+ All Categories
Home > Documents > FREE STATE PROVINCIAL GOVERNMENT - …T... · Web viewF.1.6.3 Proposal procedure using the two...

FREE STATE PROVINCIAL GOVERNMENT - …T... · Web viewF.1.6.3 Proposal procedure using the two...

Date post: 28-Mar-2018
Category:
Upload: truongnhan
View: 215 times
Download: 2 times
Share this document with a friend
270
HEAD OF DEPARTMENT: DEPARTMENT OF PUBLIC WORKS ANDINFRASTRUCTURE M.W SEOKE TENDER NUMBER: DPWFS (T) 004/2017 TENDER DESCRIPTION REPLACEMENT OF 11KV INDOOR SWITCHGEAR AT FIDEL CASTRO BUILDING, FREE STATE MAY 2017
Transcript

HEAD OF DEPARTMENT: DEPARTMENT OF PUBLIC WORKS ANDINFRASTRUCTURE

M.W SEOKE

TENDER NUMBER: DPWFS (T) 004/2017

TENDER DESCRIPTION

REPLACEMENT OF 11KV INDOOR SWITCHGEAR AT FIDEL CASTRO BUILDING, FREE STATE

MAY 2017

The Department of Public Works and InfrastructureP.O. Box 6901st Floor, OR Tambo HouseCnr. St Andrews and Markgraaff StreetBloemfonteinPROCUREMENTContact Person:Letshego Tau

Tel: 051 492 [email protected]

TECHNICAL Contact Person:Petrus Kheswa, Pr Eng

Tel: 051 403 [email protected]

TENDERER:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX:

R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

PRICE IN WORDS:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

CRS NUMBER: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

ContentsThe Tender

Part T1: Tendering Procedures

T1.1 Tender Notice and Invitation to Tender

T1.2 Tender Data

Part T2: Returnable documents

T2.1 List of Returnable Documents

T2.2 Returnable Schedules

The Contract

Part C1: Agreement and Contract Data

C1.1 Form of Offer and Acceptance

C1.2 Contract Data provided by the Contractor

C1.3 Pro Forma Construction Guarantee

Part C2: Pricing Data

C2.1 Pricing Instructions

C2.2 Activity Schedule or Bills of Quantities

Part C3: Scope of Work

C3 Scope of Work

Part C4: Site information

C4 Site Information

i

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

THE TENDER

PART T1: TENDERING PROCEDURES

T1.1 – Tender Notice and Invitation to Tender

TENDER NUMBER: DPWFS (T) 004/2016DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

T1.1 Tender Notice and Invitation to Tender

The Department of Public Works and Infrastructure, Free State Provincial Government, invites tenders for the Replacement of 11kV Indoor Switchgear – Free State Provincial Government Building.

Tenderers should have a CIDB contractor grading designation of 6EP or higher. Bids will be evaluated according to the 80 / 20 points system whereby:Price 80 pointsB-BBEE Status Level of Contribution 20 points

However, the bid will include functionality as a first evaluation criterion. Detailed functionality criteria are outlined on elsewhere in this document.

Mandatory Documents:

A valid Tax Clearance Certificate, or a unique security Personal Identification number (PIN) issued by the South African Revenue Services (where Consortium / Joint Venture / Sub-contractors are involved, each party to the association must submit a separate Valid Tax Clearance Certificate or a unique security personal Identification number) 6EP or higher CIDB grading.

Municipal services (water, sanitation, rates and electricity) clearance certificate or Lease Agreement with a Current Bill of Account not owing more than Ninety (90) days.

Valid Proof of Registration on the National Treasury`s Central Supplier`s Database must be accompany this bid.

Completed and signed SBD 6.2 - Declaration Certificate for Local Production and Content for Designated Sectors

Valid proof for Authorized / Responsible Person – Operating Regulations for High Voltage Systems

Attendance of the compulsory site clarification meeting.

Clarification Meeting:A compulsory clarification site inspection meeting with representatives of the Employer will take place at the main entrance to Fidel Castro Building, 55 Mirriam Makeba Street, on 14 June 2017 at 09h00.

Documents may be collected during working hours from 08:00 until 16:00 from 26 May 2017.

T1.1-1

TENDER NUMBER: DPWFS (T) 004/2016DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

NOTE: Please note that bid documents will be available at a cost of R400.00 from Public Works and

Infrastructure, SCM Offices, 1st Floor, O.R Tambo House, Room 101B, Cnr. Markgraaff and St Andrews Street, Bloemfontein from Friday, 26 May 2017 at 09h00 to 15h00.

Documents may also be downloaded from the e-tender website - www.etenders.gov.za Bids are to be completed in accordance with the conditions and bid rules contained in the

bid documents. Bid documents must be properly indexed and neatly bound.

The closing date and time for tenders is 11h00 on 27 June 2017.

Telegraphic, telephonic, telefax, facsimile and late tenders will not be accepted. Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data.

Queries relating to the issue of these documents may be addressed to Letshego Tau Tel. No 051 492 3887 or [email protected]. Tenders may only be submitted on the tender documentation issued.

T1.1-2

TENDER NUMBER: DPWFS (T) 004/2016DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Evaluation process will be carried out in three stages:

1. This proposal will first be evaluated on the basis of functionality and bidders who fail to obtain a minimum of 75 points out of 100 points for functionality will not be considered for further evaluation on price and preference.

2. The functionality criteria will be as follows:

The Contractor shall be required to demonstrate and fulfil the following criteria for the execution of the works.

CRITERIA GUIDELINE FOR CRITERIA WEIGHT

Construction Plan

Proposed construction plan with indicative timeframes.

25Time frames 10Cash flow projections aligned with time frames 10

Experience of Key Staff

Qualifications & Professional Registration of Project Engineer / Contract Manager (Engineering Council – ECSA / Council for Project and Construction Management Professions – SACPCMP)

35No Certification 0Candidate 10Professional 15Experience0 – 5 years project specific experience 56 – 10 years project specific experience 1011+ years project specific experience 15

Locality

Free State Based Contractors

10

No 0Yes 10Valid proof in the form of Municipal bill statement or Lease agreement in the name of the bidder must be attached

Relevant Experience of the Contractor (Completion Certificates where relevant high voltage works was done)

Completion certificates of similar projects

30

None 0A minimum of 1 similar project with capital value of R2.0 million 10

A minimum of 2 similar project with capital value of R4.0 million 15

A minimum of 3 similar project with capital value of R6.5 million 25

A minimum of 5 similar project with capital value of R13.0 million 30

TOTAL 100

T1.1-3

TENDER NUMBER: DPWFS (T) 004/2016DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART T1: TENDERING PROCEDURES

T1.2 – Tender Data

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Tender Data

The conditions of tender are the Standard Conditions of Tender as contained in Annexure  F of the CIDB Standard for Uniformity in Construction Procurement (July 2015) as published in Government Gazette No 38960, Board Notice 136 of 2015 of 10 July2015. (See www.cidb.org.za ).

The Standard Conditions of Tender make several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the Standard Conditions of Tender.

Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it mainly applies.

Clause Number

Description

F.1.1 The employer is the Free State Department of Public Works and Infrastructure

T1.2-1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Number

Description

F.1.2 For this contract the following documents will be adopted: The single volume procurement document issued by the employer comprises of the following: comprehensive

Tender Part T1: Tendering ProceduresT1.1 – Tender notice and invitation to tenderT1.2 – Tender dataAnnexure AStandard Conditions of Tender

Part T2: Returnable DocumentsT2.1 – List of returnable documentsT2.2 – Returnable schedules

The ContractPart C1: Agreements and Contract Data C1.1 – Form of Offer and AcceptanceC1.2 – Contract DataC1.3 – Pro Forma Construction Guarantee

Part C2: Pricing DataC2.1 – Pricing ScheduleC2.2 – Activity Schedule / Bill of Quantities

Part C3: Scope of WorksC3.1 – Description of WorksC3.2 – Technical RequirementsC3.3 – Technical SchedulesC3.4 – Health and Safety RequirementsC3.5 – Management of Works

Part C4: Site InformationC4.1 – Site Information

T1.2-2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Number

Description

F.1.4 The Employer’s agent for the purpose of this tender is deemed to be the authorised and designated representative of the Employer.Technical Queries – Petrus Kheswa, Pr Eng(051) 403 7852 / [email protected]

Bidding Process – Mr. Letshego Tau051 492 3887 / [email protected] / Room 106 O.R Tambo House, Cnr. St Andrews and Markgraaff Street, Bloemfontein 9301

F.2.1 Only those tenderers who satisfy the following eligibility criteria are eligible to submit tenders:

6EP or higher CIDB grading. Joint ventures are eligible to submit tenders provided that:

o every member of the joint venture is registered with the CIDB;o the lead partner has a contractor grading designation in the EP class of

construction work; ando the combined contractor grading designation calculated in accordance with the

Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for an EP class of construction work.

Tenderers that satisfy the criteria stated in the tender data and the tenderer or any of his principals is not under any restriction to do business with the employer.

F.2.7 Tenderers are expected to attend the compulsory clarification meeting the details of which are outlined in the Tender Notice and Invitation to tender.

F.2.8 Tenderers may request clarification of the tender documents by notifying the employer at least three (3) working days before the closing time and date stated in the tender data.

F.2.12 No alternative tender offers will be considered.

F.2.13.2 The list of Returnable Documents identifies which of the documents a tenderer must complete when submitting a tender offer. The tenderer must submit his tender offer by completing all of the Returnable Documents and signing the “Offer” section in the “Form of Offer and Acceptance” and delivering the Returnable Documents back to the Department.

T1.2-3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Number

Description

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 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 The employer’s details and address for delivery of tender offers and identification details that are to be shown on each tender offer package are:Location of tender box:Main Entrance Foyer of OR Tambo House, Cnr. St Andrews and Markgraaff Street, Department of Public Works and Infrastructure Bloemfontein, Free State ProvinceIdentification details:Tenders are to be clearly marked with the name and address of the tenderDPWFS (T) 004/2017 : REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL GOVERNMENT BUILDING

F.2.13.9 Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.

F.2.14 Tenderers are alerted that tender offers which do not provide all the data or information requested completely and in the form required, may be regarded by the employer as non-responsive.

F.2.15.1 The closing time and location for the submission of tender offers is:Time:11h00 on 27 June 2017Location:Main Entrance Foyer of OR Tambo House, Cnr. St Andrews and Markgraaff Street, Department of Public Works and Infrastructure Bloemfontein, Free State Province

F.2.16 The tender offer validity period is 90 calendar days.

T1.2-4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Number

Description

F.2.23

The tenderer is required to submit with his tender the following documentation / information:

CIDB registration certificate in the grading designation stipulated in clause 2.1 above,

A valid Tax Clearance Certificate, or a unique security Personal Identification number (PIN) issued by the South African Revenue Services (where Consortium / Joint Venture / Sub-contractors are involved, each party to the association must submit a separate Valid Tax Clearance Certificate or a unique security personal Identification number).

Certified copy of VAT Registration Certificate (if VAT number is not included in tax clearance certificate),

Certified copy of a Workmen’s Compensation Certificate, Act 4 of 2002, Certified copy of Unemployment Insurance Certificate, Act 4 of 2002, Certified copy of Certificate of Incorporation (if tenderer is a Company), Certified copy of Founding Statement (if tenderer is a Closed Corporation), Certified copy of Partnership Agreement (if tenderer is a Partnership), Certified copy of Identity Document (if tenderer is a One-man concern), Joint Venture Agreement (if tenderer is a Joint Venture), Curriculum Vitae of the person who prepares the Contractor’s Health and

Safety Plan, and Curriculum Vitae of the Health and Safety Officer the successful tenderer

intends appointing in accordance with the Occupational Health and Safety Act (Act 85 of 1993).

Valid Proof of Registration on the National Treasury`s Central Supplier`s Database

Curriculum Vitae of all supervisory staff

F.3.4

Tenders will be opened immediately after the closing time for tenders. The location for opening of the tender offers, immediately after the closing time thereof shall be at:08th Floor Auditorium, Eighth Floor, OR Tambo House, No. 103, St Andrews StreetBloemfontein

F.3.5 A two-envelope procedure will not be followed.

F.3.11.1 The procedure for the evaluation of responsive tenders is: Method 2 with functionality.

F.3.11 Scoring Financial Offer:Tender offers will be scored using the following formula:NFO = Pm/P x W1

whereNFO = number of tender evaluation points awarded for the financial offer.W1 = the percentage score given for financial offer as stated in the Notice and

T1.2-5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Number

Description

Invitation to Tender T1.1Pm = the comparative offer of the most favourable tender offer.P = the comparative offer of tender offer under consideration.where W1 = the number of tender evaluation points for financial offer and equals:

2) 80 where the financial value inclusive of VAT of one or more responsive tender offers equals or is less than R 50 000 000.

Scoring Preferences:Up to 20 points will be awarded to the tenderer who completes the preferencing schedule and who is found to be eligible for the preference claimed.

F.3.11.3

The functionality criteria and maximum score in respect of each of the criteria for a particular service are as follows:

a) Tender offers scoring less than a minimum of 75 points in respect of the 100 total evaluation points for functionality will be regarded as non-responsive and removed from any further evaluation.

F.3.11.3 CRITERIA GUIDELINE FOR CRITERIA WEIGHT

Construction Plan

Proposed construction plan with indicative timeframes.

25Time frames 10Cash flow projections aligned with time frames 10

Experience of Key Staff

Qualifications & Professional Registration of Project Engineer / Contract Manager (Engineering Council – ECSA / Council for Project and Construction Management Professions – SACPCMP)

35No Certification 0Candidate 10Professional 15Experience0 – 5 years project specific experience 56 – 10 years project specific experience 1011+ years project specific experience 15

Locality

Free State Based Contractors

10No 0Yes 10Valid proof in the form of Municipal bill statement or Lease agreement in the name of the bidder must be attached

Relevant Experience of the Contractor (Completion Certificates

Completion certificates of similar projects 30None 0A minimum of 1 similar project with capital value of R2.0 million 10

A minimum of 2 similar project with 15

T1.2-6

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Number

Description

CRITERIA GUIDELINE FOR CRITERIA WEIGHT

where relevant high voltage works was

capital value of R4.0 millionA minimum of 3 similar project with capital value of R6.5 million 25

A minimum of 5 similar project with capital value of R13.0 million 30

TOTAL 100

F.3.13.1

Tender offers will only be accepted if:a) the tenderer submits an original and valid Tax Clearance Certificate issued by the

South African Revenue Services;b) Valid proof of registration on CSDc) In case where bidders are submitting bids as Consortia / Joint Ventures / Sub-

contractors are involved, each party must submit a separate Tax Clearance Certificate;

d) The contractor is registered on the CIDB Contractor Grading designation of 6 EP or higher CIDB grading.

e) The tenderer or any of its directors/shareholders is not listed on the Register of Tender 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;

f) The tenderer or any of its directors/shareholders is not listed on the database of Restricted Suppliers;

g) the tenderer business status with CIPC is (in Business); Companies or Close Cooperation’s that are at the final deregistration will be disqualified;

h) The tenderer has not:i) abused the Employer’s Supply Chain Management System; orii) failed to perform on any previous contract and has been given a written notice to this effect;

i) The Tenderer or any of its principals, directors or managers is not employed in the service of the State or any municipality. In the event that such principals are involved, official approval from the Executing Authority regarding carrying out remunerative work outside of the public service must be included in the tender submission; and

j) The tenderer has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may impact on the tenderer’s ability to perform the contract in the best interests of the employer or potentially compromise the tender process and persons in the employ of the state are permitted to submit tenders or participate in the contract.

T1.2-7

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Number

Description

F.3.18 The number of paper copies of the signed contract to be provided by the employer is one.

T1.2-8

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART T1: TENDERING PROCEDURES

T1.2 – Tender Data

Annexure A

Standard Conditions of Tender

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Standard Conditions of Tender

(As contained in Annexure F of the CIDB Standard for Uniformity in Construction Procurement - Board Notice 136 Government Gazette No 38960 of 10 July 2015)

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.1.2 Tender Documents

T1.2A-1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

The documents issued by the employer for the purpose of a tender offer are listed in the tender data.

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.

F.1.3.3

For the purposes of these conditions of tender, the following definitions apply:

a) conflict of interest means any situation in which:i) someone in a position of trust has competing professional or personal interests

which make it difficult to fulfill his or her d u t i es i m p ar t i a lly ;ii) an individual or organisation is in a position to exploit a professional or official

capacity in some way for their personal or corporate benefit; oriii) incompatibility or contradictory interests exist between an employee and the

organisation which employs that employee.b) comparative offer means the price after the factors of a non-firm price and all

unconditional discounts it can be utilised to have been taken into consideration;c) corrupt practice means the offering, giving, receiving or soliciting of anything of value to

influence the action of the employer or his staff or agents in the tender process;d) fraudulent practice means the misrepresentation of the facts in order to influence the

tender process or the award of a contract arising from a tender offer to the detriment of the employer, including collusive practices intended to establish prices at artificial levels;

e) organization means a company, firm, enterprise, association or other legal entity,whether incorporated or not, or a public body;

f) functionality means the measurement according to the predetermined norms of aservice or commodity designed to be practical and useful, working or operating, taking into account quality, reliability, viability and durability of a service and technical capacity and ability of a tenderer.

F.1.4 Communication and employer’s agent

T1.2A-2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.

F.1.5 Cancellation and Re-Invitation of Tenders

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

(c) no acceptable tenders are received.

F1.5.2 The decision to cancel a tender must be published in the CIBD website and in the government Tender Bulletin for the media in which the original tender invitation was advertised.

F.1.6 Procurement procedures

F.1.6.1General

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 number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing time for tenders.

F.1.6.2Competitive negotiation procedure

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

T1.2A-3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.1.6.3Proposal procedure using the two stage-system

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

T1.2A-4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.

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.

F.2.2 Cost of tendering

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.

F.2.3 Check documents

Check the tender documents on receipt for completeness and notify the employer of any discrepancy or omission.

F.2.4 Confidentiality and copyright of documents

T1.2A-5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.

F.2.5 Reference documents

Obtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications, conditions of contract and other publications, which are not attached but which are incorporated into the tender documents by reference.

F.2.6 Acknowledge addenda

Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply for an extension to the closing time stated in the tender data, in order to take the addenda into account.

F.2.7 Clarification meeting

Attend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data.

F.2.8 Seek clarification

Request clarification of the tender documents, if necessary, by notifying the employer at least five working days before the closing time stated in the tender data.

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 Pricing the tender offer

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.

F2.10.2T1.2A-6

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.2.11 Alterations to documents

Do not make any alterations or additions to the tender documents, except to comply with instructions issued by the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations.

F.2.12 Alternative tender offers

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 Submitting a tender offer

F.2.13.1

T1.2A-7

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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 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.

T1.2A-8

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.2.14 Information and data to be completed in all respects

Accept that tender offers, which do not provide all the data or information requested completely and in the form required, may be regarded by the employer as non-responsive.

F.2.15 Closing time

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 Tender offer validity

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.

T1.2A-9

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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”.

F.2.17 Clarification of tender offer after submission

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 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 Provide other material

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), preferencing 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.

F.2.19 Inspections, tests and analysis

Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender data.

F.2.20 Submit securities, bonds and policies

T1.2A-10

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.

F.2.21 Check final draft

Check the final draft of the contract provided by the employer within the time available for the employer to issue the contract.

F.2.22 Return of other tender documents

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 The employer’s undertakings

F.3.1 Respond to requests from the tenderer

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;

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

T1.2A-11

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

c) in the opinion of the Employer, acceptance of the material change would compromise the outcome of the prequalification process.

F.3.2 Issue Addenda

If necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the period from the date that tender documents are available until three days before the tender closing time stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data, the Employer may grant such extension and, shall then notify all tenderers who drew documents.

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 Opening of tender submissions

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 its BBBEE status level 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 Two-envelope system

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

T1.2A-12

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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 on BBBEE status level. 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.

F.3.7 Grounds for rejection and disqualification

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.

F.3.8 Test for responsiveness

F.3.8.1

Determine, after opening and before detailed evaluation, whether each tender offer properly received:

a) complies with the requirements of these Conditions of Tender, b) has been properly and fully completed and signed, andc) is responsive to the other requirements of the tender documents.

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:

T1.2A-13

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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 tobe rectified.

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 Arithmetical errors, omissions and discrepancies

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:

a) the gross misplacement of the decimal point in any unit rate;b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in:

i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of prices; or

ii) the summation of the prices.

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 line item total shall govern and the rate shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall govern, and the unit rate 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.

T1.2A-14

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.

F.3.10 Clarification of a tender offer

Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the tender offer.

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

In the case of a price and preference:

1) Score tender evaluation points for price2) Score points for BBBEE contribution3) Add the points scored for price and BBBEE.

F.3.11.3 Method 2: Functionality, Price and Preference

In the case of a functionality, 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 and4 and 5 below.

The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R1 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 30 000 and upto Rand value of R 1 000 000 ( all applicable taxes included):

T1.2A-15

Ps

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

801 Pt P min P min

WherePs = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; andPmin = Comparative price of lowest acceptable tender or offer.

T1.2A-16

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

(4)(a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a value less than R30 000, if and when appropriate:

(4)(b) Subject to subparagraph(4)(c), points must be awarded to a tender for attaining the B-BBEE status level of contributor in accordance with the table below:

B-BBEE status level of contributor Number of points1 202 183 164 125 86 67 48 2Non-compliant contributor 0

(4)(c) A maximum of 20 points may be allocated in accordance with subparagraph (4)(b)

(4)(d) The points scored by tender in respect of B-BBEE contribution 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.

