Bend or Elbow 12 128
1 32mm Reducer 16 8
CITY OF EKURHULENI 2 50mm T or Reducing T 7GB/6GBPE 7 A-EPMO 01/2024
3 50mm Nipple 3
4 50mm Bend or Elbow 6
5 50mm Reducer 4
ELECTRIC WATER HEATERS
"Kwikot" or similar approved including all fittings, adaptors,
couplings, etc, for connection to the relevant piping.
5 10 Litre under basin geyser 1
6 100 Litre floor electric water heater 1
1 150 Litre floor electric water heater 1
2 300 Litre "SOL-300-IND" geyser and panels 1
3 Drip tray with overflow pipe 3
WATER SUPPLIES TO FIRE APPLIANCES
Galvanised Mild Steel
5 25mm Pipes 30
6 25mm Pipes chased into brickwork 10
7 32mm Pipes 15
Extra Over Galvanised Mild steel pipe for fittings
8 25mm Fittings 10
9 32mm Nipple 10
10 32mm Bend or elbow 10
11 32mm Reducer 10
12 32mm T or Reducing T 10
WATER SUPPLY AND FIRE RETICULATION
WATER SUPPLY
"Galvanised" mild steel screwed and socketed pipes (PE100 standard
according to SANS 4427) (Method A)
8 32mm Pipes laid in trenches (Trenches elsewhere) 30
9 50mm Pipes laid in trenches (Trenches elsewhere) 30
"Galvanised" mild steel screwed and socketed pipes (PE100 standard
32mm Diameter pipe laid in trenches not exceeding 1m deep
1 including excavation, bedding, backfilling, compaction and disposal of
surplus material 30
50mm Diameter pipe laid in trenches not exceeding 1m deep
2 including excavation, bedding, backfilling, compaction and disposal of
surplus material 30
Extra over galvanised steel pipes for steel fittings
3 32mm Nipple 4
4 50mm Nipple 4
5 32mm Reducer 4
6 50mm Reducer 4
7 32mm Bend or Elbow 4
8 50mm Bend or Elbow 4
9 32mm T or Reducing T 4
10 50mm T or Reducing T 4
Class 12.5 "HDPE" Pipes (Method A)
11 20mm Diameter pipe laid in trenches (Trenches elsewhere) 30
12 40mm Diameter pipe laid in trenches (Trenches elsewhere) 30
1 90mm Diameter pipe laid in trenches (Trenches elsewhere) 30
Class 12.5 "HDPE" Pipes (Method B)
20mm Diameter pipe laid in trenches not exceeding 1m deep
2 including excavation, bedding, backfilling, compaction and disposal of
surplus material 30
40mm Diameter pipe laid in trenches not exceeding 1m deep
3 including excavation, bedding, backfilling, compaction and disposal of
surplus material 30
90mm Diameter pipe laid in trenches not exceeding 1m deep
4 including excavation, bedding, backfilling, compaction and disposal of
surplus material 30
Extra over "HDPE" for fittings 129
5 20mm Diameter fittings 17 12
CITY OF EKURHULENI 6 40mm Male iron adaptor 7GB/6GBPE 4 A-EPMO 01/2024
7 40mm Diameter 90 degree bend or elbow 4
8 40mm Diameter reducing T 4
9 90mm Diameter 90 degree bend or elbow 4
10 90mm Diameter 90 degree T 4
11 90mm Diameter Reducing coupling 4
Sundries
2 15 MPa Unreinforced concrete encasing to 90mm pipe 6
3 360 x 360mm Unreinforced 15MPa encasing around rodding eye 4
BULK WATER METER ASSEMBLY
"Class 62" Heavy Pipes
80mm diameter short pipe flanged at both ends (packing and bolts
6
elsewhere) 4
80mm diameter long pipe flanged at both ends (packing and bolts
7
elsewhere) 8
80mm diameter bend flanged at both ends with and including Table
8
16 flanges with packing and bolts 4
80mm diameter long radius bend flanged at both ends with and
9
including Table 16 flanges with packing and bolts 4
FIRE WATER SUPPLY
"Galvanised" mild steel screwed and socketed pipes (PE100 standard
according to SANS 4427) (Method A)
6 32mm Pipes laid in trenches (Trenches elsewhere) 30
7 50mm Pipes laid in trenches (Trenches elsewhere) 30
"Galvanised" mild steel screwed and socketed pipes (PE100 standard
according to SANS 4427) (Method B)
32mm Diameter pipe laid in trenches not exceeding 1m deep
1 including excavation, bedding, backfilling, compaction and disposal of
surplus material 30
50mm Diameter pipe laid in trenches not exceeding 1m deep
2 including excavation, bedding, backfilling, compaction and disposal of
surplus material 30
Extra over galvanised steel pipes for steel fittings
3 32mm Nipple 4
4 50mm Nipple 4
5 32mm Reducer 4
6 50mm Reducer 4
7 32mm Bend or Elbow 4
8 50mm Bend or Elbow 4
9 32mm T or Reducing T 4
10 50mm T or Reducing T 4
Class 16 "HDPE" Pipes in fire water supply (Method A)
11 125mm Diameter pipe laid in trenches (Trenches Elsewhere) 30
Class 16 "HDPE" Pipes in fire water supply (Method B)
125mm Diameter pipe laid in trenches exceeding 1m and not
1 exceeding 2m deep including excavation, bedding, backfilling,
compaction and disposal of surplus material 30
Extra over Class 16 "HDPE" for galvanised or similar approved
fittings with and including flanges, bolts and packing
2 125mm Diameter 90 degree bend or elbow 4
3 125mm Diameter Reducing T 4
HYDRANT
Galvanised Mild Steel
4 80mm Pipes 3
Extra over galvanised steel pipes for fittings
5 80mm Elbow 2
6 80mm Table 16 Flat Flange complete with and including 6
7 110 x 80mm Hydrant Tee 2
8 80mm "AVK Gate Valve 43/60 PN1" Flanged cast Iron check valve and 1
Tamper Proof Hydrant 130
9 "Type 4 WTD 80" 80 x 65mm or similar approved Right-angle Tamper 18 1
CITY OF EKURHULENI 7GB/6GBPE A-EPMO 01/2024
Class 25/20 Mass Concrete
Unreinforced concrete in thrust blocks at bends, tees, etc. including
1
necessary extra excavation, formwork, etc. 0.30
1
450 x 450mm Inspection chamber not exceeding 1,0m deep internally 1
2 600 x 600mm Inspection chamber not exceeding 1,0m internally 1
3
800 x 740mm Inspection chamber not exceeding 1,0m deep internally 1
4 800 x 800mm Inspection chamber not exceeding 1,0m internally 1
1185 x 975mm Inspection chamber not exceeding 1,0m deep
5
internally 1
Fence 1800mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
1
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesš. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof 150
136
24
CITY OF EKURHULENI 7GB/6GBPE A-EPMO 01/2024
Fence 2400mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
2
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesš. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof 50
Fence 3000mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
1
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesš. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof 50
Flat wrap 500 razor wire
2 500 x 500mm Flat wrap razor wire fixed to post 150
3 25 x 25 x 2mm Angle section post x 600mm long 50
300 x 150mm Hot dipped Galvanised welded razor wire mesh
painted with "Silverline" aluminium paint fixed simultaneously with
pales onto rails
4 Suitable for 1800mm pales 150
5 Suitable for 2400mm pales 50
6 Suitable for 3000mm pales 50
GALVANISED WIRED FENCE
"Harrop- Allin" or similar approved Galvanised security fence with
bitumen dipped steel standards and bitumen-aluminium painted
(two coats) steel pipe posts, stays, gates, etc including galvanised
steel bolts, straining eye bolts, etc, site clearance and preparation of
ground
139
27
CITY OF EKURHULENI 7GB/6GBPE A-EPMO 01/2024
SATS 1286.2011
Annex C
Local Content Declaration - Summary Schedule
(C1) Tender No. A-EPMO 01/2024
The appointment CIDB Grade 6GB up to 9GB including 5PE up to 88PE potential emerging (PE) contractors for the Note: VAT to be excluded from all
(C2) Tender description: construction and refurbishment of buildings and facilities around City of Ekurhuleni onbehalf of various calculations
Ekurhuleni Departments on an as and when required basis from the date of award until June 2027
140
28
LOCAL CONTENT DECLARATION
141
CITY OF EKURHULENI A-EPMO 01/2024
SATS 1286.2011
Annex C
Local Content Declaration - Summary Schedule
(C1) Tender No. A-EPMO: 01/2024
The appointment CIDB Grade 6GB up to 9GB including 5PE up to 88PE potential emerging (PE) contractors for the Note: VAT to be excluded from all
(C2) Tender description: construction and refurbishment of buildings and facilities around City of Ekurhuleni onbehalf of various Ekurhuleni calculations
Departments on an as and when required basis from the date of award until June 2027
(C3) Designated product(s)
(C4) Tender Authority:
(C5) Tendering Entity name:
(C6) Tender Exchange Rate: Pula EU GBP
(C7) Specified local content %
Calculation of local content Tender summary
Tender value
Tender price - Exempted net of Local
Tender item Imported Total exempted Total Imported
List of items each imported exempted Local value content % Tender Qty Total tender value
no's value imported content content
(excl VAT) value imported (per item)
content
(C8) (C9) (C10) (C11) (C12) (C13) (C14) (C15) (C16) (C17) (C18) (C19)
CONCRETE CAST AGAINST EXCAVATED SURFACES
15MPa/20mm Concrete
1 Surface blinding under footings and bases 28
2 Strip footings 115
3 Column bases 163
4 Surface beds cast in panels 28
REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES
25MPa/20mm Concrete
5 Strip footings 115
6 Column bases 163
7 Raft slab and beams 165
8 Ramps 63
9 Surface beds cast in panels on waterproofing (elsewhere measured) 153
10 Thickening out surface beds 95
11 Steps 48
12 Ground beams 38
13 Underpinning block 5
14 Pile caps 20
15 Plinths 30
REINFORCED CONCRETE
25MPa/20mm Concrete
1 Bund Walls 10
2 Sump 5
3 Filling in hollow walls 55
4 Surface beds on waterproofing 153
5 Slabs, including beams and inverted beams 113
6 Walls in foundations (Provisional) 40
7 Walls 100
Concrete, Formwork and Reinforcement
8 Isolated beams 25
9 Columns in foundations (Provisional) 45
1 142
CITY OF EKURHULENI A-EPMO 01/2024
2 143
CITY OF EKURHULENI A-EPMO 01/2024
3 144
CITY OF EKURHULENI A-EPMO 01/2024
4 145
CITY OF EKURHULENI A-EPMO 01/2024
5 146
CITY OF EKURHULENI A-EPMO 01/2024
6 147
CITY OF EKURHULENI A-EPMO 01/2024
7 148
CITY OF EKURHULENI A-EPMO 01/2024
8 149
CITY OF EKURHULENI A-EPMO 01/2024
9 150
CITY OF EKURHULENI A-EPMO 01/2024
10 151
CITY OF EKURHULENI A-EPMO 01/2024
11 152
CITY OF EKURHULENI A-EPMO 01/2024
12 153
CITY OF EKURHULENI A-EPMO 01/2024
13 154
CITY OF EKURHULENI A-EPMO 01/2024
14 155
CITY OF EKURHULENI A-EPMO 01/2024
15 156
CITY OF EKURHULENI A-EPMO 01/2024
16 157
CITY OF EKURHULENI A-EPMO 01/2024
17 158
CITY OF EKURHULENI A-EPMO 01/2024
18 159
CITY OF EKURHULENI A-EPMO 01/2024
19 160
CITY OF EKURHULENI A-EPMO 01/2024
20 161
CITY OF EKURHULENI A-EPMO 01/2024
21 162
CITY OF EKURHULENI A-EPMO 01/2024
22 163
CITY OF EKURHULENI A-EPMO 01/2024
23 164
CITY OF EKURHULENI A-EPMO 01/2024
24 165
CITY OF EKURHULENI A-EPMO 01/2024
25 166
CITY OF EKURHULENI A-EPMO 01/2024
26 167
CITY OF EKURHULENI A-EPMO 01/2024
27 168
CITY OF EKURHULENI A-EPMO 01/2024
28 169
CITY OF EKURHULENI A-EPMO 01/2024
29 170
CITY OF EKURHULENI A-EPMO 01/2024
30 171
CITY OF EKURHULENI A-EPMO 01/2024
Fence 1800mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
1 438
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesÂ. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof
31 172
CITY OF EKURHULENI A-EPMO 01/2024
Fence 2400mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
2 125
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degrees. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof
External Works
Fence 3000mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
1 125
with size M8 bolt to posts and grouted afterwards, fence pale, 80 x
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesÂ. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof
Flat wrap 500 razor wire
2 500 x 500mm Flat wrap razor wire fixed to post 438
3 25 x 25 x 2mm Angle section post x 600mm long 125
300 x 150mm Hot dipped Galvanised welded razor wire mesh
painted with "Silverline" aluminium paint fixed simultaneously with
pales onto rails
4 Suitable for 1800mm pales 375
5 Suitable for 2400mm pales 125
6 Suitable for 3000mm pales 125
"Harrop- Allin" or similar approved Galvanised security fence with
bitumen dipped steel standards and bitumen-aluminium painted
(two coats) steel pipe posts, stays, gates, etc including galvanised
steel bolts, straining eye bolts, etc, site clearance and preparation of
ground
1800mm High fully galvanised security fence vertically of Y section
standards with overhang at not exceeding 2500m centres, with single
strands of 2mm straining wire and single strand lightly galvanised
1 250
barbed wire tied to standards, posts and eye bolts and the vertical
height covered with 50 x 50 x 2mm diamond wire mesh tied at 600mm
centres to each straining wire
32 173
CITY OF EKURHULENI A-EPMO 01/2024
33 174
CITY OF EKURHULENI A-EPMO 01/2024
34 175
CITY OF EKURHULENI A-EPMO 01/2024
35 176
CITY OF EKURHULENI A-EPMO 01/2024
36 177
LOCAL CONTENT DECLARATION
178
CITY OF EKURHULENI A-EPMO 01/2024
SATS 1286.2011
Annex C
Local Content Declaration - Summary Schedule
(C1) Tender No. A-EPMO: 01/2024
The appointment CIDB Grade 6GB up to 9GB including 5PE up to 88PE potential emerging (PE) contractors for the Note: VAT to be excluded from all
(C2) Tender description: construction and refurbishment of buildings and facilities around City of Ekurhuleni onbehalf of various Ekurhuleni calculations
Departments on an as and when required basis from the date of award until June 2027
(C3) Designated product(s)
(C4) Tender Authority:
(C5) Tendering Entity name:
(C6) Tender Exchange Rate: Pula EU GBP
(C7) Specified local content %
Calculation of local content Tender summary
Tender value
Tender price - Exempted net of Local
Tender item Imported Total exempted Total Imported
List of items each imported exempted Local value content % Tender Qty Total tender value
no's value imported content content
(excl VAT) value imported (per item)
content
(C8) (C9) (C10) (C11) (C12) (C13) (C14) (C15) (C16) (C17) (C18) (C19)
CONCRETE CAST AGAINST EXCAVATED SURFACES
15MPa/20mm Concrete
1 Surface blinding under footings and bases 44
2 Strip footings 184
3 Column bases 260
4 Surface beds cast in panels 44
REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES
25MPa/20mm Concrete
5 Strip footings 184
6 Column bases 260
7 Raft slab and beams 264
8 Ramps 100
9 Surface beds cast in panels on waterproofing (elsewhere measured) 244
10 Thickening out surface beds 152
11 Steps 76
12 Ground beams 60
13 Underpinning block 8
14 Pile caps 32
15 Plinths 48
Concrete, Formwork and Reinforcement
REINFORCED CONCRETE
25MPa/20mm Concrete
1 Bund Walls 16
2 Sump 8
3 Filling in hollow walls 88
4 Surface beds on waterproofing 244
5 Slabs, including beams and inverted beams 180
6 Walls in foundations (Provisional) 64
7 Walls 160
8 Isolated beams 40
9 Columns in foundations (Provisional) 72
1 179
CITY OF EKURHULENI A-EPMO 01/2024
2 180
CITY OF EKURHULENI A-EPMO 01/2024
3 181
CITY OF EKURHULENI A-EPMO 01/2024
4 182
CITY OF EKURHULENI A-EPMO 01/2024
5 183
CITY OF EKURHULENI A-EPMO 01/2024
6 184
CITY OF EKURHULENI A-EPMO 01/2024
7 185
CITY OF EKURHULENI A-EPMO 01/2024
8 186
CITY OF EKURHULENI A-EPMO 01/2024
9 187
CITY OF EKURHULENI A-EPMO 01/2024
10 188
CITY OF EKURHULENI A-EPMO 01/2024
11 189
CITY OF EKURHULENI A-EPMO 01/2024
12 190
CITY OF EKURHULENI A-EPMO 01/2024
13 191
CITY OF EKURHULENI A-EPMO 01/2024
14 192
CITY OF EKURHULENI A-EPMO 01/2024
15 193
CITY OF EKURHULENI A-EPMO 01/2024
16 194
CITY OF EKURHULENI A-EPMO 01/2024
17 195
CITY OF EKURHULENI A-EPMO 01/2024
18 196
CITY OF EKURHULENI A-EPMO 01/2024
19 197
CITY OF EKURHULENI A-EPMO 01/2024
20 198
CITY OF EKURHULENI A-EPMO 01/2024
21 199
CITY OF EKURHULENI A-EPMO 01/2024
22 200
CITY OF EKURHULENI A-EPMO 01/2024
23 201
CITY OF EKURHULENI A-EPMO 01/2024
24 202
CITY OF EKURHULENI A-EPMO 01/2024
25 203
CITY OF EKURHULENI A-EPMO 01/2024
26 204
CITY OF EKURHULENI A-EPMO 01/2024
27 205
CITY OF EKURHULENI A-EPMO 01/2024
28 206
CITY OF EKURHULENI A-EPMO 01/2024
29 207
CITY OF EKURHULENI A-EPMO 01/2024
30 208
CITY OF EKURHULENI A-EPMO 01/2024
Fence 1800mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
1 with size M8 bolt to posts and grouted afterwards, fence pale, 80 x 700
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesÂ. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof
Fence 2400mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
2 with size M8 bolt to posts and grouted afterwards, fence pale, 80 x 200
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesÂ. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof
31 209
CITY OF EKURHULENI A-EPMO 01/2024
Fence 3000mm high above ground level over flat or sloping terrain
with 220 x 150mm tapered to 80mm fence post reinforced with 4 x
6mm high tensile spring steel wires, with the top of the posts tapered
at 45 degrees, 1990 x 75 x 150mm fence rails with 9 x 10mm diameter
holes, reinforced with 4 x 6mm high tensile spring steel wires fixed
1 with size M8 bolt to posts and grouted afterwards, fence pale, 80 x 200
110 tapered to 80mm, reinforced with 4 x 6mm high tensile spring
steel wires, with the top of the posts tapered at 45 degreesÂ. Fencing
pales are spaced 200mm centres leaving a 100mm between pales and
fixed to rails with a minimum size M8 bolt, properly concealed and to
be grouted afterwards to tamper proof
Flat wrap 500 razor wire
2 500 x 500mm Flat wrap razor wire fixed to post 700
3 25 x 25 x 2mm Angle section post x 600mm long 200
300 x 150mm Hot dipped Galvanised welded razor wire mesh
painted with "Silverline" aluminium paint fixed simultaneously with
pales onto rails
4 Suitable for 1800mm pales 600
5 Suitable for 2400mm pales 200
6 Suitable for 3000mm pales 200
"Harrop- Allin" or similar approved Galvanised security fence with
bitumen dipped steel standards and bitumen-aluminium painted
(two coats) steel pipe posts, stays, gates, etc including galvanised
steel bolts, straining eye bolts, etc, site clearance and preparation of
ground
1800mm High fully galvanised security fence vertically of Y section
standards with overhang at not exceeding 2500m centres, with single
strands of 2mm straining wire and single strand lightly galvanised
1 400
barbed wire tied to standards, posts and eye bolts and the vertical
height covered with 50 x 50 x 2mm diamond wire mesh tied at 600mm
centres to each straining wire
Extra over for 101mm diameter straining or gate post 1800mm long
2 vertically with 500mm 45 degree overhang, including post caps and 20
concrete base (elsewhere)
Extra over for 101mm diameter intermediate post 1800mm long
3 vertically with 500mm 45 degree overhang, including post caps and 20
concrete base (elsewhere)
2400mm High Fully galvanised security fence vertically of Y section
standards with overhang at not exceeding 2500m centres, with single
strands of 2mm straining wire and single strand lightly galvanised
4 400
barbed wire tied to standards, posts and eye bolts and the vertical
height covered with 50 x 50 x 2mm diamond wire mesh tied at 600mm
centres to each straining wire
Extra over for 101mm diameter straining or gate post 2400mm long
5 vertically with 500mm 45 degree overhang, including post caps and 20
concrete base (elsewhere)
32 210
CITY OF EKURHULENI A-EPMO 01/2024
33 211
CITY OF EKURHULENI A-EPMO 01/2024
34 212
CERTIFICATION
I ACCEPT THAT THE STATE AND/OR THE COE MAY ACT AGAINST ME SHOULD THIS
DECLARATION PROVE TO BE FALSE.
