invitation to bid · 2020. 3. 29. · hatfield, pretoria 0083 telephone: 012-432 1300/1344/1315...

57
INVITATION TO BID Bid Documents Request: Bidders will be forwarded the bid documents upon request on [email protected] Bid Submission: Bid documents must be deposited into the bid box at the Main Entrance (Reception) of the National Lotteries Commission, 7 Rochester Street, Vincent Park, East London Bid Number NLC/2019-04 Description of Bid Appointment of a service provider to convert a residential building to an office building for the National Lotteries Commission in the Eastern Cape Province (East London) Compulsory Briefing Session 26 February 2019 @ 10h00 7 Rochester Street, Vincent, East London Closing Date & Time 15 March 2019 @ 11h00 Enquiry Details All enquiries should be in writing and may be directed to [email protected] for the attention of Mr. Tshepiso Mahlake Tel: (012) 432 1315

Upload: others

Post on 30-Sep-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

INVITATION TO BID

Bid Number Description of Bid Compulsory Briefing Session

Closing Date & Time

Enquiry Details

NLC/2019-04 Appointment of a service provider to

convert a residential building to an

office building for the National

Lotteries Commission in the Eastern

Cape Province (East London)

26 February 2019 @ 10h00 7 Rochester Street,

Vincent, East London

15 March 2018 @ 11h00

All enquiries should be in

writing and may be directed

to [email protected] for

the attention of Mr. Tshepiso

Mahlake Tel: (012) 432

1315

Bid Documents Request: Bidders will be forwarded the bid documents upon request on [email protected]

Bid Submission: Bid documents must be deposited into the bid box at the Main Entrance (Reception) of the National Lotteries Commission,

INVITATION TO BID

Bid Documents Request: Bidders will be forwarded the bid documents upon request on [email protected] Submission: Bid documents must be deposited into the bid box at the Main Entrance (Reception) of the

National Lotteries Commission, 7 Rochester Street, Vincent Park, East London

Bid Number

NLC/2019-04

Description of Bid

Appointment of a service provider to convert a residential building to an office building for the National Lotteries Commission in the Eastern Cape Province (East London)

CompulsoryBriefing Session

26 February 2019@ 10h007 Rochester Street, Vincent,East London

Closing Date & Time

15 March2019@ 11h00

Enquiry Details

All enquiries should be in writing and may be directed to [email protected] for the attention of Mr. Tshepiso Mahlake Tel: (012) 432 1315

Page 2: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

1 | P a g e

NLC/2019 – 04

TERMS OF REFERENCE FOR THE APPOINTMENT OF

A SERVICE PROVIDER TO CONVERT A

RESIDENTIAL BUILDING TO AN OFFICE BUILDING

FOR THE NATIONAL LOTTERIES COMMISSION IN

EASTERN CAPE PROVINCE (EAST LONDON OFFICE)

CLOSING DATE: 15 MARCH 2019

CLOSING TIME: 11H00 (South African Standard Time)

Page 3: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

2 | P a g e

1. Assignment The National Lotteries Commission (NLC)

requires suitable service providers to submit

proposals to convert a residential building to

an office building for NLC in Eastern Cape

Province (East London Office)

2. Name of the responsible office SCM & Facilities Management

3. Address for submitting proposals & other

correspondence

Attention: The Supply Chain Senior Manager

National Lotteries Commission

Block D, Hatfield Gardens

333 Grosvenor Street

Hatfield, Pretoria

0083

Telephone: 012-432 1300/1344/1315

Email: [email protected] for the

attention of Tshepiso Mahlake

4. Closing date & time for submission of bid

proposals

15 March 2019 @11:00

5. Compulsory Site Inspection 26 February 2019 @10:00

Address: 7 Rochester Street Vincent East

London

6. Bid description: Appointment of a service provider to convert

a residential building to an office building for

NLC in Eastern Cape Province (East London

Office)

7. Bid number: NLC/2019 - 04

Page 4: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

3 | P a g e

1. BACKGROUND AND CONTEXT

The National Lotteries Commission (NLC), is a public entity established by Lotteries Act

No. 57 of 1997 as amended to regulate the South African lotteries industry. The functions

of the Commission can be divided into two categories, namely “regulation of National

Lottery and other Lotteries” and “administration of the National Lottery Distribution Trust

Fund (NLDTF)”.

The NLC has experience growth in terms of its operations. This growth was as the results

of the change in the National Lotteries Act which required the organization to change and

expand some of their operations. This Change informed the decentralization of core

functions of the organization closer to the people with an establishment of the NLC across

the nine (9) provinces. Due to this growth, as well as the need to improve our corporate

image, a need has arisen to acquire suitable office accommodation that is:

• Safe, healthy and legislatively compliant;

• Functional and cost-effective;

• Consistent, equitable and sustainable; and

• Adaptable to new ways of working and new technology.

The NLC has embarked on a project to procure new premises to accommodate its

Provincial Offices. The acquisition of these new facilities will ensure that the facilities:

Conforms to the Mission, Vision and Values of the NLC;

Embodies the corporate identity of the NLC;

Is fit for purpose in terms of the mandate, functions and activities of the NLC;

Is in line with the space planning norms and standard for the office

accommodation for organs of state guidelines;

Supports National initiatives regarding sustainability and energy efficiency;

Complies with the principles of the Government Immovable Asset Management

Act (GIAMA); and

Page 5: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

4 | P a g e

In its acquisition supports emerging organization in construction and/or facilities

management.

The NLC invites suitably qualified and experienced bidders to submit proposals. In line

with the requirements of the Public Finance Management Act (PFMA) No. 1 of 1999 and

Treasury Regulations, the NLC seeks to engage the services of a duly qualified bidder.

2. PURPOSE

The purpose of the terms of reference (TOR) is to appoint a suitable service provider to

assist NLC with the conversion of a residential building to an office building in Eastern

Cape (East London office).

3. OBJECTIVES

The objective is to appoint experienced service provider that will ensure that the NLC

residential building is converted into an office building.

4. SCOPE OF WORK

PROVISIONAL SCOPE OF WORKS

4.1 Yard woks:

4.1.1 External works: Paving, landscaping and Carports installations

Supply and install NLC’s new signage according to NLC’s spec

Supply and install new landscaping as per the NLC’s spec

Dismantle existing steel parking carport in preparation for the extension

of the building

Remove all external paving works and concrete blocks and send to the

salvage yard to be packed according to the project managers instruction

Installation of new paving work according to Architectural designs

Page 6: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

5 | P a g e

Remove all kerbs and any other precast units and send to the salvage

yard

Install new concrete kerbs and channels as per the architectural design

Remove shrubs and trees and send to the salvage yard

Supply and Install new parking carports according to NLC’s spec

4.1 Building works:

4.2.1 Internal works

Remove existing floor tiles

Prepare floor surface to receive new floor tiles

Supply and install non-slippery floor tiles on open plan and with carpet on

enclosed offices according to NLC’s spec

Prepare walls to receive new paint

Paint walls according to NLC’s spec

Remove and replace existing doors as per NLC’s spec

Remove existing, reasonably damaged doors and handover to employer

Supply and install doors, to replace damaged, according to NLC’s spec

Paint existing painted doors according to NLC’s spec

Remove existing, reasonably damaged ceiling boards and cornices

Supply and install ceiling boards and cornices, to replace the damaged,

according to NLC’s spec

Prepare existing internal walls to receive new paint and/or finish

Paint existing internal walls according to the NLC’s spec

Remove reasonably damaged window frames

Supply and install window frames, to replace the damaged, according to

NLC’s spec

Prepare window frames to receive new paint

Paint window frames according to NLC’s spec

Remove existing, reasonably damaged window sills

Supply and Install window sills, to replace the damaged, according to

NLC’s spec

Page 7: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

6 | P a g e

Remove existing kitchen cupboard, Bedroom cupboards and drawers

and handover to the employer

Supply and install new or re-use existing kitchen cupboards and drawers

to match with NLC’s spec

Remove existing counters and handover to the employer

Supply and Install new counters according to NLC’s spec

Remove reasonably damaged air conditioner and handover to employer

and/or Re-use air conditioners which are reasonably in a good condition

and serviceable

Supply and install new air conditioner according to NLC’s spec

Prepare existing painted doors to receive new paint

Paint existing painted doors according to NLC’s spec

Remove damaged windows and handover to the employer

Supply and install windows to replace the existing windows, according to

the NLC’ s spec

Supply and install ceiling boards and cornices according to NLC’s spec

Paint ceiling boards and cornices according to NLC’s spec

Remove existing burglar bars/grills

Install new burglar bars/grills according to NLC’s spec

Paint burglar bars/grills according to NLC’s spec

Remove steel/metal works and hand over to the employer

Install new steel/metal works according to NLC’s spec

Paint steel/metal works to receive new painting according to NLC’s spec

Remove existing sanitary fittings and handover to employer

Supply and install new sanitary fittings according to NLC’s spec

Remove existing wall tiles

Prepare wall surface for new tile installation

Supply and install wall tiles according to NLC’s spec

Remove existing plumbing and drainage and handover to employer

Supply and install new plumbing and drainage

Paint all internal and external face brick walls according to NLC’s spec.

