april 2020 - sppra.co.szsppra.co.sz/tender/downloadattachment/61158/20200529.propos… · pc sum =...
TRANSCRIPT
ESWATINI INVESTMENT PROMOTION AUTHORITY (EIPA)
PROPOSED KELLOGG TOLARAM FACTORY IN MATSAPHA
(PHASE II) – ALUMINIUM WORKS
TENDER NO: 1 OF 2020/21
Manyatsi-Nhleko Quantity Surveyors
&
Project Managers
Creative Structural
M.A. Dlamini Consulting Engineers
Engineering Solutions
April 2020
PROPOSED KELLOGG TOLARAM FACTOR FOR ESWATINI INVESTMENT PROMOTIONS
AUTHORITY (EIPA) AT MATSAPHA
SECTION A: INSTRUCTIONS TO TENDERERS
1. GENERAL
Tenderers must comply strictly with the following instructions; failure to do so may cause any tender to
be rejected.
2. BILLS OF QUANTITIES
The Bills of Quantities have been drawn up in accordance with the Standard System of Measuring
Building Work (as amended) published and issued by the Association of South African Quantity
Surveyors (Seventh Edition), 2015.
The tenderer will receive a hard copy of the bills of quantities. The tenderer is required to check the
numbers of pages and should any be found to be missing or in duplicate or the figures or typing
indistinct or there be any doubt or obscurity as to the meaning of any particulars or description, the
Contractor must inform the Quantity Surveyor at once in writing and have the same rectified or
explained as the case may be. No claim whatsoever will be afterwards admitted due to the Contractor
having failed to comply with any of the above conditions.
No alterations, erasure, omission or addition is to be made in the text and conditions of these Bills of
Quantities. Should any such alterations, amendment, note or addition be made, the same will not be
recognized, but the reading of these Bills of Quantities, as prepared by the Quantity Surveyor, will be
adhered to.
The Contractor is warned that should he use any quantities appearing in these Bills of Quantities for the
purpose of ordering materials, he does so at his own risk and no liability whatsoever will be afterwards
admitted by the Employer, Representative / Agent or Quantity Surveyor for the correctness of such
quantities.
The drawings shall take precedence over any description given of the scope of the works.
For the purpose of this Bill of Quantities, the following words shall have the meanings hereby assigned
to them:
Unit : The unit of measurement for each of work as defined in the
Standardized, Project or Particular specification.
Quantity: The number of units of work for each item.
Rate: The payment per unit of work at which the Bidder bids to do
The work.
Amount: The quantity of an item multiplied by the bidder rate of the
(same) item.
Sum: An amount bidded for an item, the extend of which is
described in the Bill of Quantities, Specifications or
elsewhere, but of which the quantity of work is not
measured in units.
The units of measurement indicated in the Bill of Quantities are metric units.
The following Abbreviations may appear in the Bill of Quantities:
mm = millimetre
m = metre
km = kilometre
m² = square metre
ha = hectare
m³ = cubic metre
m³-km = cubic metre-kilometre
kW = kilowatt
kg = kilogram
t = ton (1 000 kg)
% = percent
PC Sum = Prime Cost Sum
Prov Sum = Provisional Sum
3. AGREEMENT
The agreement is based on the JBCC series 2000 Nominated/Selected Subcontract Agreement,
prepared by the Joint Building Contracts Committee, Edition 6.1 March 2014. The additions, deletions
and alterations to the JBCC Nominated/Selected Subcontract Agreement as well as the contract specific
variable are as stated in the Contract Data. The Preliminary and Generals allows have been
summarized to allow for Fixed, Value and Time related Preliminaries and Generals.
The Contract Data and standard form of contract referenced therein must be studied for the full extend
and meaning of each and every clause set out in section 1 (preliminaries) of the Bills of Quantities.
4. COMPULSORY SITE INSPECTION
The will be no compulsory site inspection
5. SCOPE OF CONTRACT
The scope of works for the project entails the design, supply and installation of shopfronts of various
sizes as specified in the attached Architectural Schedule.
6. ESCALATION
This contract is a fixed price contract and the tenderers are to allow for escalation in the rates.