The 90/ 10 preference points system for acquisition of services, works or goods with aRand value above R 1 million

(5)(a) The following formula must be used to calculate the points for price in respect of tenders with a Rand value above R1 000 000 (all applicable taxes included):

WherePs = Points scored for comparative price of tender or offer under consideration;Pt = Comparative price of tender or offer under consideration; andPmin = Comparative price of lowest acceptable tender or offer.

T1.2A-17

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

(5)(b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the B- BBEE status level of contributor in accordance with the table below:

B-BBEE status level of contributor Number of points1 102 93 84 55 46 37 28 1Non-compliant contributor 0

(5)(c) A maximum of 10 points may be allocated in accordance with subparagraph (5)(b).

(5)(d) The points scored by tender in respect of B-BBEE contribution contemplated in 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.

F.3.11.6 Decimal places

Score price, preference and functionality, as relevant, to two decimal places.

F.3.11.7 Scoring Price

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 asstated 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.

T1.2A-18

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Table F.1: Formulae for calculating the value of A

Formula Comparison aimed at achieving Option 1a Option 2 a

1 Highest price or discount A = (1 +( P - P m )) Pm A = P / Pm

2Lowest price or

percentage commission / fee

A = (1 - (P - P m )) Pm A = Pm / P

a Pm is the comparative offer of the most favourable comparative offer.P is the comparative offer of the tender offer under consideration.

F.3.11.8 Scoring preferences

Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender data and reject all claims for preferences where tenderers are not eligible for such preferences.Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender data.

F.3.11.9 Scoring functionality

Score each of the criteria and sub criteria for quality in accordance with the provisions of theTender Data.

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; andW2 is the maximum possible number of tender evaluation points awarded for the quality as stated in thetender data

F.3.12 Insurance provided by the employer

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.

F.3.13 Acceptance of tender offer

Accept the tender offer, if in the opinion of the employer, it does not present any risk and only if the tenderer:

T1.2A-19

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

a) is not under restrictions, or has principals who are under restrictions, preventingparticipating 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 contracted, 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, andf) is able, in the opinion of the employer, to perform the contract free of conflicts of interest.

F.3.14 Prepare contract documents

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:

a) addenda issued during the tender period,b) inclusion of some of the returnable documents, andc) 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.3.15 Complete adjudicator's contract

Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is signed.

F.3.16 Notice to unsuccessful tenderers

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

T1.2A-20

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.

F.3.17 Provide copies of the contracts

Provide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the contract as soon as possible after completion and signing of the form of offer and acceptance.

F.3.18 Provide written reasons for actions taken

Provide upon request written reasons to tenderers for any action that is taken in applying these conditions of tender, but withhold information which is not in the public interest to be divulged, which is considered to prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers.

F3.19 Transparency in the procurement process

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 Contract type Contract status Number of firms tendering Cost estimate Contract title Contract firm(s)

T1.2A-21

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

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.

F3.19.7

The information must be published on the employer’s website.

F 3.19.8

Records of such disclosed information must be retained for audit purposes.

T1.2A-22

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

T2.1 List of Returnable Documents

The tenderer must complete the following returnable documents:

1. List of Returnable Documents required Compulsory Enterprise Questionnaire Certificate of Resolution of Board of Directors. Certificate of Resolution of Board of Directors to enter into a Consortia or Joint Venture. Certificate of Special Resolution of Consortia or Joint Venture. Schedule of Subcontractors Record of Addenda to Tender Documents Tax Clearance requirement – SBD 2 (A valid Tax Clearance Certificate, or a unique security

Personal Identification number (PIN) issued by the South African Revenue Services (where Consortium / Joint Venture / Sub-contractors are involved, each party to the association must submit a separate Valid Tax Clearance Certificate or a unique security personal Identification number).

Municipal services (water, sanitation, rates and electricity) clearance certificate or Lease Agreement with a Current Bill of Account not owing more than Ninety (90) days.

Valid Proof of Registration on the National Treasury`s Central Supplier`s Database must be accompany this bid.

A valid certificate of attendance issued at the compulsory site clarification meeting A valid Level 6EP or higher CIDB grading certificate. Declaration of Interest – SBD 4 Preferential Point Claim Form – BBBEE Status Level of Contribution– SBD 6.1 Declaration Certificate For Local Production And Content For Designated Sectors – SBD 6.2 Declaration of Supply Chain Management Practices – SBD 8 Certificate of Independent Bid Determination – SBD 9

T2.2 Returnable Schedules

2. Required for tender evaluation purposes and may form part of the contract Schedule of Plant and Equipment Schedule of the Tenderer’s Experience (Particulars of Tenderers Projects) Previous contracts performed and completed (Completed Projects) Certified copies of Key Staff members’ qualifications and professional registration status CV’s of Key Staff members OHS Plan Technical approach plan Work plan with time frames Technical Schedule of Materials

3. Returnable Schedules that will be incorporated into the contract Preferencing Schedule (direct preferences)

T1.2A-23

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

4. C1.1 Offer and Acceptance

5. C1.2 Contract Data (Part 2)

6. C1.3 Pro Forma Construction Guarantee

7. C2.1 Pricing Instructions

8. C2.2 Bills of Quantities

9. C3 Scope of Work

10. C4 Site Information

T1.2A-24

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART T1: RETURNABLE DOCUMENTS

T2.1 – Returnable Documents

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Compulsory Enterprise Questionnaire

The following particulars must be furnished. In the case of a joint venture, separate enterprise questionnaires in respect of each partner must be completed and submitted.

Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 2: VAT registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 4: Particulars of sole proprietors and partners in partnerships

Name* Identity number* Personal income tax number*

* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners

Section 5: Particulars of companies and close corporations

Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 6: Record in the service of the stateIndicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months in the service of any of the following:

a member of any municipal council a member of any provincial legislature a member of the National Assembly or the National

Council of Province a member of the board of directors of any municipal

entity an official of any municipality or municipal entity

an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

a member of an accounting authority of any national or provincial public entity

an employee of Parliament or a provincial legislature

If any of the above boxes are marked, disclose the following:

Name of sole proprietor, partner, director, manager, principal shareholder or stakeholder

Name of institution, public office, board or organ of state and position held

Status of service(tick appropriate column)Current Within last

12 months

*insert separate page if necessary

T2.1-1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Section 7: Record of spouses, children and parents in the service of the stateIndicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months been in the service of any of the following:

a member of any municipal council a member of any provincial legislature a member of the National Assembly or the

National Council of Province a member of the board of directors of any

municipal entity an official of any municipality or municipal

entity

an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

a member of an accounting authority of any national or provincial public entity

an employee of Parliament or a provincial legislature

Name of spouse, child or parent Name of institution, public office, board or organ of state and position held

Status of service(tick appropriate column)Current Within last

12 months

*insert separate page if necessary

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise: i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that my / our tax

matters are in order; ii) confirms that the neither the name of the enterprise or the name of any partner, manager, director or other person, who

wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;

iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears, has within the last five years been convicted of fraud or corruption;

iv) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest; and

iv) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct.

Signed Date

Name Position

Enterprise name

T2.1-2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

RESOLUTION OF BOARD OF DIRECTORSRESOLUTION of a meeting of the Board of *Directors / Members / Partners of:

(legally correct full name and registration number, if applicable, of the Enterprise)

Held at (place)

on (date)

RESOLVED that:

1 The Enterprise submits a Tender to the Department of Public Works and Infrastructure, Free State Province in respect of the following project:

(project description as per Tender Document)

Tender Number: (Tender Number as per Tender Document)

2 *Mr/Mrs/Ms:

in *his/her Capacity as: (Position in the Enterprise)

and who will sign as follows:

be, and is hereby, authorised to sign the Tender, and any and all other documents and/or correspondence in connection with and relating to the Tender, as well as to sign any Contract, and any and all documentation, resulting from the award of the Tender to the Enterprise mentioned above.

Name Capacity Signature

1

2

3

4

5

6

7

Note: ENTERPRISE STAMP1. * Delete which is not applicable.

2. NB. This resolution must be signed by a l l the Directors / Members / Partners of the Tendering Enterprise.

T2.1-3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

RESOLUTION OF BOARD OF DIRECTORS TO ENTER INTO CONSORTIA OR JOINT VENTURES

RESOLUTION of a meeting of the Board of *Directors / Members / Partners of:

(Legally correct full name and registration number, if applicable, of the Enterprise)

held at (place) on

(date) RESOLVED that:

1 The Enterprise submits a Tender, in consortium/joint venture with the following Enterprises:

(List all the legally correct full names and registration numbers, if applicable, of the Enterprises forming the consortium/joint venture)

to the Department of Public Works and Infrastructure, Free State Province in respect of the following project:

(Project description as per Tender Document)

Tender Number: (Tender Number as per Tender Document)

2 *Mr/Mrs/Ms:

in *his/her Capacity as: (Position in the Enterprise)

and who will sign as follows:

be, and is hereby, authorised to sign a consortium/joint venture agreement with the parties listed under item 1 above, and any and all other documents and/or correspondence in connection with and relating to the consortium/joint venture, in respect of the project described under item 1 above.

3 The Enterprise accept joint and several liability with the parties listed under item 1 above for the due fulfilment of the obligations of the joint venture deriving from, and in any way connected with, the Contract to be entered into with the Department in respect of the project described under item 1 above.

T2.1-4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

4 The Enterprise choose as its domicilium citandi et executandi for all purposes arising from this joint venture agreement and the Contract with the Department in respect of the project under item 1 above:

Physical address:

(code)

T2.1-5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Postal Address:

(code)

Telephone number: (code)

Fax number: (code)

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Name Capacity Signature

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

Note:ENTERPRISE STAMP

1. * Delete which is not applicable.

2. NB. This resolution must be signed by a l l the Directors / Members / Partners of the Tendering Enterprise.

3. Should the number of Directors / Members / Partners exceed the space available above, additional names, capacity and signatures must be supplied on a separate page.

SPECIAL RESOLUTION OF CONSORTIA OR JOINT VENTURES

RESOLUTION of a meeting of the duly authorised representatives of the following legal entities who have entered into a consortium/joint venture to jointly tender for the project mentioned below: (legally correct full names and registration numbers, if applicable, of the Enterprises forming a consortium/joint venture)

1

2

3

4

5

6

7

8

Held at (place)

on (date)

T2.1-8

RESOLVED that:

A. The above-mentioned Enterprises submit a tender in consortium/joint venture to the Department of Public and Infrastructure Works, Free State Province in respect of the following project:

(Project description as per Tender Document)

Tender Number: (Tender Number as per Tender Document)

B. Mr/Mrs/Ms:

in *his/her Capacity as: (Position in the Enterprise)

and who will sign as follows:

be, and is hereby, authorised to sign the tender, and any and all other documents and/or correspondence in connection with and relating to the tender, as well as to sign any Contract, and any and all documentation, resulting from the award of the tender to the Enterprises in consortium/joint venture mentioned above.

C. The Enterprises constituting the consortium/joint venture, notwithstanding its composition, shall conduct all business under the name and style of:

D. The Enterprises to the consortium/joint venture accept joint and several liability for the due fulfilment of the obligations of the consortium/joint venture deriving from, and in any way connected with, the Contract entered into with the Department in respect of the project described under item A above.

E. Any of the Enterprises to the consortium/joint venture intending to terminate the consortium/joint venture agreement, for whatever reason, shall give the Department 30 days written notice of such intention. Notwithstanding such decision to terminate, the Enterprises shall remain jointly and severally liable to the Department for the due fulfilment of the obligations of the consortium/joint venture as mentioned under item D above.

F. No Enterprise to the consortium/joint venture shall, without the prior written consent of the other Enterprises to the consortium/joint venture and of the Department, cede any of its rights or assign any of its obligations under the consortium/joint venture agreement in relation to the Contract with the Department referred to herein.

G. The Enterprises choose as the domicilium citandi et executandi of the consortium/joint venture for all purposes arising from the consortium/joint venture agreement and the Contract with the Department in respect of the project under item A above:

Physical address:

(code)

Postal Address:

(code)

Telephone number: (code)

T2.1-9

Fax number:

T2.1-10

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

Schedule of Proposed Subcontractors

We notify you that it is our intention to employ the following Subcontractors for work in this contract.

If we are awarded a contract we agree that this notification does not change the requirement for us to submit the names of proposed Subcontractors in accordance with requirements in the contract for such appointments. If there are no such requirements in the contract, then your written acceptance of this list shall be binding between us.

We confirm that all Subcontractors who are contracted to construct a house are registered as home builders with the CIDB.

Name and address of proposed Subcontractor

Nature and extent of work Previous experience with Subcontractor.

1.

2.

3.

4.

5.

Signed Date

Name Position

Tenderer

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

Annexure A – Record of Addenda to tender documents

We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer:

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

Attach additional pages if more space is required.

Signed Date

Name Position

Tenderer

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

Annexure B – Proposed amendments and qualifications

The Tenderer should record any deviations or qualifications he may wish to make to the tender documents in this Returnable Schedule. Alternatively, a tenderer may state such deviations and qualifications in a covering letter to his tender and reference such letter in this schedule.

The Tenderer’s attention is drawn to clause F.3.8 of the Standard Conditions of Tender referenced in the Tender Data regarding the employer’s handling of material deviations and qualifications.

Page Clause or item Proposal

Signed Date

Name Position

Tenderer

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

PART T2.1: RETURNABLE DOCUMENTS

Tax Clearance Certificate – SBD 2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

SBD 2

TAX CLEARANCE REQUIREMENTS

It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder’s tax obligations.

1.         In order to meet his requirement bidders are required to complete in full the attached form TCC 001 “Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids.

2.         SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year from the date of approval.

3.         The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable.

4.         In bids where Consortia / Joint Venture / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate.

5.         Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za.

6.         Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

T2.1-13

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

APPLICATION FOR TAX CLEARANCE CERTIFICATE(IN RESPECT OF BIDDERS)

1.         Name of taxpayer / bidder: ………………………………………………………

2.         Trade name:                        ……………………………………………………….

3.         Identification number: ……………………………………………………………

4.         Company / Close Corporation registration number: …………………………

5.         Income tax reference number:    …………………………………………………

6.         VAT registration number (if applicable): ………………………………………

7.         PAYE employer’s registration number (if applicable): ………………………

Signature of contact person requiring Tax Clearance Certificate:

Name:   …………………………………………………………………

Telephone number :              Code:………………….  Number: ………………………

Address ………………………………………………………………………………..

……………………………………………………………………………….                            

DATE: 20 ……/……./………

PLEASE NOTE THAT THE COMMISSIONER FOR THE SOUTH AFRICAN REVENUE SERVICE (SARS) WILL NOT EXERCISE HIS DISCRETIONARY POWERS IN FAVOUR OF ANY PERSON WITH REGARD TO ANY INTEREST, PENALTIES AND / OR ADDITIONAL TAX LEVIABLE DUE TO THE LATE OR UNDER PAYMENT OF TAXES, DUTIES OR LEVIES OR THE RENDITION RETURNS BY ANY PERSON AS A RESULT OF ANY SYSTEM NOT BEING YEAR 2000 COMPLIANT

T2.1-14

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

PART T2.1: RETURNABLE DOCUMENTS

Declaration of Interest – SBD 4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

ANNEXURE B SBD 4

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or

- the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

2.1 Full Name of bidder or his or her representative: ………………………………………………………….

2.2 Identity Number:………………………………………………………………………………………………...

2.3 Position occupied in the Company (director, trustee, shareholder², member): …………………………………………………………………………………………………………………….

2.4 Registration number of company, enterprise, close corporation, partnership agreement or trust: ………………………………………………………………………..………….……………………………….

2.5 Tax Reference Number: ………………………………………………………………………………………

2.6 VAT Registration Number: ………………………………………………………………………………....

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / PERSAL numbers must be indicated in paragraph 3 below.

¹“State” means – (a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the

Public Finance Management Act, 1999 (Act No. 1 of 1999);(b) any municipality or municipal entity;(c) provincial legislature;(d) national Assembly or the national Council of provinces; or(e) Parliament.

²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise.

2.7 Are you or any person connected with the bidder YES / NO presently employed by the state?

2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ……....………………………………

T2.1-15

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

Name of state institution at which you or the person connected to the bidder is employed : ………………………………………Position occupied in the state institution: ………………………………………Any other particulars:………………………………………………………………………………………………………………………………………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NOthe appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attach proof of such authority to the bid YES / NOdocument?

(Note: Failure to submit proof of such authority, whereapplicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

…………………………………………………………………….…………………………………………………………………….…………………………………………………………………….

2.8 Did you or your spouse, or any of the company’s directors / YES / NOtrustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:…………………………………………………………………..………………………………………………………………….. …………………………………………………………………...

2.9 Do you, or any person connected with the bidder, have YES / NOany relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?

2.9.1 If so, furnish particulars.……………………………………………………………...…………………………………………………………..….………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NOaware of any relationship (family, friend, other) between any other bidder and any person employed by the statewho may be involved with the evaluation and or adjudicationof this bid?

2.10.1If so, furnish particulars.………………………………………………………………………………………………………………………………

2.9.1 Do you or any of the directors / trustees / shareholders / members YES/NOof the company have any interest in any other related companies whether or not they are bidding for this contract?

T2.1-16

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

2.11.1 If so, furnish particulars:…………………………………………………………………………….…………………………………………………………………………….…………………………………………………………………………….

3 Full details of directors / trustees / members / shareholders.

Full Name Identity Number Personal Income Tax Reference Number

State Employee Number / Persal Number

4 DECLARATION

I, THE UNDERSIGNED (NAME)………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS

DECLARATION PROVE TO BE FALSE.

………………………………….. ..…………………………………………… Signature Date

…………………………………. ………………………………………………Position Name of bidder

November 2011

T2.1-17

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

PART T2.1: RETURNABLE DOCUMENTS

Preference Point Claim FormPurchases – SBD6.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

SBD 6.1 ANNEXURE C

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

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 of up to R50 000 000 (all applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

1.2 The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and therefore the 80/20 preference point system shall be applicable;

1.3 Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE 80

B-BBEE STATUS LEVEL OF CONTRIBUTOR 20

Total points for Price and B-BBEE must not exceed 100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 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.

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

2. DEFINITIONS

(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

1) B-BBEE Status level certificate issued by an authorized body or person;

2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

A maximum of 80 or 90 points is allocated for price on the following basis:80/20 or 90/10

min

min180P

PPtPs or

min

min190P

PPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Contributor

Number of points(90/10 system)

Number of points(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

5. BID DECLARATION

5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING

7.1 Will any portion of the contract be sub-contracted?

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

(Tick applicable box)

YES NO

7.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………%

ii) The name of the sub-contractor…………………………………………………………..

iii) The B-BBEE status level of the sub-contractor......................................……………..

iv) Whether the sub-contractor is an EME or QSE

(Tick applicable box)YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned by: EME√

QSE√

Black peopleBlack people who are youthBlack people who are womenBlack people with disabilitiesBlack people living in rural or underdeveloped areas or townshipsCooperative owned by black peopleBlack people who are military veterans

ORAny EME Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm:…………………………………………………………………………….

8.2 VAT registration number:……………………………………….…………………………………

8.3 Company registration number:…………….……………………….…………………………….

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium One person business/sole propriety Close corporation Company

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

(Pty) Limited[TICK APPLICABLE BOX]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

…………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………..

8.6 COMPANY CLASSIFICATION

Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc.[TICK APPLICABLE BOX]

8.7 Total number of years the company/firm has been in business:……………………………

8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBE status level of contributor indicated in paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the company/ firm 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 paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

(e) forward the matter for criminal prosecution.

……………………………………….SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS: …………………………………..

…………………………………..

…………………………………..

WITNESSES

1. ……………………………………..

2. …………………………………….

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

PART T2.1: RETURNABLE DOCUMENTS

Declaration Certificate For Local Production And Content For Designated Sectors – SBD6.2

SBD 6.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

This Standard Bidding Document (SBD) 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 as prescribed in the Preferential Procurement Regulations, 2017, 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. Preferential Procurement Regulations, 2017 (Regulation 8) make provision for the promotion of local production and content.

1.2. Regulation 8.(2) prescribes that in the case of designated sectors, organs of state must advertise such tenders with the specific bidding condition that only locally produced or manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for tenders 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 B-BBEE.

1.4. 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.

1.5. 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

Wherex is the imported content in Randy 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 South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as indicated in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.

1.6. A bid may be disqualified if this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not submitted as part of the bid documentation;

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

2. 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:

Description of services, works or goods Stipulated minimum thresholdDescription of services, works or goods Stipulated minimum threshold

%

%%%%

3. Does any portion of the goods or services offeredhave any imported content?

(Tick applicable box)

YES NO

3..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 SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Currency Rates of exchangeUS DollarPound SterlingEuroYenOther

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

4. 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 AO/AA provide directives in this regard.

LOCAL CONTENT DECLARATION(REFER TO ANNEX B OF SATS 1286:2011)

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

LOCAL CONTENT DECLARATION BY 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)

IN RESPECT OF BID DPWFS (T) 004/2017

ISSUED BY: (Procurement Authority / Name of Institution):DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE.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.thdti.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.

I, the undersigned, …………………………….................................................... (full names),do hereby declare, in my capacity as ……………………………………… ………..of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and

(c) The local content percentage (%) 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:

Bid price, excluding VAT (y) RImported content (x), as calculated in terms of SATS 1286:2011 RStipulated 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

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

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 / Institution 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 / Institution imposing any or all of th e remedies as provided for in Regulation 14 of the Preferential Procurement Regulations, 2017 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ___________

WITNESS No. 1 DATE: ___________

WITNESS No. 2 DATE: ___________

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

PART T2.1: RETURNABLE DOCUMENTS

Declaration of Supply Chain ManagementPractices – SBD8

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

SBD 8DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT

PRACTICES

1. This Standard Bidding Document must form part of all bids invited.

2. It serves as a declaration to be used by institutions 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 disregarded if that bidder, or any of its directors have -

a. abused the institution’s supply chain management system;b. committed fraud or any other improper conduct in relation to such system; orc. failed to perform on any previous contract.

4. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

ITEM QUESTION YES NO4.1 Is the bidder or any of its directors listed on the National Treasury’s

database as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this database were informed in writing of this restriction by the National Treasury after the audi alteram partem rule was applied).

Yes No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender 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.

Yes No

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes No

4.3.1 If so, furnish particulars:

4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes No

4.4.1 If so, furnish particulars:

T2.1-25

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

SBD 8

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME)…………………………………………………………CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

……………………………………………… ………………………………..Signature Date

……………………………………………… ………………………………..Position Name of Bidder

T2.1-26

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

PART T2.1: RETURNABLE DOCUMENTS

Certificate of Independent Bid Determination – SBD9

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.

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 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier committed any corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD 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 (SBD 9) 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.

T2.1-27

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

DPWFS (T) 004/2017: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL

GOVERNMENT BUILDING

(Bid Number and Description)

in response to the invitation for the bid made by:

DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE FREE STATE PROVINCE

(Name of Institution)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of:_______________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

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.

T2.1-28

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

SBD 9

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.

8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor

regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to

which this bid invitation relates.

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

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.

T2.1-29

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

PART T2.1: RETURNABLE DOCUMENTS

T 2.2 – Returnable Schedules

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

SCHEDULE OF PLANT AND EQUIPMENT

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

Schedule of Plant and EquipmentThe following are lists of major items of relevant equipment that I / we presently own or lease and will have available for this contract or will acquire or hire for this contract if my / our tender is accepted.

(a) Details of major equipment that is owned by and immediately available for this contract.

Quantity Description, size, capacity, etc.

Attach additional pages if more space is required.

(b) Details of major equipment that will be hired, or acquired for this contract if my / our tender is acceptable.

Quantity Description, size, capacity, etc.

Attach additional pages if more space is required.

Signed Date

Name Position

Tenderer

T2.2-1

TENDER NUMBER: DPWFS (T) 004/2016DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR –

FREE STATE PROVINCIAL GOVERNMENT BUILDING

SCHEDULE OF THE TENDERER’S EXPERIENCE

AND

PREVIOUS CONTRACTS PERFORMED AND COMPLETED

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL GOVERNMENT

BUILDING

FORM: PARTICULARS OF TENDERERS PROJECTSProject title: DPWFS (T) 004/2017: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL GOVERNMENT

BUILDINGTender no: DPWFS (T) 004/2017 Closing date: 27 JUNE 2017

Advertising date: 26 May 2016 Validity period: 90 days

Note: The Tenderer is required to furnish the following particulars and to attach additional pages if more space is required. Failure to furnish the particulars will result in the tender offer being disqualified from further consideration.

1. PARTICULARS OF THE TENDERER’S CURRENT AND PREVIOUS COMMITMENTS1.1. Current projects: Appointment letter(s) must be provided to buttress the information supplied below.

Projects currently engaged inName of Employer or Representative of Employer

Contact tel. no. Contract sumContractual commencement date

Contractual completion date

Present progress

1                                          

2                                          

3                                          

4                                          

5                                          

T2.2-2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL GOVERNMENT

BUILDING

Projects currently engaged inName of Employer or Representative of Employer

Contact tel. no. Contract sumContractual commencement date

Contractual completion date

Present progress

6                                          

7                                          

8                                          

9                                          

10                                          

11                                          

12                                          

           

Name of Tenderer Signature Date

T2.2-3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL GOVERNMENT BUILDING

1.2. Completed projects: Both appointment letter(s) and completion certificates linked to the project(s) listed below must be provided to buttress the information provided.

Projects completed in the previous 5 (five) years

Name of Employer or Representative of Employer

Contact tel. no. Contract sumContractual commencement date

Contractual completion date

Date of Certificate of Practical Completion

1                                          

2                                          

3                                          

4                                          

5                                          

6                                          

7                                          

8                                          

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL GOVERNMENT BUILDING

Projects completed in the previous 5 (five) years

Name of Employer or Representative of Employer

Contact tel. no. Contract sumContractual commencement date

Contractual completion date

Date of Certificate of Practical Completion

9                                          

10                                          

11                                          

12                                          

13                                          

           

Name of Tenderer Signature Date

T2.1-5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

CERTIFIED COPIES OF KEY STAFF MEMBER’S QUALIFICATIONS AND PROFESSIONAL REGISTRATION

STATUS

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

CV’s OF KEY STAFF MEMBERS

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

OCCUPATIONAL HEALTH AND SAFETY (OHS) PLAN

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

TECHNICAL APPROACH PLAN

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

WORK PLAN WITH TIME FRAMES

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

TECHNICAL SCHEDULE OF MATERIALS

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

THE CONTRACT

PART C1: AGREEMENT AND CONTRACT DATA

C1.1 - Form of Offer and Acceptance

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C1.1 Form of Offer and Acceptance

Offer

The employer, identified in the acceptance signature block, has solicited offers to enter into a contract for the procurement of: Replacement of 11kV Indoor Switchgear – Free State Provincial Government Building

The tenderer, identified in the offer signature block, has examined the documents listed in the tender data and addenda thereto as listed in the returnable schedules, and by submitting this offer has accepted the conditions of tender.

By the representative of the tenderer, deemed to be duly authorized, signing this part of this form of offer and acceptance, the tenderer 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.

THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX IS:

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Rand (in words);

R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

(in figures)

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 tenderer before the end of the period of validity stated in the tender data, whereupon the tenderer becomes the party named as the contractor in the conditions of contract identified in the contract data.

C1-1.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . .

Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

for the Tenderer (Name and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . address of organization) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Name and signature of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Acceptance

By signing this part of this form of offer and acceptance, the employer identified below accepts the tenderer’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 tenderer’s offer shall form an agreement between the employer and the tenderer upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement.

The terms of the contract, are contained in:

Part C1: Agreements and contract data, (which includes this agreement)Part C2: Pricing dataPart C3: Scope of work.Part C4: Site informationPart C5: Additional returnable Documents

and drawings and documents or parts thereof, which may be incorporated by reference into Parts 1 to 5 above.

Deviations from and amendments to the documents listed in the tender data and any addenda thereto as listed in the tender schedules as well as any changes to the terms of the offer agreed by the tenderer and the employer during this process of offer and acceptance, are contained in the schedule of

C1-1.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

deviations attached to and forming part of this agreement. No amendments to or deviations from said documents are valid unless contained in this schedule.

The tenderer 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 fulfill 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 tenderer receives one fully completed original copy of this document, including the schedule of deviations (if any). Unless the tenderer (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.

Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . .

Name M.W SEOKE

Capacity HEAD: DEPARTMENT OF PUBLIC WORKS FREE STATE AND

INFRASTRUCTURE

for theEmployer DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE P.O Box 690 Bloemfontein

Name and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Signature of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

C1-1.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Schedule of Deviations

1. Subject . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

2. Subject . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

3. Subject . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

4. Subject . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

C1-1.4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

5. Subject . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

By the duly authorized representatives signing this agreement, the employer and the tenderer agree to and accept the foregoing schedule of deviations as the only deviations from and amendments to the documents listed in the tender data and addenda thereto as listed in the tender schedules, as well as any confirmation, clarification or changes to the terms of the offer agreed by the tenderer 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 tender documents and the receipt by the tenderer of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this agreement.

C1-1.5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C1: AGREEMENT AND CONTRACT DATA

C1.2 - Contract Data

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C1.2 Contract Data

The Conditions of Contract are the NEC3 Engineering and Construction Contract, published by the Institution of Civil Engineers, copies of which may be obtained from Engineering Contract Strategies (telephone 011-803 3008).

Each item of data given below is cross-referenced to the clause in the NEC3 Engineering and Construction Contract which requires it.

Part One – Data provided by the Employer

Clause Statement Data

1 General

The conditions of contract are the core clauses and the clauses for main Option:

B: Priced contract with bill of quantities

dispute resolution Option W1: Dispute resolution procedure

and secondary Options X1: Price adjustment for inflation

X7: Delay damages

X13 Performance bond

X16: Retention

X18: Limitation of liability

Z: Additional conditions of contract

of the NEC3 Engineering and Construction Contract

10.1 The Employer is (name): FREE STATE DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE

Address P.O Box 690, BloemfonteinOR Tambo House,Cnr. St Andrews and Markgraaff Street,Bloemfontein

Represented by HOD M.W SEOKE

C1-2.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

Tel No. 051 492 3709

Fax No. N/A

10.1 The Project Manager is Allicia Cupido, Pr Tech Eng

Address First Floor, Old Salga House Building, c/o Nelson Mandela Drive and East Burger Street, Bloemfontein

Tel 051 403 7851

e-mail [email protected]

The Supervisor is Petrus Kheswa, Pr Eng

Address First Floor, Old Salga House Building, c/o Nelson Mandela Drive and East Burger Street, Bloemfontein

Tel 051 403 7852

e-mail [email protected]

Occupational Health and Safety – Delegate

Moeketsi Lesibe

Address First Floor, Old Salga House Building, c/o Nelson Mandela Drive and East Burger Street, Bloemfontein

Tel 051 403 7820

e-mail [email protected]

11.2(3) The completion date for the whole of the works is.

44 weeks after the starting date (calendar weeks including Saturdays, Sundays, Public Holidays and excluding 3 week Annual Builders Break in December / January)

11.2(13) The works are Replacement of 11kV Indoor Switchgear – Free State Provincial Government Building

11.2(14) The following matters will be included in the Risk Register

i) Permit requirements for electrical work.ii) As per technical risks check list

C1-2.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

11.2(15) The boundaries of the site Free State Provincial Government Building ( now Fidel Castro Building)

11.2(16) The Site Information is in Part 4: Site Information

11.2(19) The Works Information is in Part 3: Scope of Work, including referenced drawings and documents

12.2 The law of the contract is The law of the Republic of South Africa subject to the jurisdiction of the Courts of South Africa

13.1 The language of this contract is English

13.3 The period for reply is 2 weeks

2 The Contractor’s main responsibilities

Data required by this section of the core clauses is provided by the Contractor in Part Two – Data Provided by the Contractor

3 Time

30.1 The access date is Whole of the works within two weeks of the starting date

31.1 The Contractor is to submit a firstprogramme for acceptance within

2 weeks after the Contract Starting Date

31.2 The starting date is On signing this document by Employer and Contractor

32.2 The Contractor submits revised programmes at intervals no longer than

2 weeks

4 Testing and defects

42.2 The defects date is 52 weeks after Completion of the whole of the works

43.2 The defect correction period is 1 week

5 Payment

50.1 The assessment interval is On the 25th day of each successive month.

C1-2.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

51.1 The currency of this contract is the South African Rand (ZAR).

51.2 The period within which payments are made is

4 weeks (30 Days) from date of certification by Project Manager.

51.4 The interest rate is 0 % per annum above the prime lending rate of the South African Banks.

7 Title There is no reference to Contract Data in this section

8 Risks and insurance

80.1 These are additional Employer's risks Not applicable

84.1 The minimum amount of cover for insurance in respect of loss of or damage to property (except the Employer’s property, Plant and Materials and Equipment) and liability for bodily injury to or death of a person (not an employee of the Contractor) arising from or in connection with the Contractor’s Providing the Service for any one event is:

Whatever the Contractor deems necessary in addition to that provided by the Employer.

84.1 The minimum limit of indemnity for insurance in respect of death of or bodily injury to employees of the Contractor arising out of and in the course of their employment in connection with this contract for any one event is:

As prescribed by the Compensation for Occupational Injuries and Diseases Act No 130 of 1993 (COIDA) and the Contractors common law liability for people falling outside the scope of the Act with a limit of Indemnity of not less than R500 000(Five hundred thousand rand).

9 Termination There is no reference to Contract Data in this section

10 Data for main Option clause B Priced contract with bill of quantities

60.6 The method of measurement is As stated in Part C2.1, Pricing Assumptions

C1-2.4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

11 Data for Option W1

W1.1 The Adjudicator is (Name) The Adjudicator will be appointed when the dispute arises

Address

Tel No.

Fax No.

e-mail

W1.2(3) The Adjudicator nominating body is: The Chairman of the Joint Civils Division of the South African Institution of Civil Engineering.(see www.ice-sa.org.za)

W1.4(2) The tribunal is: Arbitration

W1.4(5)

The arbitration procedure is the latest edition of Rules for the Conduct of Arbitrations published by The Association ofArbitrators (Southern Africa) or its successor body.

The place where arbitration is to be held is

Free State

The person or organisation who will choose an arbitrator - if the Parties cannot agree a choice

or- if the arbitration procedure does

not state who selects an arbitrator, is

the Chairman for the time being or his nominee of the Association of Arbitrators (Southern Africa) or its successor body.

12 Data for secondary Option clauses

X1 Price adjustment for inflation

X1.1(a) The base date for indices is May (month prior tender closing date) 2017.

C1-2.5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

X1.1(c) The price adjustment shall be applicable to Schedules 1 – 3, namely Preliminary and General, Technical Personnel Training and Equipment. Equipment listed and quantified in X3 shall be excluded from this calculation. The value of the monthly certificate shall be adjusted, by multiplying sum of all the applicable schedules (Ac) with the Contract Price Adjustment Factor, rounded off to the forth decimal place, determined by the formulae below:

( 1 – X) [ A(Lt/ Lb) + A(Mt/ Mb) – 1]

X – proportion of Ac which is not subject to adjustmentA – proportion of the Labour IndexB – proportion of the Material IndexMt – specific index for particular monthMb – specific index for base month

The proportions used to calculate the Price Adjustment Factor are:

Proportion Linked to Index for Index Prepared by

0.15 Labour Index “Consumer Price Index” for Bloemfontein as published by Statistics South Africa in Statistical Release P0141: Consumer Price Index: Additional Tables:Table 14 – CPI - all items, according to area.

Proportion Linked to Index for Index Prepared by

C1-2.6

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

0.60 Material Index “Electrical Engineering” index as published by Statistics South Africa in Statistical Release P0151: Contract Price Adjustment Provisions (CPAP) Work Groups and Selected Materials Indices: Table 3: Producer Price Index for materials used in certain industries.

0.25 Non-adjustable

1.00

X3 Multiple currencies

C1-2.7

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

X3.1 All imported materials from Schedule 3 – Equipment shall listed and quantified by the contractor indicating the applicable rate of exchange at the time of submission of the bid – these shall be excluded from clause X1 and shall only be adjusted in terms of rate of exchange fluctuations with application of the following formulae:

R = X (Y/Z – 1)

R – the amount in Rands of adjustment

X – the total amount in Rands of the imported item

Y – exchange rate at closing date of tender

Z – exchange rate at date of payment to supplier

X3.2 No limit

X7 Delay damages (but not if Option X5 is also used)

X7.1 Delay damages for Completion of thewhole of the works are

2% per week of the outstanding works.

X13 Performance bond

X13.1 The form of the performance bond Is in the form set out in the document C1.3 Pro Forma Construction Guarantee

X13.1 The amount of the performance bond is 10% of the Contract Sum in the form of offer and acceptance.

X16 Retention (not used with Option F)

X16.1 The retention free amount is R0

The retention percentage is 10% with a limit on retention money set at 5% of the contract price at the time of agreement made in terms of the form of offer and acceptance.

X18 Limitation of liability

C1-2.8

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

X18.1 The Contractor’s liability to the Employer for indirect or consequential loss is limited to:

Unlimited – The Contractor will be liable for the damage caused.

X18.3 The Contractor’s liability for Defects due to his design which are not listed on the Defects Certificate is limited to

The greater of the total of the Prices at the Contract Date and the amounts excluded and unrecoverable from the Employer’s assets policy for correcting the Defect (other than the resulting physical damage which is not excluded) plus R15 million first amount payable in terms of the Employer’s assets policy.

X18.4 The Contractor’s total liability to theEmployer for all matters arising under or in connection with this contract, other than excluded matters, is limited to:

The total of the Prices other than for theadditional excluded matters. The Contractor’s total liability for the additional excluded matters is not limited. The additional excluded matters are amounts for which the Contractor is liable under this contract for Defects due to his design which arise before the Defects certificate is issued, Defects due to manufacture and fabrication outside the Site, loss of or damage to property (other than the works, Plant and Materials), death of or injury to a person and infringement of an intellectual property right.

C1-2.9

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

X18.5 The end of liability date is (i) Ten years after the defects date for latentDefects and(ii) the date on which the liability in questionprescribes in accordance with the prescription Act No. 68 of 1969 (as amended or in terms of any replacement legislation) for any other matter. A latent Defect is a Defect which would not have been discovered on reasonable inspection by the Employer or the Supervisor before the defects date, without requiring any inspection not ordinarily carried out by the Employer or the Supervisor during that period. If the Employer or the Supervisor do undertake any inspection over and above the reasonable inspection, this does not place a greater responsibility on the Employer or theSupervisor to have discovered the Defect.

Z Additional conditions of contract The additional conditions of contract:

Z1 Tax invoices The Contractor’s invoice.The Contractor submits his valid tax invoice one week after receiving a payment certificate from the Project Manager in terms of clause 51.1. Where the Contractor does not submit his valid tax certificate within the time required:

the period within which payment is made in terms of clause 51.2 and

the time allowed in clause 91.4are extended by the length of time from the date when the Contractor should have submitted his valid tax invoice to the date when he does submit it.

C1-2.10

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

Z2 Communications Add to the end of the first sentence in core Clause 13.1:“excluding communication by a communications protocol allowing the interchange of short text messages between mobile telephone devices”

Z4 Notification of a compensation event Replace “eight weeks” in clause 61.3 with “four weeks”.

Zn Acts or omissions by mandatories In terms of Section 37(2) of the Occupational health and Safety Act of 1993 (Act 85 of 1993), the Contractor hereby agrees that the Employer is relieved of any and all of its liabilities in terms of Section 37(1) of this Act in respect of any acts or omissions of the Contractor and his employees to the extent permitted by this Act, and that this contract comprises the written agreement between the Employer and the Contractor contemplated in section 37(2).

C1-2.11

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Part Two - Data provided by the Contractor

The Contractor is advised to read the NEC3 Engineering and Construction Contract (Third edition of June 2005) and the relevant Guidance Notes and Flow Charts, published by the Institution of Civil Engineers, in order to understand the implications of this Data which is required.. Copies of these documents may be obtained from Engineering Contract Strategies (telephone (27) 011 803 3008).

Each item of data given below is cross-referenced to the clause in the NEC3 Engineering and Construction Contract to which it mainly applies.

Completion of the data in full, according to Options chosen, is essential to create a complete contract.

Clause Statement Data

10.1 The Contractor is (Name): …………………………………………………

Address …………………………………………………

…………………………………………………

…………………………………………………

…………………………………………………

Tel No. …………………………………………………

Fax No. …………………………………………………

e-mail …………………………………………………

11.2(8) The direct fee percentage is ………………………………………………%

The subcontracted fee percentage is ………………………………………………%

11.2(18) The working areas are the Site N/A

24.1 The Contractor's key persons are:

C1-2.12

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

1 Name: …………………………………………………

Job: Project Engineer / Contracts Manager

Requirements Professional Engineer / Professional Engineering Technologist

Responsibilities: …………………………………………………

Qualifications: …………………………………………………

Experience: …………………………………………………

2 Name: …………………………………………………

Job: Construction Manager

Requirements Professional Engineering Technologist / Professional Engineering Technician / Authorized Person – Operating Regulations for High Voltage Systems

Responsibilities: …………………………………………………

Qualifications: …………………………………………………

Experience: …………………………………………………

3 Name: …………………………………………………

Job Site Agent / Site Supervisor

C1-2.13

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

Requirements Authorized / Responsible Person – Operating Regulations for High Voltage Systems

Responsibilities: …………………………………………………

Qualifications: …………………………………………………

Experience: …………………………………………………

4 Name: …………………………………………………

Job Construction Health and Safety Officer

Requirements Construction Health and Safety Officer (CHSO) registration with the South African Council for the Project and Construction Management Professions (SACPCMP)

Responsibilities: …………………………………………………

Qualifications: …………………………………………………

Experience: …………………………………………………

11.2(14) The following matters will be included in the Risk Register

…………………………………………………

11.2(19) The Works Information for the Contractor’s design is in:

Part C3: Scope of Work

31.1 The programme identified in the Contract Data is

…………………………………………………

B Priced contract with bill of quantities

C1-2.14

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Clause Statement Data

11.2(21) The bill of quantities is in Part C2.2: Bill of Quantities

11.2(31) The tendered total of the Prices is in Part C1.1 Form of Offer and Acceptance

X1

List of imported materials subject to rate of exchange adjustment (SCoIM – Specified Currency of Imported Material)

Material / Item Exchange Rate (R x.xx / SCoIM 1.00)

……………………………………… ………………………………………

……………………………………… ………………………………………

……………………………………… ………………………………………

……………………………………… ………………………………………

……………………………………… ………………………………………

……………………………………… ………………………………………

……………………………………… ………………………………………

C1-2.15

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C1: AGREEMENT AND CONTRACT DATA

C1.3 – Pro Forma Construction Guarantee

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C1.3 Pro Forma Construction Guarantee

GUARANTOR DETAILS AND DEFINITIONS

Guarantor means . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Physical address . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Guarantor’s signatory 1 . . . . . . . . . . . . . . . . . . . . . . . Capacity . . . . . . . ... ... . . . . …. . . . . . . .

Guarantor’s signatory 1 . . . . . . . . . . .. . . . . . . . . . . . . Capacity . . . . . . .. . . . . . . . . . . . . . . . . . .