………………………………….. ……………………………………..
Signature Date
…………………………………. ………………………………………
Capacity Name of Bidding Entity
213
214
215
CITY OF EKURHULENI
FOR
CONTENTS
PAGE(S)
216
FORM 2.3.1 FORM CONCERNING FULFILMENT OF THE CONSTRUCTION REGULATIONS,2003
In terms of regulation 4(3) of the Construction Regulations, 2003 (hereinafter referred to as the Regulations),
promulgated on 18 July 2003 in terms of Section 43 of the Occupational Health and Safety Act, 1993 (Act No
85 of 1993) the Employer shall not appoint a contractor to perform construction work unless the Contractor
can satisfy the Employer that his/her firm has the necessary competencies and resources to carry out the
work safely.
1 I confirm that I am fully conversant with the Regulations and that my company has (or will
acquire/procure) the necessary competencies and resources to timeously, safely and successfully
comply with all of the requirements of the Regulations. (Tick)
YES
NO
3 Provide details of proposed key persons, competent in terms of the Regulations, who will form part of
the Contract team as specified in the Regulations (CVs to be attached):
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
217
5 Potential key risks identified and measures for addressing risks:
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
.....................................................................................................................................................
6 I have fully included in my bidded rates and prices (in the appropriate payment items provided in the
Schedule of Quantities) for all resources, actions, training and any other costs required for the due
fulfilment of the Regulations for the duration of the construction and defects repair period.(Tick)
YES
NO
218
FORM 2.3.2 RECORD OF ADDENDA TO BID DOCUMENTS
We confirm that the following communications received from the Procuring Department before the
submission of this bid offer, amending the bid documents, have been taken into account in this bid offer:
10
…………………………………………………………… ……………………………………………
Signature of Authorized person: Date:
219
FORM 2.3.3 ADJUDICATION OF BIDS
PROCUREMENT FORM
ADJUDICATION OF BIDS
Bids are adjudicated in terms of COE Supply Chain Management Policy, and the following framework is
provided as a guideline in this regard.
If the bid does not comply with the bid conditions or technical specifications, the bid shall be
rejected. See page 2 to 4 for examples.
4. Staffing profile
Evaluation of the bid’s position in terms of:
• Staff available for this contract being bided for
• Qualifications and experience of key staff to be utilised on this contract.
5. Previous experience
Evaluation of the bid’s position in terms of his previous experience. Emphasis will be placed on the
following:
• Experience in the relevant technical field
• Experience of contracts of similar size
• Some or all of the references will be contacted to obtain their input.
220
7. Good standing with SA Revenue Service
Establish whether a TCS pin number has been submitted with the Bid document on closing date of the
bid.
The bidder must indicate TCS pin number on the bid document
In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a
separate TCS pin number.
NB:
If the bid does not meet the requirements contained in the COE Supply Chain Management Policy, and the
mentioned framework, it shall not be considered an acceptable bid and shall be rejected by the Municipality, and
may not subsequently be made acceptable by correction or withdrawal of the non-conforming deviation or
reservation.
Acceptable bids will be evaluated using a system that awards points on the basis of bid price and
specific goal/s. Failure on the part of a bidder to submit proof of specific goal/s claim will be interpreted
to mean that preference points for specific goal/s are not claimed.
For bids with a bid amount equal to or above R2 000 and up to a Rand value of R 50 million (all
applicable taxes included) a maximum of 80 points is allocated for price and a maximum of 20 points
for specific goal/s points. For bids with a bid amount above R 50 million (all applicable taxes included)
a maximum of 90 points is allocated for price and a maximum of 10 points for specific goal/s points.
A bidder awarded a contract may not sub-contract more than 30% of the value of the contract to any
other enterprise.
The Municipality shall award the Contract to the Bidder obtaining the highest number of points for
Price and specific goal/s calculated in accordance with the Preferential Procurement Regulations,
2022, unless there are grounds to justify the award to another bidder, in accordance with the
provisions of Section 2 (f) of the Preferential Procurement Policy Framework Act, Act No. 5 of 2000.
221
10. Evaluation on Functionality
10.1 Evaluation on Functionality shall be in accordance with the CoE Supply Chain Management Policy as
follows:
When functionality will be evaluated the following shall be clearly specified in the invitation to quote/bid:
• Evaluation criteria for measuring functionality
• Weight of each criterion
• Applicable values
• Minimum qualifying score for functionality.
• Respondents that have achieved the minimum qualification score for functionality shall be evaluated
further on price and preference points.
• Respondents that did not achieve the minimum qualification score for functionality shall be eliminated
from further evaluation.
10.2 Accordingly, where an invitation to submit a tender indicates that the tender will be evaluated on
functionality, all acceptable bids submitted shall be firstly evaluated on functionality and, all acceptable bids
that achieve the minimum score for functionality, as indicated in the tender invitation, shall be further
evaluated in terms of the points system referred to above.
11. Remedies
The City Manager must act in terms of Regulation 9 of the Preferential Procurement Policy Regulations,
2022, in circumstances contemplated in Regulation 9 (1) which is outlined below;
(9)(1) If an organ of state is of the view that a tenderer submitted false information regarding a specific
goal/s, it must—
(a) inform the tenderer; accordingly, and
(b) give the tenderer an opportunity to make representations within 14 days as to why the tender may
not be disqualified or, if the tender has already been awarded to the tenderer, the contract should not
be terminated in whole or in part.
(2) After considering the representations referred to in subregulation (1)(b), the organ of state may, if it
concludes that such information is false—
(a) disqualify the tenderer or terminate the contract in whole or in part; and
(b) if applicable, claim damages from the tenderer.
222
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT
REGULATIONS 2022
NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,
DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF SPECIFIC GOALS, AS
PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2022.
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 equal to or above R2 000 and up to
R50 million (all applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R50 million (all applicable taxes
included).
- an invitation for tender for income-generating contracts, that either the 80/20 or 90/10
preference point system will apply and that the highest acceptable tender will be used to
determine the applicable preference point system;
- or (b) any other invitation for tender, that either the 80/20 or 90/10 preference point system
will apply and that the lowest acceptable tender will be used to determine the applicable
preference point system.
1.2 The value of this bid is estimated to exceed R50 million (all applicable taxes included) and
therefore the (90/10) system shall be applicable.
1.3 Preference points for this bid shall be awarded for:
(a) Price; and
(b) Specific goal/s.
1.3.1 The maximum points for this bid are allocated as follows:
POINTS
1.3.1.1 PRICE (90).
1.4 Failure on the part of a bidder to submit proof of specific goal/s claim will be interpreted to mean
that preference points for specific goal/s are not claimed.
1.5. 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.
2. DEFINITIONS
2.1. “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment
insurance fund contributions and skills development levies;
2.2. “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -
Based Black Economic Empowerment Act;
2.3. “specific goals” means specific goals as contemplated in section 2(1) (d) of the Act which may
include contracting with persons, or categories of persons, historically disadvantaged by unfair
discrimination on the basis of race, gender and disability including the implementation of programmes
of the Reconstruction and Development Programme as published in Government Gazette No. 16085
dated 23 November 1994;
2.4. “Historically Disadvantaged Individual (HDI)” means any person, category of persons or
community, disadvantaged by unfair discrimination before the Constitution of the Republic of South
223
Africa, 1993 (Act No. 200 of 1993) came into operation.(Please Note: Historically Disadvantaged
Individuals includes women and persons with disabilities)
2.5. “Youth’’ means an individual between the ages of 18 and 35.
2.6. “bid” means a written offer in a prescribed or stipulated form in response to an invitation by organ of state for
the provision of services, works or goods, through price quotations, advertised competitive bidding processes or
proposals;
2.7. “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic
Empowerment Act, 2003 (Act No. 53 of 2003);
2.8. “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that
can be utilized have been taken into consideration;
2.9. “consortium or joint venture” 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;
2.10. “contract” means the agreement that results from the acceptance of a bid by an organ of state;
2.11. “Firm price” means the price that is only subject to adjustments in accordance with the actual
increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and
any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and
demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for
the execution of the contract;
2.12. “functionality” means the measurement according to predetermined norms, as set out in the bid
documents, of a service or commodity that is designed to be practical and useful, working or
operating, taking into account, among other factors, the quality, reliability, viability and durability of a
service and the technical capacity and ability of a bidder;
2.13. “non-firm prices” means all prices other than “firm” prices;
2.14. “person” includes a juristic person;
2.15. “rand value” means the total estimated value of a contract in South African currency, calculated at
the time of bid invitations, and includes all applicable taxes and excise duties;
2.16. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing,
another person to support such primary contractor in the execution of part of a project in terms of the
contract;
2.17. “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice
on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black
Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;
2.18. “trust” means the arrangement through which the property of one person is made over or
bequeathed to a trustee to administer such property for the benefit of another person; and
2.19. “trustee” means any person, including the founder of a trust, to whom property is bequeathed in
order for such property to be administered for the benefit of another person.
2.20. “Share Certificate” a physical, written document signed by the Directors of a Company, and serves
as legal proof of each Director's shareholding / ownership in the Company.
224
4. POINTS AWARDED FOR PRICE
80/20 or 90/10
Pt − P min Pt − P min
Ps = 801 − or Ps = 901 −
P min P min
Where:
4.2 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS FOR TENDERS FOR INCOME-
GENERATING CONTRACTS
80/20 or 90/10
or
Where:
225
SPECIFIC GOAL REQUIREMENT EVIDENCE REQUIRED POINTS ALLOCATED
a) Name of practitioner,
b) Practitioner number,
c) Doctor's contact details,
d) Details of the condition,
e) Date,
f) Signature,
g) Stamp and
h) Patient’s name.
TOTAL SPECIFIC GOAL POINTS 10
NB: if bidders do not complete information or submit evidence required for the above table, they will
not be awarded any specific goals points. All evidence MUST be submitted at bid closure and MUST
be valid at the close of bid for point’s allocation purposes.
5.2 In order to obtain specific goal/s points in terms of the provisions of Regulations 4(2) or 5(2) of the
Preferential Procurement Regulations, 2022, the bidder must submit proof of specific goal/s claimed.
5.3 A trust, consortium or joint venture will qualify for points for the specific goals selected as a legal
entity, provided that the entity meets the specific goals requirement..
5.4 A trust, consortium or joint venture, will qualify for points provided that the entity submits their
consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-
BBEE scorecard is prepared for every separate bid.(if applicable)
5.5 Tertiary institutions and public entities will be required to submit their proof of specific goal/s claimed.
226
5.6 A person awarded a contract may not sub-contract more than 30% of the value of the contract to any
other enterprise.
6. BID DECLARATION
6.1 Bidders who claim points in respect of specific goal/s must complete the following:
………….. ..................................................................................................................................................
……………… .............................................................................................................................................
…………….................................................................................................................................................
8.6 CLASSIFICATION
[TICK APPLICABLE BOX]
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc.
227
Consumer Account Number …………………………….
Stand Number ……………………………………………….
8.8 TOTAL NUMBER OF YEARS THE FIRM HAS BEEN IN BUSINESS AND REGISTRATION
DETAILS?
Date of Registration__________________________;
Date that commenced business, if different to date of registration______________________.
8.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the bidder, certify
that the points claimed, based on the Specific goal/s indicated in paragraph 7 of the
foregoing certificate, qualifies the bidder 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 paragraph 7,
the contractor may be required to furnish documentary proof to the satisfaction of the purchaser
that the claims are correct;
(iv)Upon detecting that a tenderer submitted false information regarding its Specific Goal/s, local
production and content, or any other matter required, which will affect or has affected the evaluation
of a tender, or where a tenderer has failed to declare any subcontracting arrangements, the
purchaser must-
(a) inform the tenderer accordingly;
(b) give the tenderer an opportunity to make representations within 14 days as to why-
(i) the tender submitted should not be disqualified or, if the tender has already been awarded to the
tenderer, the contract should not be terminated in whole or in part;
(ii) if the successful tenderer subcontracted a portion of the tender to another person without disclosing
it, the tenderer should not be penalised up to 10 percent of the value of the contract; and
(iii) the tenderer should not be restricted by the National Treasury from conducting any business for a
period not exceeding 10 years with any organ of state; and
(ii) the successful tenderer subcontracted a portion of the tender to another person without disclosing,
penalise the tenderer up to 10 percent of the value of the contract.
(i) inform the National Treasury, in writing, of any actions taken in terms of subregulation (1);
(ii) provide written submissions as to whether the tenderer should be restricted from conducting
business with any organ of state; and
228
(iii) submit written representations from the tenderer as to why that tenderer should not be restricted
from conducting business with any organ of state.
(b) The National Treasury may request the purchaser to submit further information pertaining to
subregulation (1) within a specified period.
(b) maintain and publish on its official website a list of restricted suppliers.
WITNESSES:
1. ……………………………………… ……………………………………
SIGNATURE(S) OF BIDDER(S)
2. ………………………………………
DATE: …………………………..……………….
ADDRESS:
..…………………………………………………………………………………..………………………….…
………………………………………………………………………………..………………………….………
………………………………………………………………………………..………………………….………
………………………………………………………………………………..………………………….………
………………………………………………………………………………..………………………….………
229
FORM 2.3.4 GENERAL INFORMATION:
TELEPHONE NUMBER
CODE……………NUMBER………………………………………………………………
FACSIMILE NUMBER
CODE…………..NUMBER…………………………………………………………………………………
230
2. Legal or business entity: Mark with an X.
Sole proprietor
Partnership
Close corporation
Company
Trust
Tertiary Institution
Public Entity
3. In the case of a Joint venture/ Consortium, provide details on joint venture/ consortium partners:
____________________________ _________________________
____________________________ _________________________
____________________________ _________________________
____________________________ _________________________
231
6. Company, close corporation, or trust registration number (COMPULSORY):
(In the case of a joint venture, provide for all joint venture members)
____________________________ _________________________
____________________________ _________________________
____________________________ _________________________
____________________________ _________________________
8. Details of proprietor, partners, closed corporation members,, company directors, or trustees indicating
technical qualifications where applicable (Form on the next page).
DATE : ………………………………………………………
232
DETAILS OF PROPRIETOR, PARTNERS, CLOSE CORPORATION MEMBERS, COMPANY DIRECTORS, TRUSTEES,
(In the event of a joint venture/ consortium, to be completed by all of the above of the joint venture/ consortium partners)
Name and Surname Identity Number Relevant qualifications and Years of relevant experience
experience
233
FOR EVALUATION PURPOSE (MUST BE COMPLETED)
% Owned by
HDI Women % Owned
Position occupied in Citizen- Gender %Owned
Name and Surname Identity number Status by
Enterprise ship Male / Race by HDI’s
(Y/N) Black White Disabled
Female
PLEASE NOTE
234
CERTIFICATION
I ACCEPT THAT THE STATE AND/OR THE COE MAY ACT AGAINST ME SHOULD THIS
DECLARATION PROVE TO BE FALSE.
………………………………….. ……………………………………..
Signature Date
…………………………………. ………………………………………
Capacity Name of Bidding Entity
235
OCCUPATIONAL HEALTH AND SAFETY INFORMATION FOR BIDS
The above list represents the minimum content of a safety file In terms of the Construction Regulations,
2014 (the regulations) as promulgated in Government Gazette No 37307 and Regulation Gazette No
10113 of 7 February 2014.