7. CONTRACTORS GRADING
It is a requirement that the tenderers should have a CIC registration certificate
8. PRACTICAL COMPLETION
The Sub-Contractor shall bring to practical completion and hand over to the Main Contractor for
subsequent hand over by the Employer for beneficial use and/or occupation, the under mentioned parts
of the Works on or before the date stated in the contract data.
The bar chart program must clearly indicate the various construction activities necessary to complete
the works. Each provisional sum activity must be clearly and individually identifiable from the bar
chart program, with commencement and completion dates for each activity indicated thereon.
9. COST OF TENDERING
The Tenderer shall bear all costs associated with the preparation and submission of his Tender and the
employer will, in no case be responsible or liable for these costs, regardless of the conduct or outcome
of the tendering process.
10. CIRCULAR LETTERS
If, during the period of tendering, the Principal Agent issues any Tender Bulletin to Tenderers setting
forth the interpretation to be placed on a part of tender documents or drawings or these instructions or
to make any change in them such tender bulletin will form part of the Contract and it will be assumed
that the Tenderer has taken account of the same in preparing his Tender.
The Tenderer must promptly acknowledge any tender bulletins he may receive. No tender bulletin will
be issued within 7 days of the date of delivery of tenders unless it contains a postponement of the date
for the submission of tender documents.
11. STATEMENT TO TENDERERS
The employer shall not be bound by any statement made or delivered to any Tenderer unless such a
statement shall have been confirmed by a tender bulletin to Tenderers issued by the Principal Agent.
12. BRIBERY
The offer of bribe or other inducement to any person with the object of influencing the placing of the
Contract will result in instant rejection of the Tender concerned.
13. COMPLETION OF FORMS
Tenderers are informed that this document contains the following forms which shall be completed in
black ink by all tenderers.
(a) Signed Form of Tender
(b) Experience: Projects in progress at Annexure A
(c) Experience: Relevant projects completed at Annexure B
A tender shall not be considered if alterations have been made to the Form of Tender (unless such
alterations have been duly authenticated by the Tender) or if any particulars required therein have not been
completed in all aspects. The use of erasing fluids is not permitted.
14. INFORMATION TO BE SUBMITTED WITH THE TENDER
The Tender must be accompanied by:-
▪ CIC Registration Certificate
▪ Certified Copy of Valid Labour Compliance Certificate
▪ Original Valid Tax Compliance Certificate
▪ Certified Copy of Valid Trading Licence
▪ Police clearance report or affidavit for company directors
▪ Proof of Workmen’s Compensation
▪ Signed and Completed Form of Tender
▪ Priced document
▪ Proof of tender purchase
Failure to comply with the foregoing may result in the rejection of the tender.
15. SEALING, MARKING AND DELIVERY OF TENDER AND PLACE OF OPENING
Completed Form of Tender together with the Bills of Quantities should be submitted in a sealed
envelope and clearly endorsed on the outside:-
PROPOSED KELLOGG TOLARAM FACTORY FOR ESWATINI INVESTMENTS
PROMOTION AUTHORITY AT MATSAPHA
To: The Chief Executive Officer
Eswatini Investment Promotion Authority (EIPA)
1st Floor, Mbabane Office Park
Mhlambanyatsi Road
Mbabane, Eswatini
And hand delivered at EIPA Offices, 1st Floor, Mbabane Office Park, Mhlambanyatsi Road,
Mbabane, Eswatini on or before 1200 Hours, Friday 29nd May 2020 at which tenders will be
opened.
Tenderers and/or their representatives are invited to attend the tender opening.
No tenders delivered after the stipulated date and time, for whatever cause arising, will be considered.
The envelope in which the Tender Documents are submitted must not bear the Tenderer’s name and
address and must contain no other documents and drawings other that those documents specifically
requested in this tender.
16. TENDERS SENT BY POST
Tenderers intending to send their Documents by post are advised to ascertain the time normally
required for the transmission of packages from the place of dispatch to the place of delivery in Eswatini
and to make due allowance when dispatching their documents in order to ensure their safe arrival well
before the time which has been fixed for the opening of tenders.