Employer means DEPARTMENT OF PUBLIC WORKS AND INFRASTRUCTURE, Free State Provincial Government

Contractor means . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Works means REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL GOVERNMENT BUILDING

Site means FREE STATE PROVINCIAL GOVERNMENT BUILDING

Agreement means NEC3 Engineering and Construction Contract (ECC) June 2005

Contract Sum : i.e. the total of prices in the Form of Offer and Acceptance inclusive of VAT

Amount in figures R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .

C1-3.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Amount in words . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (Rands)

Guaranteed Sum means the maximum aggregate amount of

R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .

Amount in words . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (Rand)

1 The Guarantor’s liability shall be limited to the amount of the Guaranteed Sum as follows:

GUARANTOR’S LIABILITY PERIOD OF LIABILITYMaximum Guaranteed Sum (not exceeding 10 % of the contract sum) in the amount of:

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

(Rands)

(R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .)

From and including the date of issue of this Construction Guarantee and up to and including the date of the only practical completion certificate or the last practical completion certificate where there are sections, upon which this Construction Guarantee shall expire.

2 The Guarantor hereby acknowledges that:

2.1 Any reference in this Guarantee to the Agreement is made for the purpose of convenience and shall not be construed as any intention whatsoever to create an accessory obligation or any intention whatsoever to create a suretyship.

2.2 Its obligation under this Guarantee is restricted to the payment of money.

3 Subject to the Guarantor’s maximum liability referred to in clauses 1, the Guarantor hereby undertakes to pay the Employer the sum certified upon receipt of the documents identified in sub-clauses 3.1 to 3.3:

C1-3.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

3.1 A copy of a first written demand issued by the Employer to the Contractor stating that payment of a sum certified by the Project Manager in an interim or final payment certificate has not been made in terms of the Agreement and failing such payment within seven (7) calendar days, the Employer intends to call upon the Guarantor to make payment.

3.2 A first written demand issued by the Employer to the Guarantor at the Guarantor’s physical address with a copy to the Contractor stating that a period of seven (7) calendar days has elapsed since the first written demand in terms of sub-clause 4.1 and that the sum certified has still not been paid therefore the Employer calls up this Guarantee and demands payment of the sum certified from the Guarantor.

3.3 A copy of the said payment certificate which entitles the Employer to receive payment in terms of the Agreement of the sum certified in clause 3.

4 Subject to the Guarantor’s maximum liability referred to in clause 1, the Guarantor undertakes to pay the Employer the Guaranteed Sum or the full outstanding balance upon receipt of a first written demand from the Employer to the Guarantor at the Guarantor's physical address calling up this Guarantee stating that:

4.1 The Agreement has been cancelled due to the Contractor's default and that the Guarantee is called up in terms of clause 4. The demand shall enclose a copy of the notice of cancellation; or

4.2 A provisional sequestration or liquidation court order has been granted against the Contractor and that the Guarantee is called up in terms of clause 4. The demand shall enclose a copy of the court order.

5 It is recorded that the aggregate amount of payments required to be made by the Guarantor in terms of clauses 3 and 4 shall not exceed the Guarantor's maximum liability in terms of clause 1.

6 Where the Guarantor is a registered insurer and has made payment in terms of clause 4, the Employer shall upon the date of issue of the final payment certificate submit an expense account to the Guarantor showing how all monies received in terms of the Guarantee have been expended and shall refund to the Guarantor any resulting surplus. All monies refunded to the Guarantor in terms of this Guarantee shall bear interest at the prime overdraft rate of the Employer’s bank compounded monthly and calculated from the date payment was made by the Guarantor to the Employer until the date of refund.

7 Payment by the Guarantor in terms of clause 3 or 4 shall be made within seven (7) calendar days upon receipt of the first written demand to the Guarantor.

8 The Employer shall have the absolute right to arrange his affairs with the Contractor in any manner which the Employer deems fit and the Guarantor shall not have the right to claim his release from this Guarantee on account of any conduct alleged to be prejudicial to the Guarantor

C1-3.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

9 The Guarantor chooses the physical address as stated above for all purposes in connection herewith.

10 This Guarantee is neither negotiable nor transferable and shall expire in terms of clause 1, or payment in full of the Guaranteed Sum or on the Guarantee expiry date, whichever is the earlier, where after no claims will be considered by the Guarantor. The original of this Guarantee shall be returned to the Guarantor after it has expired

11 This Guarantee, with the required demand notices in terms of clauses 3 or 4, shall be regarded as a liquid document for the purpose of obtaining a court order.

12 Where this Guarantee is issued in the Republic of South Africa the Guarantor hereby consents in terms of Section 45 of the Magistrate's Courts Act No 32 of 1944, as amended, to the jurisdiction of the Magistrate's Court of any district having jurisdiction in terms of Section 28 of the said Act, notwithstanding that the amount of the claim may exceed the jurisdiction of the Magistrate's Court.

Signed at . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .

Guarantor’s Guarantor’s

Signatory 1. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Signatory 2 . . . . . . . . . . . . . .. . . . . . . . . . . . . . .

Witness 1. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Witness 2 . . . . . . . . . . . . .. . . . . . . . . . . . . . . . .

Guarantor’s seal or stamp

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

C1-3.4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C2: PRICING DATA

C2.1 – Pricing Instructions

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C2.1 Pricing Assumptions: Option B

The conditions of contract

How work is priced and assessed for payment

Clause 11 in NEC3 Engineering and Construction Contract, June 2005 (ECC3) Option B states:

Identified 11defined terms 11.2

(21) The Bill of Quantities is the bill of quantities as changed in accordance with this contract to accommodate implemented compensation events and for accepted quotations for acceleration.

(28) The Price for Work Done to Date is the total of the quantity of the work which the Contractor has completed for each item in the Bill of Quantities multiplied by the rate and a proportion of each lump sum which is the proportion of the work covered by the item which the Contractor has completed. Completed work is work without Defects which would either delay or be covered by immediately following work.

(31) The Prices are the lump sums and the amounts obtained by multiplying the rates by the quantities for the items in the Bill of Quantities.

This confirms that Option B is a re-measurement contract and the bill comprises only items measured using quantities and rates or stated as lump sums. Value related items are not used. Time related items are items measured using rates where the rate is a unit of time.

Function of the Bill of Quantities

Clause 55.1 in Option B states, “Information in the Bill of Quantities is not Works Information or Site Information”. This confirms that instructions to do work or how it is to be done are not included in the Bill, but in the Works Information. This is further confirmed by Clause 20.1 which states, “The Contractor Provides the Works in accordance with the Works Information”. Hence the Contractor does not provide the Works in accordance with the Bill of Quantities. The Bill of Quantities is only a pricing document.

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Guidance before pricing and measuring

Employers preparing tenders or contract documents, and tendering contractors are advised to consult the sections dealing with the bill of quantities in the NEC3 Engineering and Construction Contract (June 2005) Guidance Notes before preparing the bill of quantities or before entering rates and lump sums into the bill.The NEC approach to the P & G bill assumes use will be made of method related charges for Equipment applied to Providing the Works based on durations shown in the Accepted Programme, fixed charges for the use of Equipment that is required throughout the construction phase, time related charges for people working in a supervisory capacity for the period required, and lump sum charges for other facilities or services not directly related to performing work items typically included in other parts of the bill. The P & G section of the bill is not used for the assessment of compensation events.

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Measurement and paymentSymbols

The units of measurement described in the Bill of Quantities are metric units abbreviated as follows:

Abbreviation Unit% percenth hourha hectarekg kilogramkl kilolitrekm kilometrekm- pass kilometre-passkPa kilopascalkW kilowattl litrem metremm millimetrem2 square metrem2-pass pass square metre passm3 cubic metrem3-km cubic metre-kilometreMN meganewtonMN.m meganewton-metreMPa megapascalNo. numberProv sum3 provisional sumPC- sum prime cost sumR/only Rate onlysum Lump sumt ton (1000kg)W/day Work day

General assumptions

Unless otherwise stated, items are measured net in accordance with the drawings, and no allowance has been made in the quantities for waste.

The Prices and rates stated for each item in the Bill of Quantities shall be treated as being fully inclusive of all work, risks, liabilities, obligations, overheads, profit and everything necessary as incurred or required by the Contractor in carrying out or providing that item.

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

An item against which no Price is entered will be treated as covered by other Prices or rates in the bill of quantities. The quantities contained in the Bill of Quantities may not be final and do not necessarily represent the actual amount of work to be done. The quantities of work assessed and certified for payment by the Project Manager at each assessment date will be used for determining payments due.

The short descriptions of the items of payment given in the bill of quantities are only for the purposes of identifying the items. Detail regarding the extent of the work entailed under each item isprovided in the Works Information.

Departures from the method of measurement

Amplification of or assumptions about measurement items

For the avoidance of doubt the following is provided to assist in the interpretation of descriptions given in the method of measurement. In the event of any ambiguity or inconsistency between the statements in the method of measurement and this section, the interpretation given in this section shall be used.

3Provisional Sums should not be used unless absolutely unavoidable. Rather include specifications and associated bill items for the most likely scope of work, and then change later using the compensation event procedure if necessary.

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C2: PRICING DATA

C2.2 - Bills of Quantities

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C2.2 Bill of Quantities – Schedule 1

1 PRELIMINARY AND GENERAL

1.1 FIXED-CHARGE ITEMS

Contractual Requirements (Specify) sum 1

Establishment of Facilities on Site2 Site Office and Camp Facilities

(a) Office / Meeting Facilities sum 1(b) Material Store Facilities sum 1(c) Ablution facilities sum 1(d) Approved Construction Board Signage sum 1

Other applicable fixed-charge obligations (Specify)

i) __________________________ sum 1

ii) __________________________ sum 1

iii) __________________________ sum 1

Removal of Contractor's establishment on completion sum 1

Occupational Health and Safety

Compliance with Occupational Health and SafetyAct (Act 85 of 1993) and its regulations and with the Employers Health and Safety Specification sum 1

1.2 TIME-RELATED ITEMS

Contractual requirements (Specify) sum 1

Supervision for duration of construction sum 1

Company and head office overhead costs for the duration of the contract sum 1

Other applicable fixed-charge obligations (Specify)

i) __________________________ sum 1

ii) __________________________ sum 1

iii) __________________________ sum 1

Occupational Health and Safety

Compliance with Occupational Health and SafetyAct (Act 85 of 1993) and its regulations and with theEmployers Health and Safety Specification sum 1

Total : Schedule 1 Preliminary and GeneralCarried forward to Summary of Schedules

Item Description Unit Qty Material Cost Labour Cost Amount (R) Excluding VAT

C3-1.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C2.2 Bill of Quantities – Schedule 2

2 SCHEDULE NO. 2Technical Personnel Training

2.1

Accredidated training of six (6) departmental operations & maintenance technical personnel to be offered at the department's premises - Operating Regulations for High/Medium Voltage Systems (ORHVS)

sum 1

2.2Training of departmental technical personnel on the operation of the newly installed switchgear

sum 1

Total : Schedule 2Technical Personnel TrainingCarried forward to Summary of Schedules

Amount (R) Excluding VAT

Item Description Unit Qty Material Cost Labour Cost

C3-1.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C2.2 Bill of Quantities – Schedule 33 SCHEDULE NO. 3

Equipment

3.1

Supply, install and commission complete with EF/OC protection 11kV indoor vacuum circuit breaker incomer panel, with associated XLPE 11kV cable terminations

no 2

3.2

Supply, install and commission complete with EF/OC protection 11kV indoor vacuum fused switch disconnector transfomer feeder panel , with associated XLPE 11kV cable terminations

no 8

3.3

Supply, install and commission complete with EF/OC protection 11kV indoor vacuum circuit breaker feeder panel , with associated XLPE 11kV cable terminations

no 9

3.4Supply, install and commission completely 11kV indoor vacuum bus-section circuit breaker panel

no 1

3.5Earthing & bonding of all newly installed panels with 70mm ² anti- theft earthing conductor to existing earthing system with asscociated accessories

no 20

3.6Supply, install and commission complete earthing system with maximum earth resistance value of 1 Ω & compliance wi th IEEE80:2000

no 4

3.7Supply, install and commission complete new 230V AC,30V DC supply battery back-up system

no 4

3.8

Completely uninstall, remove, decommission and safely dispose at suitable site iclusive of all associated costs the existing indoor 11kV switchgear

no 21

3.9

Configuration of all 20 newly installed indoor vacuum circuit breakers protection settings, grading and updating of 11kV network as-built drawings

sum 1

3.10

Supply, Install and Commission inclusive of all neccessary associated accessories 3 Phase Smart Energy Meters with indoor metering kiosk on the Existing LV Boards (SS1 LV Board 1, SS1LV Board 4, SS4LV Board and Fidel Castro Resturant)

no 4

3.11

Completely uninstall, remove and decommission all existing conventional meters in SS1, SS4, Fidel Castro Basement, Fidel Castro Resturant

sum 1

Total : Schedule 3EquipmentCarried forward to Summary of Schedules

Amount (R) Excluding VAT

Item Description Unit Qty Material Cost Labour Cost

C3-1.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C2.2 Bill of Quantities – Summary

Schedule No. Description Amount ( R )

1 Preliminary and General

2 Technical Personnel Training

2 Equipment

-R

Sub-Total C

Sub-Total B

Provisional Allowance for Contingencies (10% of Sub-Total B)

Value Added Tax at 14%

Total Amount of Tender Carried Forward to Form of Offer and Acceptance

Sub-Total A Provisional Allowance for Contract Price Adjustment and Rate of Exchange (7.5% of

Schedule 3 - Equipment)

Summary of Schedules

C3-1.4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C3: SCOPE OF WORKS

C3 – Scope of Work

C3.1 – Description of Works

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.1 Description of Works

The contract consists of following:

o Supply, delivery, installation and commissioning of complete 11kV indoor switchgear 2 x Incomer 11kV indoor vacuum circuit breakers 1 x Bus-Section 11kV indoor vacuum circuit breakers 8 x Transformer 11kV indoor vacuum fused switch disconnector (2 x 50A,6 x 100A) 11 x Feeder 11kV indoor vacuum circuit breakers

o Supply, delivery, installation and commissioning of 4 x 230V AC, 30V DC Supply Battery Back Up System

o Supply, delivery, installation and commissioning of 4 x 3 Phase Smart Meters with suitable indoor kiosk – these meters as closes as possible to the respective low voltage board / metering point and outside of “authorised personnel only electrical installation areas” in order for the meters to be accessible to the property management directorate which is responsible for the meter readings.

o Removal, De-Commissioning and disposal of existing units. 2 x Incomer 11kV indoor oil breakers 8 x Transformer 11kV indoor oil breakers 12 x Feeder 11kV indoor oil breakers

The works are to be carried out in a live environment, all works shall be performed if and only if all occupational health and safety requirements are fulfilled.

C3.1.1 General Works Requirements

C3.1.1.1 Installation Tests and Commissioning

After completion of the works and before first delivery is taken, a full test will be carried out on the installation for a period of sufficient duration to determine the satisfactory working thereof. During this period the installations will be inspected and the Contractor shall make good, to the satisfaction of the Employer’s Representative(s), any defects which may arise.

The Contractor shall provide all instruments and equipment required for testing and any water, power and fuel required for the commissioning and testing of the installations at completion. Test report forms shall be completed in ink in full, signed by the installation electrician and handed over to the Employer(s) Representative together with the factory routine testing certificates. Take-over shall not be acknowledged unless the above-mentioned forms are submitted. If negative test results are obtained, these shall be remedied and retested as prescribed.

C3.1.1.2 Guarantee and Maintenance

C3-1.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

The Contractor shall guarantee the complete plant for a period of twelve months after first delivery has taken place. If during this period the plant is not in working order, or not working satisfactorily owing to faulty material, design or workmanship, the Contractor will be notified and immediate steps shall be taken by the Contractor to rectify the defects and/or replace the affected parts on site at the Contractor’s own expense.

The Contractor shall maintain the plant in good working condition for the full twelve month period to the final delivery of the installation. However, should the Contractor fail to hand over the plant in good working order on the expiry of the specified twelfth months, the Contractor shall be responsible for further monthly maintenance until final delivery is taken.

During this period the Contractor will undertake to arrange that the plant be inspected at regular intervals (whatever number of visits the contractor deems necessary to fully maintain the equipment) by a competent member of his staff who shall: -

(a) Check the mechanical soundness of all parts(b) Check and adjust all the output and control values of the system (voltage, frequency,

control voltages, etc.)(c) Take control measurements on the major system components and record these

measurements.(d) Replace all defective components.

C3.1.1.3 Regulations

The installation shall be erected and tested in accordance with the Acts and Regulations as indicated in the scope of works,

Occupational Health and Safety Act (No. 85 of 1993) The National Building Regulations and Building Standards Act (No. 103 of 1977) Construction Regulations 2014 Electrical Machinery Regulations Electrical Installation Regulations

C3.1.1.4 Earthing

The electrical installation shall be fully earthed in accordance with the IEEE80-2000 Guide in AC Substation Grounding, SANS10142-1, the Occupational Health and Safety Act, 1993 and all applicable regulations.

C3-1.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.1.1.5 Quality of Materials

Only materials of first class quality shall be used and all materials shall be subject to the approval of the Employer’s Representative(s). Employer’s specifications for various materials to be used on this Contract are attached to and form part of this specification. Wherever applicable the material is to comply with the relevant South African National Standard (SANS), specifications, or to applicable International Standards, where no SANS standard exist. Materials wherever possible, must be manufactured in South Africa.

C3.1.1.6 Workmanship and Staff

An accredited and authorised person shall exercise general control over all electrical installation work being carried out. The workmanship shall be of the highest grade and to the satisfaction of the Employer’s Representative(s). All inferior work shall, on indication by the Employer(s) Representative, immediately be removed and rectified by and at the expense of the Contractor.

C3.1.1.7 Operating Regulation for High Voltage Systems (ORHVS)

The Contractor shall need an authorised person as defined in the Operating Regulations for High Voltage Systems (ORHVS) on site during the execution of the contract.

C3-1.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C3: SCOPE OF WORKS

C3 – Scope of Work

C3.2 – Technical Requirements

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2 TECHNICAL REQUIREMENTS

C3.2.1 11kV AIR INSULATED INDOOR METAL ENCLOSED SWITCHGEAR

C3.2.1.1 GENERAL

The Contractor shall comply with the specific requirements for 11kV indoor air-insulated metal enclosed primary switchgear of the withdrawable pattern in accordance with SANS 62271-200. Full general arrangement and schematic diagrams shall be supplied with the equipment, together with all equipment operation and maintenance instructions and manuals which shall be in the English language and shall be provided at least two months prior to delivery of equipment and shall be to the approval of the Employer. The Contractor shall make provision for at-least two Employer’s Representatives to attend the factory acceptance testing (FAT), prior to the delivery of equipment to site and these costs shall be to the Contractor’s account.

Compliance with the following standards and specifications:

IEC 60071-1 Insulation co-ordination – Part 1: Definitions, principles and rules. IEC 60073 Basic and safety principles for man-machine interface, marking and

identification – Coding principles for indicators and actuators. IEC 60112 Method for the determination of the proof and the comparative tracking indices

of solid insulating materials. IEC 60297-1 Dimensions of mechanical structures of the 482,6mm (19 inch) series – Part 1:

Panels and racks. IEC 60447 Basic and safety principles for man-machine interface, marking and

identification – Actuating principles. IEC 60587 Electrical insulating materials used under severe ambient conditions – Test

methods for evaluating resistance to tracking and erosion. SANS 60044-1 Current Transformers.SANS 60044-2 Voltage Transformers. SANS 60270 Partial discharge measurements. SANS 60282-1 High-voltage fuses – Part 1: Current-limiting fuses. SANS 60529 Degrees of protection provided by enclosures (IP code). SANS 60815-1:2009 Selection and dimensioning of high-voltage insulators intended for use in

polluted conditions – Part 1: Definitions, information and general principles. SANS 61243-5 Live working – Voltage detectors – Part 5: Voltage detecting systems (VDS). SANS 62271-1 High-voltage switchgear and control gear - Part 1: Common specifications. SANS 62271-100 High-voltage switchgear and control gear - Part 100: High voltage alternating-

current circuit-breakers. SANS 62271-102 High-voltage switchgear and control gear - Part 102: High-voltage alternating

current disconnectors and earthing switches.

C3-2.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

SANS 62271-200 High-voltage switchgear and control gear - Part 200: AC metal-enclosed switchgear and control gear for rated voltages above 1 kV and up to and including 52 kV.

SANS 62271-202 High-voltage switchgear and controlgear Part 202: High- voltage/low-voltage prefabricated substation

SANS 1019 Standard voltages, currents and insulation levels for electricity supply. SANS 1091 National colour standards for paint. SANS 4521 Metallic coatings – Electrodeposited silver and silver alloy coatings for

engineering purposes. SANS 10198-13 The selection, handling and installation of electric power cables of rating not

exceeding 33 kV – Part 13: On-site testing and fault location. SANS 876(NRS 012) Cable terminations and live conductors within air-insulated enclosures

(insulation co-ordination) for rated a.c. voltages of 7,2 kV and up to and including 36 kV.

C3.2.1.2 DESIGN AND CONSTRUCTION

Indoor metal-enclosed switchgear shall comply with the requirements of SANS 62271-200 and the requirements of this specification. Where conflicting requirements exist, the requirements of this specification shall take precedence. The switchgear shall be air-insulated and of the withdrawable pattern design. Circuit-breakers shall comply with the requirements of SANS 62271-100 and the requirements of this specification. Where conflicting requirements exist, the requirements of this specification shall take precedence. Circuit-breakers shall be three-pole operated and designed for stored energy operation where energy is stored in a spring. It shall be possible to charge the circuit-breaker mechanism spring both manually and electrically. Electrical charging shall be via a spring charging motor. Both manual and electric energy release shall be provided. A mechanical device shall be provided to prevent over-charging of the closing spring when the manual charging facility is employed.