Page 8: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

7 | P a g e

4.3 External works

4.3.1 Roofs:

Completely remove existing roof structure and hand over to the employer;

Prepare walls up to beam filling level for installation of new roof structure;

and

Install a complete new roof structure according to NLC’s spec.

4.3.2 External Walls: Extension to existing structure

Break and/or demolish existing walls as per structural design

Excavations for new brick walls

Concrete works in foundations for external brick walls

Plaster to external walls

Paint and/or finish to walls as per NLC’s spec

Prepare existing walls to receive new paint

Paint walls according to NLC’s spec

Prepare external wall to receive new paint and/or finish

Paint and/or finish to external walls according to NLC’s spec

4.3.3 Miscellaneous Work- Installations

Supply and install security system

Installation of new parking Car-ports

Supply and install WIFI

Supply and install general lighting including DB box etc.

Rubble removal and site cleaning

Remove only damaged rainwater goods and handover to employer

Supply and install rain water goods according to NLC’s spec

Paint all existing and new rainwater goods according to NLC’s spec

Supply and Install upgraded IT system according to NLC’s spec

Page 9: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

8 | P a g e

Supply an installation of water supply

Supply and installation of Standby Generator

Supply and installation of fire extinguishers

Risk assessment to be done

4.4 ICT Required Specifications

Below please find a standardised outline of the ICT requirements for the new

NLC provincial office. The outline is based on the premise that:

i. New cabling infrastructure is installed;

ii. Existing server racks are reutilised instead of purchasing new racks;

iii. Existing wireless access devices are reutilised instead of new

devices; and

iv. Existing UPS system is to be reutilised instead of a new system.

No Item Description Specification Qty Comply/ Not

Comply

1. Raised Access

Flooring

Floor elevation height:

20cm.

Width = 2m

Length = 3m.

1

2. Data Network

Point

CAT6 structured cabling. 40

3. Wifi Access

Points

Install wifi access points as

provided by NLC

2

4. Server Rack

Cabinet

Install rack to be provided

as provided by NLC

1

Page 10: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

9 | P a g e

5. UPS Install UPS equipment as

provided by NLC

1

6. Ceiling Cable

Trays

TBC*** TBC

4.5 Green initiatives

Collection of rain water harvesting for watering gardens and etc.;

Introduction low maintenance, dry and heat resistant plants for landscaping;

Introduction of low water pressured taps to save water;

Installation of solar panels to supplement the electricity consumption;

Installation of motion detection low power consumption LED lights;

Installation of smart heating, ventilation, and air conditioning (HVAC) system

with automatic switches to save electricity

Proposing wooden floor; and

Standby generators.

Supply and installation of solar according to NLC’s spec

5. REQUIREMENTS AND BILL OF QUANTITIES

Visual Scope of works attached as ‘Annexure A’;

Comprehensive bill of quantities attached as ‘Annexure B’; and

Construction Drawings as ‘Annexure C’.

6. DELIVERABLES

The following deliverables will be expected from the principal contractor:

External Works Construction works:

o Demolitions;

o Site clearance;

o Masonry works;

Page 11: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

10 | P a g e

o Roofing works;

o Building finishes; and

o Landscaping.

Internal Construction works:

o Electrical installation;

o Floor finishes;

o Ceilings;

o Mechanical installations (HVAC);

o Plumbing;

o Information technology and telecommunication installations; and

o Carpentry.

Additional works /installations

o Installations of carports;

o Installations of UPS;

o Generator installation;

o Solar installations; and

o Smoke detection systems.

7. DURATION OF APPOINTMENT

The total duration of the project is expected to be three (3) months from the date of

signing the service level agreement (SLA).

8. COMPULSORY – SITE INSPECTION

To conduct the site inspection on the actual address where the construction work

will be made. The compulsory site inspection will be held at the following address:

National Lotteries Commission Offices: 7 Rochester Street Vincent East

London Date: 26 February 2019

Time: 10h00

Page 12: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

11 | P a g e

9. EVALUATION CRITERIA

The NLC will evaluate all proposals in terms of the Preferential Procurement Policy

Framework Act. No. 5 of 2000 (PPPFA). A three (3) phase evaluation criteria will be

considered in evaluating the bid, being:

9.1. Phase 1: Pre-Qualification Criteria (Mandatory Requirements)

Bidders must submit all the below mentioned requirements:

Original signed standard bidding documents (SBD Forms).

In the event of the bidder being in a joint venture, joint venture agreement must

be submitted (where applicable).

Company registration certificates (CK). In the event of the bidder being a

consortium organization, relevant shareholding certificates must be submitted

(where applicable).

Bidders must be an EME or QSE which is at least 51% owned by black people

(supported by certified copies of all share ownership certificates and CIPC or CK

documents).

Bidders must have a minimum B-BBEE status level of contributor of 1.

Certified copy of a valid Construction Industry Development Board (CIDB)

certificate with minimum of 5GB or higher.

Only service providers that are located in the Eastern Cape Province are

required to respond. To confirm localization, bidders are required to submit proof

of residence in the form of Municipal Bill or proof of residence letter from the

local councilor/leader or a certified copy of a signed SLA where the bidder is

renting office accommodation. The required proof of residence must be in the

name of the company or the name of the director/s.

The bidder that fails to meet the above-mentioned pre-qualifying criteria stipulated

is an unacceptable bid.

Non - mandatory requirements

Central Supplier Database (CSD) Summarized Report. Please submit the

current CSD Report.

Page 13: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

12 | P a g e

Original signed standard bidding documents (SBD Forms). Bidders are

required to return all SBD Forms fully completed and duly signed. The

NLC TOR should not be returned.

9.2. Phase 2: Functional/technical Evaluation

Only bidders that have met the pre-qualification criteria will be evaluated for functional

evaluation. In this phase the evaluation will be based on the bidders’ responses in

respect of the bid proposal (evaluated on the minimum functional specifications).

Prospective bidders who score a minimum of 70 points or more will be considered for

the next phase 3 (Price and B-BBEE status level contributor).

EVALUATION CRITERIA WEIGHT

1. Company Experience

The bidder must provide details of work of a similar nature undertaken by the

bidder within the previous years. Specific details must be given to indicate the

extent to which these previous experiences relate to the work described in the

TOR.

The bidder must take note of the following:

Please attach a minimum of three (3) written reference letters for the

similar services (construction work) within the previous five (5) years

in the letter heads of the clients. References should be presented in a

form of a written letter on an official letterhead from clients where

similar services (construction work) have been provided and may not

be longer than two (2) years. No appointment letters from clients will

be accepted as reference letters.

20%

2. Members Experience

CV’s of all major core resources should be attached with the following:

- Previous project management involvement experience;

- Construction Qualifications; and

- Knowledge of green building initiatives.

25%

Page 14: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

13 | P a g e

3. Project Plan / Methodology

Considers the responsiveness to the TOR, the level of detail in the proposal,

attention to project management and innovative approaches and ideas. Proposal

should address the following:

- Project timelines; and

- Project deliverables.

40%

4. Capacity

The bidder is required to provide a company profile on its size, staff complement,

infrastructure, etc. Maximum points allocation of 10% for demonstration of

capacity of the company.

The bidder is required to submit a certified copy of certification of compliance

with the Compensation for Occupational Injuries & Diseases (COID) Act.

Maximum points allocation of 5% for demonstration of capacity for compliance

with COID.

15%

TOTAL 100%

9.3. Phase 3: The 80/20 Principle based on Price and B-BBEE status level contributor.

Points will be awarded to a bidder for attaining the B-BBEE status level of contributor in

accordance with the table below:

Points will be awarded to a bidder for attaining the B-BBEE status level of contributor in

accordance with the table below:

B-BBEE Status Level of Contributor Number of Points (80/20 system)

1 20

2 18

3 14

4 12

5 8

6 6

7 4

8 2

Page 15: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

14 | P a g e

Non-Compliant contributor 0

10. Other Conditions:

Only bidders who obtain at least 70% under Functional/Technical Evaluation will be

considered for further evaluation in phase three on their price proposal and BEE

Status Level of Contributor.

Bidders are further requested to provide separate financial and technical proposals.

Bidders are requested to provide a clear agreement regarding joint

venture/consortia. The percentage involvement of each company in the joint

venture agreement should be indicated on the agreement. A trust, consortium or

joint venture must submit a consolidated B-BBEE Status Level Verification

Certificate for every separate bid.