17. TELEGRAPHIC TENDERS AND TENDERS PER TELEFAX/FASCMILE MACHINE
Tenders are to note that telefax/facsimile machine transmitted and/or telegraphic tenders shall NOT be
considered.
18. ACCEPTANCE OF TENDER
The formal acceptance of any tender pending a formal Contract Agreement forms a binding contract
upon both the employer and the accepted Tenderer.
The employer does not bind himself to accept the lowest or any tender nor to assign any reason for the
rejection of any tender.
19. RETURN OF DRAWINGS
Drawings except those bound in the Bills of Quantities, which shall remain with the documents, must
be returned to the Client as soon as possible after the tender opening. Tenderers, or their
representatives, attending the opening may hand over the drawings to the person representing the Client
at the opening session.
20. PERIOD OF VALIDITY OF TENDERS AND NOTIFICATION TO SUCCESSFUL
TENDERER
Tenders shall remain valid for a period of 120 (Hundred and Twenty) days from the date fixed for the
opening of tenders. The Principal Agent shall notify the successful Tenderer (if any) of his acceptance
within the period of the Tender Validity.
21. ALTERNATIVE SPECIFICATION OR BILL OF REDUCTION
Should the tender figures received for this project be higher than budgeted allowances, the Employer
reserves the right to reduce either the quantity or specification of the work to meet the desired budget.
This reduction will take place before the contract is signed and will be subject to agreement between
the Employer and the successful Sub-Contractor.
22. PURCHASE OF TENDER DOCUMENTS
Tender will be sought from EPPRA website (www.sppra.co.sz) at no cost. However Tenderers will be
required to purchase the tender document at the cost of E1 500.00
Payment should be made to the below EIPA Nedbank Account
Swaziland Investment Promotion Authority
Bank name: Nedbank
Account number: 020000002543
Banch code: 360164
Reference: kelloggs Tender& contractor name
Proof of payment to be submitted with tender document.
23. CLARIFICATION AND AMMENDMENTS OF TENDER DOCUMENTS
Clarifications may be requested in writing (email only), but not later than 15th May 2020. The
address for requesting clarifications is: [email protected]
24. INTENTION TO AWARD
Tenderers will be notified of an intention to award on the same day that the intention is sent to the
Eswatini Public Procurement Regulatory Agency (ESPPRA). The intent to award will be published on
SPPRA website for 10 days before the contract award
SECTION B: TENDER EVALUATION PROCESS AND CRITERIA
Tenders shall be evaluated using, but not limited to the following tender evaluation criteria:
There are six components in the tender evaluation process, five of which are non-financial and the last one being
financial. These are set out below:
Please note the following:
A tender which obtains less than 70% of the total points allocated to Criterion 1 to 5 (Responsiveness of Tender
Assessment, Resources and Capability Assessment, Technical Assessment, Risk Assessment, and Promotion of
Swazi Business) shall be deemed to be non-responsive and eliminated from further evaluation.
1. Responsiveness of Tender Assessment
This will determine whether:
- All required documentation and information has been submitted;
- Tender documents have been appropriately signed and authorized in a form of a covering letter;
- The document has been submitted in the correct format; and
- The correct number of legible copies has been submitted.
2. Resources and Capability Assessment
This will address the experience of the Tenderer as well as the capability and qualifications of the key personnel
who will be operating under the contract, including the management and supervisory back up. Where
appropriate, reference checks are essential and must cover aspects such as:
a. The Tenderer’s track record: i.e. past performance of similar contracts; industry knowledge;
3. Technical Assessment
The technical assessment will establish whether the tender meets the requirements set out in the
specification and, if not, the significance of any variation from that specification.
4. Risk Assessment
The assessment will establish all risk factors which may be prejudicial to the EIPA and performance of the
contract. This may include ascertaining the integrity and general conduct in business dealings, professional
conduct of the tenderer’s directors and senior management; compliance with the law and encumbrances
which may hinder due performance under the contract. This may involve investigations into whether any of
the directors and senior managers have criminal records in connection with corruption, fraud, theft or
forgery; financial track record of the tenderer, etc.