236
PLEASE REMEMBER:
(4) ATTACH ALL REQUIRED DOCUMENTS TO THE LAST PAGE OF YOUR BID
DOCUMENT
FOR
THE CONTRACT
237
CITY OF EKURHULENI
FOR
238
C1.1 FORM OF OFFER AND ACCEPTANCE
The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract
in respect of the following works:
The Bidder, identified in the Offer signature block below, has examined the documents listed in the Bid
Data and addenda thereto as listed in the Bid Schedules, and by submitting this Offer has accepted the
Conditions of Bid.
By the representative of the Bidder, deemed to be duly authorised, signing this apart of this Form of
Offer and Acceptance, the Bidder offers to perform all of the obligations and liabilities of the Contractor
under the Contract including compliance with all its terms and conditions according to their true intent
and meaning for an amount to be determined in accordance with the Conditions of Contract identified in
the Contract Data.
This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and
Acceptance and returning one copy of this document to the Bidder before the end of the period of
validity stated in the Bid Data, whereupon the Bidder becomes the party named as the Contractor in the
Conditions of Contract identified in the Contract Data.
It is expressly agreed that no other matter whether in writing, oral communication or implied during the
period between the issue of the Bid documents and the receipt by the Bidder of a completed signed
copy of this Agreement shall have any meaning or effect in the contract between the parties arising from
this Agreement.
Signature(s)
____________________________ _____________________________
Name(s)
____________________________ _____________________________
Capacity
____________________________ _____________________________
___________________________________________________________
(Name and address of organisation)
Date ________________________
239
ACCEPTANCE
By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the
Bidder's Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in
accordance with the, Conditions of Contract identified in the Contract Data. Acceptance of the Bidder's
Offer shall form an agreement, between the Employer and the Bidder upon the terms and conditions
contained in this Agreement and in the, Contract that is the subject of this Agreement.
Deviations from and amendments to the documents listed in the Bid Data and any addenda thereto
listed in the Bid Schedules as well as any changes to the terms of the Offer agreed by the Bidder and
the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations
attached to and forming part of this Agreement. No amendments to or deviations from said documents
are valid unless contained in this Schedule, which must be duly signed by the authorised
representative(s) of both parties.
The Bidder shall within two weeks after receiving a completed copy of this Agreement, including the
Schedule of Deviations (if any), contact the Employer's agent (whose details are given in the Contract
Data) to arrange the delivery of any bonds, guarantees, proof of insurance and any other
documentation to be provided in terms of the, Conditions of Contract identified in the Contract Data.
Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of
this Agreement.
Notwithstanding anything contained herein, this Agreement comes into effect on the date when the
Bidder receives one fully completed original copy of this document, including the Schedule of Deviations
(if any). Unless the Bidder (now Contractor) within five working days of the date of such receipt notifies
the Employer in writing of any reason why he cannot accept the contents of this Agreement, this
Agreement shall constitute a binding contract between the parties.
It is expressly agreed that no other matter whether in writing, oral communication or implied during the
period between the issue of the Bid documents and the receipt by the Bidder of a completed signed
copy of this Agreement shall have any meaning or effect in the contract between the parties arising from
this Agreement.
240
FOR THE COE:
Signature(s)
____________________________ _____________________________
Name(s)
____________________________ _____________________________
Capacity
____________________________ _____________________________
CITY OF EKURHULENI
(Name and address of organisation)
Date _________________________
241
SCHEDULE OF DEVIATIONS
Notes:
1. The extent of deviations from the bid documents issued by the Employer prior to the bid closing
date is limited to those permitted in terms of the Conditions of Bid.
2. A Bidder's covering letter shall not be included in the final contract document. Should any matter
in such, letter, which constitutes a deviation as aforesaid become the subject of agreements
reached during the process of, offer and acceptance, the outcome of such agreement shall be
recorded here.
3. Any other matter arising from the process of offer and acceptance either as a confirmation,
clarification or change to the bid documents and which it is agreed by the Parties becomes an
obligation of the contract shall also be recorded here.
4. Any change or addition to the bid documents arising from the above agreements and recorded
here, shall also be incorporated into the final draft of the Contract.
1 Subject ________________________________________________________________
Details
________________________________________________________________________
2 Subject ________________________________________________________________
Details
________________________________________________________________________
3 Subject ________________________________________________________________
Details
________________________________________________________________________
4 Subject ________________________________________________________________
Details
________________________________________________________________________
5 Subject ________________________________________________________________
Details
________________________________________________________________________
6 Subject ________________________________________________________________
Details
________________________________________________________________________
242
By the duly authorised representatives signing this Schedule of Deviations, the Employer and the
Bidder agree to and accept the foregoing Schedule of Deviations as the only deviations from and
amendments to the documents listed in the Bid Data and addenda thereto as listed in the Bid
Schedules, as well as any confirmation, clarification or change to the terms of the offer agreed by the
Bidder and the Employer during this process of offer and acceptance.
It is expressly agreed that no other matter whether in writing, oral communication or implied during the
period between the issue of the bid documents and the receipt by the Bidder of a completed signed
copy of this Agreement shall have any meaning or effect in the contract between the parties arising from
this Agreement.
Signature(s) __________________________________________________________
Name(s) __________________________________________________________
Capacity __________________________________________________________
__________________________________________________________
(Name and address of organisation)
__________________________________________________
Date _________________________
Signature(s) ____________________________________________________
Name(s) __________________________________________________________
Capacity __________________________________________________________
CITY OF EKURHULENI
(Name and address of organisation)
__________________________________________________
Date __________________________
243
C1.2 CONTRACT DATA
CONDITIONS OF CONTRACT
The Agreement is to be the JBCC Principal Building Agreement, Edition 6.2, May 2018, published by the
Joint Building Contracts Committee including all other JBCC support documentation that together form the
contract between the Employer and the Contractor, is applicable to this Contract and is incorporated herein by
reference plus a signed bid document will act as a full legal document. Provisions of the Local Government:
Municipal Finance Management Act 56 of 2003 (“the MFMA”) and a signed Service Level Agreement will form
part of this Contract, in the event that there is a discrepancy between the (Joint Building Contracts Committee)
JBCC Principal Building Agreement, Edition 6.2, May 2018 and the MFMA, provision of the MFMA shall prevail.
Copies of these Conditions of Contract may be obtained from the Joint Building Contracts Committee,
Tel. No. (010) 010-7588.
Clause
A 1.0 Project Name:
Will differ per project and to be described in the preliminaries of the project specific BoQ’s, issued to
successful bidders per individual SRO’s and approved IPW’s.
Reference number:
tbc after award of tender per approved IPW
Works description:
Will differ per project and to be described in the preliminaries of the project specific BoQ’s, issued to
successful bidders per individual SRO’s and approved IPW’s.
A 2.0 Erf / Stand number: tbc after award of tender per approved IPW.
Township / Suburb: tbc after award of tender per approved IPW.
Site address: tbc after award of tender per approved IPW
Local Authority: City of Ekurhuleni
A 3.0 The Employer and legal entity is the City of Ekurhuleni
VAT / GST number: 428 019 3493
The Employer’s address for receipt of communications
is:
Physical address: Postal address:
City of Ekurhuleni Private Bag 1069
C/o Cross & Rose Streets GERMISTON
GERMISTON 1400
1400
Contact Person: tbc after award of tender and issue of project specific IPW
Telephone: 011 999 7511
Mobile number: tbc
e-mail address: tbc
A 4.0 Principal Agent name and legal entity: to be completed after award of bid
VAT / GST number:
244
Clause
Physical address: Postal address:
Contact person:
Telephone:
E-mail:
A 5.0 – A Other Agents: names and legal entities:
5.12
To be appointed as and when required after award of tender.
Refer to BoQ for listed responsibilities and requirements.
B 1.0 Bills of Quantities: System / Method of Measurement:
Standard system of measuring building works Seventh Edition.
B 2.0 Law applicable to the works (country): Republic of South Africa.
B 3.0 Applicable currency: ZAR
B 4.0 Signed contract documents held by:
The Employer – after award of bid and issue of project specific IPW.
Number of copies of construction documents issued to the contractor at no cost:
3 (Three) – after award of bid and issue of project specific IPW.
Documents comprising this Bid Agreement:
Part C of Bid document & priced BoQ after adjudication of compliance according to PART A &
B.
Documents comprising the Agreement after award of tender:
PART C of bid document, approved priced project specific BoQ, issued IPW & project specific
construction drawings & specifications.
245
Clause
Refer to Clause B 15.0 for changes made to JBCC documentation
B 13.0 Adjudication nominating body: Construction Adjudicators of South Africa
Applicable rules for adjudicating: Latest JBCC Rules
Arbitration nominating body: Association of Arbitrators
Applicable rules for arbitration: Latest rules of the Association of Arbitrators
B 14.0 JBCC General Preliminaries – Selections:
Refer to Bills of Quantities: Project specific – tbc after award of tender
B 15.0 Changes made to JBCC Edition 6.2, May 2018 standard documentation:
5.0 DOCUMENTS
Add after clause 5.6:
Three (3x) hard copies may be requested at the time of award of the specific work package.
2.0 LAW, REGULATIONS AND NOTICES
246
Clause
(iii) Surrounding property insurance;
(iv) A Coupon for Special Risk Insurance (SASRIA) issued by the South African Special
Risk Insurance Association;
in the name of the contractor (including all sub-contractors) and Municipality’s insurable
interest must be noted in the policy.
(a) A copy of the Contract Works Insurance, Public Liability Insurance, Surrounding Property
Insurance and Coupon for Special Risk Insurance as arranged by the contractor, must be
submitted to the Municipality.
(b) The Insurances will be maintained from the Commencement Date to the date of the
Certificate of Practical Completion.
10 (c) The c ontractor shall effect and pay for any supplementary insurance, which is in its own
interest and may be deemed necessary.
(d) The contractor shall ensure that all potential and appointed sub-contractors are aware of
the whole content of this clause, and enforce the compliance by sub-contractors with this
clause where applicable.
(e) Any clarification of the scope of cover to be provided by the Policies arranged by the
contractor or the Municipality should be obtained from the Municipality’s Broker.
(f) The contractor and its sub-contractors are deemed to have full knowledge of the
terms and conditions under which the required insurance cover is issued.
(g) The contractor shall be requested to submit a Letter of Good Standing as issued by the
Department of Labour prior to commencement of the works.
(h) The relevant City of Ekurhuleni representative or Municipality’s Broker to verify and issue a
letter of confirmation of the adequacy or not of all contractor’s insurances cover for the
specific project. It is the responsibility of the contractor to obtain the necessary City of
Ekurhuleni approvals in writing before signature of the JBCC Principal Agreement.
NOTE: Insurance requirements are subject to revision as per Industry Standards relevant
at the time of the project award and signature of JBCC Principal Agreement.
11 SECURITIES:
Refer to clause 11:
Delete Clauses 11.1.1 and 11.1.2.
Amend and replace Clause 11.1.1:
Security: The Form of Guarantee must substantially contain the wording of the document
includes as “Form of Guarantee”, refer to Part C1.3.
The liability of the Guarantee shall be in accordance with paragraph 21(1)(f) of the CoE’s
Supply Chain Management Policy:
Where surety is required, it shall be in the form of cash, a certified cheque, or a bank
guarantee from banking institution registered in terms of the Bank Act, 1990 (Act No. 94 of
1990) or from an insurer registered in terms of the Insurance Act, 1943 (Act No. 27 of 1943).
Guarantee values per project specific priced BoQ will be required to be calculated on the
total priced project value (Incl. VAT) as follows:
247
Clause
C R1 000 001 – R2 000 000 7,5%
D >R2 000 000 10%
(a) The Employer’s entitlement to recover expense and loss in terms of Clause 27.0 shall
take precedence over the reduction of the surety or proportions thereof.
(b) The parties shall expressly agree that neither the employer nor the contractor shall be
entitled to cede the rights to the surety to any third party and the employer shall apply the
security strictly according to the provisions of the agreement.
(c) Such selected security shall be provided within fourteen (14) calendar days of written
acceptance of the contractor’s tender.
(d) The employer reserves the right to reject a construction guarantee if, in the opinion of the
employer, the guarantor is not accredited.
(e) The construction guarantee shall be in place until issue of the Final Completion Certificate.
248
Clause
of this Contract, in the event that there is a discrepancy between the (Joint Building Contracts
Committee) JBCC Principal Building Agreement, Edition 6.2, May 2018 and the MFMA,
provision of the MFMA shall prevail.
19 PRACTICAL COMPLETION:
Refer to clause 19:
19.1.1 Criteria to achieve practical completion: The Practical Completion Certificate will
not be issued by the Principal Agent until such time as all the following items are
complete:
a) Improvements completed, including all external and internal finishes;
b) Roof waterproofing completed and tested;
c) Access to the improvements is fully secure;
d) Uninterrupted access by the tenants / User Department, visitors and invitees to the
improvements is secured on the basis that;
e) Access must be clean, unhindered and free from mud, rubble, debris and the like; and
f) No contractor or subcontractor will be exercising any lien over the improvements of the
site or any part thereof;
g) Improvements cleaned internally and externally, including ensuring that the
improvements are hygienic and vermin free;
h) All jointing and sealing work are completed;
i) All items which are damaged during construction, have been replaced or made good;
j) All services, equipment, motorized items and the like are complete including testing
and commissioning;
k) All ironmongery complete including easing and adjusting;
l) All works above ceiling level complete with no exceptions;
m) All scaffolding dismantled;
n) Site office removed;
o) All municipal and similar authority service connections inspected, commissioned and
active;
p) External works complete, including all roads and paving, landscaping, fencing,
retaining walls, external services, site structures and buildings;
q) Site cleared of all spoil heaps, builder’s rubble and similar unwanted materials;
r) All roads, paving, sundry structures and buildings cleared;
s) Irrigation systems tested and adjusted where applicable;
t) The City of Ekurhuleni’s Fire Division has issued a Compliance Certificate and the
Building Inspector has issued an Occupation Certificate;
u) All manuals, guarantees, etc. related to the installations/works as per IPW, bid
documents, Drawings, Specifications, Bills of Quantities and the National Building
Regulations (NBR) have been issued;
249
Clause
v) Structural Engineer compliance;
w) Soil poisoning certificates;
x) Certificates of compliance for electrical, plumbing, drainage and LPG installations;
y) Any other documents requested by the Principal Agent.
Note: The Occupation by the tenants / User Department prior to the issuing of a Practical
Completion Certificate will not in any way constitute or be seen as Practical Completion.
25 PAYMENT:
Refer to clause 25:
Alter Sub-Clause 25.4 to read:
Add: Clause 25.4.4 Refer to Sub-Clause 25.3.2 - Materials and goods stored off site [25.4;
25.5]
A fair estimate of the value of not exceeding eighty percent (80%) of the value of materials
and goods.
Delete Sub-Clause 25.5: Refer to Materials and goods stored off site [25.3.2]
Amend and replace Sub-Clause 25.5: Refer to Materials and goods stored off site [25.3.2]
The inclusion of materials and goods stored off site in the amount authorized for payment
shall be at the sole discretion of the principal agent and/or employer and such inclusion
shall only be considered upon the provision by the contractor, of an approved security
[11.1.1].
Due to the highly specialized nature of certain equipment to be installed in specific
work packages, the following additional conditions shall apply to the full satisfaction
of the Employer/Principal Agent:
(a) Written approval from employer;
(b) Only fully assembled units (i.e. Lifts);
(c) Loose components will not be considered;
(d) Payment shall be based on 80% (eighty percent) of the paid invoice;
(e) Contractor to provide proof of payment;
(f) Photographic evidence;
(g) Proof of adequate insurance at the premises where the equipment is stored;
(h) Performance guarantee to the value of 100% (one hundred percent) of the value of
the stored material;
(i) Equipment marked for exclusive use by the employer and securely fenced off;
(j) Fluctuation in cost and exchange rate included taken into account;
(k) Session of ownership to the employer.
Amend Sub-Clause 25.3.4: Cost Fluctuations
The contract value shall be adjusted accordingly to CPAP.
Base month shall be the month prior to tender closing date.
250
Clause
Formula: A = 0.85 x V x (Xe / Xo – 1)
A = the adjustment amount.
0.85 = a constant which provides for a 15% non-adjustable element.
V = the work value in such work group and the valuation period.
Xe = the value of the index applicable to such work group and the valuation
period.
Xo = the value of the index applicable to such work group for the base month.
Amend Sub-Clause 25.10 to read:
1 All payments to bidders will only be made by means of Electronic Fund Transfer
(EFT).
2 Successful bidders will be requested to submit within 14 days after appointment, the
following documents:
2.1 An original letter from the banking institution to confirm full details of the bank
account to the Council (Company name, account number).
2.2 An original cancelled cheque (if applicable).
2.3 An original letter on the bidding entity’s letterhead confirming bank account
details into which all contract payments must be made, signed by an authorised
official of bidding entity.
2.4 Tax Compliance Pin Number – as per applicable CIDB category.
3 The employer shall pay to the contractor the amount certified in an interim payment
certificate within thirty (30) calendar days of the date of receipt of an approved and
correct payment certificate, tax invoice and corresponding labour report for the
payment period concerned in accordance with employer’s requirements, excluding
default interest.
Add Sub-Clause 25.10.1: Retention Fund
Retention will be applicable to this contract.
Delete Sub-Clause 25.12 and subsequent sub-clauses.
Amend and replace Clause 25.12 as follows:
(a) The employer shall withhold from the contractor ten percent (10%), with a maximum
of five percent (5%) of all payments made before the issuing of the certificate of
practical completion, as a retention fund.
(b) No interest is to be paid to the contractor on the retention fund. The retention fund
shall be held by the employer as a guarantee to the employer for the completion of
the contract.
(c) Fifty percent (50%) of the retention fund shall be paid to the contractor on the issuing
of the certificate of Practical Completion.
(d) The remainder of the retention fund shall be paid to the Contractor on the issuing of
the Final Completion Certificate and acceptance of the final account.
Notwithstanding this or any other clause, materials and goods stored off site shall not be included in
the final amount authorised for payment unless specifically authorised by the employer.