Bidders are required to submit original and valid B-BBEE Status Level Verification

Certificates or certified copies thereof together with their bids, to substantiate their

B-BBEE rating claims. Current and valid original or certified B-BBEE Certificate or

Sworn Affidavit for Exempted Micro Enterprise (EME)/Qualifying Small Business

Enterprise (QSE) must be submitted. (Failure to submit a certificate will result in

scoring 0 for B-BBEE.);

A person will not be awarded points for B-BBEE status level if it is indicated in the

bid documents that such a bidder intends sub-contracting more than 25% of the

value of the contract to any other enterprise that does not qualify for at least the

points that such a bidder qualifies for, unless the intended sub-contractor is an EME

that has the capability and ability to execute the sub-contract.

A person awarded a contract may not sub-contract more than 25% of the value of

the contract to any other enterprise that does not have an equal or higher B-BBEE

status level than the person concerned, unless the contract is sub-contracted to an

EME that has the capability and ability to execute the sub-contract.

Fraudulent practices shall result in immediate disqualification.

NLC is under no obligation to accept any bid and reserves its right not to proceed

with the appointment of any service provider that responded to the invitation to

submit proposals, for whatever reasons it may consider appropriate.

The service provider to be appointed must display an unquestionable track record

and experience with positive feedback from their existing and previous clients;

Page 16: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

15 | P a g e

The service provider must comply with all the laws and regulations of the Republic

of South Africa.

10. GENERAL GUIDELINES

10.1. Submission Instruction

Bids should be hand delivered to the address specified below: -

Phase 4A, Waverly Office Park

Phillip Frame Road, Chiselhurst

East London

5200

043 813 3510

012 432 1315

Please note that the Technical and Financial proposals should be submitted in two

(2) separate sealed envelopes clearly marked: Technical and Financial Proposal as

follows: -

Technical Financial

One (1) original One (1) original

Four (4) copies Four (4) copies

One (1) electronic copy (CD or USB) One (1) electronic copy (CD/USB)

Total submission of copies including original & CD = Twelve (12)

Bidders are requested to indicate on the cover of each document whether it is the original

document or a copy.

10.2. Late submission

Proposal received late shall not be considered. A proposal will be considered late if it

arrived one second after 11:00 am or any time thereafter. The tender (bid) box shall be

locked at exactly 11:00 am and bids arriving late will not be considered under any

circumstances. Bidders are therefore strongly advised to ensure that bids are dispatched

allowing enough time for any unforeseen events that may delay the delivery of the bid.

Page 17: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

16 | P a g e

The official Telkom time (Dial 1026) will be used to verify the exact closing time.

10.3. No legal relationship

No binding legal relationship will exist between any of the bidders and the NLC until the

execution of a signed contractual SLA. The TOR document will not form part of any such

contract or arrangement.

10.4. Evaluation of offers

Each bidder acknowledges and accepts that the NLC may, at its absolute discretion, apply

selection criteria specified in this document for the evaluation of proposals for short listing/

selecting the eligible bidder(s).

10.5. Format of your proposal

The proposal should be presented in two sections i.e. Technical Proposal and Financial

Proposal.

10.5.1 Technical proposal format

Bidders are at liberty to structure their Proposals according to any format, as long

as it covers all areas specified in this document. The Technical proposals will be

evaluated against the criteria detailed below.

10.5.2 Technical approach

The bidders should adhere to the TOR by elaborating on the services required, and

demonstrating whether the proposed process meets the requirements.

The bidder should demonstrate adherence to the TOR by elaborating on the

services required, and demonstrating whether the proposed process meets the

requirements.

Bidders must, at a minimum, cover the under-mentioned in their technical approach

and return as part of their submission:

Page 18: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

17 | P a g e

How they propose to carry out the requirements to achieve the outcomes

identified in the terms of reference including any possible problems that

might hinder delivery and how they will avoid, or overcome, such

problems.

The position(s) involved in the direct delivery of the service to be provided

and in the overall management of the work and the names of the people

who will fill these positions. Provide information in a table format e.g.:

Name Position Duties/

activities

Turnaround time to

complete task

10.6 Disclosures

The bidder must disclose:

If they are or have been the subject of any proceedings or other arrangements

relating to bankruptcy/ insolvency.

If they have been convicted of, or are the subject of any proceedings, relating

to:

- A criminal offence or other offence, involving the activities of a criminal nature in its

organisation or found by any regulator or professional body to have committed

professional misconduct.

- Corruption, including the offer or receipt of any inducement of any kind in relation to

obtaining any contract with any contracting authority.

- Failure to fulfil any obligation in any jurisdiction relating to the payment of taxes and

other legal obligations.

If a bidder or related company or any individual discloses details of any previous

misconduct or complaint, the NLC will seek an explanation and background

details from them. At the sole discretion of the NLC, an assessment as to

whether the bidder will be allowed to continue to the next phase of the

evaluation phase will then be made.

Disclosure extends to any company in the same group of the bidder, including

but not limited to parent, subsidiary and sister companies, companies with

common shareholders (whether direct or indirect) and parties with whom the

bidder is associated in respect of this tender.

Page 19: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

18 | P a g e

10.7 Disclaimer

The NLC reserves the right not to appoint a service provider.

The NLC also reserves the right to:

Award the contract or any part thereof to one or more service providers;

Reject all bids;

Decline to consider any bids that do not conform to any aspect of the bidding

requirements;

Request further information from any bidder after the closing date for clarity

purposes;

Cancel this tender or any part thereof at any time;

Should any of the above occur, it will be communicated in writing to the

bidders.

10.8 Confidentiality

Bids submitted will not be revealed to any other bidders and will be treated as

contractually binding;

All information pertaining to the NLC obtained by the bidder as a result of

participation in this RFP is confidential and must not be disclosed without written

authorisation from the NLC; and

The successful bidder will be expected to sign a SLA with the NLC.

10.9 Disqualification

Any form of canvassing/lobbying/influence regarding the short listing will result

in disqualification;

Any non-disclosure of any other information pertaining to this bid will result in

disqualification;

Non-compliance with the bid requirements will invalidate the bid; and

Non-compliance with all the applicable Acts, Regulations and by-laws will result

in the disqualification of the bid.

Page 20: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

19 | P a g e

10.10. Prices

All services’ pricing should be inclusive of all taxes etc. and payment shall be

made in South African Rand;

The NLC may require a breakdown of rates on any of the items priced and the

bidders are to provide same without any additional cost and also provide a

“Pricing Grid” or “Transaction Fee Schedule”; and

The total amount should be carried out on the Standard Bidding Form (SBD1).

10.11. Prices adjustments

No price adjustment

10.12. Validity

A proposal shall remain valid for ninety (90) days after the closing date of the

submission for proposals. A proposal which is valid for a shorter period may be

rejected by the NLC for non-responsiveness; and

In exceptional circumstances, the NLC may solicit the bidder’s consent to an

extension of the period of the validity of the bid. The request and responses thereto

shall be made in writing. A bidder that has been granted the request will neither be

required nor permitted to modify the Proposal.

10.13. Signatories

All responses to this RFP should be signed off by the authorised signatories of the

bidder.

11. LOCAL PRODUCTION AND CONTENT

The NLC promotes Local Production and Content. In the case of designated sectors,

only locally produced goods, services or works or locally manufactured goods, with a

stipulated minimum threshold for local production and content will be considered. NLC

reserves the right at its sole discretion to set minimum thresholds for sectors which may

Page 21: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

20 | P a g e

not have been declared as designated sectors by the Department of Trade & Industry

(DTI) in an effort to stimulate local production and content where relevant.

12. CLARIFICATIONS / ENQUIRIES

Telephonic request for clarification will not be considered. Any clarification required by

a bidder regarding the meaning or interpretation of the TOR or any other aspects

concerning the bid is to be requested in writing (letter, facsimile or e-mail) from the below

contact persons. The bid reference number should be mentioned in all correspondence.

12.1 Bid Enquiries

Name and Surname: Tshepiso Mahlake

E-mail: [email protected]

Telephone: 012 432 1315

Enquiries received will be responded to within two (2) working days of receiving the

enquiry.

THE NLC IS NOT OBLIGED TO ACCEPT THE LOWEST OR ANY BID AND RESERVES

THE RIGHT TO ACCEPT ANY BID IN WHOLE OR PART

Page 22: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

RENOVATIONS AND REFURBISHMENTS TO “07 ROCHESTER

STREET, VINCENT”

EAST LONDON PROVINCIAL OFFICE (VINCENT)

SCOPE OF WORKS

Page 23: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

INDEX

1-VISUAL SCOPE OF WORKS

2-NARATED SCOPE OF WORKS

1-VISUAL SCOPE OF WORKS

Page 24: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

PROPOSED RENOVATIONS AND REFURBISHMENT –WORKS APPROACH

Existing roof structure to be

removed completely

Page 25: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

Floor coverings to be removed and

replaced with new.