5. Promotion of Swazi Business
This criterion shall determine the extent to which ownership of the business is vested in Swazi citizens
and/or the extent to which the Tenderer will:
a. Encourage Swazi citizens to be involved in business;
b. Improve levels of Swazi citizens’ participation in EIPA business;
c. Enhance economic development for Swazi citizens;
d. Increase the numbers and types of Swazi business activities in the area;
e. Promote opportunities for employment of Swazi citizens and
f. Promote business enterprise development for Swazi citizens.
Where the scope of the works is of a highly specialized nature or the successful Tenderer is non-Swazi, the
EIPA shall negotiate with the successful Tenderer to sub-contract or partner with a service provider who is
a Swazi citizen.
6. Financial Criteria.
This will entail identification of all relevant costs including capital costs in Emalangeni to the EIPA. The initial
(once off) costs, the on-going costs including any basis for escalations, penalties and/or discounts, should be
identified and considered.
The following evaluation formulae shall be used in the allocation of scores:
𝑃𝑠 = 30(𝑃𝑡 − 𝑃𝑚𝑖𝑛
1 − 𝑃𝑚𝑖𝑛)
Where:
Ps - Points scored for bid under consideration.
Pt - Tender price for bid under consideration.
Pmin - Tender price for the lowest bid.
SECTION C: EVALUATION CRITERIA AND WEIGHTINGS
1.0 Responsiveness of Tender
Criteria Elements Criteria Weighting
Factors
1.1 Checklist as attached in Section F of this document 2
1.2 Proof of registration with Construction Industry Council 2
1.3 Technical and Financial proposal 2
1.4 Certified Copy Labour Compliance Certificate 2
1.5 Original Copy of Valid Tax Compliance Certificate 2
1.6 Certified Copy of Valid Trading License 2
1.7 Proof of Workman’s Compensation 2
1.8 Tender documents have been appropriately signed and authorised in a form of
a covering letter 2
1.9 The document has been submitted in the correct format 2
1.10 The correct number of legible copies has been submitted 2
TOTAL SCORE 20
2.0 Resources and Capability
Criteria Elements Criteria Weighting
Factors
2.1 Reputation/brand/size of Tenderer. 2
2.3 Project implementation plan. 3
TOTAL SCORE 5
3.0 Technical Capability
Criteria Elements Criteria Weighting
Factors
3.1 A list of relevant/similar projects completed within the last 3 years, complete with
date, description, Project cost.
- Type of projects 5
- Value projects 5
TOTAL SCORE 10
4.0 Risk Assessment
Criteria Elements Criteria Weighting
Factors
4.1
All risk factors which may be prejudicial to EIPA and performance of the contract,
including but not limited to availability of resources (human, financial or suitable
equipment for the tender) or extent of the Tenderer’s commitment in other projects
5
4.2 Size of the tender in relation to the size of the company in order to determine the
ability to complete the tendered works 3
4.3 Ascertaining the integrity and general conduct in business dealings, professional
conduct of the Contractor’s directors and senior management 2
4.4 Compliance with the law; (e.g. workmen’s compensation etc.) 3
4.5 Circumstances which may expose EIPA and hinder due performance under the
contract, e.g., criminal records in connection with corruption, fraud, theft or forgery
by the contractor’s directors and management etc
2
TOTAL SCORE 15
5.0 Swazi Business Promotion
Criteria Elements Criteria Weighting
Factors
5.1 Degree to which ownership of business vests with Swazi citizen 5
5.2 Degree to which business is managed by Swazi citizen. 5
5.3 Extent to which the Tenderer will: 10
Encourage more Swazi citizens to be involved in business
Encourage the impartation of technical and business skills to Swazi citizens
Improve levels of Swazi citizens participation in EIPA business
Promote opportunities for employment of Swazi citizens
TOTAL SCORE 20
.FORM TECH-1: DECLARATION OF ELIGIBILITY
[The Service Provider must provide a signed declaration on its company letterhead in the following format. If
the Proposal is being presented by a joint venture or consortium all members must each sign their own
declaration.]
[>>>Name of Service provider, Address, and Date>>>]
To: The Chief Executive, Eswatini Investment Promotion Authority, Mbabane Office Park
P.O. Box 4194, Mbabane
Dear Sirs,
Re Tender Reference: EIPA/…………………………..
