The scope of work

The works by design seek achieve compliance of a building with office occupancy in accordance with SANS 10400-T in the areas of deficit which have been identified as follows:

1.1. SUPPLY AND INSTALL FIRE PROTECTION SYSTEM – ADDITIONS AND UPGRADE TO EXISTING

1.1.1. SUPPLY AND INTSALL FIRE DETECTION SYSTEM

A fire detection system will be installed as part of the building’s fire protection design. The fire detection systems will include the following amongst others:

·  Be standardised with devises and panels from a single supplier

·  All cabling must be compliant with regulation and must be installed inside cable trays/ conduits.

The installation shall include software flexibility which will enable facilities such as alarm organization, evacuation procedures and client specific requirements to be programmed into the system.

The fire detection system, by design, shall offer including but not limited to the following capabilities:

a. Ease of operation

b. Automatic contamination adjustment by maintaining constant, individual sensor sensitivity by compensating for sensitivity drifting over the time period

c. List the sensors that are due for cleaning and others that may be approaching the service condition.

d. Advanced loop isolation – ability to maintain system integrity against partial or full short circuit faults.

e. Automatic Self-Test – sensors are tested every 24 hours.

f. Day/night control

g. Sounder Self-Test

h. Radio loop interface – full analogue system facilities via wireless interface enables equipment to be positioned where access is restricted or wiring impossible.

i. Password protection

j. Eventlog – up to 1000 alarms, faults and disablements can be displayed or printed in chronological order.

k. Planner for Windows – enables system designers to fully configure the system

1.1.2. SUPPLY AND INSTALL SIGNAGE

Signage is fundamental in the safe evacuation of a building during emergencies. Escape routes will be clearly marked and signposted to indicate the direction to be travelled in the case of any emergency.

Such signage will be of the internally and externally, illuminated or photo-luminescent type and shall comply with the relevant requirements of SANS 1186-1, SANS 1186-3, SANS 1186-5 and SANS 1464-22.

1.1.3 SUPPLY AND INSTALL FIRE EXTINGUISHERS

Suitable fire extinguishing devises will be installed in areas where a need is identified such as the west and east distribution board chambers.

1.2. SUPPLY AND INSTALL PUBLIC ADDRESS SYSTEM

The installation is to comply with ISO 7240 notwithstanding compliance with the prevailing editions of SANS 10400 and SANS 10142 respectively.

The facility’s new PA system shall comprise the following functions:

1.2.1. Emergency audio messaging both Pre-recorded and Live

1.2.2. Automated Audio Fire Alarm Signal when combined with a Fire Detection

1.2.3. System

1.2.4. Business specific directives and paging

1.2.5. Announcements of a general nature

1.2.6. Background music

The building is currently without any of the above mentioned facilities except fire hose reels and fire extinguishers and thus the building and employee safety is compromised.

The design employs advanced systems with high sensitivity smoke and fire sensing enabling not only identification and disregarding of conditions which would result in false or unwanted alarms – but to recognize real fires sooner, limiting inconvenience and reducing downtime to a minimum.

This project will be rolled out within the Prasa House building, in all existing and occupied floors.

1.  Specifications of the Work or Products or Services Required

All items to be installed must be approved by SANS and ISO specification documents. The below are the approved certification for installation:

SANS 10400-T

SANS 10114-2

SANS 306 – 4, SANS 10287 or SANS 14520 – 1

SANS 10177 – 5

SANS 10400 – A:2014

SANS 1186-1, SANS 1186-3, SANS 1186-5 and SANS 1464-22

SANS 1253

ISO 7240

SANS 10142

2.  Technical Evaluation:

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

Scoring of Functionality:

Responsive tenders will firstly be evaluated on functionality. The minimum score for functionality is 70% and a bidder who scores below this minimum shall not be considered for further evaluation in terms of the preference point systems.