Page 26: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

Demolish wall as shown on plans

and make good.

Page 27: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

Remove existing floor coverings and prepare the floor to receive new

floor coverings.

Remove existing sanitaryware

Prepare walls to receive new paint

Page 28: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

Demolish existing

timber staircase in

preparation for new

concrete staircase

Remove floor carpeting and

prepare the floor to receive new

floor coverings.

Page 29: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

2-PROVISIONAL SCOPE OF WORKS

Remove existing

door and frame,

brick up exiting door

opening as shown on

plans and make

good.

Page 30: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

1. YARD WOKS:

External works

Supply and install NLC’s new signage according to NLC’s spec

Supply and install new landscaping as per the NLC’s spec

Dismantle existing steel parking carport in preparation for the extension of the building

Remove all external paving works and concrete blocks and send to the salvage yard to be packed

according to the project managers instruction

Installation of new paving work according to Architectural designs

Remove all kerbs and any other precast units and send to the salvage yard

Install new concrete kerbs and channels as per the architectural design

Remove shrubs and trees and send to the salvage yard

Supply and Install new parking carports according to NLC’s spec

Page 31: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

2. Building works:

Internal works

Remove existing floor tiles

Prepare floor surface to receive new floor tiles

Supply and install non slippery floor tiles on open plan and with carpet on enclosed offices

according to NLC’s spec

Prepare walls to receive new paint

Paint walls according to NLC’s spec

Remove and replace existing doors as per NLC’s spec

Remove existing, reasonably damaged doors and handover to employer

Supply and install doors, to replace damaged, according to NLC’s spec

Paint existing painted doors according to NLC’s spec

Remove existing, reasonably damaged ceiling boards and cornices

Supply and install ceiling boards and cornices, to replace the damaged, according to NLC’s spec

Prepare existing internal walls to receive new paint and/or finish

Paint existing internal walls according to the NLC’s spec

Remove reasonably damaged window frames

Supply and install window frames, to replace the damaged, according to NLC’s spec

Prepare window frames to receive new paint

Paint window frames according to NLC’s spec

Remove existing, reasonably damaged window sills

Supply and Install window sills, to replace the damaged, according to NLC’s spec

Remove existing kitchen cupboard, Bedroom cupboards and drawers and handover to the employer

Supply and install new or re-use existing kitchen cupboards and drawers to match with NLC’s spec

Remove existing counters and handover to the employer

Page 32: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

Supply and Install new counters according to NLC’s spec

Remove reasonably damaged air conditioner and handover to employer and/or Re-use air conditioners

which are reasonably in a good condition and serviceable

Supply and install new air conditioner according to NLC’s spec

Prepare existing painted doors to receive new paint

Paint existing painted doors according to NLC’s spec

Remove damaged windows and handover to the employer

Supply and install windows to replace the existing windows, according to the NLC’ s spec

Supply and install ceiling boards and cornices according to NLC’s spec

Paint ceiling boards and cornices according to NLC’s spec

Remove existing burglar bars/grills

Install new burglar bars/grills according to NLC’s spec

Paint burglar bars/grills according to NLC’s spec

Remove steel/metal works and hand over to the employer

Install new steel/metal works according to NLC’s spec

Paint steel/metal works to receive new painting according to NLC’s spec

Remove existing sanitary fittings and handover to employer

Supply and install new sanitary fittings according to NLC’s spec

Remove existing wall tiles

Prepare wall surface for new tile installation

Supply and install wall tiles according to NLC’s spec

Remove existing plumbing and drainage and handover to employer

Supply and install new plumbing and drainage

Paint all internal and external face brick walls according to PRASA spec

Page 33: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

External works

Roofs:

Completely remove existing roof structure and hand over to the employer

Prepare walls up to beam filling level for installation of new roof structure

Install a completely new roof structure according to NLC’s spec

External Walls: Extension to existing structure

Break and/or demolish existing walls as per structural design

Excavations for new brick walls

Concrete works in foundations for external brick walls

Plaster to external walls

Paint and/or finish to walls as per NLC’s spec

Prepare existing walls to receive new paint

Paint walls according to NLC’s spec

Prepare external wall to receive new paint and/or finish

Paint and/or finish to external walls according to NLC’s spec

Page 34: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Igniting Distinctive Quantity Surveying

3. Miscellaneous Work- Installations

Supply and install security system

Installation of new parking Car-ports

Supply and install WIFI

Supply and install general lighting including DB box etc.

Rubble removal and site cleaning

Remove only damaged rainwater goods and handover to employer

Supply and install rain water goods according to NLC’s spec

Paint all existing and new rainwater goods according to NLC’s spec

Supply and Install upgraded IT system according to NLC’s spec

Supply an installation of water supply

Supply and installation of Standby Generator

Supply and installation of fire extinguishers

Risk assessment to be done

Page 35: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

37 m²Board room

35 m²Open plan office

13 m²Meeting room

8 m²Sick bay

8 m²Server room

33 m²Dining

RedundantRoom

Kitchen

19 m²Office 3

19 m²Office 2

25 m²Office 1

19 m²Reception area

14 m²Office 4

14 m²Kiosk

8 m²Female

WC?

25 m²Waiting area

10 m²Male

3 m²Para

5

A102

6

A102

500mm line of roof overhang

110Ø pvc soilpipe invert level min 450 with min fall 1:60 to sewer connection

IE

110Ø

pvc

soi

lpip

e in

vert

leve

l min

450

w

ith m

in fa

ll 1:

60 to

sew

er c

onne

ctio

n

500m

m li

ne o

f ro

of o

verh

ang

1000

mm

line

of

roof

ove

rhan

g

500m

m li

ne o

f ro

of o

verh

ang

D06

D06

D06

D06

D06

D06

D06

D06

D06D06

D05

59

W02

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W01

W03

W03

D06

D05

D0359

D04

W05W

05

W04

D06 D06

D06

D06D06

D06

D06

D05

D01

D06

D06

D02W05 W03 W03 W03 W03 W03 W03W05

D06

W03

1.2.3.3.4.5.6.

270 5506 270 4210 110 980 110 3706 220 5730 270

270 871 270 3733 220 10071 220 5457 270

270 20842 270

1141 4003 632 9609 5997

21382

2706

1022

035

2022

014

8011

010

0011

013

0011

022

1111

022

1122

010

7011

042

8822

0

270

4350

220

1480

270

2140

270

3817

110

2868

110

4200

110

4200

110

4300

270

270

6050

270

2140

270

3817

270

2548

270

1292

027

0

270

2855

527

0

1346

025

4843

5721

4065

90

2909

5

27061

088

0

270 2141 220 1600 110 1850 110 3955 110 4796 220 1200 110 3660 270490

270

270 2141 220 1540 110 900 110 900 110 1350 110 900 110 900 110 3381 110 890 110 890 220 5730 270

270 20842 270

2411 12701 6270

21382

220

3520

220

3160

110

925

110

4317

220

1090

110

2448

110

1730

220

220

5488

220

4132

270

3190

270

760

220

3520

220

220

1807

022

0

3960

760

3460

5075

5255

1851

0

440

110

1265

110Ø pvc soilpipe invert level min 450 with min fall 1:60 to sewer connection

IE IEIEIEIEIEIE

IE IE

IE IE

IE

IE

IE

10201020

00

0

-85

0

existing staircase to be demolished

1000

1000

new concrete staircase rise 170 mmtread 255 mm

Re

Re

wall to be demolished as shown on plans and make good all trades.

remove existing door and frame, bricked up existing door opening as shown on plans and make good all trades.

new

ope

ning

as

show

n on

pl

ans

and

mak

e go

od a

ll tra

des.

all counters and counter topsby specialist to client's specifications

Pass

age

tile

Interlocking concrete pavers

Interlocking concrete pavers

2000

2500

grass

grass

NOTE :All final levels to bedetermined in site.Please consult Architectfor confirmation.

IBR Kliplock 686 sheeting Colour:Sunset Red. fixed on evenly space battens. Industrial roof insulation on battens on pre-manufactured timber trusses to Roof truss contractors specifications. 100mm aerolite above ceiling insulation.

150mm Concrete Slab to Structural Engineer's Detail Slab Soffit to be Painted White

parapet wall

1 2 3 4

5

6

2500

2000

2000

4500

R o

c h

e s

t e

r S

t r e

e t

Erf:8470

55.10m

Interlocking concrete pavers

Erf:

Existing house

Erf:8471

Interlocking concrete pavers

55.10m

55.1

0m55.1

0m

NO

obs

truct

ion

Vehi

cle

Entra

nce

Bell

mou

th e

ntra

nces

(to

be

cons

truct

ed w

ith h

eavy

dut

y ke

rbin

g at

a ra

dius

of 6

, 5

MIN

25m

m

ASPH

ALT

2m building line

2m b

uild

ing

line

4.5m

bui

ldin

g lin

e

2m building line

grass

grass

Existing Garage

prop

osed

814

Erf:8472

stormwater run-off

stormwater run-off stormwater

run-off

stormwater run-off

stormwater run-off

stormwater run-off

Ex. e

ntra

nce

Ex. e

ntra

nce

ARCHITECTS:

[email protected]______www.80something.co.za

Owner:

Scale:

Sheet:

Revision:

Designed By

Drwawing No.