We hereby declare that: -
(a) We, including any joint venture partners or consortium partners, are a legal entity and
have the legal capacity to enter into the contract;
(b) We are not insolvent, in receivership, bankrupt or being wound up, our affairs are not
being administered by a court or a judicial officer, our business activities have not been suspended, and
we are not the subject of legal proceedings for any of the foregoing;
(c) We have fulfilled our obligations to pay taxes and social security contributions;
(d) We have not, and our directors or officers have not, been convicted of any criminal offence related to
our/their professional conduct or the making of false statements or misrepresentations as to their
qualifications to enter into a contract within a period of five years preceding the commencement of the
procurement proceedings;
(e) We do not have a conflict of interest in relation to the procurement requirement;
(f) I/We have not been convicted of any criminal offence relating to professional conduct or the making of
false statements or misrepresentations as to its qualifications to enter into a procurement contract
within a period of five years preceding the commencement of procurement proceedings;
(g) I/We are not subject to suspension in accordance with Section 55, and none of our directors or officers
face endorsement or have already been endorsed on the Register for Tender Defaulters in accordance
with the Prevention of Corruption Act, 2006.
Signed …………………………………….
Authorized Representative
Date …………………………………….
TENDER BILLS OF QUANTITY
ITEM
NO
DESCRIPTION QUANTITY RATE AMOUNT
BILL NO. 1
PRELIMINARIES AND GENERAL
BUILDING AGREEMENT AND PRELIMINARIES
The JBCC N/S Subcontract Agreement (Edition 6.1 -
March2014. prepared by the Joint Building Contracts
Committee shall be the applicable building agreement,
amended as hereinafter described
The JBCC N/S Subcontract Agreement contract data form
an integral part of this agreement
The ASAQS Preliminaries (March 2014 edition) published by
the Association of South African Quantity Surveyors for use
with the JBCC Principal Building Agreement shall be deemed
to be incorporated in these bills of quantities
The contractor is deemed to have referred to the above
mentioned documents for the full intent and meaning of each
clause
The clauses in the above mentioned documents are hereinafter
referred to by clause number and heading only
Where any item is not relevant to this agreement such item is
marked N/A signifying "not applicable"
Where standard clauses or alternatives are not entirely
applicable to this agreement such amendments,
modifications, corrections or supplements as will apply are
given under each relevant clause heading and such
amendments, modifications, corrections or supplements shall
take precedence notwithstanding anything to the contrary
contained in the above mentioned documents
PREAMBLES FOR TRADES
The Model Preambles for Trades (2008 edition) as published
by the Association of South African Quantity Surveyors shall
be deemed to be incorporated in these bills of
quantities and no claims arising from brevity of description
of items fully
described in the said Model Preambles will be entertained
Carried Forward
Section No. 1
PRELIMINARY AND GENERAL
Bill No. 1
PRELIMINARIES AND GENERAL
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
E
1/1
ITEM
NO
DESCRIPTION QUANTITY RATE AMOUNT
1
Brought Forward
Supplementary preambles are incorporated in these bills of
quantities to satisfy the requirements of this project. Such
supplementary preambles shall take precedence over the
provisions of the Model Preambles
The contractor's prices for all items throughout these bills of
quantities shall take account of and include for all of the
obligations, requirements and specifications given in the
Model Preambles and in any supplementary preambles
PRICING OF PRELIMINARIES
The Tenderer must allow opposite each of the following items
whatever costs and charges he may consider necessary for the
carrying out of the provisions, conditions and requirements set
out therein.
Only priced items will be considered in respect of any
adjustment of this Section.
Should the contractor select Option A in terms of sub clause
3.2.1 in the Contract Data - Contractor to Employer (CE) for
the purpose of adjustment of these preliminaries, the amount
entered into the amount column in these preliminaries is to be
divided into one or more of the three categories provided
namely Fixed (F), Value Related (V) and Time Related (T).
Should the contractor select Option B in terms of sub clause
3.2.2 in the Contract Data - Contractor to Employer (CE) for
the purpose of adjustment of these preliminaries, such
adjustment shall be carried out with reference to the
Contractors detailed Preliminaries breakdown submitted to the
Quantity Surveyor together with the priced bills of quantities.