Operating mechanisms shall be designed in such a way that in the case of failure to latch or of a command to trip during a closing operation, safe conditions are produced for the elements controlling the circuit-breaker. Circuit-breakers shall be provided with a mechanical TRIP and CLOSE control facility. Only the OPEN control facility shall be available on the front of the circuit-breaker compartment door. The interrupting medium of circuit-breakers shall be vacuum. Embedded pole vacuum technology is preferred. Circuit-breakers shall be designed for minimal maintenance in accordance with the electrical and mechanical endurance class.

The switchgear shall be of the single busbar design and shall include the following defined panel types (functional units). Incomer panels incorporating a withdrawable three-pole operated circuit-breaker, cable earthing switch and cable compartment fitted with current transformers. Feeder panels incorporating a withdrawable three-pole operated circuit-breaker, cable earthing switch and cable compartment fitted with current transformers. Bus-section panels incorporating a withdrawable three-

C3-2.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

pole operated circuit-breaker and current transformer. Voltage transformer panels incorporating a withdrawable voltage transformer and busbar earthing switch. Control Power Auxiliary Transformer panels incorporating a withdrawable control (auxiliary) power transformer.

Incomer and feeder panels shall have these defined compartments. Circuit breaker compartment with front access for housing the withdrawable three-pole operated circuit-breaker. Busbar compartment. Cable compartment with rear access for housing the power cable terminations and current transformers. Low voltage compartment with front access for housing the auxiliary and control circuit terminal strips and equipment. Bus-section panels shall have these defined compartments. Circuit breaker compartment with front access for housing the withdrawable three-pole operated circuit-breaker. Busbar compartment. Low voltage compartment with front access for housing the auxiliary and control circuit terminal strips and equipment. Voltage transformer and Control Power Auxiliary Transformer panels shall have the following defined compartments. Voltage transformer or Control Power Auxiliary Transformer compartment with front access for housing the withdrawable Voltage transformer or Control Power Auxiliary Transformer respectively. Busbar compartment. Low voltage compartment with front access for housing the auxiliary and control circuit terminal strips and equipment. Accessibility to each compartment, in accordance with SANS 62271-200. Circuit-breaker, Voltage transformer and Control Power Auxiliary Transformer compartments: interlock-controlled accessible compartment; and busbar and cable compartments: tool-based accessible compartment. Where additional access to the cable compartment is provided via a door located in the front of the panel, accessibility to the cable compartment via this door shall be interlock-controlled in accordance with SANS 62271-200.

The loss of service continuity category shall be “LSC2B” in accordance with SANS 62271-200. The partitioning class shall be “PM” (i.e. metallic partitions and/or shutters) in accordance with SANS 62271-200. Orifice shutter operation shall be positively driven in both directions. Solely gravity operated shutters shall not be accepted. Orifice shutters shall be automatically operated by the movement of the withdrawable part. The internal arc classification for the indoor switchgear shall be AFLR in accordance with SANS 62271-200. The classification test current value shall be in accordance with the rated short-time withstand current of 25kA with a duration of 1 second. The switchgear shall be designed in such a manner that pressure relief is upwards and directed away from the operator (i.e. towards the rear). It shall not be necessary to require access to the top of the switchgear (i.e. where internal arc pressure relief flaps are located) for the purposes of carrying out any maintenance activities.

C3.2.1.3 EARTHING CIRCUIT AND EARTHING DEVICES

The earthing circuit of the switchboard shall comprise of copper earthing bars. For 11 kV 25 kA rated switchgear, the minimum earthing bar cross section shall be 25 x 5 mm – providing a minimum cross section area of 125 mm2. The switchgear earthing bars shall be provided with suitable facilities for the termination of earthing conductors having an M12 fixing hole. Each fixing hole shall be fitted with a stainless steel or brass M12 set screw, washer, spring washer and nut. Each incomer and feeder panel

C3-2.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

shall be fitted with a cable earthing switch of minimum class E1 in accordance with SANS 62271-102. Alternatively, the withdrawable circuit-breaker may be used as the cable earthing switch. Earthing of the busbar shall be by means of a busbar earthing switch of minimum class E1 in accordance with SANS 62271-102. Alternatively, one of the withdrawable circuit-breakers may be used as the busbar earthing switch. The VT panel shall be used for busbar earthing. The VT panel and circuit-breaker (where applicable) that is used for earthing the busbar shall be identified with proper labelling.

Earthing switches in accordance with SANS 62271-102 shall be of the integral type having independent manual operation (i.e. independent unlatched operation where the origin of the energy is manual). Where a withdrawable circuit-breaker is used for earthing, the electrical tripping circuit of a circuit-breaker shall be isolated when the circuit-breaker is in the earthing position. A cable earth interlocking system shall be provided to ensure that operation of the cable earthing switch is prevented unless the associated circuit-breaker is only in the disconnected, removed or test position. The interlocking device shall prevent the circuit-breaker from being racked into the service position when the associated cable earthing switch is closed. In addition, the interlocking system shall use a contact from the cable live indication system to prevent the cable earth being applied to a live cable. The interlocking system shall be fail safe and therefore shall not be reliant on the presence of an auxiliary a.c. or d.c. voltage supply to ensure that the above conditions are met.

A busbar earth interlocking system shall be provided to ensure that operation (i.e. closing) of the busbar earthing switch or racking in of the busbar earthing circuit-breaker shall be prevented unless all circuit-breakers (including the relevant bus-section circuit-breaker(s)) are only in the disconnected, removed or test positions. Where busbar live indication is provided, this shall be used an additional measure to prevent earthing of a live busbar. The interlocking system shall eliminate the possibility of racking in any of the circuit-breakers to the service position while the busbar earth is applied. The interlocking system shall be fail safe and therefore shall not be reliant on the presence of an auxiliary a.c. or d.c. voltage supply to ensure that the above conditions are met.

The general procedure for earthing the busbar shall be as follows. Open and rack out all bus-section circuit-breakers connected to the busbar section to be earthed. Open and rack out all incomer and feeder circuit-breakers on the switchgear panels connected to the busbar section to be earthed. Earth the busbar section by either:

Closing the busbar earthing switch in the voltage transformer panel associated with that section; or

Racking in and closing the designated circuit-breaker in the voltage transformer panel associated with that section.

Each circuit-breaker, voltage transformer and Control Power Auxiliary Transformer shall be fitted with an earthing terminal to facilitate testing of earth continuity between the withdrawable parts and the switchgear main earthing bar. The earthing terminals shall be easily accessible from the front of the device and shall be labelled in accordingly.

C3-2.4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2.1.4 PADLOCKING FACILITIES, RACKING AND STAND-OFF HAND-HELD REMOTE CONTROL UNIT FOR REMOTE SWITCHING OF CIRCUIT-BREAKERS

Facilities shall be provided to padlock the following. All orifice shutters individually in the closed position. The circuit-breaker in each of the service, test/disconnected and, where applicable, earthing positions. Where applicable, integral earthing switches in both the open and earthing positions. In the case where the circuit-breaker is used for earthing, the mechanical tripping device. All padlocking facilities shall be suitable for padlocks that have a shackle diameter of 6 mm.

The interlocking device for circuit-breaker, VT and CPAT compartments doors shall be such that transfer of withdrawable parts (i.e. circuit-breaker, VT or CPAT) to and from the service position shall only be possible when the compartment door is closed. The interlock system for circuit-breaker, VT and CPAT compartments doors shall prevent the withdrawal or engagement of the withdrawable part when the door is open. The circuit breaker shall only be rackable in the open position. Sufficient interlocking shall be provided to ensure the circuit breaker in closed position cannot be racked in.

Each switchboard shall be supplied with a stand-off hand-held remote control unit (also referred to as an umbilical cord / pendant control) which shall be used for remote switching (i.e. trip/close) of all circuit-breakers. The minimum length of the lead shall be 15 m.The control box of the hand-held remote control unit shall be fitted with two control push-buttons as follows:

red push-button with the “I” symbol – for closing the circuit-breaker green push-button with the “O” symbol – for tripping the circuit-breaker

The control box of the hand-held remote control unit shall have a minimum degree of protection of IP67 in accordance with SANS 60529. The stand-off remote control unit shall have a plug-in circular panel connector and matching female receptacle with a self-retaining bayonet type coupling in accordance with the make and type specified in schedule A. The female receptacle for the plug-in connector shall be located on the front LV compartment door. The female receptacle shall be wired directly to the terminals provided for in the LV compartment in accordingly. The circuit-breaker mechanical CLOSE button on the circuit-breaker compartment door shall be disabled to prevent an operator from closing the circuit-breaker while standing in front of the panel. It shall only be possible to close the circuit-breaker from the protection and control scheme or the stand-off remote control unit.

C3.2.1.5 SWITCHBOARD PHYSICAL DESIGN

The configuration of the switchboard shall conform to the single-line schematic diagram included in this document. The switchgear panels shall be suitable for installation over a cable trench and within a standard switch room. Any special requirements or limitations for installation shall be qualified by the Contractor. All switchgear panels shall be designed for operation from the front. The switchboard shall

C3-2.5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

be designed so that the fronts of the panels are fully aligned. Access to the cable compartment shall be from the rear of the switchgear. The switchboard shall be suitable for future extensions on both sides of the switchboard. The panels shall be designed so as to mechanically prevent a circuit-breaker unit from being accidentally interchanged with another circuit breaker unit having different switching capabilities (i.e. having different ratings or circuit-breaker classes). All doors shall be equipped with travel stops, which shall retain the door in the open position. Suitable lifting eyes shall be attached to each panel at the top of each panel. The lifting eyes shall be designed to provide for the lifting of the complete assembly. Lifting eyes with a minimum diameter of 30 mm shall be provided.

The LV compartment shall be located in the front of the panel and shall be accessible without leaving floor level. No special keys or tools shall be required to open the LV compartment door. Two removable 3 mm thick brass or aluminum gland plates, each with a minimum usable area of 150 mm x 100 mm, shall be fitted at the top and bottom left and right hand sides of the LV compartment for the top or bottom entry and glanding of all control cables. The gland plate shall be secured by a minimum of six M8 bolts with nuts and washers. To facilitate LV control cable entry and connection, the distance between any part of the terminal strip and the gland plate shall not be less than 150 mm. The terminal strips shall be positioned and spaced to provide easy access to the terminals to insert the wiring. The LV compartment door shall include a cut out aperture for the mounting of on-board protection equipment by Eskom. The switchgear shall be delivered with the aperture closed by a removable 6U blanking plate. The cut out shall be a 19 inch rack in accordance with IEC 60297-1. The rack shall have minimum height of 266.7mm (6U). The depth of the LV compartment shall allow for an unobstructed clearance of 250 mm behind the door for the full height of the 19 inch rack, and for at least two thirds of the width. The 19 inch rack shall be punched with rectangular attachment holes and shall be recessed such that the blanking plate is flush mounted with the front of the door.

The various parts of switchgear panel shall have the following minimum degrees of protection in accordance with SANS 60529:

IP2X for moving parts; IP3X for live parts; IP3X for cable boxes.

All exposed sheet metal shall be protected against corrosion for indoor applications. All joints and tees in busbars and busbar connections that use bolts, nuts and washers shall be suitably protected against corrosion. Suitable methods of protection include phosphating, galvanizing, zinc impregnation and plating with copper, nickel, cadmium silver, tin or zinc. All nuts, bolts and washers shall be suitably protected against corrosion. All copper parts shall be tinned or silverised in accordance with SANS 4521 using the coating classification Cu/Ag (0,95).

Removable parts (i.e. circuit-breakers, VTs, CPATs) shall be removable on a transporting device with wheels. The transporting device shall be either a separate external device (e.g. circuit-breaker trolley with wheels as required for the “mid-mount”, “cassette” type panel designs) type or the integral floor

C3-2.6

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

racking type (e.g. circuit-breaker with its own carriage / truck with its own integrated wheels for racking in and out on the floor).

Where external transporting devices are provided for removable parts, they shall be provided with facilities that allow for height adjustment and alignment with the removable part and the removable part shall be positively latched in position on the transporting device. In the case of switchgear having transporting devices (for removable parts) that are of the integral type (i.e. truck type), the supplier shall provide and install galvanized steel or 3CR12 racking floor plates of minimum thickness 3 mm that shall be secured to the floor in front of the switchgear. These plates shall be designed for the transporting device (carriage) to be withdrawn onto so as to prevent damage to the concrete floor surface. In the case of switchgear having transporting devices (for removable parts) that are of the integral type, the supplier shall provide a permanent fixture (uni-struts / frame / support) that shall be cast into the control room floor to allow for proper levelling of the panels during installation. The specific installation requirements and material shall be provided to the civil contactor. This is to ensure that the withdrawable equipment (e.g. circuit-breakers, VTs, etc.) can be properly removed and reinstalled in the panel without misalignment. The details of such uni-struts / frame / support shall be provided with the tender documentation. Where applicable, the common spacing (i.e. front to rear) between panel fixing centres (e.g. required spacing between parallel uni-struts)

C3.2.1.6 INSULATION REQUIREMENTS FOR LIVE CONDUCTORS IN AIR

Internal insulation and clearances in air shall comply with the requirements for live conductors in accordance with SANS 876 (NRS 012) – unless otherwise proven by dielectric and partial discharge type testing to the required insulation levels. Where applicable, shrouding/covering of any medium voltage live equipment (e.g. internal busbars or live connections) shall be made using suitable busbar insulating materials (e.g. heat-shrink tubes / tapes or pre-moulded clip-on covers) having non-static properties. The use of “putty and tape” to insulate any live equipment is not acceptable. Where insulating materials are used (excluding inorganic insulating materials such as glass or ceramics which do not track) where there is a possibility of leakage current flow and/or surface discharge activity on a creepage or insulating material surface, the insulating material shall have a comparative tracking index (CTI) of at least 400 in accordance with IEC 60112. Alternatively, insulator materials shall be subjected to a tracking and erosion resistance test in accordance with IEC 60587. No LV insulation tape shall be used for insulation of busbar connections or busbar phase identification.

Where the switchgear design incorporates the installation of non-metallic phase-to-phase and phase-to-earth segregation material (non-metallic flash-barriers), these materials shall be of a non-static type. Flash-barriers shall be designed so as to prevent any collection of dust, moisture or vermin nesting over time. Metallic brackets / supports used to hold the flash-barriers in position shall not compromise any electrical clearances in air. Where applicable, methods of covering any main power connection shall allow for easy removal for inspection and maintenance. All main circuit insulation and non-metallic segregation materials shall have an expected life exceeding that of the switchgear – without degrading due to age or temperature. The insulation material shall not contribute to any partial

C3-2.7

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

discharge activity in the switchboard and shall be identical to the material used in the type testing for insulation testing (impulse, power frequency type testing and temperature rise type testing). No flexible conductors or jumpers shall be used for any medium voltage connections. The minimum unified specific creepage distance (USCD) for medium voltage live equipment (insulators, bushings, CTs, VTs, etc.) in air shall be 34,7 mm/kV (as applicable for “medium” pollution class in accordance with SANS 60815-1:2009).

Where withdrawable parts are connected to busbars, this shall be via bushing type connections to ensure that there is no pressure release during an internal arc from the circuit breaker compartment to the busbar compartment and cable compartment. Bushings and insulators shall comply with the requirements for SANS 876 (NRS 012). All insulators and bushings shall be routine partial-discharge tested in accordance with SANS 60270. The design of the switchboard shall be such that the bus-section panel shall split the switchboard into two completely segregated sections by providing busbar segregation to ensure that if a fault occurs on one side of the bus section panel it will prevent the fault from spreading / travelling to the other side.

C3.2.1.7 PROVISIONS FOR POWER CABLE TERMINATIONS IN CABLE COMPARTMENTS

Cable compartments shall be suitable for type 2 terminations (shrouded) in accordance with SANS 876 (NRS 012). Cable compartment design and construction (i.e. distances from cable support clamps to terminal fixing points, phase to phase and phase to earth clearances, insulation, etc.) shall comply with the requirements of SANS 876 (NRS 012). All switchgear incomer and feeder panels shall be supplied with the two (2) individual terminal fixing points (i.e. individual busbar flags). The individual terminal fixing points (busbar flags) for each cable termination shall be in accordingly and shall be suitable for the termination of cables using torque shear connector lugs having an M16 fixing hole. Each busbar flag hole shall be fitted with a M16 stainless steel or brass set screw, washer, spring washer and nut. The length of the set screws provided shall be suitable for fastening a lug with a maximum palm thickness of 20 mm. A distance of 50 mm shall be provided from the fixing center hole to the busbar flag insulation. The busbar insulation shall extend for a minimum of 20 mm onto the busbar flag.

Unless the specified switchgear insulation levels can be achieved within the cable compartment with bare live conductors in air (i.e. type 1 live conductors in accordance with NRS 012), all copper busbar flags that are not required shall be shrouded. In this case the inner attachment busbar flags shall be used for the cable connection and the outer busbar flags (i.e. closest to the rear of the panel) shall be shrouded to allow for the termination of additional cables at a later stage. All panels, individual cable support clamps done accordingly and suitable for an outer cable diameter of 25 – 50 mm shall be fitted below each terminal fixing point (busbar flag).

Vermin proofing plates of minimum thickness of 2 mm shall be provided to seal off the bottom of the cable compartment. The plates shall be manufactured from a non-ferrous metal to prevent iron losses

C3-2.8

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

(induced eddy currents). Alternatively, the plates shall be slotted between cable entry holes. The vermin proofing plates shall have pre-drilled/punched cable entry holes of size Ø 60mm that are positioned to correspond with the cable support clamp positions. Each hole in the vermin proofing plates shall be fitted with a grommet having a range-taking capability at least equivalent to that of the cable support clamp. The number of holes provided in the vermin proofing plate shall be suitable to accommodate the number of cables to be installed. Suitably positioned copper earthing bars shall be provided in each cable compartment for the connection of each cable termination main earthing conductor. No more than two cable termination main earthing conductors shall be connected per hole (i.e. no more than one back-to-back connection per hole provided in the copper earthing bar). Each hole in the earthing bar shall be fitted with an M12 stainless steel or brass set screw, washer, spring washer and nut. The copper earthing bar(s) in each cable compartment shall be connected to the switchgear main earthing bar.

C3.2.1.7 POSITION / STATUS INDICATION

Each switchgear panel shall have the following definite position / status indication located on the outside of the LV compartment door:

circuit-breaker contact status (open/closed); circuit-breaker racked in/out status (service position/test position); earthing switch applied status (open/closed).

The position / status indicators shall be displayed as a schematic mimic via LED indicators. Incandescent lamps shall not be used. The layout of the mimic shall be shown as part of the panel layout on the general arrangement drawings. A “lamp check” push-button function shall be provided which when pressed causes all LED indicators to be illuminated.

An “integrated” voltage detection system (VDS) with fixed voltage indicators and test points in accordance with SANS 61243-5 shall be provided for cable live indication on each incomer and feeder panel. The VDS systems shall be fitted on the LV compartment door. A spare status contact from each VDS shall be wired to terminals in the LV compartment accordingly.

The circuit-breaker and earthing switch mechanical position indication shall be in accordance with SANS 62271-200. The following symbols and colours shall be used, the lettering size shall be at least 10 mm:

closed position: “I” in white lettering on a red background open position: “O” in white lettering on a green background earthed position: (the earth symbol) in black on a yellow background

The closing spring status (charged or discharged) shall be indicated by a mechanical device, which is clearly visible with the mechanism enclosure closed. The words “SPRING CHARGED” and “SPRING DISCHARGED” shall be displayed in black lettering on a white background. The lettering height shall be at least 5 mm. No symbols shall be used for indication purposes. Each circuit-breaker shall be provided with an operation counter that is advanced each time the circuit-breaker main contacts open

C3-2.9

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

or alternatively each time the main contacts close (i.e. not both). Mechanical operation counters are preferred, but electrical counters are also acceptable. The circuit-breaker operation counter shall be non-resettable. The counter shall have, at least, a capability of counting up to 99 999 operations. All status indicating devices shall be clearly visible from in front of the switchgear panel with the doors closed – through openings in the switchgear panel doors.

C3.2.1.8 LABELS AND COLOUR CODING

Labels inside switchboards and panels shall be made from non-conductive material. All labels and their methods of attachment shall be corrosion-proof. Unless otherwise specified or agreed, all external labels and signs shall be attached using rivets or self-tapping screws. Stick-on labels, double sided tape or glue are not accepted for external labels.

All paint colours shall be standard colours in accordance with SANS 1091. Busbar orifice shutters shall be painted signal red in accordance with colour A11 of SANS 1091. Busbar orifice shutters shall be labelled “BUSBAR” in white letters at least 50 mm high (on the shutters). In a bus-section panel, the busbar orifice shutters shall be marked with white arrows to distinguish the left-hand and right-hand busbars, when viewed from the front of the panel. Cable orifice shutters shall be painted canary yellow in accordance with colour C61 of SANS 1091. Cable orifice shutters shall be labelled “CABLE” in white letters at least 50 mm high (on the shutters). On top of the panels, the words “NO STEP” in black lettering shall be stencilled on the outside of the panels where the height of the panels is such that a person can stand on top of the busbar compartment. Busbar blanking plates shall be labelled "BUSBAR - DO NOT REMOVE" on the ends of switchboard.

The main circuit designation labels shall be engraved by the supplier according to the panel designation names provided in the switchgear ordering schedule. Main circuit designation labels shall be provided for all panels and shall be located on fixed positions on the front and back of each switchgear panel. Main circuit designation labels shall not be fitted on removable doors/covers. Main circuit designation labels shall be provided for all busbar sections and shall be located at both ends of the busbar. A switchboard designation label (i.e. station name) shall be provided for the entire switchboard and shall be located on a fixed position on the front of the switchboard.