Checked

Drawn By

Drwawing title:

Sign.

Sign.

Sign.

SACAP: (PrArch) Reg. No. 5830

.........................................................Lusapo John Walaza

No. 9 Sterre road, Nancefield, Gauteng, 1811TEL : (011) 945 1210FAX : 086 602 6488

Consultans:

Client:

NOTES:BASED ON THE NATIONAL BUILDING REGULATIONS AND SABS Code of Practice 0400-1987.

B STRUCTURAL NOTESThe design of the STRUCTURAL ELEMENTS AND COMPONENTS will be carried out by a PROFESSIONAL ENGINEER who has certified that the design complies with the requirements of The National Building Regulations.

C ROOM DIMENSIONSHABITABLE ROOMS will have a floor area of not less than 6sqm, a minimum horizontal dimension of not less than 2m and a minimum height of 2,4m.

D PUBLIC SAFETYThe edge of any CHANGE OF LEVEL more than 1m above any adjacent level is provided with a BALUSTRADE or PARAPET WALL not less than 1m high and such balustrade will not have any openings larger than 100mm.

E DEMOLITION WORKAll demolitions, including protection of the public, will be executed in strict accordance with Part E of The National Building Regulations.

F SITE OPERATIONSAll site operations, including protection of the public, will be executed in strict accordance with Part F of The National Building Regulations under the supervision of the ARCHITECT and the ENGINEER.Approved sanitary facilities for all personnel will be available before the commencement of and throughout the duration of the building operations.SOIL POISONING: The ground area prescribed in code of practice SABS 0124 shall be treated in accordance with the recommendations of SABS 0124.

G EXCAVATIONS, H FOUNDATIONS, J FLOORS, K WALLSParts G, H, J and K will be designed by a PROFESSIONAL ENGINEER and will be executed in strict accordance with the National Building Regulations and SABS 0400.Approved DAMP-PROOF COURSING (as SABS 248,952 or 298) extending the full thickness of walls to be installed at all WALLS at the level at the TOP of the SURFACE BED at least 150mm above the adjoining ground and at all WINDOW SILLSAn approved VERTICAL WATERPROOF MEMBRANE to be fitted where a WALL of a room is in contact with the ground.Roofs to be ANCHORED to walls in compliance with clause KK13 of The National Building Regulations.

L ROOFSSee sections and roof plans for notes and details.

O LIGHTING AND VENTILATIONHABITABLE ROOMS to be provided with WINDOWS.The total area of any such window is to be not less than 10% of the floor area served by it for NATURAL LIGHT, and such window will be provided with opening sections for NATURAL VENTILATION the total area of which will not be less than 5% of the floor area of the room, or 0.2sqm, whichever is the greater.

P DRAINAGESINGLE STACK and 2 PIPE SYSTEMS as shown complying with Part P of the National Regulations and comprising the following:-100∅ DISCHARGE STACKS, SOIL DISCHARGE PIPES, DRAINS and STACK VENTS of approved material.50 dia SOIL DISCHARGE PIES to urinals.40 dia WASTE DISCHARGE PIPES to wash hand basins's, showers, baths, sinks discharging to single stacks.GULLY to comply with P29.

All waste fittings to have RESEALING TRAPS and water seals not less than 65mm.ACCESS to the drainage installation to be provided by adequately marked and protected and permanently accessible RODDING EYES at all changes of direction, within 1,5m of the drain connection to the sewer, at the highest point of the drain and at 25m intervals along the line of the drain.INSPECTION EYES at all bends and junctions.

Block D, Hartfied Gardens333 Grosvernor Street

Hartfield, Pretoria0083

Tell: 012 632 1300

Srsqs Quantity SurveyorsCnr. John Vorster & Karee StreetSouthdowns Office Park,block D

Centurion, Irene.0157

Tell: 012 665 0996

2018/10/25 7:55:42 AM

As indicated

Floor, Roof and Site layout plan

Author

Checker

Designer

Project Number A101

ADDITIONS ANDALTERATIONS TO EXISTINGHOUSE ON Erf. No. 8470, 7

ROCHESTER STREETVINCENT, EAST LONDON

1 : 10001 Ground Floor level

Area scheduleArea of site

Ground floor

Proposed

existing house

Total

Coverage

F.a.r

Coverage Percentage

945m²

200.90m²

233.00m²

474.90m²

50%

1 : 200Roof Layout Plan

1 : 20000 Site Floor Plan2

existing garage 41m²

474.90m²

Page 36: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

STRAPPING

METAL APRONFLASHING

DERBIGUM STAR

DERBIGUM COLLAR

CUT

Ground Floor level0

Window level2125

Underside Of Slab2890

Level 83145

Level 93910

Level 101020

NOTE :All final levels to bedetermined in site.Please consult Architectfor confirmation.

all windows and doors as per schedule

IBR Kliplock 686 sheeting Colour:Sunset Red. fixed on evenly space battens. Industrial roof insulation on battens on pre-manufactured timber trusses to Roof truss contractors specifications. 100mm aerolite above ceiling insulation.

15 mm plaster & paint to owner's choice

15 mm plaster & paint to owner's choice

Ground Floor level0

Window level2125

Underside Of Slab2890

NOTE :All final levels to bedetermined in site.Please consult Architectfor confirmation.

all windows and doors as per schedule

IBR Kliplock 686 sheeting Colour:Sunset Red. fixed on evenly space battens. Industrial roof insulation on battens on pre-manufactured timber trusses to Roof truss contractors specifications. 100mm aerolite above ceiling insulation.

15 mm plaster & paint to owner's choice

Level 7-1615

Level 83145

Level 101020

NOTE :All final levels to bedetermined in site.Please consult Architectfor confirmation.

all windows and doors as per schedule

IBR Kliplock 686 sheeting Colour:Sunset Red. fixed on evenly space battens. Industrial roof insulation on battens on pre-manufactured timber trusses to Roof truss contractors specifications. 100mm aerolite above ceiling insulation.

15 mm plaster & paint to owner's choice

Ground Floor level0

Window level2125

Underside Of Slab2890

Level 7-161525

5

Level 83145

Level 93910

Level 101020

NOTE :All final levels to bedetermined in site.Please consult Architectfor confirmation.

all windows and doors as per schedule

IBR Kliplock 686 sheeting Colour:Sunset Red. fixed on evenly space battens. Industrial roof insulation on battens on pre-manufactured timber trusses to Roof truss contractors specifications. 100mm aerolite above ceiling insulation.

150mm Concrete Slab to Structural Engineer's Detail Slab Soffit to be Painted White

15 mm plaster & paint to owner's choice

Ground Floor level0

Window level2125

Underside Of Slab2890

Office 3?Office 4

?Female

?Male

?

GENERAL FOUNDATIONS NOTE:FOUNDATIONS TO BE ESCAVATED BELOW ANY FILLING TO A DEPTH OF THE

ENGINEERS SPECIFICATION.IF A CONCRETE APRON IS RECOMMENDED, IT SHOULD BE LAID AT MINIMUM OF 255

BELOW FGL AND COVERED WITH HARDPACKED SOIL.

40mm SCREED 100mm SURFACEBED ON 250 MICRON USB GREEN FILLING AS PER ENGINEER ON COMPACTED GROUND FILLING IN

LAYERS NOT EXCEEDING 150mm MAX - ALL TO ENGINEER

NOTE :All final levels to bedetermined in site.Please consult Architectfor confirmation.

700 x 300 min 25mpa concrete foundation to engineers

specification min. 255 below nglDRAINAGE AROUND THE STRUCTURE MUST BE CONTROLLED IN ORDER TO KEEP THE FOUNDATION DRY. THE GROUND SURFACE AROUND THE WALL MUST BE

SHAPED WITH A POSITIVE FALL AWAY FROM THE WALL. AN IMPERMIABLE APRON OF 1.5 - 2m WIDE MUST BE FORMED AROUND THE WALL AND RAINWATER MUST BE

LED AWAY FROM THE WALL TO PREVENT PONDING OF WATER ABOVE THE FOUNDATION.