Such breakdown shall disclose the preliminaries pricing
methods and pricing calculations.
Any items left unpriced will be understood to be provided free
of charge or included for with other items, and no claim for
any extras arising out of the Tenderer's omission to price any
item will be entertained
SECTION A: PRINCIPAL BUILDING
AGREEMENT
Interpretation (A1-A7)
Fixed Related
Carried Forward
Section No. 1
PRELIMINARY AND GENERAL
Bill No. 1
PRELIMINARIES AND GENERAL
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
Item
E
E
1/2
ITEM NO DESCRIPTION QUANTITY RATE AMOUNT
2
3
Brought Forward
Value Related
Time Related
Carried to Final Summary
Section No. 1
PRELIMINARY AND GENERAL
Bill No. 1
PRELIMINARIES AND GENERAL
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
Item
Item
E
E
1/3
ITEM NO DESCRIPTION QUANTITY RATE AMOUNT
BILL NO. 1
METALWORK
The Tenderer is referred to the relevant clauses in the
separate document Model Preambles for Trades and to
Supplementary
Preambles which are incorporated into these Bills of
Quantities
SUPPLEMENTARY PREAMBLE
Scope
This section specifies material, construction, finishes,
hardware, fastenings, installation and performance
standard
for aluminium windows and doors. The abbreviation
AAAMSA used herein shall mean the Association of
Architectural Aluminium Manufacturers of South Africa.
Finishing
All anodising shall be executed in strict adherence to
SANS 999. A certificate is to be supplied which meet with
SANS 999 in all respects.
All powder coating shall be in strict accordance with
SANS 999 The powder applied shall be in strict
accordance with SANS 1578.
The powder manufacturer shall issue a powder guarantee
of a minimum of 10 years. The specific conditions
contained in this guarantee shall form part of the powder
coating "process" and may only be applied by an approved
powder applicator.
Glazing
All glass and glazing shall be executed in strict accordance
with the National Building Regulations Part N, SANS
10400.
PRICES
Carried Forward
Section No. 2
METAL WORK
Bill No. 1
METAL WORK
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
E
2/1
ITEM
NO
DESCRIPTION UNIT QTY RATE AMOUNT
1
2
Brought Forward
Fixings, etc
Prices for all items shall include for all coupling members, and
fixing to steel, concrete or brickwork, including all lugs, hinges,
ironmongery, cramps, shims, bolts, mortices, grouting, etc as
required for a complete installation and for perimeter pointing
with polysulphide sealant or similar compound.
Glazing
Prices for all items shall include for glazing with glass as
specified in the description, including all necessary glazing
beads, gaskets, etc.
Protection of frames
All exposed aluminium work shall be protected by means of low
tack adhesive tape against mortar droppings and other non-
mechanical damage during installation which shall only be
removed when directed by the Architect.
Size of opening
Tenderers shall check sizes of openings on site prior to any
Manufacturing being put in hand.
Note
Tenderers are referred to the Architect's shopfronts schedules
bound to the back of these bills of quantities for full
specifications of items as measured.