CRITERIA / DESCRIPTION / MAXIMUM POINTS
Organisational Experience - Cleaning
/ Tenderer must provide evidence of similar work done previously
·  At least a minimum of 5 completed projects of similar nature with contactable reference
·  Attach Letters of Appointment and/or Completion Certificates each project of equal to of higher CIDB Grading required
·  Similar Nature – Fire Equipment and Fire Reticulation installations
Proof of 1 project or no submission / 1
Proof of 2 projects / 2
Proof of 3 projects / 3
Proof of 4 projects / 4
Proof of 5 or more / 5
/ 35%
Experience key staff (assigned site personnel) in relation to the scope of work / Tenderer must provide evidence of Site Manager/Supervisor with minimum of 5 years experience and supporting stuff;
·  Provide CV and Certified Qualifications of Site Manager/Supervisor with Candidate OR Professional Registration within the Engineering and Built Environment
·  Provide CVs and Certified Qualifications of supporting staff, at least 6 Qualified Artisans and Technicians
Relevant Qualifications and CV of Site Manager/Supervisor with 1 year experience industry and CVs and Qualifications of Artisans and Technicians or No submission / 1
Relevant Qualifications and CV of Site Manager/Supervisor with 2 years experience industry and CVs and Qualifications of Artisans and Technicians / 2
Relevant Qualifications and CV of Site Manager/Supervisor with 3 years experience industry and CVs and Qualifications of Artisans and Technicians / 3
Relevant Qualifications and CV of Site Manager/Supervisor with 4 years experience industry and CVs and Qualifications of Artisans and Technicians / 4
Relevant Qualifications and CV of Site Manager/Supervisor with 5 or more years experience industry and CVs and Qualifications of Artisans and Technicians / 5
/ 35%
Program/Project Plan / Tenderer must provide PRASA with a Program/Project plan that is project related with at least 15 Milestones NOT longer than 6 months (Program longer than 6months will be scored 1)
Plan must be realistic and adoptable
Program 1-3 milestones longer than 6months or No Submission / 1
Program with 4 milestones with site handover within 6 months / 2
Program with 5 milestones with site handover within 6 months / 3
Program with 6 milestones with site handover within 6 months / 4
Program with 7 or more milestones with site handover within 6 months / 5
/ 10%
Health and Safety compliance
“Kindly note that you are required to submit a comprehensive safety file for approval on appointment as the preferred bidder.” / Tenderer must provide PRASA with competent Safety Officer with a minimum of 8 years industry experience
·  Provide CV and Qualifications of Safety Officer
·  Registered with the SACPCMP as Candidate or Professionally
·  Provide a project specific and comprehensive baseline risk assessment
·  Submission without Project Specific Baseline Risk Assessment will be scored 1
CV, Certified Qualifications with 1 years experience and Baseline Risk Assessment Covering 1-3 topics or No Submission / 1
CV, Certified Qualifications with 2 years experience and Baseline Risk Assessment Covering 1-3 topics / 2
CV, Certified Qualifications with 4 years experience and Baseline Risk Assessment Covering 4-6 topics / 3
CV, Certified Qualifications with 5 years experience and Baseline Risk Assessment Covering 6-7 topics / 4
CV, Certified Qualifications with 6 or more years experience and Baseline Risk Assessment Covering 8 or more topics and SACPCMP / 5
/ 20%

Bidders must achieve at least 70% within the technical evaluation.

Bidders who do not achieve the 70% threshold on technical evaluation will be automatically disqualified.

Pricing Evaluation: Only Bidders who have achieved the 70% threshold for Technical evaluation will be evaluated for the Price component which is 80% of the Evaluation Criteria.

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

Where

PS = Points scored for price of tender under consideration

Pt = Rand value of offer tender consideration

Pmin = Rand value of lowest acceptable tender

BEE Evaluation: The BBBEE component of evaluation is weighted at 20% of the evaluation criteria.

BBBEE Status Level of Contributor / Number of Points
1 / 20
2 / 18
3 / 14
4 / 12
5 / 8
6 / 6
7 / 4
8 / 2
Non-complaint contributor / 0

3.  Compliance Requirement

a)  Valid Tax Clearance Certificate (Tenderers shall be registered and in good standing with the South African Revenue Service (SARS) and shall submit documentary evidence in the form of an original valid Tax Clearance (or PIN).

b)  Certified Valid BBBEE Certificate from a SANAS accredited rating agency

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

d)  Certificate for Attendance of Compulsory Briefing Session;

e)  Company Registration Documents;

f)  Valid Letter of Good Standing (i.e. COID);

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

h)  Proof of UIF registration;

i)  CSD/Treasury registration. (if not attached verification must be done on CSD).

j)  CIDB Grade 5ME or SF and Higher

Note: In the case of a Consortium/Joint Venture each member must submit a separate above required compliance documents.

• Certified Joint BBBEE Certificate, failure to submit, bidders will forfeit the BBBEE points.

• SDB 4 must be signed by all the members of the Joint Venture or Consortium.

• Joint Venture or Consortium Agreement must be signed by all parties

• Security screening form (form H) must be signed by all parties

Page 2 of 6