251
PART C: TENDERER’S SELECTIONS:
Clause
C 3.0 Payment of Preliminaries:
Payment of Preliminaries shall be according to: Option B
C 4.0 Adjustment of Preliminaries:
Adjustment of Preliminaries shall be according to: Option A
- Ten percent (10%) shall not be varied
- Fifteen percent (15%) shall be varied in proportion to the contract value as
compared to the contract sum
Seventy five percent (75%) shall be varied in proportion to the number of calendar days
extension to the date of practical completion to which the contractor is entitled with an
adjustment of the contract value as compared to the number of calendar days in the
initial construction period
Project Specific Sectional Completion:
Where completion in sections is required the contractor shall provide an
apportionment of preliminaries per section. Should …
252
C1.3 FORM OF GUARANTEE
PRO FORMA
WHEREAS CITY OF EKURHULENI (hereinafter referred to as "the Employer") entered into, a Contract
with ____________________________________________________________________________
(hereinafter called "the Contractor") on the ____________ day of ____________________________
20____ for the construction of
_____________________________________________________________________ at
__________________________________________________________________________________
___
AND WHEREAS it is provided by such Contract that the Contractor shall provide the Employer with
security by way of a guarantee for the due and faithful fulfilment of such Contract by the Contractor;
AND WHEREAS
_________________________________________________________________________ has/have
at the request of the Contractor, agreed to give such guarantee;
1. The Employer shall, without reference and/or notice to us, have complete liberty of action to act
in any manner authorized and/or contemplated by the terms of the said Contract, and/or to agree
to any modifications, variations, alterations, directions or extensions of the Completion Date of
the Works under the said Contract, and that its rights under this guarantee shall in no way be
prejudiced nor our liability hereunder be affected by reason of any steps which the Employer may
take under such Contract, or of any modification, variation, alterations of the Completion Date
which the Employer may make, give, concede or agree to under the said Contract.
2. This guarantee shall be limited to the payment of a sum of money
3. The Employer shall be entitled, without reference to us, to release any guarantee held by it, and
to give time to or compound or make any other arrangement with the Contractor.
4. This guarantee shall remain in full force and effect until the issue of the Certificate of Completion
in terms of the Contract, unless we are advised in writing by the Employer before the issue of the
said Certificate of his intention to institute claims, and the particulars thereof, in which event this
guarantee shall remain in full force and effect until all such claims have been paid or liquidated.
5. Our total liability hereunder shall not exceed the sum of
____________________________________________ (R________________________)
The Guarantor reserves the right to withdraw from this guarantee by depositing the Guaranteed Sum
with the beneficiary, whereupon the Guarantor's liability hereunder shall cease.
We hereby choose our address for the serving of all notices for all purposes arising here from as
253
__________________________________________________________________________________
_____
As witnesses:
Address _______________________________________________________
_______________________________________________________
254
C1.4 AGREEMENT IN TERMS OF THE OCUPATIONAL HEALTH AND SAFETY ACT, 1993
(ACT NO 85 OF 1993)
Between THE CITY OF EKURHULENI (hereinafter called "the Employer") of the one part, herein represented by
And
In his capacity as
___________________________________________________________________________
and has accepted a Bid by the Mandatory for the construction, completion and maintenance of such
Works and whereas the Employer and the Mandatory have agreed to certain arrangements and
procedures to be followed in order to ensure compliance by the Mandatory with the provisions of the
Occupational Health and Safety Act, 1993 (Act 85 of 1993);
1 The Mandatory shall execute the work in accordance with the Contract Documents pertaining to
this Contract.
2 This Agreement shall hold well from its Commencement Date, which shall be the date of a written
notice from the Employer or Engineer requiring him to commence the execution of the Works, to
either
(a) the date of the Final Approval Certificate issued in terms of Clause 52.1 of the General
Conditions of Contract (hereinafter referred to as "the GCC"),
(b) The date of termination of the Contract in terms of Clauses 54, 55 or 56 of the GCC.
3 The Mandatory declares himself to be conversant with the following:
255
(a) All the requirements, regulations and standards of the Occupational Health and Safety Act
(Act 85 of 1993), hereinafter referred to as "The Act", together with its amendments and with
special reference to the following Sections of The Act:
(i) Section 8 : General duties of employers to their employees;
(ii) Section 9 : General duties of employers and self-employed persons to
persons other than employees;
(iii) Section 37 : Acts or omissions by employees or mandataries, and
(iv) Subsection 37(2) relating to the purpose and meaning of this Agreement.
(b) The procedures and safety rules of the Employer as pertaining to the Mandatory and to all
his subcontractors.
4 In addition to the requirements of Clause 33 of the GCC and all relevant requirements of the above-
mentioned Volume 3, the Mandatory agrees to execute all the Works forming part of this Contract
and to operate and utilise all machinery, plant and equipment in accordance with the Act.
5 The Mandatory is responsible for the compliance with the Act by all his subcontractors, whether or
not selected and/or approved by the Employer.
6 The Mandatory warrants that all his and his subcontractors' workmen are covered in terms of the
Compensation for Occupational Injuries and Diseases Act, 1993 which cover shall remain in force
whilst any such workmen are present on site. A letter of good standing from the Compensation
Commissioner to this effect must be produced to the Employer upon signature of the agreement.
7 The Mandatory undertakes to ensure that he and/or subcontractors and/or their respective employers will
at all times comply with the following conditions:
(a) The Mandatory shall assume the responsibility in terms of Section 16.1 of the
Occupational Health and Safety Act. The Mandatory shall not delegate any duty in terms
of Section 16.2 of this Act without the prior written approval of the Employer. If the
Mandatory obtains such approval and delegates any duty in terms of section 16.2 a copy
of such written delegation shall immediately be forwarded to the Employer.
(b) All incidents referred to in the Occupational Health and Safety Act shall be reported by the
Mandatory to the Department of Labour as well as to the Employer. The Employer will
further be provided with copies of all written documentation relating to any incident.
(c) The Employer hereby obtains an interest in the issue of any formal inquiry conducted in
terms of section 32 of the Occupational Health and Safety Act into any incident involving
the Mandatory and/or his employees and/or his subcontractors.
8. The contact details of the OH&S Agent for the COE will be advised on date of award
In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing
witnesses:
WITNESS 1 ....................……………………….
NAME 1 ...................................…………….
(IN CAPITALS)
WITNESS 1 ....................………………………. .
NAME 1 ...................................…………….
(IN CAPITALS)
256
CERTIFICATE OF AUTHORITY FOR SIGNATORY TO AGREEMENT IN TERMS OF OCCUPATIONAL
HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF 1993)
The signatory for the company that is the Contractor in terms of the above-mentioned Contract and the
Mandatory in terms of the above-mentioned Act shall confirm his or her authority thereto by attaching to
this page a duly signed and dated copy of the relevant resolution of the Board of Directors.
DATE : ________________________________________________
SIGNATURE OF SIGNATORY :
______________________________________________________
WITNESS 1 ....................……………………….
NAME 1 ...................................……………. .
(IN CAPITALS)
257
CITY OF EKURHULENI
FOR
258
C2.1 PRICING INSTRUCTIONS
1 The JBCC Principal Building Agreement, the Contract Data, the Specifications (including the Project
Specifications), the Drawings, the Municipal Financial Management Act and the Supply Chain Management
Regulations shall be read in conjunction with the Bill of Quantities.
2 The Bills of Quantities have been drawn up in accordance with the Standard System of
Measuring Building Work (as amended) published and issued by the Association of South African
Quantity Surveyors (Seventh Edition), 2015. Where applicable:
a. Structural and Civil work has been drawn up in accordance with the provisions of the Engineering
Council of SABS 1200 Standardized Specifications.
a. Mechanical work has been drawn up in accordance with the provisions of the Engineering Council of
SA Refrigeration, Air-Conditioning and Ventilation Installations.
b. Electrical work has been drawn up in accordance with the provisions of the Engineering Council for
Electrical work.
3 The agreement is based on the JBCC Principal Building Agreement, prepared by the Joint
Building Contracts Committee, Edition 6.2, May 2018. The additions, deletions and alterations to the
JBCC Principal Building Agreement as well as the contract specific variable are as stated in the Contract
Data. Only the headings and clause numbers for which allowance must be made in the Bills of Quantities
are recited.
4 Preliminaries requirements are based on JBCC General Preliminaries, Edition 6.2, May 2018. Only the
headings and clause numbers for which allowance must be made in the Bills of Quantities are recited.
259
Clause 26.9.2: Omit provisional sums [17.3.32] from the contract sum and determine the actual
value of such subcontractors’ work to be added to the contract value.
Clause 26.9.3: Prorate the contactors allowance for profit and attendance on provisional sums and
prime cot amounts excluding any allowance for cost fluctuations”
Clause 26.9.4 Three specialist sub-contractors will be sourced to quote/priced BoQ in the event to
procure items through the Provisional Sums and Prime Cost Items.
5. It will be assumed that prices included in the Bills of Quantities are based on Acts, with specific reference to
MFMA to address and prevent unauthorized, irregular or fruitless and wasteful expenditure, Ordinances,
Regulations, By-laws, International Standards and National Standards that were published 28 days before
the closing date for tenders. (Refer to www.stanza.org.za or www.iso.org for information on standards).
6. There are no drawings listed in the bid document used for the setting up these Bills of Quantities.
7. Reference to any particular trademark, name, patent, design, type, specific origin or producer is purely to
establish a standard for requirements. Products or articles of an equivalent standard may be substituted
and subject to approval by Employer/Principal Agent.
8. Where any item is not relevant to this specific contract, such item is marked N/A (signifying “not
applicable”)
9. The Contract Data and standard form of contract referenced therein must be studied for the full extend and
meaning of each and every clause set out in section 1 (preliminaries) of the Bills of Quantities.
10. The Bills of Quantities is not intended for the ordering of materials. Any ordering of materials, based on
the Bills of Quantities, is at Contractor’s risk.
11. The amounts and rates to be inserted in the Bill of Quantities shall be the full inclusive amounts to the
Employer for the work described under the several items. Such amounts shall cover all the costs and
expenses that may be required in and for the construction of the work described, and shall cover the costs
of all general risks, profits, taxes (but excluding value-added tax), liabilities and obligations set forth or
implied in the documents on which the Bid is based.
12 The quantities set out in the schedule of quantities are only approximate quantities. The quantities of
work finally accepted and certified for payment, and not the quantities given in the schedule of quantities,
will be used to determine payments to the contractor.
13 A rate is to be entered against each item in the Schedule of Quantities, whether the
quantities are stated or not. Failure to a rate in each item will result in the bid being rejected.
Bidders must price every item. If items in the Bill of Quantities are not bidded for, zero (0) and/or a
line/dash must be drawn through the space in pen.
The Bidder shall also fill in a rate against the items where the words "rate only" appear in the amount
column. Although no work is foreseen under these items and no quantities are consequently given in the
quantity column, the bidded rates shall apply should work under these items actually be required.
Should the Bidder group a number of items together and bid one sum for such group of items, the single
bidded sum shall apply to that group of items and not to each individual item, or should he indicate against
any item that full compensation for such item has been included in another item, the rate for the item
included in another item shall be deemed to be nil.
260
The bidded rates, prices and sums shall, subject only to the provisions of the Conditions of Contract,
remain valid irrespective of any change in the quantities during the execution of the Contract.
14. The quantities of work as measured and accepted and certified for payment in accordance with the
Conditions of Contract, and not the quantities stated in the Bill of Quantities, will be used to determine
payments to the Contractor. The validity of the Contract shall in no way be affected by differences
between the quantities in the Bill of Quantities and the quantities certified for payment.
Ordering of materials are not to be based on the Bill of Quantities, but only on information issued for
construction purposes.
ii. The Preliminaries priced amount will be calculated as percentage of total work priced by the bidder.
17. The amount of the Preliminaries Section to be included in each monthly payment certificate shall be
assessed as an amount as stipulated in the bid documentation.
18. Where the initial contract period is extended, the Preliminaries shall be adjusted as set out in the
documentations.
19. The amount or items of the Preliminaries Section shall be adjusted as set out in the documentations.
20. For the purposes of this Bill of Quantities, the following words shall have the meanings hereby assigned to
them:
Unit : The unit of measurement for each item of work as defined in the Standardized,
Project or Particular Specifications
Rate : The payment per unit of work at which the Bidder bids to do the work
Amount : The quantity of an item multiplied by the bidded rate of the (same) item
Sum : An amount bidded for an item, the extent of which is described in the Bill of
Quantities, the Specifications or elsewhere, but of which the quantity of work is not
measured in units
21. The units of measurement indicated in the Bill of Quantities are metric units. The following abbreviations
may appear in the Bill of Quantities:
mm = millimeter
m = meter
km = kilometer
km-pass = kilometer-pass
m² = square meter
m²-pass = square meter-pass
ha = hectare
m³ = cubic meter
m³-km = cubic meter-kilometer
kW = kilowatt
No/Nr = number
kN = kilo Newton
261
kg = kilogram
t or ton = ton (1 000 kg)
% = percent
MN = mega Newton
MN-m = mega Newton-meter
PC Sum = Prime Cost Sum
Prov Sum = Provisional Sum
PAIR = Pair
262
(b) It is the intention of City of Ekurhuleni to evaluate and award this bid to more than one bidder per CIDB
Category listed as follows.
Max
Threshold % 3 892 589 476
Number
Grade 6 20 000 000 40% 1 557 035 790 48
Grade 7 60 000 000 30% 1 167 776 843 18
Grade 8 200 000 000 20% 778 517 895 4
Grade 9 No Limit 10% 389 258 948 1
TOTAL 100% 3 892 589 476 71
(c) The contractors shall be appointed at their own bided rates unless the bided rates are 10% higher than
the market rates.
(d) If the rates of the highest scoring bidder are deemed to be below market value rates, all acceptable
bidders below the market will be offered their own tendered rates. Subsequently, all acceptable
bidders above 10% of the market rates may be offered uniform rates which are deemed to be market
related as defined by the industry.
(e) The Preliminaries priced amount will be calculated as percentage of total work priced by the bidder.
(f) Official orders will be placed and if invoices and escalation documentation is received timeously, the
employer shall pay to the contractor the amount certified in an interim payment certificate within
thirty (30) calendar days of the date of receipt of an approved and correct payment certificate and tax
invoice and corresponding labour report for the payment period concerned in accordance with Client
requirements.
(g) Bidders are required to submit CV of Key Personnel prior to site establishment after an IPW has been
issued.
(h) Bidders must price every item. If items in the Bill Of Quantities are not bidded for, zero (0) and/or a
line/dash must be drawn through the space in pen.
(i) Any items not included/unspecified in the Bid document BoQ, shall be priced at market related rates as
determined by the appointed consultant Quantity Surveyor (QS) after award of tender in the project
specific work package BoQ.
(j) Bidders will be awarded a maximum of two (02) categories.
(k) Provisional Sums and Prime Cost Items not listed/unspecified in the BoQ, three specialist sub-
contractors will be sourced to quote/priced BoQ at market related rates as determined by the appointed
consultant Quantity Surveyor (QS) after award of tender in the project specific work package BoQ.
Quantity Surveyor will determine the contactors average percentage allowance for profit and
attendance on provisional sums and prime cost amounts excluding any allowance for cost fluctuations”
(l) That all acceptable bidders are not guaranteed that they will be allocated work and the City of
Ekurhuleni does not take any responsibility.
(m) Successful bidders will be required to ensure that the have and make use of all the necessary plant
and equipment required to complete the work as allocated.
263
24. ALLOCATION OF WORK
(a) It is the intention of City of Ekurhuleni (CoE) to appoint more than one Building Construction Contractor
as listed in (b) under additional conditions.
Max
CIDB GRADING Threshold % 3 892 589 476
Number
6GB/5GBPE 20 000 000 40% 1 557 035 790 48
7GB/6GBPE 60 000 000 30% 1 167 776 843 18
8GB/7GBPE 200 000 000 20% 778 517 895 4
9GB/8GBPE No Limit 10% 389 258 948 1
TOTAL 100% 2 892 589 476 71
(b) Allocation of work per each project (work package) will be in accordance to the relevant work package
per CIDB grading. CoE does not guarantee that allocation of actual project value will be similar to CIDB
grading value.
The breakdown of contractors as per maximum value per work package is as follows:
(c) Work packages/IPW’sfor specific projects will be issued on an as-and-when required basis and on a
rotational basis to ensure as far as possible a fair distribution and value for money.
(d) First work packages/IPW’s in each category will be issued to the highest scoring bidder per each
category. All further work packages/IPW’s per each category will be issued to awarded bidders per
category in order of highest to lowest scoring.
(e) Should a bidder be awarded as the highest scoring bidder in more than one category, he/she will not
be issued with a second work package until the first work package has been successfully completed
and handed over. CoE reserves the right to make exception for issue of further work packages/IPW’s
before completion of the previous work on condition that proof by the contractor of financial ability and
capacity to successfully complete additional work have been provided by the contractor and verified by
CoE.
(f) All further work packages/IPW’s per category will be issued to awarded bidders until each bidder has
received a work package in that category. Complexity of work packages/IPW’s per category to be
considered by CoE for allocation of work.
(g) All bidders will only be issued with the next work package when the previous issued package has been
completed and successfully handed over with a Practical Completion Certificate. Refer to item (e) for
issue of additional work packages/IPW’s before completion and handover of current work packages.
(h) Each work package (priced project specific BoQ) will be based on items and rates in the priced Bills of
Quantities as submitted by the bidder in the pricing schedule or market related rates.
264
(i) All work packages/IPW’s must be signed off by the Head of ENTERPRISE PROJECT MANAGEMENT
OFFICE (EPMO), Group Chief Financial Officer (GCFO), client Head of Department and relevant
representatives of Client Departments.
(j) Non-performance by contractors on issued work packages/IPW’s will be taken into consideration and
may negatively affect the allocation of further work to such contractor/s.
(k) Bidders MUST ensure that their CIDB Grading is active throughout the contract period.
Bidders WILL only be appointed/awarded a maximum of only TWO CIDB categories and must submit the
whole original bid document as issued by COE.
A 6GB/5GBPE
B 7GB/6GBPE
C 8GB/7GBPE
D 9GB/8GBPE
NB. Proof of the relevant CIDB GRADING will be verified by City of Ekurhuleni. If the bidder is
not registered for that specific CIDB GRADING or does not qualify to bid in that Category, they
will be disqualified.
PLEASE NOTE
THE RATES PRICED PER EACH ITEM WILL BE APPLIED TO SIMILAR ITEM WHEN WORK IS
ALLOCATED TO THE CONTRACTOR
IT IS THE INTENTION OF CITY OF EKURHULENI TO EVALUATE AND AWARD THIS BID TO MORE
THAN ONE BDDER PER CIDB CATEGORY
265
PREFERENTIAL PROCUREMENT REGULATIONS (PPR) 2022 DEFINITION OF PRICE APPLICATION
Bidders who are not Vat registered will be required to comply in line with Value Added Tax Act.