PURPOSE MADE ALUMINIUM SHOPFRONTS
Purpose made powder coated aluminium shopfront and
frame glazed with 6.38 laminated shatterproof safety glass
and plugged to blockwork, concrete or steel frame Colour:
(50 - 100μ THICK Interpon D25 range – ANP 3057 matt
dark umber grey LL259P)
1425 x 2500mm Powder coated Aluminium framed glazed
shopfront with four fixed panes as shown on SF02
4610 x 2500mm Powder coated Aluminium framed glazed
shopfront with fixed panes and two top hung outward opening
windows as shown on SF03
Carried Forward
Section No. 2
METAL WORK
Bill No. 1
METAL WORK
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
No
No
1
1
E
E
2/2
ITEM
NO
DESCRIPTION UNIT QTY RATE AMOUNT
3
4
5
6
7
8
9
10
11
12
13
14
Brought Forward
1425 x 2500mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF04
4700 x 2500mm Powder coated Aluminium framed
glazed shopfront with fixed panes and one sliding pane
as shown on SF05
3580 x 2500mm Powder coated Aluminium framed
glazed shopfront with fixed pane, one top hung outward
opening window and one door as shown on SF06
4000 x 2500mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF07
3550 x 2500mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a sliding pane as
shown on SF08
6500 x 3700mm Powder coated Aluminium framed
glazed shopfront with fixed panes and four top hung
outward opening windows as shown on SF10
3630 x 3700mm Powder coated Aluminium framed
glazed shopfront with fixed panes and two top hung
outward opening panes as shown on SF11
6500 x 3700mm Powder coated Aluminium framed
glazed shopfront with fixed panes and four top hung
outward opening panes as shown on SF12
3630 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and one single swing
door as shown SF13
6500 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown SF14
6500 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a double opening
door as shown on SF15
6500 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and two single swing
doors as shown on SF16
Carried Forward
Section No. 2
METAL WORK
Bill No. 1
METAL WORK
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
No
No
No
No
No
No
No
No
No
No
No
No
1
1
2
1
1
2
1
1
2
1
1
1
E
E
2/3
ITEM
NO
DESCRIPTION UNIT QTY RATE AMOUNT
15
16
17
18
19
20
21
22
23
24
25
26
27
Brought Forward
3168 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF17
1931 x 2685mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF18
5419 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF19
4563 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as show on SF20
3580 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF21
2591 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF22
2271 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single sliding
away door as shown on SF23
6500 x 3850mm Powder coated Aluminium framed
glazed shopfront with fixed panes and two top hung
outward opening windows as shown on SF24
2037 x 2600mm Powder coated Aluminium framed
glazed shopfront with fixed panes and double frameless
glass pane auto-slide door as shown on SF25
2128 x 3850mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF26
1089 x 3850mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF27
1089 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF28
6500 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a double door as
shown on SF29
Carried Forward
Section No. 2
METAL WORK
Bill No. 1
METAL WORK
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
No
No
No
No
No
No
No
No
No
No
No
No
No
1
1
3
1
2
1
1
4
1
1
1
1
1
E
E
2/4
ITEM
NO
DESCRIPTION UNIT QTY RATE AMOUNT
28
29
30
31
32
33
34
35
36
37
38
Brought Forward
4733 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF30
3135 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF31
3135 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF32
2589 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF33
2589 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF34
5325 x 3850mm Powder coated Aluminium framed
glazed shopfront with fixed panes and four top hung
outward opening windows as shown on SF35
2655 x 3850mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF36
3165 x 3850mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF37
1721 x 3850mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF38
3168 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes as shown on SF39
3135 x 2865mm Powder coated Aluminium framed
glazed shopfront with fixed panes and a single swing
door as shown on SF40
Carried to Final Summary
Section No. 2
METAL WORK
Bill No. 1
METAL WORK
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
No
No
No
No
No
No
No
No
No
No
No
1
2
2
1
1
1
1
1
1
1
1
E
E
2/5
Section
no
FINAL SUMMARY Page
No
Amount
1
2
PRELIMINARY AND GENERAL
METAL WORK
SUB TOTAL A
Allow for Statutory Construction Levy @.......................
SUB-TOTAL C
VALUE ADDED TAX @ 15%
Carried to Form of Tender
PROPOSED KELLOGG'S TOLARAM FACTORY
AT MATSAPHA - ALUMINIUM WORKKS
1/3
2/5
E
E
E
E
E
3/1
FORM OF TENDER
ANNEXURE A
PROJECTS IN PROGRESS
Give information about all projects in progress
Name of Project Value (E) Consultant Percentage Complete
NAME OF CONTRACTOR.....................................................................…………............……….
ADDRESS.......................................................................................................................……..…….
PHONE.........................................FAX......................................CELL.………………....................
SIGNATURE..............................................................DATE.....…………………...........................
ANNEXURE B
RELEVANT PROJECTS COMPLETED
Give information about relevant projects completed in the past three years
Name of Project Value (E) Consultant Date Completed
NAME OF SUB-CONTRACTOR.........................................................………...............................
ADDRESS...............................................................................................................………...............
PHONE.......................................FAX..........................................CELL............................………....
SIGNATURE........................................................DATE…………….……………………………..
ANNEXURE C-0122 SHOPFRONT SCHEDULE