IBR Kliplock 686 sheeting Colour:Sunset Red. fixed on evenly space battens. Industrial roof insulation on battens on pre-manufactured timber trusses to Roof truss contractors specifications. 100mm aerolite above ceiling insulation.4mm Torched on Derbigum Waterproofing on

40mm min Cement Screed to Fall on170mm Concrete Slab to Structural Engineer's DetailSlab Soffit to be Painted White

dpc to be incorporated beneath all window cills and

underneath all floors

all windows and doors as per schedule

10°

Ground Floor level0

Window level2125

Underside Of Slab2890

Level 7-1615

2720

2720

Level 83145

Level 93910

Level 101020

2465

2125

220

506

2890

GENERAL FOUNDATIONS NOTE:FOUNDATIONS TO BE ESCAVATED BELOW ANY FILLING TO A DEPTH OF THE

ENGINEERS SPECIFICATION.IF A CONCRETE APRON IS RECOMMENDED, IT SHOULD BE LAID AT MINIMUM OF 255

BELOW FGL AND COVERED WITH HARDPACKED SOIL.

40mm SCREED 100mm SURFACEBED ON 250 MICRON USB GREEN FILLING AS PER ENGINEER ON COMPACTED GROUND FILLING IN

LAYERS NOT EXCEEDING 150mm MAX - ALL TO ENGINEER

NOTE :All final levels to bedetermined in site.Please consult Architectfor confirmation.

700 x 300 min 25mpa concrete foundation to engineers

specification min. 255 below ngl

DRAINAGE AROUND THE STRUCTURE MUST BE CONTROLLED IN ORDER TO KEEP THE FOUNDATION DRY. THE GROUND SURFACE AROUND THE WALL MUST BE

SHAPED WITH A POSITIVE FALL AWAY FROM THE WALL. AN IMPERMIABLE APRON OF 1.5 - 2m WIDE MUST BE FORMED AROUND THE WALL AND RAINWATER MUST BE

LED AWAY FROM THE WALL TO PREVENT PONDING OF WATER ABOVE THE FOUNDATION.

IBR Kliplock 686 sheeting Colour:Sunset Red. fixed on evenly space battens. Industrial roof insulation on battens on pre-manufactured timber trusses to Roof truss contractors specifications. 100mm aerolite above ceiling insulation.

4mm Torched on Derbigum Waterproofing on40mm min Cement Screed to Fall on170mm Concrete Slab to Structural Engineer's DetailSlab Soffit to be Painted White

dpc to be incorporated beneath all window cills and

underneath all floors

Open plan office?

Office 4?

10°

10°

all windows and doors as per schedule

100

Architect's specification* Final corbelling detail to

match existingplastered to

MinimumDUAL REINFORCED DERBIGUM SP4

Coping to specification

Screed to fall

Fillet min. 50/50mm

Internal face

overlap

100

fully sealed using COLDBOND90 or Torch Fusion

rendered smooth

Roof slab to Engineersspecification

Stepped dpc

towards rwp

Glass fibre/polyester counter flashing overcoated with GEOFLEX

min 1:100Screed to fall

fully sealedDERBIGUM SP4

400x400 SP4 pad

Slab to specification

dressed into outlet

ARCHITECTS:

[email protected]______www.80something.co.za

Owner:

Scale:

Sheet:

Revision:

Designed By

Drwawing No.

Checked

Drawn By

Drwawing title:

Sign.

Sign.

Sign.

SACAP: (PrArch) Reg. No. 5830

.........................................................Lusapo John Walaza

No. 9 Sterre road, Nancefield, Gauteng, 1811TEL : (011) 945 1210FAX : 086 602 6488

Consultans:

Client:

NOTES:BASED ON THE NATIONAL BUILDING REGULATIONS AND SABS Code of Practice 0400-1987.

B STRUCTURAL NOTESThe design of the STRUCTURAL ELEMENTS AND COMPONENTS will be carried out by a PROFESSIONAL ENGINEER who has certified that the design complies with the requirements of The National Building Regulations.

C ROOM DIMENSIONSHABITABLE ROOMS will have a floor area of not less than 6sqm, a minimum horizontal dimension of not less than 2m and a minimum height of 2,4m.

D PUBLIC SAFETYThe edge of any CHANGE OF LEVEL more than 1m above any adjacent level is provided with a BALUSTRADE or PARAPET WALL not less than 1m high and such balustrade will not have any openings larger than 100mm.

E DEMOLITION WORKAll demolitions, including protection of the public, will be executed in strict accordance with Part E of The National Building Regulations.

F SITE OPERATIONSAll site operations, including protection of the public, will be executed in strict accordance with Part F of The National Building Regulations under the supervision of the ARCHITECT and the ENGINEER.Approved sanitary facilities for all personnel will be available before the commencement of and throughout the duration of the building operations.SOIL POISONING: The ground area prescribed in code of practice SABS 0124 shall be treated in accordance with the recommendations of SABS 0124.

G EXCAVATIONS, H FOUNDATIONS, J FLOORS, K WALLSParts G, H, J and K will be designed by a PROFESSIONAL ENGINEER and will be executed in strict accordance with the National Building Regulations and SABS 0400.Approved DAMP-PROOF COURSING (as SABS 248,952 or 298) extending the full thickness of walls to be installed at all WALLS at the level at the TOP of the SURFACE BED at least 150mm above the adjoining ground and at all WINDOW SILLSAn approved VERTICAL WATERPROOF MEMBRANE to be fitted where a WALL of a room is in contact with the ground.Roofs to be ANCHORED to walls in compliance with clause KK13 of The National Building Regulations.

L ROOFSSee sections and roof plans for notes and details.

O LIGHTING AND VENTILATIONHABITABLE ROOMS to be provided with WINDOWS.The total area of any such window is to be not less than 10% of the floor area served by it for NATURAL LIGHT, and such window will be provided with opening sections for NATURAL VENTILATION the total area of which will not be less than 5% of the floor area of the room, or 0.2sqm, whichever is the greater.

P DRAINAGESINGLE STACK and 2 PIPE SYSTEMS as shown complying with Part P of the National Regulations and comprising the following:-100∅ DISCHARGE STACKS, SOIL DISCHARGE PIPES, DRAINS and STACK VENTS of approved material.50 dia SOIL DISCHARGE PIES to urinals.40 dia WASTE DISCHARGE PIPES to wash hand basins's, showers, baths, sinks discharging to single stacks.GULLY to comply with P29.

All waste fittings to have RESEALING TRAPS and water seals not less than 65mm.ACCESS to the drainage installation to be provided by adequately marked and protected and permanently accessible RODDING EYES at all changes of direction, within 1,5m of the drain connection to the sewer, at the highest point of the drain and at 25m intervals along the line of the drain.INSPECTION EYES at all bends and junctions.

Block D, Hartfied Gardens333 Grosvernor Street

Hartfield, Pretoria0083

Tell: 012 632 1300

Srsqs Quantity SurveyorsCnr. John Vorster & Karee StreetSouthdowns Office Park,block D

Centurion, Irene.0157

Tell: 012 665 0996

2018/10/25 7:55:59 AM

1 : 100

Elevations and Sections

Author

Checker

Designer

Project Number A102

ADDITIONS ANDALTERATIONS TO EXISTINGHOUSE ON Erf. No. 8470, 7

ROCHESTER STREETVINCENT, EAST LONDON

1 : 100East

1 : 100North

1 : 100South

1 : 100West

1 : 100Section 1

1 : 100Section 2

drainage outlet for roof slabsParapet detail for roof slabs

Page 37: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

600

600

600

1800

2125

W01

26

Window No.

Quantity

Type of frame

Finish

Mechanism/Fittings

Standard extruded aluminum window framePowder-coated finish, color to color scheduleAll standard mechanisms / fittings as normally required for such a window

Glazing Type of glass : clear / obscure float glass. Glass thickness : to NBR (see glass schedule : title block)

fitting of Glass Glass to be factory fitted to manufacturer's specification

2125

W02

02

Standard extruded aluminum window framePowder-coated finish, color to color scheduleAll standard mechanisms / fittings as normally required for such a windowType of glass : clear / obscure float glass. Glass thickness : to NBR (see glass schedule : title block)Glass to be factory fitted to manufacturer's specification

2125 30

060

0

900

600

W03

09

Standard extruded aluminum window framePowder-coated finish, color to color scheduleAll standard mechanisms / fittings as normally required for such a windowType of glass : clear / obscure float glass. Glass thickness : to NBR (see glass schedule : title block)Glass to be factory fitted to manufacturer's specification

DOOR DESCRIPTION

DOOR FRAME

DOOR FINISH

QUANTITY

18820MM X 2125MM ALUMINIUM HINGED DOUBLE DOOR WITH MIDRAIL HUNG ON PAIR OF ALUMINIUM BUTTS,GLAZED IN ACCORDANCE WITH SANS 10160:2010, SANS 10137:2002, SANS 10400:2010 (PART N OFSECTION 3) AND SANS 1263:2006, ALL IN ACCORDANCE WITH AAAMSA SELECTION GUIDE FOR GLAZEDALUMINIUM ARCHITECTURAL ALUMINIUM PRODUCTS.