Labels associated with local mechanical operation of the circuit-breaker shall be in English and shall be as follows (black text on white background). Instructions for mechanically tripping and closing the circuit-breaker: These instructions shall be titled “TO TRIP CIRCUIT-BREAKER” and “TO CLOSE CIRCUIT-BREAKER”, respectively. These labels shall be located on the circuit-breaker as well as on the circuit-breaker compartment door. Instructions for charging the closing spring: The instruction shall be titled “TO CHARGE SPRING” and located near the actuator for local mechanical spring charging. This label shall be located only on the circuit-breaker. Instructions for mechanically opening and closing the earthing switch: These instructions shall be titled “TO OPEN EARTHING SWITCH” and “TO CLOSE EARTHING SWITCH”, respectively. Additional information required to perform

C3-2.10

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

these functions shall be referred to Eskom. These labels shall be located on the door of the compartment housing the earthing switch.

The actuator(s) for local opening and closing of the circuit-breaker shall be identifiable by all three of the following methods. By labelling, in English, printed with black text on a white background reading “TRIP” and “CLOSE”, respectively. The symbols “O” and “I” may be used as additional means to identify the respective trip and close controls. By actuating direction or position. A rotary switch shall be turned anti-clockwise to trip the circuit-breaker and clockwise to close the circuit-breaker. Trip and close push buttons shall be oriented vertically or horizontally and shall have the trip button at the bottom or to the left of the close button [IEC 60447].By colour coding. The colour green shall be associated with the trip control and red with the close control. Alternatively the controls shall be without unique colour.

The stand-off remote control unit push buttons shall be identified in accordingly. To trip / rack-out the circuit-breaker: green push-button with the “O” symbol – labelled “TRIP / RACK-OUT”. To close / rack-in the circuit-breaker: red push-button with the “I” symbol – labelled “CLOSE / RACK-IN”.

A label shall be provided on each circuit-breaker/VT/CPAT compartment door with the instruction as follows: “DOOR INTERLOCKED AND CAN ONLY BE OPENED WHEN THE CIRCUIT-BREAKER/VT/CPAT IS RACKED OUT” (black text on white background). Where front access (in addition to rear access) is provided to the cable compartment, a label shall be provided on each cable compartment door with the instruction as follows: “DOOR INTERLOCKED AND CAN ONLY BE OPENED WHEN THE CABLE IS EARTHED” (black text on white background). The switchgear tool cabinet door shall be labelled as follows: “SWITCHGEAR OPERATING TOOLS AND MANUALS” (black text on white background).

All relays, instruments, fuses, MCBs, control switches, luminous indicators, plug-in female receptacles and links, the functions of which are not clearly identified by signs or pictograms, shall be clearly labelled to indicate their functions. These labels shall be in text using black letters at least 5 mm high on a white background. Fuse labels shall include the fuse rating. Where necessary, labels shall be repeated inside the switchgear panel or in the LV compartment (as applicable).

All removable busbar compartment covers shall be signal red in accordance with colour A11 of SANS 1091. The tool cabinet shall be light grey in accordance with colour G29 of SANS 1091. The LV compartment door shall be labelled as follows: “LV COMPARTMENT” (black text on white background).

C3.2.1.9 CURRENT TRANSFOMERS

Current transformers shall be of the dry-type and manufactured and tested in accordance with SANS 60044-1. The number of measurement and protection CT cores per phase, together with their position relative to the circuit breaker and their respective specifications (tappings, ratios, classes, burdens,

C3-2.11

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

knee-point voltage, excitation currents at knee-point voltages and secondary resistances – where applicable) shall be in accordingly to industry standards. The CTs shall be properly fixed and mechanically supported so that no movement is allowed during transportation of service fault conditions. All current transformers shall have a rated short-time (thermal) and dynamic (peak) withstand current of 25kA and 62.5kA respectively.

C3.2.1.9 VOLTAGE TRANSFORMERS (VTS) AND CONTROL POWER AUXILIARY TRANSFORMERS (CPAT’S)

Voltage transformers (VTs) shall be of the dry-type and manufactured and tested in accordance with SANS 60044-2. The VT specification (ratio, class, rated voltage factor and core construction) and CPAT specification (primary voltage, no-load secondary voltage, continuous rating) shall accordingly. VTs and CPATs shall have suitably rated fuse protection on the primary sides. The medium-voltage fuses on the primary side shall be in accordance with SANS 60282-1.

C3.2.1.10 ARC DETECTION PROTECTION SYSTEM EQUIPMENT

Each switchboard shall make provision for the fitment of arc detection protection system equipment. Where vacuum interrupters are used, the arc sensors shall be positioned such that light emitted from the arc inside the vacuum interrupter during operation does not cause spurious operation of the arc detection protection system

C3.2.1.11 NAMEPLATES

Each switchgear panel shall be labelled in accordance with the nameplate requirement of SANS 62271-200. In addition to the requirements of SANS 62271-200. Each circuit-breaker shall be separately labelled in accordance with the nameplate requirement of SANS 62271-100. The following additional information shall be provided for the circuit-breaker operating mechanism:

o type designation; o trip-coil voltage, current, d.c. resistance (at 20 °C); o close-coil voltage, current, d.c. resistance (at 20 °C);

Each current transformer, voltage transformer and control power transformer shall be separately labelled in accordance with the nameplate requirements of their applicable standards. The switchgear panel nameplate shall be located on the front of the panel. Duplicate nameplates for the circuit-breaker, voltage transformer or control power transformer associated with the specific switchgear panel shall be located on the inside of the LV compartment door. Duplicate nameplates for the current transformers located in the cable compartment of the switchgear panel shall be located on the inside of the LV compartment door.

C3-2.12

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2.1.12 TOOLS AND SPARES

A full set of operating tools necessary to carry out all mechanical operation of the switchgear shall be supplied with each switchboard (e.g. racking handle, spring charging handle, earthing switch operating handle, etc.). A hand-held remote control unit for remote operation (remote switching) of the switchgear shall be supplied with each switchboard. Where external transporting devices are provided for withdrawable equipment (circuit-breakers, VTs, etc.), one transporting devices for every bus-section shall be supplied with each switchboard. For different sized panels, additional matching transporting devices shall be supplied for every bus-section. A wall-mounted steel tool cabinet with the tool positions and applications clearly marked shall be supplied and installed with each switchboard for the storage of all operating tools, the hand-held remote control unit

C3.2.1.13 TESTS

The Contractor shall be fully responsible for performing or having performed all the required tests as specified. Any limitations shall be clearly stated. The Contractor shall be responsible for all costs related to testing. Type test certificates together with each complete test report and generic copies of the routine test certificates/reports shall be supplied (in English). One hardcopy of the routine test certificates/reports shall be supplied with each switchboard and stored in the documentation pocket inside the wall-mounted steel tool cabinet. The manufacturer shall perform a complete set of type tests for each design as well as routine tests on each unit. The indoor switchgear panels (functional units) shall be type tested in accordance with SANS 62271-200.

Commissioning checks and a test programme shall be carried out in accordance with SANS 62271-200 7.105 and SANS 62271-100 10.2.101 – 10.2.102. This shall include checks after installation, circuit-breaker mechanical tests and measurements, checks of certain specific circuit-breaker operations and electrical tests and measurements.

C3.2.2 TRAINING OF TECHNICIANS AND MANUALS

Six (6) operations and maintenance technical personnel of the department shall be provided with accredited Operating and Regulations of High/Medium Voltage System (ORHVS) for authorised persons. The training shall be inclusive of all training logistics, all associated training requirements and this shall need to be undertaken prior the installation of the new switchgear. The training shall be arranged to be presented at the premises to be provided by the department and the Contractor shall be responsible for scheduling of all the training requirements and including of refreshments / lunch during the duration of the training.

After completion of the installation, and when the plant is in running order, the Contractor shall be required to train Technicians in the operation of the plant, until they are fully conversant with the equipment and handling thereof. Three (3) copies of maintenance, fault-localising and operating manuals together with the drawings required shall be handed over to the Supervisor.

C3-2.13

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2.3 TESTS

The complete testing including the provision of test facilities, instruments, dummy loads and switchgear at the manufacturer's premises in the South Africa shall form part of this contract. If the factory tests cannot be performed in the South Africa, the client may, at his discretion and own cost, decide to attend tests at the supplier's overseas factory. The Contractor shall not allow for this.

For the test in the manufacture's premises the Employer shall be notified four weeks in advance in order that a minimum of two of the Employers Representatives can be sent to witness these tests – the Contractor need to allow for this in the Contractor’s pricing.

C3.2.4 ALARMS, INDICATIONS, CONTROL FUNCTIONS AND BATTERY BACK-UP SYSTEM

All alarms, indications and control functions shall be proved. The test instruments provided shall in all cases be of high quality and suitable to be able to adequately assess the quantities being measured and the equipment being tested. All instruments shall be calibrated by a testing laboratory approved by the National Calibration Service of the CSIR. At the completion of the tests, a full test report shall be submitted by the Contractor to the Supervisor in triplicate.

C3.2.4.1 BACK BATTERY SYSTEM AND CHARGER

The supplier shall state the type and designation of the battery. The battery shall be low maintenance Nickel Cadmium (deep cycle batteries), flat plate or plate vented lead acid (larger DC voltage system) and sealed type of lead acid batteries will not be considered for substation use. The battery shall comply with IEC 896-2 requirements for safe ventilation. The battery connection shall be fully insulated. The battery shall have a life expectancy not less than 20 years when operated at 25 Degree Celsius and under float condition. The batteries shall be tested to IEC 68-2-29. The battery shall not require topping up of electrolyte for at least six months with a charge voltage as recommended by the manufacturer. A recombination level of at least 85% should be met at normal recommended float condition. The nominal battery system voltage is to be at 30V DC with a battery charger input of 230V AC.

The battery (deep cycle batteries) and charger unit shall be supplied, fitted with all ancillary equipment necessary to make a complete instillation. The battery shall be of the pocket plate nickel cadmium low maintenance type complying with Specification IEC 623 (1990) having an estimated life of 20 years and requiring topping up 3 + years. Full details of the battery offered must be submitted with the tender.The battery and charger unit shall comply with the latest edition of the following standards:

Battery Cells IEC 623 PVC Cable SANS 1507

C3-2.14

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2.4.2 DRAWINGS

The following drawings should be supplied: Fully dimensioned outline and general arrangement. Schematic diagram of the unit, All equipment is to be clearly detailed and no “black boxes”

will be accepted. Drawings must be available in electronic format (DXF) or pdf format. The above drawings shall be supplied for approval as soon as possible after the placing of the

order.

C3.2.4.3 INSTRUCTIONAL MANUAL

One copy on delivery of the instructional manual must be supplied with the equipment. The manuals shall be completed with all the relevant drawings enabling the equipment to be assembled, tested and maintained. All electronic modules that are used in the charger system must have settings up procedures and basic fault findings details as well as comprehensive schematic of the electronic cards shall be included in the manual.

C3.2.4.4 GUARANTEE OF MATERIALS AND COMPLIANCE WITH SPECIFICATIONS

The equipment supplied must be guaranteed for a period of twelve months from the date of commissioning against defective material and workmanship.

C3.2.4.5 INSPECTING AND TESTING

If specified the final works test before despatch shall be carried out in the presence of our representative who shall be advised one week in advanced of the proposed testing programme. The attendance or otherwise of the representative at the final test shall not relieve the manufacture of his contractual responsibilities as regard the correctness and workmanship of the equipment. All alteration after delivery required through non-compliance with the battery and charging equipment shall be suitable for operating under the site condition specified, at the voltage, current and ratings specified.Particular attention is directed to the temperature range at site and to the maximum permissible AC volt component of the charging current to prevent AC volt corrosion of the battery. Double pole circuitry is to be adopted throughout. The charger shall be rated to supply the continuous standing load in addition to the battery boost requirements. The output shall be smoothed to 5% of the normal DC voltage output with the battery disconnected.

The charging unit shall be of constant voltage controlled current type suitable for pre-selection of the DC float voltage which is to be maintained across the battery within +- 1% for a variation in AC supply voltages of +- 10%. The voltage adjusting devices shall be mounted inside panel and provided

C3-2.15

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

with the screw driver slots for adjustment. Each adjustment shall be labelled to indicate its purpose and the direction in must be rotated to raise or lower the voltage settings.

The design of the charger shall be such that the failure of the control equipment shall automatically reduce the DC output current to safe minimum value. A double pole AC switch and fuse or circuit breaker shall be provided for the incoming AC supply. The outgoing circuits shall be protected by fuse or MCB. The charger shall be provided with surge suppressors for protection against diode failure, due to voltage transients.

The charger shall be provided with static overload protection to ensure that in the event of the charger output being short circuited, the maximum output current is kept to a value within the continuous rating of the charger components. All indicating instruments shall be of the flush mounting, square dial type. An ammeter shall be provided to indicate charger output. A voltmeter shall be provided across the battery. The charger shall be equipped with a proprietary automatic boost, test and alarm system. This system shall include the following:

C3.2.4.6 AUTOMATIC BOOST

Boost charging is to be initiated every 28 days and automatically changed back to float. When the battery is fully charged. Boost charging also to be initiated if the battery is discharged to the preset low voltage alarm level. Protection is to be provided to automatically terminate boost charging by means of a 21 hour override timer or by HVA 1 or HVA 2 as describe below.

C3.2.4.7 HIGH VOLTAGE ALARM (HVA 1)

This alarm level to be preset to just above the normal float voltage. HVA 1 allows for boost charging whilst providing protection against overcharging or excessive load voltage. Boost charge is terminated after 10 hours in the HVA 1 condition. An alarm is initiated if the battery voltages exceed this preset level or alternatively is above normal float for 21 hours.

C3.2.4.8 HIGH VOLTAGE ALARM 2(HVA 2)

This alarm level to be preset to just above the normal boost voltage. When the HVA 2 level is reached, boost to be immediately terminated and a high voltage alarm initiated.

C3.2.4.9 AUTOMATIC BATTERY TESTING

An alarm system is to be included to automatically check the internal resistance of the battery and associated connectors every 10 hours. The charger to be automatically switched off, for 5 seconds and a load applied to the battery for 5 seconds. If the battery voltage drops below a preset level “Battery Fail Alarm” to be initiated and latched. This alarm should not latch for a low voltage condition resulting from a normal discharged. Separate local indication to be given for ”Battery Fail” and “Low

C3-2.16

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Voltage” To prevent additional discharging of the batter, testing to be incited after indication of charger failure.

C3.2.4.10 CHARGE FAIL

A charge fail alarm to be initiated when the charging voltage below normal float.

C3.2.4.11 EARTH FAULT

A suitable earth fault detection system shall be provided with indication of positive or negative earth faults exceeding 10mA. All alarm functions are to be wired out as individual alarms via relay contacts to terminals for remote use.

C3.2.4.12 INDICATION

Flashing LED’s to provide local indication for “Boost Charging” ”High Voltage” Battery Fail” “Low Voltage” and “charge Fail” Under mains or charge fails condition the alarm system shall not draw more than 80mA from the battery. Unless otherwise approved all control wiring shall be wired in multi-strand PVC wires of the appropriate cross section. All wiring shall be numbered by means of the ferrules. Crimped lugs shall be used for termination. Care shall be taken that the wiring is adequately supported, insulated and carried out in a neat manner. The battery or charger unit shall be vermin proofed and provision shall be made for termination of all external cabling. A rating plate shall be supplied indicating the maximum charge current, AC and DC voltage, number and type of battery cell.

The cells forming the battery will be supplied complete with all inter cell and inter-row connectors and nuts and bolts. Labels shall be provided on the front panels and the interior of the unit for marking terminals, switches, fuses, alarm devices and outgoing terminals. Material used shall be anodized aluminium or white/black traffolyte and shall be engraved in accordance with approved label schedules. The labels shall be finished to given an overall neat appearance. Labels of the self-adhesive type are not acceptable. For warning labels, white letters on a red background are preferred. External labels shall be fixed by means of screws. All labels on the font shall be in English language.

After drilling, cutting etc. the cubicles shall be cleaned and powder coated with final colour to be advised. The interior chassis plate of the cubicle shall be finished in gloss white. Where batteries are contained within the charger cubicle, the charger and battery compartments are to be entirely separated from one another with no air movement possible between them. Battery shelves shall be protected by coating with Polyurethane rubber.

C3-2.17

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2.4.13 SCHEMATIC DIAGRAM

A schematic diagram of the complete system shall be mounted in a suitable place and shall be resin encapsulated.

C3.2.4.14 AUXILIARY EQUIPMENT

Tenderers shall make all allowances for plant required (i.e. hoists, cranes, trolleys, etc.) ensuring positioning of the equipment in the substation.

C3.2.5 THREE PHASE SMART ENERGY METERS

C3.2.5.1 GENERAL

The devices defined in this specification are for three-phase three-wire and three-phase four-wire applications. The meters shall be able to record active and reactive energy and active and apparent demand.

The accuracy class with whole current meters for active energy will be at least class 1.0, in accordance with [4] SANS/IEC 62053 part 21 and class 2 for reactive energy, in accordance with [6] SANS/IEC 62053 part 23. Transformer fed meters shall cater for the accuracy class requirements as specified in the table.Table 1: Accuracy class requirements

Active energy (kWh) Reactive energy (kVARh)Class Specification Class Specification 0.2S [5] SANS/IEC 62053 part 22 0.5S SANS/IEC 62053 part 24 (once available)0.5S [5] SANS/IEC 62053 part 22 1S SANS/IEC 62053 part 24 (once available)

NOTE: In the absence of the published SANS/IEC 62053 part 24, all reactive energy meters shall at least conform to [6] SANS/IEC 62053 part 23 for class 2.

Certificates stating compliance with MV90 and MVLT shall be obtained from the distributors or local support agency of MV90 and provided with a formal procurement process. Device Language Message Specification (DLMS)/Companion Specification for Energy Metering (COSEM) is the only protocol that has been standardized upon by the International Electrotechnical Commission (IEC). DLMS/COSEM is thus the preferred protocol for use with programmable meters, but this specification shall not limit itself only to DLMS/COSEM compliant meters.

The mechanical and climatic requirements for the meter shall be in accordance with [3] SANS/IEC 62052 part 11. Meters shall meet the insulation requirements of protective class II. The meter cover shall be sealed by at least two securing screws. The securing screws for surface mount meters of class

C3-2.18

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

0.5 and class 1 shall be of a shear-off type where the top part will break off if due force is applied to the screw to allow for a permanent fixture.

For surface-mount meters, the terminal blocks shall be positioned at the base of the meter and the terminal arrangement shall be in accordance with [2] BS 5685-1. Fastening of the Current Transformer (CT) and Voltage Transformer (VT) supply wiring shall either be by means of two securing screws on each terminal, or by means of a clamp terminal using at least one screw.

Auxiliary inputs and outputs may either be spring-clamp terminals or screw-type terminals with one securing screw. The terminals for whole current meters shall have a bore diameter of at least 8 mm for meters with an Imax of 100 A, and at least 12 mm for meters with an Imax of 160 A. The terminals for transformer-connected meters shall be at least 4mm. The securing screws and terminals shall be of non-ferrous metal and of sufficient length so as to securely clamp/fasten the conductor/wire in the terminal block. Terminal blocks shall be mounted in a fashion that does not exert undue forces on internal circuitry. Any internal circuits carrying current from the current terminals of the meter shall be multi-strands, with a rating of at least 3 A/mm2.Specifically, no circuits that carry current from instrumentation current transformers under normal operating conditions shall be routed by way of a printed circuit board. Terminal covers for surface mount meters shall be in accordance with [3] SANS/IEC 62052 part 11 and the following:

The terminal cover shall enclose the actual terminals, the conductor fixing screws, as well as a suitable length of the external conductors and their insulation.

When the meter is installed, no access to the terminals shall be possible without breaking a mechanical seal on the cover.

The meter‘s electronic circuitry under the meter cover shall be suitably protected against the ingress of solid objects and liquids. The Ingress Protection (IP) rating of this part of the meter shall be IP52 or better. All rating plates shall be in accordance with [3] SANS/IEC 62052 part 11. The meter’s serial number shall comply with the requirements of [10] SANS 474/NRS 057 and shall also be presented in barcode format. All markings shall be indelible, distinct and legible on the outside of the meter. Terminal markings shall be clearly indicated on the meter itself. Meter connection diagrams shall be in accordance with [3] SANS/IEC 62052 part 11 and shall be fixed inside the terminal block cover. Any batteries used shall have a minimum life of 10 years under normal operating conditions and shall have a backup capacity of at least three years in the absence of auxiliary power.

C3-2.19

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2.5.2 CURRENT AND VOLTAGE INPUTS

The standard reference frequency is 50 Hz ± 5%. The standard reference voltage is 110 V for 110 V 1 A and 5 A three-wire meters; 63,5 V for 63,5 V 1 A and 5 A four-wire meters; and 400 V for 400 V 5 A and 400 V 100 A and 160 A four-wire meters. The standard nominal current is 1 A for a 1 A meter and 5 A for a 5 A meter. Whole current meters shall have a basic current of ≤ 20 A for meters with an Imax of 100 A and 40 A for meters with an Imax of 160 A. The meter shall operate correctly with a maximum current input of at least 120% of the maximum current. The meter shall operate correctly with a maximum voltage input of at least 120% of the standard reference voltage of the meter. The meter shall have the facility to assign two user-configurable multipliers to the meter readings. These will be the current transformer and the voltage transformer ratios. It shall be possible to enter non-standard ratios such as 500 V to 110 V.