The price used for evaluation of tenders is the price inclusive of all applicable taxes as per regulation 4(1) and
5(1). All applicable taxes certainly will include Value Added Tax (VAT), where applicable, and any other taxes as
may be imposed through legislation. Whatever the nature of the tax, it should be included in the price submitted.
It is emphasized that mandatory registration for VAT is a legislative requirement once enterprises exceed R1
million in sales within a 12-month period. Other enterprises may elect voluntary registration for VAT even if they
do not meet the mandatory threshold for registration.
NON-FIRM PRICES WILL BE ADJUSTED (LOADED) WITH THE ASSESSED CONTRACT PRICE
ADJUSTMENTS IMPLICIT IN NON FIRM PRICES WHEN CALCULATING THE COMPARATIVE
PRICES AS FOLLOWS:
Contract prices are subject to adjustment in terms of Contract Price Adjustment Provisions
(CPAP)
A = 0.85 x V x (Xe / Xo – 1)
Where:
Designation Date
266
C2.2 BILL OF QUANTITIES CONTENTS
CONTENTS PAGE
SECTION 1: PRELIMINARIES
267
CITY OF EKURHULENI
CONTENTS
PAGE(S)
C3.1 DESCRIPTION OF WORKS
C3.1.1 COE's objectives
C3.1.2 Overview of the Works
C3.1.3 Extent of Works
C3.1.4 Location of the Works
C3.1.5 Temporary Works
C3.3 PROCUREMENT
C3.3.1 Preferential Procurement
C3.3.2 Subcontracting
C3.4 CONSTRUCTION
C3.4.1 Works specifications
C3.4.2 Site establishment
C3.4.3 Samples, Shop Drawings and Manufacturer’s Instructions
C3.4.4 Deposits and Fees
C3.4.5 Temporary Services
C3.4.6 Prime Costs Amount
268
C3.4.7 Attendance on Subcontractors
C3.4.8 General
C3.4.9 Construction Equipment
C3.4.10 Existing Services
C3.4.11 Variations and additions to SABS 1200 Standardized specifications and particular
specifications
269
STATUS
In the event of any discrepancy between the Scope of Works and a part or parts of the SABS 1200 Standardized
Specifications, the Bill of Quantities or the Drawings, the project specific construction drawings of the approved IPW
shall take precedence and prevail in the Contract.
EVALUATION CRITERIA
Site Agent
• Any National Diploma Qualification in the Built Environment.
• Three (03) years’ work experience in building construction.
Quantity Surveyor
• National Diploma in Quantity Surveying.
• Registration with the South African Council for the Quantity
Surveying Profession (SACQSP) as a Professional Quantity
Surveyor/Senior Professional Technologist.
• Three (03) years’ work experience in building construction
Site Engineer:
Staffing profile • Bachelor’s Degree in Civil Engineering
• Registration with the Engineering Council of South Africa (ECSA)
as a Senior Professional Technologist/ Professional Engineer.
• Three (03) years’ work experience in building construction
270
EVALUATION ASPECT MINIMUM REQUIREMENTS
Plumber
• Valid Plumber Trade Test Certificate issued by the Department of
Employment and Labour or the Department of Higher Education
or equivalent accredited institution.
• One (01) year work experience in building construction.
Bricklayer
• Valid Bricklayer Trade Test Certificate issued by the Department
of Employment and Labour or the Department of Higher
Education or equivalent accredited institution.
• One (01) year work experience in building construction.
Carpenter
• Valid Carpenter Trade Test Certificate issued by the Department
of Employment and Labour or the Department of Higher
Education or equivalent accredited institution.
• One (01) year work experience in building construction.
Category A: R 1 300 000
Category B: R 4 000 000
Financial Ability (Ability to Deliver)
Category C: R 13 000 000
Category D: R 40 000 000
Two (02) contactable reference where bidder completed projects in
Relevant previous Company Experience
Construction of New Buildings OR The Refurbishment of Existing
– Completed Project
Buildings.
Bidders that do not meet the minimum requirements will be rejected and not evaluated further.
REQUIRED DOCUMENTS:
Site Agent
• Copy of Any National Diploma Qualification in the Built Environment.
• CV demonstrating a minimum of three (03) years’ work experience in building construction.
Quantity Surveyor
• Copy of National Diploma in Quantity Surveying.
271
• Copy of Registration with the South African Council for the Quantity Surveying Profession (SACQSP) as a
Professional Quantity Surveyor/Senior Professional Technologist.
• CV demonstrating a minimum of three (03) years’ work experience in building construction
Site Engineer:
• Copy of Bachelor’s Degree in Civil Engineering
• Copy of Registration with the Engineering Council of South Africa (ECSA) as a Senior Professional
Technologist/ Professional Engineer.
• CV demonstrating a minimum of three (03) years’ work experience in building construction
Plumber
• Copy of Valid Plumber Trade Test Certificate issued by the Department of Employment and Labour or the
Department of Higher Education or equivalent accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building construction.
Bricklayer
• Copy of Valid Bricklayer Trade Test Certificate issued by the Department of Employment and Labour or
the Department of Higher Education or equivalent accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building construction.
Carpenter
• Copy of Valid Carpenter Trade Test Certificate issued by the Department of Employment and Labour or
the Department of Higher Education or equivalent accredited institution.
• CV demonstrating a minimum of One (01) year work experience in building construction.
Please Note:
- Certified Copy/ies of Passport(s) with valid working permits for foreign nationals must be submitted
with the bid.
- All foreign qualifications must be SAQA (South African Qualifications Authority) accredited and proof of
such SAQA accreditation must be attached for all foreign qualifications submitted with the bid.
- All professional Registrations must be in good standing during the period of tender evaluation.
- The City of Ekurhuleni reserves the right to verify the submitted documents.
272
Financial Ability (Ability to Deliver)
• Bank Overdraft or Bank Statement (Available Balance) or Surety (from a registered financial Institution) with
a minimum amount applicable per category:
- Category A: R 1 300 000
- Category B: R 4 000 000
- Category C: R 13 000 000
- Category D: R 40 000 000
• Two (02) signed Reference Letters or Completion Certificates on the Bidder’s Client Letter Head (The
Reference Letters or Completion Certificates must be from the client which the bidder provided the
services to) with Contactable Reference/s from the bidder’s previous client confirming relevant experience
where bidder completed projects in Construction of New Buildings OR The Refurbishment of Existing Buildings.
• The Reference Letters or Completion Certificates must be signed by Principal Agent, Project Manager
and/or Client Department. The Reference Letters or Completion Certificates must bear name of the
project, contract number, contractors name, employers name and/or site ERF number. City of
Ekurhuleni reserves the right to contact references provided of work completed.
In terms of Regulation 4 (1) and 5 (1) of the Preferential Procurement Regulations, preference points must be
awarded to a bidder for attaining the Specific Goal/s in accordance with the table below:
273
SPECIFIC GOAL REQUIREMENT EVIDENCE REQUIRED POINTS ALLOCATED
Exemption letter issued by DTI
(in cases where the bidder does not satisfy the
minimum thresholds,) (If applicable)
An enterprise which is at least 50% Identity document (certified not older than 6
owned by people who are Youth. months)
Company Share Certificate or Directorship 2
Composition from CIPC or a Member’s Interest
Certificate for a Registered CC
An enterprise which is at least 50% Identity document (certified not older than 6
owned by Historically Disadvantaged months)
Individuals
Company Share Certificate or Directorship
Composition from CIPC or a Member’s Interest
Certificate for a Registered CC
a) Name of practitioner,
b) Practitioner number,
c) Doctor's contact details,
d) Details of the condition,
e) Date,
f) Signature,
g) Stamp and
h) Patient’s name.
TOTAL SPECIFIC GOAL POINTS 10
NB: if bidders do not complete information or submit evidence required for the above table, they will not
be awarded any specific goals points. All evidence MUST be submitted at bid closure and MUST be valid
at the close of bid for point’s allocation purposes.
274
C3.1 DESCRIPTION OF THE WORKS
i The Employer’s objective in entering into framework contracts for construction of new
buildings, and refurbishment of buildings, facilities and related ancillary infrastructure
over a maximum period of three (03) CoE financial years (refer to date specified in project
description), on an as and when required basis, is to have contractors with available
capacity to serve the Employer’s urgent needs and requirements whenever such works
are required.
ii. The employer’s objectives are to deliver public infrastructure using labour-intensive
methods. Labour- intensive works comprise the activities described in SANS 1921-5
Earthworks activities which are to be performed by hand/Labour-Intensive Specifications
and its associated specifications data. Such works shall be constructed by local workers
who are temporarily employed in terms of this scope of works.
iii. Bidders must note that certain works under this contract may only be constructed using
labour–based construction methods and must limit the utilization of their permanently
employed personnel to Key Personnel and other personnel must be recruited within
Ekurhuleni. With the understanding that labourers will be sourced from the area in which
the project is executed.
iv. It is the intention of City of Ekurhuleni to evaluate and award this bid to more than one
bidder per CIDB Category.
v. Bidders WILL only be appointed in TWO CIDB category for which they qualify and
must submit the whole original bid document as issued by COE.
vi. Bank Overdraft Confirmation Letter or Bank Statement (Available Balance) or Surety
(from a registered financial institution) indicating a minimum amount applicable per
category.
vii. For this tender Building Contractors are categorised in four groups as per value of
projects and the required CIDB grading for each project group. More than one Building
Contractor will be appointed as per category A, B, C and D. Tender evaluation will be
conducted separately for each category as per CIDB grading.
viii City of Ekurhuleni has allocated each CIDB Grading category a Bill of Quantities (BoQ) to
allow bidders to price the correct category designation in accordance with the sum tender
for.
City of Ekurhuleni is desirous of refurbishing a number of buildings, facilities and related ancillary
infrastructure which will be occupied during the refurbishment. The contractors will be given
access to specifically demarcated areas for refurbishment while limiting the disturbance and
disruption to the remainder of the building. The proposed buildings to be refurbished can be
spread across the entire City of Ekurhuleni.
275
Ekurhuleni intend also to construct new buildings and refurbish existing buildings, facilities and
related ancillary infrastructure to the client requirement across the entire City of Ekurhuleni.
Some building sites might be constructed in phases while being occupied during construction to
accommodate uninterrupted services to CoE citizens.
More than one contractor per each category will be appointed, the work will be allocated to
contractors on an as and when required and equal basis but still taking into consideration
the magnitude of the projects, those that will not be performing will be given work
according to their performance.
The Contractor is required to construct new buildings, and refurbish buildings, facilities, related
ancillary infrastructure, and as well as risk insurance work claims including the electrical and
mechanical works within the City of Ekurhuleni. The client will endeavor to group the works
together where possible.
The total estimated duration of the CONTRACT period for this project is from date of award until 30
JUNE 2027. The time frame per project will be finalized upon appointment of the contractor.
The client reserves the right, by giving written notice to the Contractor, to stop the progress of a
particular project/stage at any time. Should the client exercise this right, the client will pay the
Contractor for work done and expenses incurred only up to the time that the notice was given.
The works will be located within the municipal boundary of the City of Ekurhuleni.
Not applicable
The Work described in the Contract Documentation is designed by a Professional Architect with
input where necessary by all other relevant professional consultants required.
(a) The Employer is responsible for the design of the permanent Works as reflected in the Contract
documents unless otherwise stated.
(b) The Contractor shall supply all details necessary to assist the Architect and other professional
consultants in the compilation of the as-built drawings.
276
C3.2.2 COE'S DESIGN
The design is complete and indicated on the drawings after award of tender and/or Instruction to
Proceed with Works (IPW).
The Contractor is not required to supply the design of the structures, but he will be required to
assist with updating of as-built drawings.
The Contractor will be required to obtain quotations from specialist suppliers for certain aspects
of the construction of the permanent Works (example shop drawings for structural steel work,
formwork etc).
C3.2.4 DRAWINGS
The Contractor shall use only the dimensions stated in figures on the Drawings in setting
out the Works, and dimensions shall not be scaled from the Drawings, unless required
by the Engineer. The Engineer will, on the request of the Contractor in accordance with
the provisions of the Conditions of Contract, provide such dimensions as may have been
omitted from the Drawings.
The Contractor shall use only the dimensions stated in figures on the Drawings in setting out
the Works, and dimensions shall not be scaled from the Drawings, unless required by the Principal
Agent. The Principal Agent will, on the request of the Contractor in accordance with the provisions
of the JBCC Principal Agreement, provide such dimensions as may have been omitted from the
Drawings.
The Contractor shall ensure that accurate as-built records are kept of all infrastructure installed or
relocated during the contract. The position of pipe bends, junction boxes, duct ends and all other
underground infrastructure shall be given by either co-ordinates, or stake value and offset. Where
necessary, levels shall also be given. A marked-up set of drawings shall also be kept and updated
by the Contractor. This information shall be supplied to the Principal Agent/ other
Representatives on a regular basis.
All information in possession of the Contractor, required by the Principal Agent and/or the
Principal Agent Representatives to complete the as-built/record drawings, must be submitted
to the Principal Agent Representatives before a Certificate of Completion will be issued.
The Employer reserves the right to issue amended and/or additional drawings during the Contract
(project specific drawings to be issued after award of tender).
a. The Contractor may be required to obtain three quotations from specialist suppliers for
certain aspects of the construction of the permanent Works.
b. The Contractor will be required recording and keeping track of documents submitted for
approvals where required
277
C3.3 PROCUREMENT
C3.3.1 PREFERENTIAL PROCUREMENT
C3.3.1.1 Requirements
Acceptable bids will be evaluated by using a system that awards points on the basis of 90
points for bid price and 10 points for specific goals.
C3.3.2 SUBCONTRACTING
No specialist subcontractors are prescribed but the contractor will be required to appoint
subcontractors for specialist installations in consultation with the Employer.
The Contractor shall be responsible for all work carried out by subcontractors on his behalf.
The Principal Agent/Engineer will not liaise directly with any such sub-contractor, nor will he
become involved in any problems and/or disputes related to payments, programming,
workmanship, etc, unless provided for in the Conditions of Contract. Such problems and/or
disputes shall remain the sole concern of the Contractor and his subcontractors.
278
C3.4 CONSTRUCTION
The Contractor is referred to Bills of Quantities for the applicable project specifications/ scope of
works.
The Contractor is referred to the specifications (on drawings and in the Bills of Quantities for the
Particular Specifications for work not covered by the Preambles for Trades 2017 published by the
Association of South African Quantity Surveyors).
Contractors are referred to the Bills of Quantities for national and international standards
where applicable.
The Contractor is referred to Bills of Quantities for the applicable project specifications/ scope of
works.
In successive contracts the contractor shall within ten per cent (10%) of the initial construction
period or twenty (20) working days after taking possession of the site, whichever is the lesser,
check the existing levels, lines, profiles and the like affecting the works and satisfy himself as to
the dimensional accuracy of work previously executed. The contractor shall forthwith give notice
to the principal agent and request a contract instruction regarding any dimensional inaccuracy
found in work previously executed.
Before commencing the works the principal agent and the contractor shall arrange with the
owners of adjacent buildings and properties and representatives of local authorities to inspect, inter
alia, the buildings, structures, paving’s, kerbs, channels and fences. The contractor shall record
all conditions that the works could affect and copy the principal agent accordingly. The
contractor shall pay particular attention to cracks, defects and existing levels related to structures,
paving’s, kerbs, channels and fences which later could be claimed to have been caused or
disturbed by the works. Where instructed by the principal agent, levels and photographs shall be
279
taken by the contractor and the cost thereof shall be for the employer’s account. Certified copies
shall be lodged with the principal agent.
C3.4.2.4 Encroachments
The contractor shall give notice to the principal agent within ten per cent (10%) of the initial
construction period or twenty (20) working days after taking possession of the site, whichever is
the lesser, if any encroachments of adjoining buildings, structures, pavements, boundaries,
services, etc exist in order that the necessary arrangements may be made for the rectification of
any encroachments.
The statement to be submitted by the Contractor in terms of the Conditions of Contract shall
be prepared by the Contractor at his own cost, strictly in accordance with the standard
payment certificate prescribed by the Employer/Principal Agent/Engineer, in digital electronic
computer format. The Contractor shall, together with a copy of the digital electronic
computer file of the statement, submit two (2) A4 size paper copies of the statement.
280
C3.4.3 SAMPLES, SHOP DRAWINGS AND MANUFACTURER’S INSTRUCTIONS
281
C3.4.3.6 Compliance with manufacturer’s instructions
The contractor shall take delivery of, handle, store, use, apply and fix all products in strict
accordance with the manufacturer’s instructions.
All charges as may be levied by the responsible water supply authority in respect of water
consumed by the Contractor shall be for the Contractor’s account and payment to the
Contractor in respect thereof shall, be deemed to be included in the sums bidded by the
Contractor for the various Preliminary and General items listed in the Schedule of Quantities,
as well as in the rates bidded by the Contractor for the various other items listed in the
Schedule of Quantities which require the consumption of water.
The Contractor shall, when reasonably required by the Principal Agent/Engineer, produce
documentary proof that all amounts as may have become due and payable by the
Contractor to the responsible water authority have been promptly paid in full.
No separate payment will be made to the Contractor for the obtainment, providing and
consumption of water, the costs of which will be deemed to be included in the Contractor’s
bidded rates.
The Contractor shall further, at his own expense, be responsible for providing all
necessaries for procuring, storing, transporting and applying water required for the execution
of the Contract, including but not limited to all piping, valves, tanks, pumps, meters and other
plant and equipment, as well as for all work and superintendence associated therewith.
The sources of all water utilised for the purposes of the Contract shall be subject to the prior
approval of the Principal Agent/Engineer, which approval shall not be unreasonably
withheld.
The Contractor shall comply with all prevailing legislation in respect of drawing water from
natural and other sources and shall, when required by the Principal Agent/Engineer,
produce proof of such compliance. The distribution of water shall be carried out by the
Contractor strictly in accordance with the applicable laws and regulations.
The employer does not warrant that any water supply that may exist is adequate for the proper
execution of the works. Where such supply is inadequate, the contractor shall provide an
adequate supply at his own expense. Water for the works, as stated in the contract data shall be
provided by:
282
C3.4.5.2 Option A:
C3.4.5.3 Option B:
The employer free of charge to the contractor. The contractor shall connect to the existing
water supply at approved points and execute any necessary temporary plumbing.