D01

01

PURPOSE-MADE ALUMINIUM FRAME, MANUFACTURED FROM STANDARD ALUMINIUM SECTIONS.PURPOSE-MADE ALUMINIUM FRAME, MANUFACTURED FROM STANDARD ALUMINIUM SECTIONS.

STANDARD POWDER COATED WHITE TO MANUFACTURERS SPECIFICATIONS

ironmongery

GLAZING 6,38MM ENVIROSAFE CLEAR SAFETY LAMINATE N.S.

5000

1014 990 990 990 1014

D04

01

ALUMINIUM HINGED FOLDING DOOR WITH MIDRAIL HUNG ON PAIR OF ALUMINIUM BUTTS,GLAZED IN ACCORDANCE WITH SANS 10160:2010, SANS 10137:2002, SANS 10400:2010 (PART N OFSECTION 3) AND SANS 1263:2006, ALL IN ACCORDANCE WITH AAAMSA SELECTION GUIDE FOR GLAZEDALUMINIUM ARCHITECTURAL ALUMINIUM PRODUCTS.

PURPOSE-MADE ALUMINIUM FRAME, MANUFACTURED FROM STANDARD ALUMINIUM SECTIONS.PURPOSE-MADE ALUMINIUM FRAME, MANUFACTURED FROM STANDARD ALUMINIUM SECTIONS.

STANDARD POWDER COATED WHITE TO MANUFACTURERS SPECIFICATIONS

6 MM ENVIROSAFE CLEAR SAFETY LAMINATE N.S.

2465

D03

01

D06

25

D02

01

D05

03

925

GENERAL NOTES:1. THE CONTRACTOR IS REQUIREDTO CHECK THAT NONE OF THE PAGES ARE MISSING OR DUPLICATED. IF ANY PART OF THIS SCHEDULE ISINDISTINCT OR CONTAINS ANY OBVIOUS ERRORS, THE CONTRACTOR MUST MAKE WRITTEN APPLICATION TOTHE ARCHITECT TO HAVE SUCH ERRORS RECTIFIED.2. UNLESS OTHERWISE INDICATED, ALL ELEVATIONS ARE EXTERNAL ELEVATIONS.3. DOOR FRAMES AREA TO BE ADEQUATELY PROTECTED AGAINST DAMAGE AND SPOILING AFTERFIXING INTO POSITION.4. GLASS SHALL BE FREE FROM FLAWS, SPECKS, SCRATCHES, BUBBLES AND ANY OTHER DEFECTS,AND SHALL BE CLEANED DOWN UPON COMPLETION. BROKEN GLASS SHALL BE REPLACED AT THECONTRACTOR'S EXPENSE.5. EVERY WINDOW IS TO BE TESTED UPON COMPLETION OF THE CONTRACT, ADJUSTED WHERENECESSARY AND LEFT IN PERFECT WORKING ORDER.6. FRAMES AND LININGS ARE TO BE ADEQUATELY PROTECTED AGAINST DAMAGE AND SPOILINGAFTER FIXING IN POSITION.7. ALL WINDOWS ARE TO HAVE FACTORY FITTED BURGLAR BARS.8. GLASS TO BE MARKED IN ACCORDANCE TO SABS 0137-200 CODE OF PRACTICE.9. ALL EXTERNAL DOORS TO BE FITTED WITH WEATHER STRIP

Note:All dimensions to be checkedand verified on site prior tomanufacture.Allow for a clear silicone bead allaround both sides of windowframe.All juctions of aluminiumsections to be sealed with clearsilicone bead all around tomanufacturer's recomendationswhere cut & mitred.

Note:All glazing to be executed strictly in conformancewith the glassmanufacturers recommendations and all inaccordance with the National BuildingRegulations.Clear glass in accordance with DSS SANS10400-XA, Part X: Evironmental Sustainability &Part XA: Energy Usagein Buildings and SANS 204 for energy effieciencyin buildings, SABS 0400,SABS 1263 andAAAMSA selection guide for safety glazingmaterials.

Swartland Cape Culture door frame with full glass with 90 x 70mm rebated, moulded, grooved and weather grooved hardwood door frame with full glass toplight and 90 x 44mm splay rebated, grooved and weather grooved sealed with a linseed oil basedtransit stabilizing sealer.

PURPOSE-MADE ALUMINIUM FRAME, MANUFACTURED FROM STANDARD ALUMINIUM SECTIONS.PURPOSE-MADE ALUMINIUM FRAME, MANUFACTURED FROM STANDARD ALUMINIUM SECTIONS.

STANDARD POWDER COATED WHITE TO MANUFACTURERS SPECIFICATIONS

6 MM ENVIROSAFE CLEAR SAFETY LAMINATE N.S.

Sand down new timber surface to a fine smooth finish and apply three coats Swartland Maxicare Mahogany quality timber sealant (Code: MC/W/MAH/1), all in accordance with the manufacturer`s recommendations.

Sand down new timber surface to a fine smooth finish and apply three coats Swartland Maxicare Mahogany quality timber sealant (Code: MC/W/MAH/1), all in accordance with the manufacturer`s recommendations.

Swartland Cape Culture door frame with full glass toplight with 90 x 70mm rebated, moulded, grooved and weather grooved hardwood door frame with full glass toplight and 90 x 44mm splay rebated, grooved and weather grooved sealed with a linseed oil basedtransit stabilizing sealer.

44mm semi-solid core door size 813 x 2032mm with Masonite Plain standard S.A.B.S approved hardboard,on both sides for door size 813 x 1882mm high.

Stop, fill, sand down and prepare wood surfaces. Apply one coat Wood Primer, one coat Universal Undercoat, two coats Super Universal Enamel paint to new interior general wood surfaces.All applied in strict accordance to manufacturersColour: As per colour schedule.

105 x 50mm moulded and rebated hardwood door frame, overall size 889 x 2090mmsuitable for single door with fan light, size 813 x 2032mm high.

N/A 6 MM ENVIROSAFE CLEAR SAFETY LAMINATE N.S. N/A

Cylinder lockset with hollow brushed stainless steel or aluminium furniture as per Dorma, or similar approved by the Architect.

Cylinder lockset with hollow brushed stainless steel or aluminium furniture as per Dorma, or similar approved by the Architect.

Cylinder lockset with hollow brushed stainless steel or aluminium furniture as per Dorma, or similar approved by the Architect.

Cylinder lockset with hollow brushed stainless steel or aluminium furniture as per Dorma, or similar approved by the Architect.

AS PER MANUFACTURER'S SPECIFICATIONAS PER MANUFACTURER'S SPECIFICATION

813 X 2032 X 40MM THICK "TDM" SEMI SOLID DOOR WITHCOMMERCIAL VENEER BOTH SIDES AND 2 HARDWOODCONCEALED EDGES.

556

600 900 600

2100600

W04

01

Standard extruded aluminum window framePowder-coated finish, color to color scheduleAll standard mechanisms / fittings as normally required for such a windowType of glass : clear / obscure float glass. Glass thickness : to NBR (see glass schedule : title block)Glass to be factory fitted to manufacturer's specification

Standard extruded aluminum window framePowder-coated finish, color to color scheduleAll standard mechanisms / fittings as normally required for such a windowType of glass : clear / obscure float glass. Glass thickness : to NBR (see glass schedule : title block)Glass to be factory fitted to manufacturer's specification

W04

05

600

600

1200

600 600 600

1800 900

600

300 90

0

2125

8931480 815

Office 1

Meeting room

Board room

Filing room

Server room

Waiting area

Reception

Kitchen

Office 2

Office 3

Office 4

Dining

V. Male toilets

V. Female toilets

O. Male toilets

O. Male toilets

Sick Bay

Floor Skirting Wall Ceiling

Approved 12.7mm x 120mm x1200mm stained and sealed mahogany floor planks with brushed aluminium strips inlays

330x330mm ceramic floor tiles code: un 512. fixed with a min 5mm bed of rapid hardening adhesive and grouted with 3mm flush joints

330x330mm ceramic floor tiles code: un 512. fixed with a min 5mm bed of rapid hardening adhesive and grouted with 3mm flush joints

330x330mm ceramic floor tiles code: un 512. fixed with a min 5mm bed of rapid hardening adhesive and grouted with 3mm flush joints

330x330mm ceramic floor tiles code: un 512. fixed with a min 5mm bed of rapid hardening adhesive and grouted with 3mm flush joints

600 mm x 600 mm Porcelain tiles or similar

600 mm x 600 mm Porcelain tiles or similar

600 mm x 600 mm Porcelain tiles or similar

600 mm x 600 mm Porcelain tiles or similar

Open space & Passages

Floorworx Laminated Floor or similar approvedStrip design boards size 1225 x 200 x 7mm thick water proof membrane layer lapped 200mm including 40mm turn

Floorworx Laminated Floor or similar approvedStrip design boards size 1225 x 200 x 7mm thick water proof membrane layer lapped 200mm including 40mm turn

carpet 100% recycled matirial colour blue

carpet 100% recycled matirial colour blue

Approved 12.7mm x 120mm x1200mm stained and sealed mahogany floor planks with brushed aluminium strips inlays

Approved 12.7mm x 120mm x1200mm stained and sealed mahogany floor planks with brushed aluminium strips inlays

Approved 12.7mm x 120mm x1200mm stained and sealed mahogany floor planks with brushed aluminium strips inlays

330x330mm ceramic floor tiles code: un 512. fixed with a min 5mm bed of rapid hardening adhesive and grouted with 3mm flush joints

raised floor to manufacture's specification

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

75x19mm meranti skirting sand papered, 1 coat sanding sealer, 3 coats clear varnish screwed and plugged to wall with counter sunk screws at 450mm c/c.