C3.2.5.3 AUXILIARY POWER CIRCUITS

Meters with an accuracy class of 0.5 or lower shall operate from the phase voltages. Meters of class 0.2S and 0.2 for active energy shall operate from either the phase voltages or from a single-phase auxiliary supply (these may be different meter models). If present, the auxiliary supply shall be a nominal 110 V phase to phase for a 110 V meter. The meter shall operate reliably with an auxiliary supply over a range of ±20% of nominal and afrequency of 50 Hz ± 5%.

C3.2.5.4 PULSE OUTPUTS

The meter shall have a minimum of four pulse outputs provided by potential free contacts for retransmission of parameters. Options shall be provided to increase this to six outputs when specified. For the retransmitting of active and reactive energy, the contacts shall be fully configurable in terms of the measured and being indicated and the energy value of each pulse. The meter shall also support pulsing of the following parameters:

Integration period resets. Active tariff rates. Events

These output contacts shall comply with the following rating: A power rating of at least 50 VA. Switching voltage of at least UDC = 110 V and/or UAC = 230 V. A life expectancy of at least 109 operations.

The pulse retransmission contacts shall be normally open contacts. It is preferred that these contacts are not commoned with each other. The energy pulse output shall have a nominal duration of 80ms ± 20ms. All contacts shall be bounce free. All relays used for external signalling shall have a minimum isolation of 2 kV between the relay coil and the contacts.

C3-2.20

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2.5.5 POWER FLOW MEASURABLES REQUIRED

The meters shall be able to measure import and export active and reactive energy and resolve the reactive energy into the four energy quadrants. The meters shall be required to register both kilowatt demand and its time and date of occurrence, and kilovolt-ampere demand and its time and date of occurrence. The meter shall be able to display these values locally on its display.

C3.2.5.6 INFLUENCE OF HARMONICS ON MEASUREMENTS

The accuracy of the meters shall not be adversely affected by the presence of harmonic components in the current and voltage circuits. The limits of errors under these conditions shall be at least according to the limits as specified by [4] SANS/IEC 62053 part 21 and [5] SANS/IEC 62053 part 22. For reactive energy meters, the requirements as stated in [7] SANS/IEC 62053 part 24 shall suffice.

C3.2.5.7 REAL-TIME CLOCK

Each meter shall have a real-time clock that is accurate to better than ±2,0 s/day under normal operating conditions. Synchronization of the clock shall not be based on power system frequency. The clock of each meter shall be able to automatically synchronized through the master station or locally through the optical interface. During any loss of supply, the time of the clock shall be maintained for at least three months.

C3.2.5.8 CALIBRATION FACILITIES

The meters shall have an optical test output device as specified in [3] SANS/IEC 62052 part 11. Provision shall be made for the calibration verification of active and reactive energy through a flashing Light Emitting Diode(s) (LED(s)) on the faceplate of the meter. Where active and reactive energy is measured and two LEDs are provided on the faceplate, these LEDs shall be positioned at least 20 mm apart, centre to centre, for compatibility with existing calibration equipment.

C3.2.5.9 LOCAL DISPLAY

The meters shall be equipped with a display to facilitate manual meter reading when required. The display shall be fully configurable to display the register contents in any sequence as required by the user. The values to be displayed shall consist of at least seven (7) significant digits and it shall be possible to assign a unique register number for each value to be displayed locally on the meter. It shall be possible to display the register contents in secondary values or primary values by internally multiplying the secondary values by the appropriate constants. The display shall have antiglare and non-blinking properties. The intensity of the display shall not be sensitive to variations in auxiliary supply voltage and frequency, for variations of ±20% for the voltage and ±5% for the frequency. The meter shall support, as a minimum, the display of the following engineering data:

Voltages per phase

C3-2.21

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Currents per phase Angle between the associated voltage and current per phase Number of power outages History of configurations (time and date of last configuration) CT ratio VT ratio Historical energy readings

The meter shall support the display of these values through the local display and it shall support remote communication retrieval. It shall be possible to display the previous energy and demand period or historical register contents on the local display.

C3.2.5.10 COMMUNICATION INTERFACES

The meter shall have an optical port for meter reading and configuration that will conform to [4] SANS/IEC 62053 part 21. The meter shall have a serial port (such as RS 232 or RS 485 (preferably an RJ12 or RJ45 connection for RS485)) that will be used for communication to a remote system. It shall be possible to cascade at least eight meters through the communication port without the use of additional external hardware.

C3.2.5.11 MAXIMUM DEMAND RESET

The meter shall maintain a register that contains the maximum demand over a billing month period. For this reason, a demand-reset switch shall be supplied as part of the metering device. The requirements of this reset switch are as follows:

The facility shall exist to manually or automatically reset the maximum demand registers at the end of the billing month. Registers for at least the previous three billing periods shall be maintained in the meter.

If the metering device has the facility to reset all the monthly registers to zero at the start of each billing month, this facility shall be stated and it shall be possible to disable this facility.

The manual reset mechanism shall be sealable with a mechanical seal An electronic seal such as password protection mechanism will not be acceptable. A key reset

mechanism will also not be acceptable.

C3-2.22

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.2.5.12 LOAD PROFILE (MASS MEMORY)

The meter shall support two independent stacks of load profile memory – one dedicated to billing data and the other to engineering and quality of supply data.Billing data

The meter shall cater for at least six channels of load profile memory for billing purposes (import and export active energy and reactive energy in four quadrants) for a period of at least 100 days over a 30 min integration period.

Meters performing line loss compensation or transformer loss compensation shall have a minimum of 12 channels of load profiling memory.

These channels shall be user configurable depending on the needs of the installation. The integration period shall be user configurable to cater for typical intervals of 60 min, 30 min

and 15 min.Engineering dataThe meter shall cater for at least nine channels of data recording. The following shall be supported as a minimum in the Engineering memory stack:

Voltages per phase Current per phase Phase angle per phase

These channels shall be user configurable depending on the needs of the installation. The integration period shall be user configurable to cater for typical intervals of 60 min, 30 min, 15 min, 10 min, 5 min, 2 min and 1 min.

C3.2.5.13 METER MEMORY

The following non-interval data shall also be stored on the meter and it shall be able to retrieve this data through remote communications:

Total energy Energy per Time-of-use period Status alarms Event recording

The following status alarms shall be catered for as a minimum: Integrity of the metering data Failed battery or low battery voltage

The following event recording shall be catered for as a minimum: Voltage phase failure Over and under voltage

The limit setting shall be configurable from ±5% to ±15% of nominal voltage, as a minimum. An event shall be recorded if over or under voltage is sustained for a predefined and configurable period. This period shall be settable from 1 s to 3 600 s. The date and time of the beginning of the event, and the date and time of the end of the event, shall be stored. For each under-voltage event, the minimum voltage that occurred during the period shall be recorded. For each over-voltage event, the maximum

C3-2.23

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

voltage that occurred during the period shall be recorded. For three phase meters, the phases affected shall also be recorded. Phase sequence reversal, negative active energy, functionality shall be available for the automatic reporting of at least three of these events to the master station (configurable). The meter shall be capable of storing data equivalent to an average 100 days of events. All data and events (interval and non-interval) shall be date and time stamped at the meter with a resolution of at least 1 min.

C3.2.5.14 QUALITY OF SUPPLY

The supplier shall state conformance to quality of supply monitoring for class A and class B measurements according to [11] SANS 1816. The supplier shall state the recording capabilities supported by the meter for the storage of Quality of Supply (QOS) data. Specifically, the following shall be stated:

Load profile capability. Independence of QOS integrating period requirements versus meter billing data integrating

period. Retrieval method for QOS data.

C3-2.24

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C3: SCOPE OF WORKS

C3 – Scope of Work

C3.3 – Technical Schedules

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.3 – Technical Schedule

SCHEDULE A: Specific RequirementsSCHEDULE B: Guarantees and Technical Particulars Offered

C3.3.1 – 11kV INDOOR AIR INSULATED METAL ENCLOSED SWITCHGEAR – BUS-SECTION

Item Number Description Unit Schedule A Schedule B

1.1. Services Conditions1.2. Location (indoors/outdoors) Indoors xxxxxxx1.3. Ambient air temperature range °C -5 to +401.4. Altitude m up to 18001.5. Class of pollution (SANS 60815-1:2009) Medium1.6. Average humidity % up to 95%1.7. Condensation Yes1.8. General Requirements1.9. Panel application Bus-Section xxxxxxx1.10. Nominal system voltage kV 11 xxxxxxx1.11. System voltage range pu 0,9 to 1,1 xxxxxxx1.12. System earthing (effective/non effective) Non-effective xxxxxxx1.13. Busbar configuration Single xxxxxxx1.14. Internal Arc Classification AFLR1.15. Classification test current value kA 251.16. Classification test current duration s 11.17. Pressure relief direction Upwards1.18. Ratings1.19. Rated voltage (Ur) kV 121.20. Number of phases 3

1.21. Rated short-duration power-frequency withstand voltage (Ud) kV 28

1.22. Rated peak lightning impulse withstand voltage (Up) kV 95

1.23. Rated frequency (f r) Hz 50

1.24. Rated normal current (I r) - busbar main circuit A 800

1.25. Rated normal current (I r) - circuit-breaker main circuit A 800

1.26.Rated short-time withstand current (I k and I ke) and breaking current of circuit-breaker and earthing switch

kA 25

1.27. Rated peak withstand current (I p and I pe) making current of circuit-breaker and

kA 62.5

C3-3.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

earthing switch

1.28. Rated duration of short circuit (t k ) - main circuit and earthing switch s 3

1.29. Rated duration of short circuit (t ke ) - earthing circuit s 1

1.30.Rated d.c. supply voltage of closing and opening devices and of auxiliary and control circuits (Ua)

VDC 30

1.31. Rated a.c. supply voltage of heaters and other a.c. auxiliarycircuits (Ua) V 230

1.32.Rated supply frequency of closing and opening devices and of auxiliary and control circuits

Hz (0) d.c

1.33. Rated supply frequency of heaters and other a.c. auxiliary circuits Hz 50

1.34. Rated short-circuit breaking current (ISC) of circuit-breaker kA 25

1.35. Rated short-circuit making current of circuit-breaker and earthing switch s 3

1.36. Rated operating sequence for circuit-breaker O-0,3s-CO-3m-CO

1.37. Cross-section dimensions of the earthing bars (earthing circuit) mm 25 x 5

1.38. General

1.39.Withdrawable pattern air-insulated metal-enclosed switchgear compliant to SANS 62271-200

Yes

1.40. Panel manufacturer xxxxxxx1.41. Panel country of origin xxxxxxx1.42. Panel model/type designation xxxxxxx1.43. Panel width mm <=8001.44. Panel depth mm <=18001.45. Panel overall height mm <=2400

1.46. Circuit-breakers compliant to SANS 62271-100 Yes

1.47. Circuit-breaker number of poles 3

1.48. Stored energy operation for circuit-breaker mechanism Yes

1.49. Energy storage device Spring1.50. Manual and electric energy release Yes

1.51.Mechanical TRIP and CLOSE control facility (only TRIP control to be available on the front of the panel)

Yes

1.52. Circuit-breaker interrupting technology Vacuum1.53. Bus-section/coupler switching device Circuit Breaker xxxxxxx1.54. Accessibility to circuit-breaker, VT and CPT Interlock-

C3-3.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

compartments controlled

1.55. Rear accessibility to busbar and cable compartments (where applicable) Tool-based

1.56. Stand-off hand-held remote control unit supplied with switchboard Yes

1.57. Minimum length of lead (umbilical cord) m 10

1.58.Main circuit and switchboard designation labels Labels provided for all panels and busbar sections

Yes

1.59. Tools and Spares

1.60.full set of operating tools (provide list on separate sheetprovided)

set

1.61. Hand-held remote control unit each

1.62. external transporting device - where applicable each

1.63. wall-mounted steel tool cabinet each

1.64.Standard tools available for minor maintenance (provide liston separate sheet provided)

Yes

1.65.Spares available for maintenance (provide list on separatesheet provided)

Yes

1.66. Documentation1.67. Test Certificates set 1

1.68. Transport, storage, installation, operating and maintenance manuals set 1

1.69. Miscellaneous1.70. Guarantee period Years xxxxxxx

1.71. Required period for spares availability Years 25 years afterdiscontinuation of

switchgear1.72. Technical Personnel Training Y/N Yes

1.73. Furnish details of maintenance and repair service facilities which can be rendered. xxxxxxx

C3-3.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.3.2 – 11kV INDOOR AIR INSULATED METAL ENCLOSED SWITCHGEAR – INCOMER

Item Number Description Unit Schedule A Schedule B

1.1. Services Conditions1.2. Location (indoors/outdoors) Indoors xxxxxxx1.3. Ambient air temperature range °C -5 to +401.4. Altitude m up to 18001.5. Class of pollution (SANS 60815-1:2009) Medium1.6. Average humidity % up to 95%1.7. Condensation Yes1.8. General Requirements1.9. Panel application Incomer xxxxxxx1.10. Nominal system voltage kV 11 xxxxxxx1.11. System voltage range pu 0,9 to 1,1 xxxxxxx1.12. System earthing (effective/non effective) Non-effective xxxxxxx1.13. Busbar configuration Single xxxxxxx1.14. Internal Arc Classification AFLR1.15. Classification test current value kA 251.16. Classification test current duration s 11.17. Pressure relief direction Upwards1.18. Ratings1.19. Rated voltage (Ur) kV 121.20. Number of phases 3

1.21. Rated short-duration power-frequency withstand voltage (Ud) kV 28

1.22. Rated peak lightning impulse withstand voltage (Up) kV 95

1.23. Rated frequency (f r) Hz 50

1.24. Rated normal current (I r) - busbar main circuit A 800

1.25. Rated normal current (I r) - circuit-breaker main circuit A 800

1.26.Rated short-time withstand current (I k and I ke) and breaking current of circuit-breaker and earthing switch

kA 25

1.27.Rated peak withstand current (I p and I pe) making current of circuit-breaker and earthing switch

kA 62.5

1.28. Rated duration of short circuit (t k ) - main circuit and earthing switch s 3

1.29. Rated duration of short circuit (t ke ) - earthing circuit s 1

1.30. Rated d.c. supply voltage of closing and Vdc 30

C3-3.4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

opening devices and of auxiliary and control circuits (Ua)

1.31. Rated a.c. supply voltage of heaters and other a.c. auxiliarycircuits (Ua) V 230

1.32.Rated supply frequency of closing and opening devices and of auxiliary and control circuits

Hz (0) d.c

1.33. Rated supply frequency of heaters and other a.c. auxiliary circuits Hz 50

1.34. Rated short-circuit breaking current (I SC) of circuit-breaker kA 25

1.35. Rated short-circuit making current of circuit-breaker and earthing switch s 3

1.36. Rated operating sequence for circuit-breaker O-0,3s-CO-3m-CO

1.37. Cross-section dimensions of the earthing bars (earthing circuit) mm 25 x 5

1.38. General

1.39.Withdrawable pattern air-insulated metal-enclosed switchgear compliant to SANS 62271-200

Yes

1.40. Panel manufacturer xxxxxxx1.41. Panel country of origin xxxxxxx1.42. Panel model/type designation xxxxxxx1.43. Panel width mm <=8001.44. Panel depth mm <=18001.45. Panel overall height mm <=2400

1.46. Circuit-breakers compliant to SANS 62271-100 Yes

1.47. Circuit-breaker number of poles 3

1.48. Stored energy operation for circuit-breaker mechanism Yes

1.49. Energy storage device Spring1.50. Manual and electric energy release Yes

1.51.Mechanical TRIP and CLOSE control facility (only TRIP control to be available on the front of the panel)

Yes

1.52. Circuit-breaker interrupting technology Vacuum

1.53. Accessibility to circuit-breaker, VT and CPT compartments

Interlock-controlled

1.54. Rear accessibility to busbar and cable compartments (where applicable) Tool-based

1.55. Stand-off hand-held remote control unit supplied with switchboard Yes

1.56. Minimum length of remote switching lead (umbilical cord) m 10

C3-3.5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

1.57. Type of cable terminations to SANS 876 (NRS 012)

Type 2 (shroudedheat-shrink)

1.58.Main circuit and switchboard designation labels Labels provided for all panels and busbar sections

Yes

1.59. Current Transformers

1.60. Dry type current transformers to SANS 60044-1 Yes

1.61. Protection current transformers1.62. Class 10P101.63. Ratio A 400/11.64. Measurement current transformers1.65. Class 0,21.66. Burden VA 51.67. Ratio A 400/11.68. Voltage Transformers

1.69. Dry type current transformers to SANS 60044-1 Yes

1.70. Class 0.51.71. Ratio 11/√3/110√31.72. Burden VA 1001.73. Voltage factor 1.91.74. Tools and Spares

1.75.full set of operating tools (provide list on separate sheetprovided)

set

1.76. Hand-held remote control unit each

1.77. external transporting device - where applicable each

1.78. wall-mounted steel tool cabinet each

1.79.Standard tools available for minor maintenance (provide liston separate sheet provided)

Yes

1.80.Spares available for maintenance (provide list on separatesheet provided)

Yes

1.81. Documentation1.82. Test Certificates set 1

1.83. Transport, storage, installation, operating and maintenance manuals set 1

1.84. Miscellaneous1.85. Guarantee period Years xxxxxxx

1.86. Required period for spares availability Years 25 years afterdiscontinuation of

switchgear

C3-3.6

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

1.87. Technical Personnel Training Y/N Yes

1.88. Furnish details of maintenance and repair service facilities which can be rendered. xxxxxxx

C3-3.7

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.3.4 – 11kV INDOOR AIR INSULATED METAL ENCLOSED SWITCHGEAR – SECONDARY FEEDER & TRANSFOMER FEEDER

Item Number Description Unit Schedule A Schedule B

1.1. Services Conditions1.2. Location (indoors/outdoors) Indoors xxxxxxx1.3. Ambient air temperature range °C -5 to +401.4. Altitude m up to 18001.5. Class of pollution (SANS 60815-1:2009) Medium1.6. Average humidity % up to 95%1.7. Condensation Yes1.8. General Requirements

1.9. Panel application Feeder &

Transformer Feeder

xxxxxxx

1.10. Nominal system voltage kV 11 xxxxxxx1.11. System voltage range pu 0,9 to 1,1 xxxxxxx1.12. System earthing (effective/non effective) Non-effective xxxxxxx1.13. Busbar configuration Single xxxxxxx1.14. Internal Arc Classification AFLR1.15. Classification test current value kA 251.16. Classification test current duration s 11.17. Pressure relief direction Upwards1.18. Ratings1.19. Rated voltage (Ur) kV 121.20. Number of phases 3

1.21. Rated short-duration power-frequency withstand voltage (Ud) kV 28

1.22. Rated peak lightning impulse withstand voltage (Up) kV 95

1.23. Rated frequency (f r) Hz 50

1.24. Rated normal current (I r) - busbar main circuit A 800

1.25. Rated normal current (I r) - circuit-breaker main circuit A 630

1.26.Rated short-time withstand current (I k and I ke) and breaking current of circuit-breaker and earthing switch

kA 25

1.27.Rated peak withstand current (I p and I pe) making current of circuit-breaker and earthing switch

kA 62.5

1.28. Rated duration of short circuit (t k ) - main circuit and earthing switch s 3

C3-3.8

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

1.29. Rated duration of short circuit (t ke ) - earthing circuit s 1

1.30.Rated d.c. supply voltage of closing and opening devices and of auxiliary and control circuits (Ua)

Vdc 30

1.31. Rated a.c. supply voltage of heaters and other a.c. auxiliarycircuits (Ua) V 230

1.32.Rated supply frequency of closing and opening devices and of auxiliary and control circuits

Hz (0) d.c

1.33. Rated supply frequency of heaters and other a.c. auxiliary circuits Hz 50

1.34. Rated short-circuit breaking current (Isc) of circuit-breaker kA 25

1.35. Rated short-circuit making current of circuit-breaker and earthing switch s 3

1.36. Rated operating sequence for circuit-breaker O-0,3s-CO-3m-CO

1.37. Cross-section dimensions of the earthing bars (earthing circuit) mm 25 x 5

1.38. General

1.39.Withdrawable pattern air-insulated metal-enclosed switchgear compliant to SANS 62271-200

Yes

1.40. Panel manufacturer xxxxxxx1.41. Panel country of origin xxxxxxx1.42. Panel model/type designation xxxxxxx1.43. Panel width mm <=8001.44. Panel depth mm <=18001.45. Panel overall height mm <=2400

1.46. Circuit-breakers compliant to SANS 62271-100 Yes

1.47. Circuit-breaker number of poles 3

1.48. Stored energy operation for circuit-breaker mechanism Yes

1.49. Energy storage device Spring1.50. Manual and electric energy release Yes

1.51.Mechanical TRIP and CLOSE control facility (only TRIP control to be available on the front of the panel)

Yes

1.52. Circuit-breaker interrupting technology Vacuum

1.53. Accessibility to circuit-breaker, VT and CPT compartments

Interlock-controlled

1.54. Rear accessibility to busbar and cable compartments (where applicable) Tool-based

1.55. Stand-off hand-held remote control unit supplied with switchboard Yes

C3-3.9

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

1.56. Minimum length of remote switching lead (umbilical cord) m 10

1.57. Type of cable terminations to SANS 876 (NRS 012)

Type 2 (shroudedheat-shrink)

1.58.Main circuit and switchboard designation labels Labels provided for all panels and busbar sections

Yes

1.59. Current Transformers

1.60. Dry type current transformers to SANS 60044-1 Yes

1.61. Protection current transformers1.62. Class 10P101.63. Ratio A 300/11.64. Tools and Spares

1.65.full set of operating tools (provide list on separate sheetprovided)

set

1.66. Hand-held remote control unit each

1.67. external transporting device - where applicable each

1.68. wall-mounted steel tool cabinet each

1.69.Standard tools available for minor maintenance (provide liston separate sheet provided)

Yes

1.70.Spares available for maintenance (provide list on separatesheet provided)

Yes

1.71. Documentation1.72. Test Certificates set 1

1.73. Transport, storage, installation, operating and maintenance manuals set 1

1.74. Miscellaneous1.75. Guarantee period Years xxxxxxx

1.76. Required period for spares availability Years 25 years afterdiscontinuation of

switchgear1.77. Technical Personnel Training Y/N Yes

1.78. Furnish details of maintenance and repair service facilities which can be rendered. xxxxxxx

C3-3.10

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.3.5 – 230V AC, 30V DC BATTERY BACK-UP SYSTEM

Item Number Description Unit Schedule A Schedule B

1.1. Services Conditions1.2. Location (indoors/outdoors) Indoors xxxxxxx1.3. Ambient air temperature range °C -5 to +401.4. Altitude m up to 18001.5. Class of pollution (SANS 60815-1:2009) Medium1.6. Average humidity % up to 95%1.7. Condensation Yes1.8. General Requirements

1.9. Type of Battery Deep Cycle, Low Maintenance xxxxxxx

1.10. Nominal battery system voltage Vdc 30 xxxxxxx1.11. Maximum float voltage Nominal + 10% xxxxxxx

1.12. Minimum battery terminal voltageafter discharged duty Vdc 25 xxxxxxx

1.13.Power supply to unit

Vac 230 xxxxxxx1.14. Hz 50 xxxxxxx1.15. Phase(s) 1 xxxxxxx1.16. Charger output rating – Continuous A 31.17. Standing Load (estimated) A 1.5A1.18. Ampere Hour Capacity Required AH 10

1.19. Recharge time to 80% capacity withcontinuous load connected Hours 10

1.20. Smoothing % 5% rms voltage

1.21. Regulation Mains AC % +/- 10%Output DC % max +/- 1%

1.22.