C3.4.5.4 Option C:
The employer to the contractor. The contractor shall connect to the existing water supply at
approved points, supply and install meters and execute any necessary temporary work. The
employer shall meter the consumption and invoice the contractor for payment thereof.
All charges as may be levied by the responsible electricity supply authority in respect of
electrical power consumed by the Contractor shall be for the Contractor’s account and
payment to the Contractor in respect thereof shall, in accordance with the provisions of
subclause C3.4.2.2(c), be deemed to be included in the sums bidded by the Contractor for
the various Preliminary and General items listed in the Schedule of Quantities, as well as in
the rates bidded by the Contractor for the various other items listed in the Schedule of
Quantities which require the consumption of electricity.
The Contractor shall, when reasonably required by the Engineer, produce documentary
proof that all amounts as may have become due and payable by the Contractor to the
responsible electricity supply authority have been promptly paid in full.
No separate payment will be made to the Contractor for the obtainment, providing and
consumption of electricity, the costs of which will be deemed to be in the Contractor’s bidded
rates and prices.
The employer does not warrant that any electricity supply that may exist is adequate for the
proper execution of the works. Where such supply is inadequate, the contractor shall provide an
adequate supply at his own expense. Electricity for the works, as stated in the contract data shall
be provided by:
C3.4.5.6 Option A:
C3.4.5.7 Option B:
The employer free of charge to the contractor. The contractor shall connect to the existing
electricity supply at approved points and execute the necessary temporary installation.
C3.4.5.8 Option C:
The employer to the contractor: The contractor shall connect to the existing electricity supply at
approved points, supply and install meters and execute necessary temporary work. The employer
shall meter the consumption and invoice the contractor for payment thereof.
283
C3.4.5.9 Ablution and welfare facilities (Project Specific)
Ablution and welfare facilities, as stated in the contract data shall be provided for the use of all
persons on the site by:
C3.4.5.10 Option A:
The contractor who shall maintain such facilities in a thoroughly clean and tidy condition.
C3.4.5.11 Option B:
The employer who shall permit the use of existing facilities. The contractor shall maintain such
facilities in a thoroughly clean and tidy condition and make good any damage thereto at his own
expense.
Communication facilities, as stated in the contract data, shall be provided by the contractor who
shall be entitled to recover usage costs from the users thereof.
C3.4.8 GENERAL
284
C3.4.8.2 Protection/isolation of existing works and works occupied in sections
The contractor shall provide all reasonable temporary measures to protect/isolate the existing
and/or sections of the occupied works and remove such measures on practical completion.
C3.4.8.5 Disturbance
The contractor shall execute the works with a minimum of disturbance to adjoining premises, any
parts of the works already handed over and the occupants of those premises and/or parts.
C3.4.8.8 Vermin
The contractor shall take all necessary precautions to keep the works and the site free from
vermin and shall leave the works vermin-free on completion.
C3.4.8.10.2 The contractor shall not receive any mark-up for overheads and profit on any omissions in this
regard. Claims for loss of profit shall not be entertained.
C3.4.8.10.3 The principal agent shall carry out an inspection of such areas where tenant installation work is to
be executed and record the state of completion and issue a list of defects pertaining to such
areas.
285
C3.4.8.11 Advertising
All advertising rights on the site and the hoardings are reserved exclusively for the employer.
Will be in accordance with the principals of the JBCC Principal Building Agreement, Edition
6.2 May 2018 and BoQ’s.
No known services are crossing the building site. The principals of the JBCC Series 2000
Edition 5.0 July 2007 Principal Building Agreement will apply.
The principals of the JBCC Series 2000 Edition 5.0 July 2007 Principal Building Agreement
will apply.
The principals of the JBCC Series 2000 Edition 5.0 July 2007 Principal Building Agreement
will apply.
The principals of the JBCC Series 2000 Edition 5.0 July 2007 Principal Building Agreement
will apply.
The principals of the JBCC Series 2000 Edition 5.0 July 2007 Principal Building Agreement
will apply.
C3.5.1 The principals of the JBCC Principal Building Agreement, Edition 6.2, May 2018 will apply.
City of Ekurhuleni Expanded Public Works Program 2015-2019 Policy and/or latest as approved by
the council will be applicable to all construction projects within the City. The CoE EPWP Policy intend
target to employ, train and empower the unskilled and unemployed from local community. EPWP
target groups are women (55%), youth (55%) and person with disabilities (2%).
286
Bidder shall comply with all Labour Legislation such as the Unemployment Insurance Fund Act (Act
No.63 of 2001), the Compensation for Injuries and Diseases Act (COIDA), and the Occupational
Health and Safety Act (Act No.130 of 1993).
The employment of local labour will be done through appointed Community Liaison Officer (CLO)
and in co-operation with local structures. The bidder shall ensure that all remuneration paid to
employees is in line with the rates and monthly stipend as listed on CoE EPWP Policy.
The contractor must provide monthly statistics to the COE indicating the number of new
jobs created through this contract. This statistic must be provided with each monthly
payment certificate using Councils electronic prescribed format, which will be provided by
the Project Manager of this project to the successful bidder. Failure to provide the required
statistics Council may withhold payment.
The principals of the JBCC Principal Agrteement, Edition 6.2, May 2018 will apply.
The proposed type of work, materials to be used and potential hazards likely to be
encountered on this Contract are detailed in the Project Specifications, Schedule of Quantity
and Drawings, as well as in the Employers' health and safety specifications (regulation 4(1))
of the Construction Regulations 2014, which are bound in the Contract document/will be
issued separately by the Employer.
The Contractor shall in terms of Regulation 7(1)(a) provide a comprehensive health and
safety plan detailing his proposed compliance with the regulations, for approval by the
Employer.
The Contractor shall at all times be responsible for full compliance with the approved plan
as well as the Construction Regulations and no extension of time will be considered for
delays due to non-compliance with the abovementioned plan or regulations.
A payment item is/Payment items are included in the Schedule of Quantities to cover the
Contractor's cost for compliance with the OHS Act and the abovementioned regulations.
287
C3.6.2 STRUCTURE AND ORGANISATION OF OH&S RESPONSIBILITIES
a) Overall Supervision and Responsibility for OH&S
• The Client is to ensure that the Principal Contractor, appointed in terms of
Construction Regulation 5(1)(n), implements and maintains the agreed and approved
OH&S Plan.
• The Chief Executive Officer of the Principal Contractor in terms of Section 16 (1) of the
Act is to ensure that the Employer (as defined in the Act) complies with the Act.
• Any OH&S Act (85 /1993), Section 16 (2) appointee/s as detailed in his/her respective
appointment forms.
• The Construction Manager is appointed in terms of Construction Regulation 8(1) and
Assistant Manager is appointed in terms of Construction Regulation 8(2).
• The Construction Supervisor and Assistant Construction Supervisor/s appointed in
terms of Construction Regulation 8(7) and 8(8).
288
C3.6.4 OH&S FILE
The Principal Contractor must, in terms of Construction Regulation 7(1)(b), keep a health and safety
file on site at all times that must include all documentation required in terms of the Act and
Regulations and must also include a list of all Contractors on site that are accountable to the
Principal Contractor and the agreements between the parties and details of work being done. The
following documents must be kept in the OH&S file:
Refer to the File contents listed on p85 - 86 OHS information for Bid:
The Principal Contractor will be required to submit the abovementioned registers monthly to the
chairperson of the OH&S Committee for endorsement.
The Health & Safety File must be handed over to the Client on completion of the contract. It must
contain all the documentation handed to the Principal Contractor by any subcontractors together with
a record of all drawings, designs, materials used and other similar information concerning the
completed project.
C3.6.5 OH&S GOALS AND OBJECTIVES AND ARRANGEMENTS FOR MONITORING AND REVIEW
OF OH&S PERFORMANCE
The Principal Contractor is required to maintain a Compensation Incidence Frequency Rate (CIFR)
and to report on this to the Client on a monthly basis.
A representative of the Principal Contractor must accompany the Client on all Audits and
Inspections and may conduct his/her own audit/inspection at the same time. Each party will,
however, take responsibility for the results of his/her own audit/inspection results.
c) Reports
The Principal Contractor is required to provide the Client with a monthly report in the format as
per “SHE Risk Management Report”
The Principal Contractor must report all incidents where an employee is injured on duty to the
extent that he/she:
• dies
289
• becomes unconscious
• loses a limb or part of a limb
• is injured or becomes ill to such a degree that he/she is likely either to die, or to suffer a
permanent physical defect, or likely to be unable for a period of at least 14 days either to
work or continue with the activity for which he/she was usually employed
OR where:
The Principal Contractor is required to provide the Client with copies of all statutory reports
required in terms of the Act.
The Principal Contractor is required to provide the Client with copies of all internal and
external accident/incident investigation reports including the reports contemplated in 3.6.10.
below.
d) Review
The Principal Contractor is to review the Hazard Identification, Risk Assessments and
SWP’s at each two weekly site inspection/meeting as the construction work develops and
progresses and each time that changes are made to the designs, plans and construction
methods and processes.
The Principal Contractor must provide the Client, other Contractors and all other concerned
parties with copies of any changes, alterations or amendments.
Access control must include the rule that non-employees will not be allowed on site
unaccompanied.
290
The Principal Contractor must develop a set of security rules and procedures and maintain
these throughout the construction period.
The Principal Contractor must appoint a competent Emergency Controller who must
develop emergency contingency plans for any emergency that may arise on site as
indicated by the risk assessments. These must include a monthly practice/testing program
for the plans e.g. January: trench collapse, February: flooding etc. and practiced/tested with
all persons on site at the time, participating.
C3.6.9 TRAINING
The contents and syllabi of all training required by the Act and Regulations must be included in the
Principal Contractor’s OH&S Plan.
c. Other Training
All operators, drivers and users of construction vehicles, mobile plant and other equipment
to be in possession of valid proof of training.
All employees in jobs requiring training in terms of the Act and Regulations to be possession
of valid proof of training.
OH&S Training Requirements: (as required by the Construction Regulations and as indicated
by the OH&S Specification and the Risk Assessment/s):
* General Induction (Section 8 of the Act)
* Site/Job Specific Induction (also visitors) (Sections 8 & 9 of the Act)
* Site/Project Manager
* Construction Supervisor
* OH&S Representatives (Section 18 (3) of the Act)
* Training of the Appointees indicated in 3.1.1. & 3.1.2. above
* Operation of Cranes (Driven Machinery Regulations 18 (11))
* Operators and Drivers of Construction Vehicles & Mobile Plant
(Construction Regulation 23)
* Basic Fire Prevention & Protection
(Environmental Regulations 9 and Construction regulation 27)
* Basic First Aid (General Safety Regulations 3)
* Storekeeping Methods & Safe Stacking (Construction Regulation 28)
* Emergency, Security and Fire Co-ordination
291
C3.6.10 ACCIDENT AND INCIDENT INVESTIGATION
The Principal Contractor is responsible for the investigation of all accidents/incidents where
employees and non-employees were injured to the extent that he/she had to be referred for medical
treatment by a doctor, hospital or clinic (General Administrative Regulation 9).
The results of the investigation to be entered into the Accident/Incident Register (General
Administrative Regulation 9).
The Principal Contractor is responsible for the investigation of all non-injury incidents as described
in Section 24(1)(b) & (c) of the Act and keeping a record of the results of such investigations
including the steps taken to prevent similar accidents in future.
The Principal Contractor is responsible for the investigation of all road traffic accidents and keeping
a record of the results of such investigations including the steps taken to prevent similar accidents
in future.
Site incidents are to be reported to the Client and Client Agent timeously within the time of them
having occurred on site, but not exceeding prior to the end of shift.
Site incident reporting procedures must be compiled and communicated with all employees on site.
Blank copies of the Annexure 2 and WCL2 forms to be available always in the health & safety file.
It will be required that the Principal Contractor provide the Client with a formal investigation report for
any incidents that occurred on site.
OH&S Representatives have to be designated in writing and the designation must include the
area of responsibility of the person and term of the designation.
292
The OH&S Committee must meet minimum monthly and consider, at least, the following
Agenda:
•
Opening and welcome
•
Present/Apologies/Absent
•
Minutes of previous meeting
•
Matters arising from the previous minutes
•
OH&S Representatives Reports
•
Incident Reports & Investigations
•
Incident /Injury statistics
•
Other matters
•
Endorsement of Registers & statutory documents by a representative of the
Principal Contractor
•
Close/Next Meeting
Health and Safety Specifications in terms of Construction Regulation 5 (1)(a) & (b) for the site
specific requirements to be complied with.
1.1. The Principal Contractor must take note that a Construction Work Permit Application for this Project
will be submitted by the Health and Safety Agent if the project value exceeds the threshold as
mandated by the Department of Labour. (AGENT Details to be confirmed after award of tender).
1.2. The Principal Contractor must ensure that the Construction Work Permit Number is displayed at all
time at all entrances/access point to the Construction site.
1.3. The Principal Contractor on receipt of the Construction Work Permit ensure that it is place on their
Health and Safety File on site and made available upon request.
1.4. The Principal contractor however does not need to submit a Notification of Construction mentioned in
below bullet when the project falls under a Construction Work Permit project.
2. Notification of Construction:
2.1. The Principal Contractor must submit a Notification of Construction to the Department of Labour in
the form of Annexure 2 if the project value is less than the threshold issued by the Department of
Labour.
2.2. The Principal Contractor must submit a Notification of Construction to the following City of Ekurhuleni
Senior Health and Safety Practitioners to be issued with a permit at the following applicable office
areas:
293
Contact Details: Occupational Health and Safety Section
Name: Carol Manyashi
Manager: Occupational Health and Safety
Tel: (011) 999-5628
Cell: 072 705 0482
Name: Modupe Khatlake Name: JJ Van der Westhuizen Name: Jeanette Ramatapa
Senior Occupational Health and Senior Occupational Health and Safety Senior Occupational Health and Safety
Safety Practitioner (Germiston) Practitioner (Alberton) Practitioner (Nigel)
Tel: (011) 999-0032 Tel: (011) 999-2400 Tel: (011) 999-3610
Cell: 079 881 1114 Cell: 082 772 7748 Cell: 060 579 7889
[email protected] [email protected] [email protected]
Name: Thibe Ramushu Name: Thembeka Chamane Name: Lotanang Mabudusha
Senior Occupational Health and Senior Occupational Health and Safety Senior Occupational Health and Safety
Safety Practitioner (Kempton Park) Practitioner (Boksburg) Practitioner (Springs)
Tel: (011) 999-8533 Tel: (011) 999-7538 Tel: (011) 999-7802
Cell: 082 069 1905 Cell: 082 646 1472 Cell: 071 353 3913
[email protected] [email protected] [email protected]
Name: Bernard Khumalo Name: Gloria Mongwane
Senior Occupational Health and Senior Occupational Health and Safety
Safety Practitioner (Brakpan) Practitioner (Edenvale)
Tel: (011) 999-9310 Tel: (011) 999-3057
Cell: 076 573 1607 Cell: 076 642 5598
[email protected] [email protected]
2.3. The Principal Contractor must upon receipt of the stamped Notification of Construction ensure that it
is placed in their Health and Safety file and made available upon request.
3. Client Documentation:
3.1. The Principal Contractor must on receipt of the Clients baseline risk assessment ensure that it is
signed off by the Construction Manager and placed in their Health and Safety File and made
available upon request.
3.2. The Principal Contractor must ensure that the Client Health and Safety Specification is included in
the tender documentation sent out to all protentional sub-contractors in the tender phase of the
project.
3.3. The Principal Contractor must ensure that the Baseline Risk assessment is included in the tender
documentation from their side.
3.4. The Principal Contractor will be appointed under CR5(1)(k) in writing. The Principal Contractor will
ensure that this appointment is placed in their Health and Safety File and made available upon
request.
294
4. Principal Contractor and Contractors:
4.1. The Principal Contractor to ensure that every employee on site has a valid, certified copy of their
South African ID or a valid work permit and contact information of next of kin, and proof of a medical
fitness certificate, in the form of an Annexure 3 issued by a registered Occupational Practitioner.
Any employee found on site without the correct documentation will be asked to leave the premises
immediately.
4.2. The Principal Contractor is responsible for the access / security control to the construction site and
only persons with a unique identification, which they have received during the induction for the site,
must be allowed into the site and this include the Client representative and the professional team.
This induction must include as a minimum, emergency procedures and what construction activities
are currently on site, and how a person must identify and behave in order to not be exposed to this
hazard. The Principal Contractor must however ensure that every person on site can be identified by
means of a tag / access card or the construction company name on their overalls.
4.3. The Principal Contractor along with their appointed Contractors will ensure that Next of Kin details for
all employees on site is available in the Health and Safety File.
4.4. Before any commencement of work, the Principal Contractor must submit proof that they are in Good
Standing with the Compensation Fund, such documentation must be kept in their Health and Safety
file and made available upon request.
4.5. The Principal Contractor must ensure that prior to commencement of any contractors that they are in
Good Standing with the Compensation fund, such documentation must be kept in their Health and
Safety file and made available upon request.
4.6. The Principal Contractor will appoint all Contractors under CR7(1)(c)(v) in writing and ensure that
this is placed on their Health and Safety file and made available upon request.
4.7. The Principal Contractor will ensure that a signed Section 37(2) Mandatory agreement is available
between the Principal Contractor and their appointed contractors and a copy of such agreement
placed in their Health and Safety file and made available upon request.
4.8. The Principal Contractor will ensure that an approved copy of their Health and Safety Plan which has
been communicated to all employees is available in their Health and Safety File.
4.9. The Principal Contractor will ensure that their contractors’ Health and Safety Plans has been
approved and a copy of such Health and Safety Plan, which has been communicated to all
employees, is available in the Health and Safety File of each contractor.
4.10. The Principal Contractor along with their appointed Contractors will ensure that a Health and Safety
Policy, which has been signed off and communicated, is placed in their Health and Safety File and
made available upon request.
4.11. The Principal Contractors will conduct health and safety audits and document verification with their
Contractors, this will be placed in their Health and Safety file and made available upon request.
4.12. The Principal Contractor will in a case of found unsafe activity, stop such activity which is not in
accordance with the Safety Regulations and by laws, Clients specification and the Principal
Contractors Health and Safety Plan.
4.13. The Principal Contractor must ensure that all Health & Safety files are updated for the month during
the first week of the month.
295
5. Management and Supervision on site:
5.1. The Principal Contractor must appoint in writing a full time Construction Manager in terms of CR8(1)
who will be responsible for managing all construction work on a site, this person must be an
employee from the Principal Contractor.
5.2. The Principal Contractor and their appointed Contractors must appoint in writing a Construction
Supervisor in terms of CR8(7) who will be responsible for supervising all construction work on site.
5.3. The Principal Contractor must at all times have supervision on site for all construction activities at
that point in time, which include work after hours and weekends.
5.4. The Principal Contractor must in writing appoint full time Health & Safety Officer (registered with
SACPCMP) to monitor the Health and Safety compliance on site.
6. Risk Assessments:
6.1. The Principal Contractor and his appointed Contractor must in writing appoint a Risk Assessor in
terms of CR9(1) who’s competency is in line with the required unit standard.
6.2. The Principal Contractor and his appointed contractor must have a Risk Assessment which is
compiled, based on their methodology and processes, for each of the items as listed in the Clients
Baseline Risk Assessment, in order to reduce the high rating of the activity which will be placed in
their Health and Safety File and made available upon request.
6.3. The Principal Contractor and his appointed Contractor must ensure that all their activities are
addressed in a site and task specific risk assessments and must be available in their Health and
Safety File.
6.4. The Principal Contractor and his appointed Contractor must ensure that all method statements, risk
assessments and safe work procedures are signed off by the risk assessor, Construction Manager
and the Construction Supervisor and proof of this must be available in their Health and Safety File.
6.5. The Risk Review and Monitor Plan must also be available in the Health and Safety File.
6.6. The Principal Contractor and their appointed Contractor must ensure that all Method Statements,
Risk Assessment and Safe Work Procedures have been communicated to all employees and proof
of such communication is placed in their Health and Safety file and made available upon request.
7. Fall Protection:
7.1. The Principal Contractor must in writing appoint a Fall Protection Plan Developer in terms with
CR10(1)(a) whose competency is in line with the required unit standard to develop a Site-Specific
Fall Protection plan in line with CR10(2).
7.2. The Principal Contractor and their appointed Contractors must ensure that the Construction Manager
CR8(1) is in possession of a copy of such Fall Protection Plan.
7.3. The Principal Contractor and their appointed Contractors must ensure that all employees at a fall risk
position, have in place a valid working at heights training certificate which has been done in line with
the required SAQA unit standard.
7.4. The Principal and their appointed Contractors will ensure that all fall arrest equipment is inspected by
a competent person prior to use and recorded on a register which will be kept in the Health and
Safety file and made available upon request.
296
7.5. The Principal Contractor and their appointed Contractors will ensure that all fall arrest equipment will
be hooked at all times on a structure or similar secured anchorage point that has been approved as
suitable with the necessary stability and sufficient strength for the purpose of safely supporting the
equipment and any person who could fall.
7.6. Fall risk positions must be barricaded / fenced with a solid material at the height of 1 m.
7.7. The Principal Contractor must have a daily inspection record on site for the barricading of all fall
dangers.
7.8. All edge barricading used on site must be of solid material, if scaffold tubing or similar method is
being used, it must be installed that a knee, and guard rails is fitted, scaffold tubing or similar
material must also be securely fixed to the posts being used.
7.9. The Principal Contractor will ensure that all work at heights which is exposed to the elements will be
stopped at the immediate sign of inclement weather conditions or any hazardous health and safety
conditions.
8. Structures:
8.1. A Contractor must take all reasonable steps to prevent an uncontrolled collapse of an existing or new
structure.
8.2. Ensure that a structure is not bearing any additional weight over the limit which has been indicated
by the Designer or Engineer.
8.3. All designs issued for construction intended for such structure is kept on site and made available
upon request.
8.4. The Client must ensure that the structure is inspected periodically by a competent person to ensure
the safety of such structure for further use.
8.5. The Client must ensure that any new structure for the first 2 years inspected at least every 6 months
by a competent person and at least once a year after the first 2 years.
8.6. The Client must ensure that record is kept of the maintenance and inspections of such structure and
made available upon request.
9. Temporary Works:
9.1. The Principal Contractor or their appointed Sub Contractor must appoint in writing a Temporary
works designer in line with Construction Regulation 6 and Construction Regulation 12 with the
required technical qualifications the Temporary work designer to design and sign off on all temporary
works intended for the Project, all designs must meet the requirements as stipulated in Construction
Regulation 6 and Construction Regulation 12 and record must be kept of calculations made to
ensure the load being carried will be supported fully.
9.2. The Principal Contractor or their appointed Sub Contractor must appoint in writing a Temporary
Works Supervisor in line with Construction Regulation 12 whom will be responsible to ensure that all
temporary works on site is done as per the Temporary Works Design and Method Statement as well
as ensure compliance in line with the OHS Act 85 of 1993 and any applicable regulations, by-laws
and Standards.
297
9.3. The Principal Contractor or their appointed contractor will in writing appoint a Temporary Works
Inspector whom will be responsible for performing daily inspection of the temporary works structure
in line with the temporary works design as well as the OHS Act 85 of 1993 and any applicable
regulations, by-laws and Standards which will be recorded on a register that will be kept on site and
ensure that it is available upon request.
9.4. No Concrete work or other intended work will commence on such structure unless it has been signed
off as safe by the appointed competent person and such record kept on site and made available
upon request.
9.5. No steel fixing or similar activities can take place on the temporary works decking areas until the
installation is signed off by the appointed Temporary Works Designer / Temporary Works Inspector
appointed as the competent person.
9.6. The Temporary Works Erectors must be trained on the specific Temporary Works System used on
site.
10. Excavations:
10.1. All excavations must be barricaded / fenced with a solid material (for example scaffold tubing, not
just plastic barricading) with the minimum height of 1 meter. If scaffold tubing or similar method is
being used, it must be installed that a knee and guard rail / handrail is installed at the open edges.
The scaffold tubing or similar material must also be securely fixed to the posts being used.
10.2. The Principal Contractor will in writing appoint a competent person as per Regulation to supervise all
excavation work on site who will evaluate as far as reasonably practical the stability of the ground
before the excavation work begins.
10.3. The Principal Contractor will have a daily inspection record of excavations showing the integrity of
the soil and requirements are followed and checked as per all applicable regulations on site.
10.4. The Principal Contractor will not allow any person to work or enter any unsafe excavation which has
not complied to all requirements as per Construction Regulation 13.
10.5. Where a Deep Excavation is taking place, the Principal Contractor must ensure that there is safe and
secured pedestrian access created to ensure that safety of pedestrians is not affected, separation of
pedestrians and construction vehicles must be implemented as far as is reasonably practicable
especially at the access areas to site.
11.1. The Principal Contractor must also ensure that dust control measures are implemented during the
demolition stages, as far as reasonably practical.
11.2. The Principal Contractor will in writing appoint a Demolition Supervisor in line with the Construction
Regulation 14(1) whom will supervise all demolition work on site and ensure that work is carried out
as per applicable regulations.
11.3. Before any demolition work will commence the Principal Contractor will ensure that there is a method
statement in place provided from the Structural Engineer indicating the process which is to be
followed by the Principal Contractor.
11.4. The Principal Contractor will ensure that during demolition work the appointed Demolition Supervisor
will inspect the structural integrity of the building as often as stipulated in the method statement
provided by the Structural Engineer.
298
11.5. The Principal Contractor will in writing inform the relevant parties e.g. Client, Engineer and OH & S
Consultant of any changes that need to be made in the method statement prior to commencing with
any task or if the structural integrity is affected in any way.
11.6. The Principal Contractor and the Demolitions Supervisor must also ensure that all rubble on site is
removed from the building at regular intervals, and not accumulated and stacked in an unsafe
manner, to prevent any part of the structure from being overloaded with debris and rubble.
12.1. The Principal Contractor will ensure that no lone work will take place in any confined space.
12.2. The Principal Contractor will ensure, where applicable, a rescue team and rescue kit are available for
confined space rescues.
12.3. The Principal Contractor will ensure that a communication procedure is implemented between the
persons working in confined space and the sentry for the area.
12.4. The Principal Contractor will as far as reasonably possible ensure that prior to confined space entry
the area is clear of any fumes that could pose a risk to the health and safety of such person.
12.5. If and where applicable confined space entry permits are to be obtained.
12.6. No Contractor will allow a person to enter a tunnel which has that height dimension of under 800mm.
13. Scaffolding:
13.1. The Principal Contractor will ensure that all work on scaffolding which is exposed to the elements will
be stopped at the immediate sign of inclement weather conditions.
13.2. All scaffolding on site to be erected in accordance with SANS 10085/1:2004 an inspected daily prior
to use and after inclement weather irrespective of the height of the scaffolding.
13.3. All scaffolding erected on site may only be erected by trained and appointed scaffolding erectors and
must be supervised and signed off by trained and appointed scaffolding inspector and supervisor.
13.4. Any scaffolding structures that will be erected adjacent to a public way or area must be fitted with
pavement gantries or fans as per the scaffolding requirements to prevent any material from falling
into or onto the public area.
13.5. The Principal Contractor is to ensure that where other forms of screening / aprons or fans are used
on the scaffolding structure for the protection and prevention of falling material that such screens /
aprons or fans are designed by a competent person appointed in writing.
13.6. All special scaffolding must be as per the scaffolding requirements and temporary work requirements
have a design done by the competent person appointed in writing with the relevant qualifications.
The installation of special scaffolding must then also be signed off after installation to confirm that the
installation is as per design.
299
14. Suspended Platforms:
14.1. The Principal Contractor will ensure that there is an appointment in writing in terms of CR17(1) a
competent person to supervise all suspended platform work.
14.2. The appointed supervisor will ensure that the suspended platform is inspected by a professional
Engineer or Technologist and signed off as safe for use prior to work commencing on such platform.
14.3. Prior to commencement of such platform submit a copy of certificate, design and test result to the
Provincial Director.
14.4. The Principal Contractor will ensure that there is an appointment in writing in terms of CR17(8)(c) a
competent person to inspect all suspended platform work.
14.5. The appointed inspector will inspect the suspended platform daily where the inspection details will be
recorded on a register placed in the Health and Safety file and made available upon request.
15.1. The Principal Contractor will ensure that there is an appointment in writing in terms of CR17(1)(a) a
competent person to supervise all rope access work.
15.2. The Principal Contractor will ensure that equipment is inspected daily on a register placed on the
Health and Safety file and made available upon request.
15.3. The Principal Contractor will ensure that all operators are trained and found competent in line with
the requirements and training criteria for such operators.
15.4. All anchorage points are to be designed and signed off by an appointed competent person before the
anchors to allowed to be utilised.
16.1. The Principal Contractor will ensure that the material hoist has available signage identifying the
maximum mass load approved.
16.2. The Principal Contractor will ensure that there is an appointment in writing in terms of CR19(6) to
operate such hoist.
16.3. The Principal Contractor will ensure that such hoist is inspected on a daily basis on a register placed
in the Health and Safety file and made available upon request.
16.4. Material hoist must be load tested and registered with the Department of Labour and must have the
DOL annexure available as per legal requirements before used on site.
17.1. The Contactor must ensure a competent person is appointed in writing for the supervision of such
operations who has the experience and awareness of the dangers of such operations.
17.2. The Contractor must ensure that such plant is erected in line with the manufacture’s specifications
and as per the design intended for such plant.
300
17.3. The Contractor must place at an accessible point an emergency start and stop switch for the plant
that will act as a control measure should an incident occur that such plant can be brought to an
immediate halt.
17.4. The Contractor will ensure the safeguarding all moving parts as well as any opening that can pertain
the risk of an injury or property damage.
17.5. The contractor must ensure that record is kept or all repairs, maintenance and inspections of such
plant and made available upon request.
18.1. The Principal Contractor will appoint in writing an Issuer that will keep record of all cartridges that are
issued and returned which will be placed in the Health and Safety file and made available upon
request.
18.2. The Principal Contractor will in writing appoint a competent person as the Equipment User who has
been trained in the inspection and use of such equipment and will complete a daily inspection
register for such equipment which will be kept in the Health and Safety File and made available upon
request.
18.3. The Principal Contractor will ensure that no cartridges new or used are left unattended on site or
discarded of in any other way then returning to the appointed issuer.
18.4. All other requirements as stipulated in Construction Regulation 21 are to be complied with by each
user of such equipment.
19.1. Whenever making use of an external Contractor to do lifting work the Principal Contractor must
ensure that the operator is competent and appointed in writing.
19.2. Before using any lifting machines or tackle the operator should inspect it and confirm is it suitable for
use.
19.3. All lifting machines must have in place proof of LMI inspection by an accredited person/company at
intervals not exceeding 12 months.
19.4. The Principal Contractor and their appointed contractor must ensure that all lifting equipment is
inspected at intervals not exceeding 3 months by a competent person with a valid training certificate
in line with the required SAQA unit standard and appointed in writing.
19.6. All hooks shall be fitted with a safety latch / catch. Hooks may never be used until a damaged latch
is replaced.
19.7. A lock out system should be implemented to ensure that only an approved operator / user who is
competent can draw lifting machines and forklifts.
19.8. All lifting tackle should be conspicuously and clearly marked with identification particulars and the
maximum mass load that it is designed for.
301
19.9. No person shall be moved or supported by means of a lifting machine unless such a machine is fitted
with a cradle approved by an inspector.
19.10. A trained and certified banksman must be appointed in writing for any crane or similar operations
required on site.
19.11. The Principal Contractor must ensure that where specialised rigging operations / intricate rigging is
required, or where rigging of 5 tons or more must be done, a competent Rigger must be appointed
in writing with the required qualifications.
19.12. The Principal Contractor must also ensure that a rigging study is compiled for any rigging to be
done.
19.13. The Principal Contractor must register their intended Tower Crane with the Civil Aviation Authority.
The information must include as a minimum: The coordinates of the crane (x, y and z), the height
of the crane mast, the length of the boom of the crane and the date of intended erection of the
crane. See Website caa.co.za for the CA139-27 registration form.
19.14. Trained and appointed flagman must be positioned at each public area that will be affected by
construction activities on the roadside.
19.15. Where an Electrical dispensing pump will be made use of the Principal Contractor or their
appointed Contractor will ensure that such pump is correctly earthed and a COC signed off by a
Master Electrician is kept on site and made available on request.
20.1. The Principal Contractor must ensure that if any construction vehicle, which parks in the street, for
delivering materials and / or lifting operations by mobile cranes and / or concrete pumping or any
similar operations that effects the public roads get done in such a manner that the members of
public are not exposed to any of the construction activities, and must further have cones with a
flagman on both sides and warning signage displayed.
20.2. Sufficient firefighting equipment must be available inside each of the construction vehicle and
mobile plant being used on site.
20.3. The Principal Contractor / sub-Contractors to comply with the National Road Traffic Act 93 of 1996
at all times when carrying out their disciplines on roads, intersections, cross overs etc.
20.4. The Principal Contractor must ensure that the construction vehicles get cleaned off on the sides,
between double wheels and the back to prevent loose soil and stones falling from the truck into the
public road while driving out of the site.
20.5. The Principal Contractor must despite the cleaning of the trucks ensure that there is at all times
someone to clean the public road surface from the soil that might be brought onto the road by the
wheels of the construction vehicles.
20.6. Trained and appointed flagman must be positioned at each public area that will be affected by
construction activities on the roadside.
20.7. Any road closure or lane restrictions that may be required must have the regulated wayleave in
place before the work commences.
20.8. The temporary road signage and construction warning signage in line with the wayleave
requirements must be installed as per the requirements of the wayleave and traffic management
plan for the project.
302
20.9. There must be a detailed traffic management plan available for any lane restrictions or road
closures that may be required throughout the project. This traffic management plan must be
communicated to all contractors working on site.
20.10. Each construction area effecting the public roadway by means of construction vehicles turning into
the public way must have designated flagmen positioned in line with the required vehicle turning
signage to ensure safe and controlled construction vehicle integration onto the public roads.
21.1. The Principal Contractor will ensure that all electrical installations on site will have a signed COC
which will be made available upon request.
21.2. The Principal Contractor will ensure that all DB Board will be fitted with a cover plate, earth leakage
and trip switch along with a lockout procedure.
21.3. All switches on the DB Board will be labelled to identify the functions of such connection.
21.4. All Temporary Electrical connections will be inspected on a Weekly basis by the Competent person
appointed in terms of Construction Regulation 24.
21.5. The Principal Contractor will ensure that no live electrical connection is exposed to the elements
which can cause a risk to any person or the property of the client (e.g. rain, open flames, etc).
21.6. The electrical supply cables of all temporary electrical installations must be protected from the
construction activities such as plant and machinery being operated near such cables.
22.1. The Principal Contractor must appoint a Hazardous Chemical Substance Controller in writing, to
control and manage the hazardous chemicals on site.
22.2. The Principal Contractor must ensure that a Material Safety Data Sheet for all chemicals on site is
kept in the file and communicated to all site employees.
22.3. Where applicable spill kits will be made available by the Principal Contractor and their appointed
Sub Contractors in case of a chemical spill in order to contain the area from causing any
environmental damage.
22.4. The Principal Contractor will ensure all chemical containers on site to be labelled and identified.
22.5. The Principal Contractor will as far as reasonably possible ensure when chemicals are being
transferred from on container to another a drip tray must be made available to ensure that spillage
is controlled and does not seep into any soil.
22.6. The Principal Contractor will ensure that Hazardous chemicals stores are equipped with
information signage on the chemicals being stored, identification of the hazardous linked to the
stored chemicals, PPE required to handle such chemicals, sufficient firefighting equipment, solid
foundation to ensure no seeping of chemicals into soil and a lock out procedure to ensure control
of such stored chemicals.
22.7. The Principal Contractor will ensure chemical store will not be allowed to be used as a storage
area for clothing, food or any other personal belongings.
303
22.8. The Principal Contractor will as far as reasonably possible ensure that no chemical store will be
used for an eating or changing facility.
22.9. Where a Principal Contractor or his appointed Contractor intents to store any bulk hazardous
chemical on site an application for a permit/temporary registration must be sent to the local
Emergency Services department in the prescribed form of an Annexure 1 along with the required
plans as per applicable by-laws and approved prior to such activity taking place on site, proof of
such registration/permit must be kept on site and made available upon request.
23.1. The Principal Contractor must appoint a Housekeeping Supervisor and also ensure that all
Contractors appoint their own Housekeeping Supervisors, to ensure that the Housekeeping on site
is maintained on a daily basis.