Alarms

Rectifier control module

1.23. Bridge rectifier1.24. DC Ammeter1.25. DC Voltmeter1.26. charger fail alarm

1.27. low volt/ battery fail alarm

1.28. high volt alarm

1.29. 28 day automatic battery boost system

1.30. 12 hourly automatic battery

1.31. Cabinet sheet steel floor standing front

C3-3.11

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

access type, self-contained type

1.32. Finish

powder coated light grey g29 to

sabs1091 with structured finish

1.33. Expected Useful Life Years 20

C3-3.12

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.3.6 THREE PHASE SMART ENERGY METERS

Item Number Description Unit Schedule A Schedule B

1.34. Services Conditions1.35. Location (indoors/outdoors) Indoors xxxxxxx1.36. Ambient air temperature range °C -5 to +401.37. Altitude m up to 18001.38. Class of pollution (SANS 60815-1:2009) Medium1.39. Average humidity % up to 95%1.40. Condensation Yes1.41. General Requirements

1.42.The devices defined in this specification are for three-phase three wire and three-phase four-wire applications.

Yes xxxxxxx

1.43.The meters shall be able to record active and reactive energy and active and apparent demand.

Yes xxxxxxx

1.44.

The accuracy class with whole current meters for active energy will be at least class 1.0, in accordance with [4] SANS/IEC 62053 part 21 and class 2 for reactive energy, in accordance with [6] SANS/IEC 62053 part 23.

xxxxxxx

1.45.

Any batteries used shall comply with the followingMinimum life under normal operating conditions Years 10

Minimum backup capacity in the absence of auxiliary power. Years 3

1.46. The standard reference frequency Hz 50 ±5% xxxxxxx

1.47.

The standard reference voltage

110 V, three-wire meters V 110A 1 & 5

63,5 V, four-wire meters V 63.5A 1 & 5

400 V four-wire meters V 400A 5, 100, 160

1.48. The standard nominal current1.49. 1 A meter A 11.50. 5 A meter A 5

1.51. The meter shall operate correctly with a maximum current input % Imax 120

1.52. The meter shall operate correctly with a maximum voltage input % Vmax

1.53. All metering equipment shall be

C3-3.13

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Item Number Description Unit Schedule A Schedule B

accompanied by drawings as follows:

1.54.

Outline and mounting details of each item.Electrical termination and cabling details. These diagrams shall also be mounted on the metering device.An exploded view or similar diagram to indicate each physical part with its part number and description.

1.55.

C3-3.14

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C3: SCOPE OF WORKS

C3 – Scope of Work

C3.4 – Occupational Health and Safety Requirements

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.4 OCCUPATIONAL HEALTH AND SAFETY REQUIREMENTS

C3.4.1 General Provision

The Contractor to note that the works are to be executed in a live electrical environment, due care and caution to be exercised during the execution of the works.

C3.4.2 Risk Assessment

The risk assessment needs to cover all applicable risk in a live electrical environment. The re-assessment of risks and the formulation of site-specific mitigation measures must be done by the Contractor on an ongoing basis for the duration of the contract.

C3.4.3 Application of Construction Regulations 2014

The intended construction work falls within the scope of “construction work” as defined in the Construction Regulations 2014 made under the Occupational Health and Safety Act No 85 of 1993, as amended (“the Act”).

C3.4.4 Potential Health and Safety Risks on Site

An assessment of the risks at the construction site must, as a m i n i m u m , be appropriately addressed by the Contractor and all subcontractors on site in their respective Health and Safety Plans. The Contractor and all subcontractors are under obligation to perform their own risk assessments to enable them to take the necessary precautions to protect the health and safety of persons on the site, including workers, visitors and members of the public who has authorized access to the construction site as prescribed in the Occupational Health and Safety Act and Regulations. All such precautionary measures and procedures must be included in the Health and Safety Plans of the Contractor and all subcontractors, which must be submitted to the Client for review and approval.

C3.4.5 Health and Safety Management System

H ea l t h and S a f e t y Ph i l osophy

The Employer is required to ensure a working environment which, as far as reasonably practicable, is safe and without risk to the safety and health of persons on the construction site.

C3-4.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C on t r a c t or Hea l t h a n d S a f e t y M an a g e m ent S y s t em

The Contractor will ensure and demonstrate to the Employer that the Contractor, and all subcontractors appointed on this construction project, have adequately allowed for the cost of health and safety measures, which are required for the duration of the construction work.

A ppo i n t m ent o f Employer ’ s H ea l t h and S a f e t y A d v i ser

The Employer will appoint a Health and Safety Adviser who will visit the site regularly to monitor and audit the execution of the contractors’ Health and Safety Plans on behalf of the Employer, without thereby limiting the responsibilities of the Contractor and his subcontractors for health and safety, or attracting any vicarious responsibility or liability for the acts or omissions of the Contractor and his subcontractors.

O ccup a t i onal H ea l t h and S a f e t y A ct S e c t i on 3 7 ( 2) A g r e e m en t s

The Contractor as well as all subcontractors must sign the Section 37(2) agreement of the Employer before commencement of their particular work.

C3.4.6 Contractor Health and Safety Plans

Each Con t r a c t or and sub - con t r a c t or working on the site must prepare a Health and Safety Plan to address and manage all applicable sources of risk as outlined in this specification (as a minimum) as well as any other sources of risk, which are identified during the Contractor’s own risk assessments. Should any further risks be identified in the course of the construction work, such risks must be assessed and addressed in amended Health and Safety Plans, which must then be submitted to the Employer’s Health and Safety Adviser for approval. The Risk Assessments must be revised and adjusted regularly to the prevalent circumstances on the site.

E ach H ea l t h and S a f e t y Pl an m u s t a l s o add r ess t he f o ll o wi ng m a t t e r s :

a. All legal appointments required by the Act and any Regulations under the Act.b. Inspection registers for all equipment, machinery, vehicles and tools used on the site.c. Procedures for compliance with all requirements of the Act and in particular Sections 8

and 9 of the Act.d. Undertaking and procedure to stop any work which endangers the safety or health of any

person.e. System for recording and reporting of incidents both internal and external to the

Department of Labour.f. Copy of the Act and its Regulations to be kept on the site and to be readily available to

employees.g. Incident register to be kept on the site.

C3-4.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

h. Employment of only persons who are competent and have the necessary knowledge, training, qualifications and experience to perform the required construction work safely and effectively.

i. Appointment of only competent, knowledgeable, trained, qualified and experienced persons to supervise the construction work.

j. Procedures and arrangements for first aid facilities on the site.k. Procedures and arrangements for prompt reporting of injuries and other losses/incidents.l. Emergency plans to deal effectively with potential site emergencies.m. Use of effective processes for the identification and close out of root causes of

incidents and accidents.n. Attendance by the Contractor and subcontractors of monthly site health and safety

meetings.o. Demonstration by Contractor and subcontractors of their health and safety monitoring

and auditing systems to ensure compliance with their Health and Safety Plans, as part of their Health and Safety Plans.

p. Effective site health and safety induction programme for all workers on the site.q. Execution of regular internal safety and health inspections with record keeping.r. A Fall Protection Plan.s. An Emergency Management Plan that makes provision for at least the following

eventualities: fire, explosion, emergency evacuation of all people from the construction site, floods, release of toxic gases, serious injury, theft and security breach.

t. A Method Statement for the use of explosives on site.u. A Method Statement for the use of explosive powered tools on site.v. Safe working procedures and mitigation measures that address the health and safety risks

identified.w. Institutionalization of a Health and Safety Committee on site and record keeping of

meetings.x. Keeping of statistics regarding safety incidents on site and proper analysis of these

statistics in order to identify trends.y. Proper fencing of the construction site with access control.z. Display of all required safety signs on site.aa. Security on site.

C3.4.7 Additional Duties of the Principal Contractor

The principal contractor must notify the Department of Labour of the intention to carry out construction work. The Contractor must coordinate the activities of all subcontractors in the interest of health and safety of all workers on site. The Contractor must carry out all other duties described in Regulation 7 of the Construction Regulations 2014. The principal contractor must register in terms of the Compensation for Occupational Injuries and Diseases Act or with any other compensation fund approved by the Commissioner for its workmen and provide to the Client proof thereof and also that it is in good standing with the Compensation Commissioner or approved insurer.

C3.4.8 Indemnity

C3-4.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Nothing contained in or omitted from this Health and Safety Specification, or the Health and Safety Plan based on this specification, shall relieve the principal contractor or any subcontractor of any of their obligations or liabilities. The Client shall not be liable for any civil claim because of anything contained in or omitted from this Health and Safety Specification.

C3.4.9 Revision of the Specifications

These Health and Safety Specifications must be revised from time to time in accordance with changing circumstances on the construction site or by mutual agreement between the Client and the Principal Contractor.

C3-4.4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C3: SCOPE OF WORKS

C3 – Scope of Work

C3.5 – Management of Works

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.5 MANAGEMENT OF WORKS

C3.5.1 Live Electrical Environment and Functional Public Workplace

The Contractor need to take into account that the works shall be carried out in a live electrical environment. Safety shall take priority in performing and executing the works required as described in Part 3.1 – Description of Works of this document. Furthermore, the site is in a public building in which there shall be activity of personnel working in the building during departmental working hours occurring on weekdays from 07h30 to 16h00. Interaction with

The Contractor shall ensure that neither his operations nor those of his subcontractors nor the activities of his employees shall interfere with or hinder the operations of the Employer and the Contractor shall indemnify the Employer against all claims arising through default of this requirement. All the events which cannot not be performed without interference and/or hindering of the Employer’s operations shall be kept at reasonable minimal levels and the Project Manager shall need to be notified four (4) weeks prior the execution of the said events. These events including the respective duration shall need to be clearly indicated on the construction programme.

The Contractor shall protect all known and reasonably foreseeable existing services. Any damage caused to these services or any obstructions or hindrance caused by the Contractor, and all claims arising there from, shall be the sole responsibility of the Contractor. All repair work shall be carried out at the Contractor’s expense to the entire satisfaction of the Employer.

C3.5.1.2 Contractor’s Project Management Plan

The Contractor is required to prepare and submit a project management plan for the construction. The particular contents amongst others that should be included in the Contractor’s Project Management Plan are listed below:

Project structures and agreements

The Contractor shall indicate how responsibility for the various work packages will be divided between joint venture partners (where applicable) and sub-contractors. A contract organogram shall be provided showing work apportionment and project management responsibilities. The particular division of work shall match the established capabilities and capacities of each particular partner or subcontractor.

C3-5.1

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Plant, materials and equipment

The Contractor shall prepare a Plant and Materials procurement plan, indicating the source of key Plant and Materials designated for inclusion in the Works, and demonstrating that such Plant and Materials have a proven track record of successful maintenance support in South Africa. The Contractor shall also prepare a plan of Contractor’s Equipment, indicating the source and details of construction equipment planned for use on the Contract and based on the Contractor’s particular approach.

Staffing plan

The Contractor shall prepare a detailed staffing plan showing in an organogram all key members of the Contractor’s Personnel, providing a detailed CV for each such key position. The Contractor shall also show the numbers and source of all non-key staff and indicating the particular local content offering of the Contractor.

Method statements

The Contractor shall clearly describe the overall methodology proposed for construction of the Works and include particular method statements for each work discipline included in the Works.

C3.5.1.3 Construction Programme

The Contractor shall submit within the period stated in the Contract Data a suitable and realistic construction programme for the consideration of the Project Manager. The programme shall be in line with the requirements of Part C3.1 – Description of Works.

The specified time for access to the site and Time for Completion for each section, all sections measured from the Starting Date, shall be as follows:

Description of Works Financial Year Access to Site(Week)

Time for Completion

(Weeks)Substation – SS1 Basement 2017/18

2

22Substation – SS4 Basement

2018/19

26Substation SS2 – 16th Floor 30Substation SS3 – 22nd Floor 35

Protection Settings, Grading and Training 44

Completion of Works 44

C3-5.2

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

The Contractor to take cognisance that due to budgetary constraints, the works shall be over-lapped over two financial years (2017/18 and 2018/19) within this contract – financial year commencing in April and ending in March respectively. Thus efficient and effective cost management practices shall be critical in the execution of the works and detailed cash flow projections corresponding with the construction programme shall be required from the Contractor. Please note that the penalty for delay specified in the Contract Data will be applicable to each section.

The programme shall be in the form of a Gantt chart and shall include the following details:

A work breakdown structure, identifying the major activity groups.

For each activity group further details shall be provided with regard to the scheduled start and end dates of individual activities.

The linkages between activities shall be clearly indicated and the logical network upon which the programme is based shall be separately submitted to the engineer if requested. Any constraints shall be classified as being time-related or resource-related.

The critical path(s) shall be clearly indicated and floats on non-critical activities shall be shown.

The Contractor shall indicate the working hours per day, night, week and month allowed for in the programme.

Together with the programme as detailed above the contractor shall submit to the Project Manager a cash flow projection, indicating projected monthly invoice amounts. The cash flow projection shall be updated at monthly intervals to reflect actual payments to date and anticipated further payments. The cash flow projections are of paramount importance as these shall be the basis for ensuring funds are committed and correct allocation are provided for each financial year.

The programme will be reviewed at the monthly site meetings at which the Contractor shall provide sufficient detail that will allow the comparison of completed work per activity that has fallen behind. The updated programme shall be submitted to the Project Manager at least three (3) days prior to the monthly site meetings.

If the programme has to be revised by reason of the Contractor falling behind his programme, the Contractor shall produce a revised programme showing which plan shall be executed to regain lost time in order to ensure completion of the Works within the time for completion or any granted extension of time.Any proposal to increase the tempo of work must be accompanied by positive steps to increase production by providing more labour and plant on site, or by using the available labour and plant in a more efficient manner.

C3-5.3

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

Failure on the part of the Contractor to submit the programme or to work according to the programme or revised programmes shall be sufficient reason for the Project Manager to take steps as provided in the Contract Data.The approval by the Project Manager of any programme shall have no contractual significance other than that the Project Manager will be satisfied that the work is carried out according to such programme and that the Contractor undertakes to carry out the work in accordance with the programme. It shall not limit the right of the Project Manager to instruct the Contractor to vary the programme if required by circumstances.

C3.5.1.4 Quality Assurance

The Contractor shall institute a quality assurance system and provide experienced personnel as well as all the necessary transport, instruments and equipment, to ensure adequate supervision and positive control of the works at all times in order to comply with the requirements. The Contractor shall deliver to the Project Manager, for his consideration, quality assurance programmes prior to the Contractor’s appointment of any suppliers or commencement of the Works. Failure to comply with these requirements shall be just cause for the Project Manager to order supervision of the Works without additional remuneration or for him to recommend termination to the Employer in terms of the Conditions of Contract.

The Contractor shall do at least the quality control tests at the frequencies specified in the Scope of Works. If the scale of the works, construction methods or any other circumstances dictates, the Contractor shall do more tests when required for quality assurance purposes. The Contractor shall keep systematic records of the test results and all worksheets relating thereto. All test results obtained by the Contractor in the course of the process control of the Works shall be submitted to the Supervisor prior to requesting inspection of the relevant portions of the Works. Any request for inspection shall be submitted on the prescribed forms.

The Supervisor is at liberty to carry out such tests as he deems necessary to determine compliance with the contract requirements and will make available the results of all tests to the contractor. Acceptance control, record keeping and payment certificates shall be done in accordance with the Employer’s standard system except if the Project Manager approves that the Contractor’s standard system may be used.

C3-5.4

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.5.1.5 Site Administration

Daily Site Diary

The daily site diary shall be kept up to date by the Contractor’s Site Agent / Site Supervisor and will be signed on a daily or weekly basis by the Supervisor.

Information in Respect of Plant

Information relating to plant on Site shall be recorded in the daily site diary. In addition, the Contractor shall deliver to the Project Manager, on a monthly basis, a detailed summary of construction plant kept on the Site, full particulars given for each day of the month. Distinction shall be made between plant in working order and plant out-of-order. Such inventory shall be submitted by the first day of the month following the month to be reported.

Information in Respect of Employees

Information relating to labour and management on Site shall be recorded in the daily site diary. In addition, the Contractor shall deliver to the Project Manager, on a monthly basis, a detailed summary of supervisory staff, labour employed (own and local labour) by category, and sub-contractors (both local and imported) for each day of the month. Such return shall be submitted by the first day of the month following the month to be reported.

C3.5.1.6 Site Instructions

Site instructions by the Employer’s Representative(s), addressed to the Contractor at his office on the Site, will be numbered consecutively and will be deemed to have been received by the Contractor unless a break in the sequence of numbers is brought to the notice of the Project Manager in writing immediately.

C3.5.1.7 Meetings

The Contractor and his authorised representative shall attend all meetings held on the Site with the Employer’s Representative(s) and the professional team at dates and times to be determined by the Project Manager. Site meetings will be held to evaluate the progress of the Contract, and to discuss matters pertaining to the Contract which any of the parties represented may wish to raise. Technical meetings shall be held and technical matters shall be discussed at these meetings.

C3-5.5

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.5.1.8 Payment Certificates

Monthly Progress Payment Certificates shall be submitted to the Supervisor on Site not later than the 20th of each month (or on the last working day prior to this date) in order to allow for checking and reconciliation of all quantities, rates, extensions and additions in the certificate. Each progress payment certificate shall include work executed or reasonably expected to be executed up to the last working day of the specific month. The Supervisor shall have a period of five (5) calendar days to review the draft certificate in collaboration with the Contractor. All quantity calculations and certificates submitted by the Contractor for checking shall be in accordance with the standard formats or as approved by the Project Manager.

Upon agreement by the Supervisor by not later than the 25 th of each month, the certificate shall be submitted by the Contractor in a neat typed form in accordance with the prescribed format, and with the correct spelling, to the Project Manager by not later than the 28 th of each month (or on the first working day thereafter) for certification.

The tax invoice submitted with the certificate shall be dated the 1st of the month following the period certified. All costs for the preparation and submission of progress certificates shall be borne by the Contractor.

C3.5.1.9 Drawings, Operation and Maintenance Manuals

All information in the possession of the Contractor that is required by the Supervisor in order to complete the As-Built drawings and to prepare a completion report for the Employer must be submitted to the Supervisor before a Certificate of Practical Completion will be issued for the Works. Similarly, the Contractor will be required to submit full details of all accessories in a suitable loose bound format, including any special operational and maintenance procedures related thereto, for incorporation in the overall operation and maintenance manual for the Scheme prior to the issue of a Certificate of Completion for the Works.

Only figured dimensions on the Drawings may be used in the interpretation thereof, and the Drawings shall not be scaled unless the Contractor is so instructed by the Supervisor in writing. The Supervisor will upon written request be provided any dimensions that may have been omitted from the Drawings.

C3.5.1.10 Care of the Site

At all times during construction of the Works and upon completion thereof, the Site of the Works shall be kept and left in a clean and orderly condition. The Contractor shall store all materials and equipment for which he is responsible in an orderly manner, and shall keep the Site free from debris and obstructions.

C3-5.6

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

C3.5.1.12 Notices, Signs, Barricades and Advertisements

Notices, signs and barricades as well as advertisements may only be erected where approved by the Project Manager. The Contractor shall be responsible for their supply, erection, maintenance and ultimate removal and shall make provision for this in the Contractor’s tendered rates.

The Project Manager shall have the right to have any sign, notice or advertisement moved to another location, or to have it removed from the Site of the Works, should it in any way prove to be unsatisfactory, inconvenient or dangerous to the general public.

C3-5.7

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE

STATE PROVINCIAL GOVERNMENT BUILDING

PART C4: SITE INFORMATION

C4 – Site Information

TENDER NUMBER: DPWFS (T) 004/2017DESCRIPTION: REPLACEMENT OF 11kV INDOOR SWITCHGEAR – FREE STATE PROVINCIAL

GOVERNMENT BUILDING

C4. Site Information

The locations of the respective substations within the building are as follows:

Description SS – 1 & SS – 4 SS – 2 SS – 3Location Basement 16th Floor 22nd Floor

C3-4.1


Recommended