23.2. The Principal Contractor along with his Sub-Contractors will ensure and conduct a weekly
Housekeeping inspection which will be recorded and kept on site.
23.3. The Principal Contractor and all the Contractors are not allowed to burn or deposit any waste on
site it is to be discarded to an approved dump site or a recycling facility.
24.1. The Principal Contractor and their appointed Sub-Contractors must appoint a Stacking & Storage
Supervisor in writing.
24.2. The Principal Contractor and their appointed Sub-Contractor will conduct a weekly stacking &
storage inspection which will be recorded and kept on sile this must be completed by the appointed
person.
25.1. The Principal Contractor must have, as a first activity, chemical toilets in the site establishment to
ensure that all construction employees have the facility from the outset.
25.2. The Principal Contractor must have an Employee Facilities Inspector appointed in writing, and this
person must be required to complete a weekly facilities Checklist which will be kept in the Health
and safety file and made available upon request.
25.3. Steps must be taken to maintain good hygiene on site at the employee facilities and eating areas.
The facilities are to be kept in a clean condition / disinfected condition.
25.4. Employees are to be informed about general procedures regarding hygiene on site, such as
washing hands and preventative measures to follow when feeling ill.
25.5. The required employee facilities must be provided to site in line with the legal requirements before
employees commence with work on site.
26. Ladders:
26.1. The Principal Contractor and all appointed Contractors must appoint a Ladder Inspector, and this
person must be required to complete a Ladder Checklist at least once a month.
26.2. All ladder on site must be numbered and identified as per General Safety Regulation 13.
304
27. Hand tools:
27.1. All hand tools on site to be identified, numbered and placed on register.
27.2. The Principal contractor along with his Sub-Contractors will appoint in writing a competent person
to conduct monthly inspections to ensure that hand tools are not damaged or altered in anyway
e.g. mushroom heads, loose handles, appropriate grip handles, etc. which will be recorded on the
above-mentioned register and kept on site.
28.1. All Portable electrical tools on site to be identified, numbered and placed on register.
28.2. The Principal Contractor along with his Sub-Contractors will appoint in writing a competent person
to conduct monthly inspections to ensure that Portable electrical tools are not damaged or altered
in anyway e.g. loose electrical connections, exposed wiring, earth wire not connected, crack or
damage to equipment, safeguard not removed or damaged, etc.
29.1. The Principal Contractor must ensure that the appointed Contractors with 5 and more employees
have a first aid box and that Contractors with 10 and more employees have a first aid box with at
least one person on site with a first aid certificate.
29.2. Sufficient firefighting equipment must be available inside each of the construction vehicle and
mobile plant being used on site.
29.3. Sufficient amount of firefighting equipment must also be positioned on site in case of an emergency
and the employees on site must be trained in the procedure on how to use the equipment if
needed.
29.4. Site Emergency Evacuation Procedures must be compiled by the Principal Contractor all
employees and Contractors on site must be trained on the Emergency Procedures. This
Procedure must be updated as and when needed.
29.5. There must also be an up to date emergency contact register displayed on a notice board / site
office / access gate area and this list must be kept updated.
29.6. An emergency evacuation diagram of the site must also be complied clearly indicating the
assembly points and areas of evacuation.
29.7. The Principal Contractor must also appoint in writing a competent Emergency Evacuation
Coordinator.
29.8. Where applicable the existing facilities emergency evacuation procedure must also be incorporated
into the site procedure to ensure that the existing facility is not negatively affected in case of an
evacuation process obstructing their areas.
29.9. Educate employees regarding the correct procedures to follow and provide employees with the
means of reporting when feeling ill and the guidelines and preventative measures to follow to not
infect fellow workers / prevent them from also falling ill.
305
29.10. Train employees regarding known viruses that may affect them and provide them with the
necessary information to enable them to take measures to protect themselves while working on
site.
30.1. The Principal Contractor will as far as reasonably possible ensure that all hot works are contained
to one area.
30.2. Ensure that all equipment is inspected and recorded on a register placed in the Health and Safety
file and available upon request.
30.3. Ensure that no Hot Works will be permitted to take place in any confined space unless deemed
safe in them of the Regulations to do so.
30.4. That all Combustibles / Flammables liquids are removed from the area where hot works is taking
place.
30.5. That the necessary firefighting equipment is available in the area where hot works is taking place
along with an appointed competent person to use such equipment correctly.
30.6. Ensure that all sparks are contained by use of welding screens or similar.
31. Blasting:
31.1. The appointed Contractor to preform blasting must be registered with the Department of Labour
before any blasting activities can take place as per ER4(8).
31.2. The Principal Contractor must ensure that the Contractor has appointed in writing a registered
Explosives Manager with proof of competency in terms of ER12(1).
31.3. The Principal Contractor will ensure that is terms of Section 6 of the Explosives Act, 1956(I) no
person shall store of have in their Possession of any authorized explosives unless it is line with
Section 6(I)(c).
31.4. The Principal Contractor must ensure that prior to the commencement of blasting the appointed
Contractor must in writing apply with the Chief Inspector of Occupational Health and Safety for a
licence to manufacture, test, use or store of such explosives as per ER4(1).
31.5. The Principal Contractor shall ensure that no blasting work shall commence without the appointed
Contractor being in possession of a permit issued by or under the authority of an Inspector, the
appointed Contractor must supply the Principal Contractor with a copy of such permit which will be
placed in their Health and Safety File and made available upon request.
31.6. The Principal Contractor must ensure that the Contractor has appointed in writing a Blasting
Supervisor with proof of competency in terms of ER12(3).
31.7. The Principal Contractor must ensure that the Contractor prior to commencement has in place an
approved Method Statement, Risk Assessment and Safe Work Procedure which has been
communicated and is in line with ER12(4)(a)(i) and ER12(4)(a)(ii).
306
31.8. The Principal Contractor must ensure that the Contractor is in Good Standing with the
compensation commissioner and that such letter stipulates nature of business as blasting.
31.9. The Principal Contractor must ensure that the appointed Contractor has in place a registration with
SAPS.
31.10. The Principal Contractor must ensure that the Contractor prior to commencement has in place a
blasting plan with all the required information in ER4(5) including the following:
• The appointed competent person / blasting plan developer must confirm what type of cover
they will have on the blast. This depends on the blast design and the drilling methods.
• The blasting manager should determine in the blasting plan, method statement and risk
assessment what the safe radius will be around the blasting area.
• The blasting manager should sign all the schedule licenses.
• All the affected persons, premises and/or building projects within this safe radius should receive
a blasting notification at least 24 hours before the blast.
32. Asbestos:
32.1. All asbestos containing areas must be pointed out to the Principal Contractor before any work can
commence in these areas and assessment needs to be conducted by an approved inspection
authority to identify building component containing asbestos and the supply of a methodology of
the demolition and monitoring and removal of such asbestos.
32.2. Contractor appointed for the demolition and removal of such asbestos must be an appointed and
approved contractor with the department of labour to ensure that requirements are followed as per
AIA Specifications.
32.3. AIA to represent the client and Department of Labour during the duration of the removal of such
asbestos in line with the asbestos regulations 2002 and other health and safety standards
incorporated under section 44 of the OHS Act.
33.1. All services like water, electricity and gas will be pointed to the Principal Contractor by the
professional team appointed by the Client as far as reasonably possible. There must be a
documented proof that the services for water, storm water, sewer, gas (if applicable) and electricity
was terminated successfully. For the gas and electricity there must be a Certificate of Compliance
to say it was terminated.
33.2. Where the Principal Contractor or their appointed Contractor intends to work near, under or above
ground where Power lines are located, all such activities must be conducted in line with the legal
requirements and adherence to the safe work distances must always be monitored by the Principal
Contractor.
34. Ergonomics:
34.1 The Principal Contractor must ensure that the required information, instruction and training are
provided to the employees / workforce on site relating to their work activity. The information must
be in line with the ergonomic risk assessment requirements which should address the risk of
exposures and mitigating or eliminating procedures to follow.
307
34.2 The required ergonomic risk assessment should address all aspects as stipulated in the
Ergonomics Regulations. The risk assessment must be performed by a competent person and
should not exceed intervals of two years.
34.3 Risk control measures should be implemented before employees are tasked to commence with
their activities on site, all employees are also to be trained on the ergonomic risk assessment. The
procedure of reporting, medical surveillance and all factors relating to the ergonomics risk
assessment must be made clear to each employee to enable the employees to comply to the
requirements.
35.1. The Principal Contractor must inform the Client, on the same day, when the Department of Labour
issue any written notices for a non-compliance on the site, and a copy of such notice must be
forwarded, as soon as possible on the same day, to the Client or Client Agent.
The Principal Contractor must install hoarding as deemed required by the building / construction
activity (to isolate members of public from construction activity). The detail of which the hoarding
will be constructed must as a minimum be wire mesh 1.8 meters in height and include entrance
gates before Construction activities can be allowed to commence.
The Principal Contractor must keep all construction activities/material/equipment within the
barricaded/hoarded area. The hoarding must be maintained throughout the Project. The required
“No Entry” signage and construction signage must also be displayed on the hoarding, and
especially at the entrance gates. And all visitors to site must be required to sign in at the entrance
gates, before entering the site.
The Principal Contractor must do site establishment as indicated by Principal Agent. These areas
must be controlled at all times, no members of public allowed within laydown areas.
The Principal Contractor must not allow any informal traders in the construction area, no food stalls
or similar operation may be allowed within the hoarded area of the construction site.
Refer C3.6.13 above regarding hoarding/barricading. All barricading used must be of solid material
to act as fall prevention equipment. Lighting and lighting conditions on site must comply to the
Requirements of the Environmental Regulations for Workplaces of 16 October 1987 as per the
lighting schedule.
The Contractor must arrange all site access from public roads, erect traffic signs as needed and
pay all cost in connection therewith.
The Contractor must comply with all local legislation. Measures regarding diseases and epidemics
will be provided if such items are applicable. The Contractor to ensure that they comply to the
Disaster Management Act 2002, Regulation 11(5) and all relevant Government Notices in such a
case.
308
C3.6.17 AIDS AWARENESS:
Observation of all legislation, policies and by-laws regulating the “AIDS” endemic and “HIV”
prevention, treatment and observation.
Principal Contractor to provide the Client with their HIV and Aids workplace policy and awareness
programs.
STEP 1: EPMO RECEIVE SERVICE REQUEST FORM FROM THE CLIENT DEPARTMENT
STEP 3: GCFO & EPMO DEPARTMENT ALLOCATE WORK TO THE NEXT AVAILABLE
CONTRACTOR
STEP 6: EPMO DEPARTMENT & GCFO VERIFIES AND APPROVES THE PRICED BILL OF
QUANTITIES
STEP 7: EPMO DEPARTMENT PREPARES AN IPW AND SEND IT TO THE CLIENT DEPARTMENT
FOR SIGNATURE
STEP 8: IPW SIGNED OFF BY HOD EPMO DEPARTMENT AND GCFO AND SEND TO THECLIENT
DEPARTMENT PROJECT MANAGER
309
(a) EXPLAINATION ON ABOVE-MENTIONED STANDARD OPERATING PROCEDURES
STEP 3: GCFO AND EPMO DEPARTMENT ALLOCATE WORK TO THE NEXT AVAILABLE
CONTRACTOR
Upon receipt of the Service Request Form by EPMO Department Project Administration Office, will
then attach Work Allocation Tender Register together with an (SRO) and submit it to GCFO and EPMO
HoD to allocate work to a contractor on an appropriate category based on the estimated priced bill of
quantities by the client project professional Quantity Surveyor. Then Service Request Form is handed
over to EPMO Project Administrator to capture latest information to the Data Based (WATR). This
process will take ± two days to process by EPMO.
STEP 6: EPMO DEPARTMENT AND GCFO VERIFIES AND APPROVES THE PRICED BILL OF
QUANTITIES
EPMO Department Project Administration Office will then check all documentation through check list
and then verifies Bill of Quantities rates has been completed as per item recommendations. Once
EPMO Project Administration Office is satisfied with Bill of Quantities pricing rates, documents then are
310
delivered to EPMO head of Department and Group Chief Financial Officer to proceed with the issuing
of an Instruction to Proceed with Work (IPW) to the contractor. This process will take ± one day to
process by EPMO.
STEP 7: EPMO PREPARES AN IPW AND SEND IT TO CLIENT DEPARTMENT FOR SIGNATURE
Group Chief Financial Officer and EPMO Head of Department will then issue and Instruction to Project
Administrator to prepare an IPW. An IPW will be delivered to Client Department Project Manager,
Divisional Head and HoD for sign-off as confirmation of approval of funding to proceed. Client
Department returns signed-off IPW to EPMO for final approval by HoD: EPMO and Group Chief
Financial Officer (GCFO). This process will take ± one day to process by EPMO.
STEP 8: IPW SIGNED OFF BY EPMO HEAD OF DEPARTMENT AND GCFO AND SEND TO THE
CLIENT DEPARTMENT PROJECT MANAGER
EPMO HoD and GCFO signs to finally approves IPW. EPMO Project Administrator will capture the
information to works issued DATA BASE (WATR). In terms of Section 116(3) of the Municipal
Finance Management Act No. 56 of 2003 as amended by Municipal Fiscal Powers and Functions Act
No. 12 of 2007, City of Ekurhuleni can varied contract amount by not more than 20% (twenty
percent). Client Head of Department has responsibility to ensure that the project does not varied
more than 20% (twenty percent) and must inform Group Chief Financial Officer. Then an IPW is
issued to contractor, Client Department Project Manager. This process will take ± one day to
process by EPMO.
(c) The contractors shall be appointed at their own bided rates unless the bided rates are 10% higher than
the market rates.
(d) If the rates of the highest scoring bidder are deemed to be below market value rates, all acceptable
bidders below the market will be offered their own tendered rates. Subsequently, all acceptable bidders
above 10% of the market rates may be offered uniform rates which are deemed to be market related as
defined by the industry.
(e) The Preliminaries priced amount will be calculated as percentage of total work priced by the bidder.
(f) Official orders will be placed and if invoices and escalation documentation is received timeously, the
employer shall pay to the contractor the amount certified in an interim payment certificate within thirty
311
(30) calendar days of the date of receipt of an approved and correct payment certificate and tax invoice
and corresponding labour report for the payment period concerned in accordance with Client
requirements.
(g) Bidders are required to submit CV of Key Personnel prior to site establishment after an IPW has been
issued.
(h) Bidders must price every item. If items in the Bill Of Quantities are not bidded for, zero (0) and/or a
line/dash must be drawn through the space in pen.
(i) Any items not included/unspecified in the Bid document BoQ, shall be priced at market related rates as
determined by the appointed consultant Quantity Surveyor (QS) after award of tender in the project
specific work package BoQ.
(j) Bidders will be awarded a maximum of two (02) categories.
(k) Provisional Sums and Prime Cost Items not listed/unspecified in the BoQ, three specialist sub-
contractors will be sourced to quote/priced BoQ at market related rates as determined by the appointed
consultant Quantity Surveyor (QS) after award of tender in the project specific work package BoQ.
Quantity Surveyor will determine the contactors average percentage allowance for profit and attendance
on provisional sums and prime cost amounts excluding any allowance for cost fluctuations”
(l) That all acceptable bidders are not guaranteed that they will be allocated work and the City of Ekurhuleni
does not take any responsibility.
(m) Successful bidders will be required to ensure that they have and make use of all the necessary plant
and equipment required to complete the work as allocated.
(c) Work packages/IPW’sfor specific projects will be issued on an as-and-when required basis and on a rotational
basis to ensure as far as possible a fair distribution and value for money.
312
(d) First work packages/IPW’s in each category will be issued to the highest scoring bidder per each category. All
further work packages/IPW’s per each category will be issued to awarded bidders per category in order of highest
to lowest scoring.
(e) Should a bidder be awarded as the highest scoring bidder in more than one category, he/she will not be issued
with a second work package until the first work package has been successfully completed and handed over. CoE
reserves the right to make exception for issue of further work packages/IPW’s before completion of the previous
work on condition that proof by the contractor of financial ability and capacity to successfully complete additional
work have been provided by the contractor and verified by CoE.
(f) All further work packages/IPW’s per category will be issued to awarded bidders until each bidder has received a
work package in that category. Complexity of work packages/IPW’s per category to be considered by CoE for
allocation of work.
(g) All bidders will only be issued with the next work package when the previous issued package has been completed
and successfully handed over with a Practical Completion Certificate. Refer to item (e) for issue of additional work
packages/IPW’s before completion and handover of current work packages.
(h) Each work package (priced project specific BoQ) will be based on items and rates in the priced Bills of Quantities as
submitted by the bidder in the pricing schedule or market related rates.
(i) All work packages/IPW’s must be signed off by the Head of ENTERPRISE PROJECT MANAGEMENT OFFICE
(EPMO), Group Chief Financial Officer (GCFO), client Head of Department and relevant representatives of Client
Departments.
(j) Non-performance by contractors on issued work packages/IPW’s will be taken into consideration and may negatively
affect the allocation of further work to such contractor/s.
(k) Bidders MUST ensure that their CIDB Grading is active throughout the contract period.
a) The successful bidder will be required to purchase Public Liability Insurance Cover and
indemnify Council against any and all third-party loss, damage or injury claims emanating from
contract. Council reserves the right to, at any point in time, request proof of the validity of the
Insurance Policy during the contractual period.
b) The successful bidder shall for the duration of this Agreement be required to maintain in force
such sufficient insurance cover for its performance under this Agreement. The level of
insurance will be kept under review by the Successful Provider on an annual basis, to ensure
its adequacy, provided that any variation to the level of such insurance shall be entirely at the
discretion of the Successful bidder.
c) The successful bidder must insure Employees against injury at work and further ensure that the
Employees are fully covered as is required by the Compensation for Occupational Injuries and
Diseases Act 130 of 1993 (the COIDA). Documentary proof of such cover must be made
available to CoE upon request.
d) Insurance Cover will include relevant applicable insurance policies for risk associated with the
scope of work such as Public Liability, Contractors All Risk, Professional Indemnity etc, and
such Insurance will be determined by the City of Ekurhuleni (CoE). Successful Bidder will
present Certificates of Insurance to CoE (Risk Management Department) prior to the
commencement of works, but not later than Fourteen (14) days after having been informed of
the acceptance of this bid.
313