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

200x200mm glazed ceramic wall tiles fixed with prof adhesive & pointed with 3mm flush joints to 2200mm high. above 2200mm; 2 x coat eggshell acrylic, on 1 x undercoat, on 2 x coats plaster.

200x200mm glazed ceramic wall tiles fixed with prof adhesive & pointed with 3mm flush joints to 2200mm high. above 2200mm; 2 x coat eggshell acrylic, on 1 x undercoat, on 2 x coats plaster.

200x200mm glazed ceramic wall tiles fixed with prof adhesive & pointed with 3mm flush joints to 2200mm high. above 2200mm; 2 x coat eggshell acrylic, on 1 x undercoat, on 2 x coats plaster.

200x200mm glazed ceramic wall tiles fixed with prof adhesive & pointed with 3mm flush joints to 2200mm high. above 2200mm; 2 x coat eggshell acrylic, on 1 x undercoat, on 2 x coats plaster.

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats eggshell acrylic1 x coat undercoat1 x coat smooth gypsum plaster1 x coat cement plaster

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

2 x coats acrylic paint, 1 x undercoat to plastered 6.4mm thick gypsum ceiling, sand papered, sealed and primed with 2x50mm fibre glass insulation laid crosswise with a single sheet of kraft paper laid underneath.

SANITARYWARE

Basins –Manufactured of acrylic material (white colour) as per developer’s preferred choice and range.

Toilets –Wall - hung (white colour) with Geberit or similar system as per developer’s preferred choice and range.

Mixers (wash hand basin, bath and or shower) -Grohe or similar as per developer’s preferred choice and range.

Kitchen sink -Stainless steel double bowl sink as per developer’s preferred choice and range.

Accessories -toilet roll holder and towel rail per bathroom and as per developer’s preferred choice and range.

FOUNDATIONS

Concrete strip footings –As per approved plans and Engineer’s detail.STRUCTURE

Main dwelling to have 2220mm external cavity and 110mm partition internal walls (where indicated)

Reinforced pre-cast concrete lintels over all openings.

Concrete deck to be precast.

MISCELLANEOUSMechanical ventilation in compliance with the NBR where needed, natural ventilation will be provided where practical

The material specified in this specification will serve only as a guideline and the developer reserves the right to amend the specification at his sole discretion. Any deviation in specification will be of similar quality.

2141

2125

595

2720

ARCHITECTS:

[email protected]______www.80something.co.za

Owner:

Scale:

Sheet:

Revision:

Designed By

Drwawing No.

Checked

Drawn By

Drwawing title:

Sign.

Sign.

Sign.

SACAP: (PrArch) Reg. No. 5830

.........................................................Lusapo John Walaza

No. 9 Sterre road, Nancefield, Gauteng, 1811TEL : (011) 945 1210FAX : 086 602 6488

Consultans:

Client:

NOTES:BASED ON THE NATIONAL BUILDING REGULATIONS AND SABS Code of Practice 0400-1987.

B STRUCTURAL NOTESThe design of the STRUCTURAL ELEMENTS AND COMPONENTS will be carried out by a PROFESSIONAL ENGINEER who has certified that the design complies with the requirements of The National Building Regulations.

C ROOM DIMENSIONSHABITABLE ROOMS will have a floor area of not less than 6sqm, a minimum horizontal dimension of not less than 2m and a minimum height of 2,4m.

D PUBLIC SAFETYThe edge of any CHANGE OF LEVEL more than 1m above any adjacent level is provided with a BALUSTRADE or PARAPET WALL not less than 1m high and such balustrade will not have any openings larger than 100mm.

E DEMOLITION WORKAll demolitions, including protection of the public, will be executed in strict accordance with Part E of The National Building Regulations.

F SITE OPERATIONSAll site operations, including protection of the public, will be executed in strict accordance with Part F of The National Building Regulations under the supervision of the ARCHITECT and the ENGINEER.Approved sanitary facilities for all personnel will be available before the commencement of and throughout the duration of the building operations.SOIL POISONING: The ground area prescribed in code of practice SABS 0124 shall be treated in accordance with the recommendations of SABS 0124.

G EXCAVATIONS, H FOUNDATIONS, J FLOORS, K WALLSParts G, H, J and K will be designed by a PROFESSIONAL ENGINEER and will be executed in strict accordance with the National Building Regulations and SABS 0400.Approved DAMP-PROOF COURSING (as SABS 248,952 or 298) extending the full thickness of walls to be installed at all WALLS at the level at the TOP of the SURFACE BED at least 150mm above the adjoining ground and at all WINDOW SILLSAn approved VERTICAL WATERPROOF MEMBRANE to be fitted where a WALL of a room is in contact with the ground.Roofs to be ANCHORED to walls in compliance with clause KK13 of The National Building Regulations.

L ROOFSSee sections and roof plans for notes and details.

O LIGHTING AND VENTILATIONHABITABLE ROOMS to be provided with WINDOWS.The total area of any such window is to be not less than 10% of the floor area served by it for NATURAL LIGHT, and such window will be provided with opening sections for NATURAL VENTILATION the total area of which will not be less than 5% of the floor area of the room, or 0.2sqm, whichever is the greater.

P DRAINAGESINGLE STACK and 2 PIPE SYSTEMS as shown complying with Part P of the National Regulations and comprising the following:-100∅ DISCHARGE STACKS, SOIL DISCHARGE PIPES, DRAINS and STACK VENTS of approved material.50 dia SOIL DISCHARGE PIES to urinals.40 dia WASTE DISCHARGE PIPES to wash hand basins's, showers, baths, sinks discharging to single stacks.GULLY to comply with P29.

All waste fittings to have RESEALING TRAPS and water seals not less than 65mm.ACCESS to the drainage installation to be provided by adequately marked and protected and permanently accessible RODDING EYES at all changes of direction, within 1,5m of the drain connection to the sewer, at the highest point of the drain and at 25m intervals along the line of the drain.INSPECTION EYES at all bends and junctions.

Block D, Hartfied Gardens333 Grosvernor Street

Hartfield, Pretoria0083

Tell: 012 632 1300

Srsqs Quantity SurveyorsCnr. John Vorster & Karee StreetSouthdowns Office Park,block D

Centurion, Irene.0157

Tell: 012 665 0996

2019/01/10 3:45:18 PM

1 : 100

Doors, Window & Finishingschedule

Author

Checker

Designer

Project Number A103

ADDITIONS ANDALTERATIONS TO EXISTINGHOUSE ON Erf. No. 8470, 7

ROCHESTER STREETVINCENT, EAST LONDON

1 : 100Doors, Window & Finishing schedule

Page 38: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

SBD1

1

PART A INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF DEPARTMENT/ PUBLIC ENTITY)

BID NUMBER: NLC/2019 -04 CLOSING DATE: 15 MARCH 2019 CLOSING TIME: 11:00

DESCRIPTION APPOINTMENT OF A SERVICE PROVIDER TO CONVERT A RESIDENTIAL BUILDING TO AN OFFICE BUILDING FOR THE NATIONAL LOTTERIES COMMISSION IN THE EASTERN CAPE PROVINCE (EAST LONDON OFFICE)

BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)

NATIONAL LOTTERIES COMMISSION (NLC), Phase 4A, Waverly Office Park, Phillip Frame Road, Chiselhurst, East

London

BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO:

CONTACT PERSON Tshepiso Mahlake / Bojane Mosima CONTACT PERSON Simon Fete

TELEPHONE NUMBER 012 432 1315 / 1344 TELEPHONE NUMBER 012 432 1515

FACSIMILE NUMBER FACSIMILE NUMBER

E-MAIL ADDRESS [email protected] E-MAIL ADDRESS [email protected]

SUPPLIER INFORMATION

NAME OF BIDDER

POSTAL ADDRESS

STREET ADDRESS

TELEPHONE NUMBER CODE NUMBER

CELLPHONE NUMBER

FACSIMILE NUMBER CODE NUMBER

E-MAIL ADDRESS

VAT REGISTRATION

NUMBER

SUPPLIER

COMPLIANCE STATUS

TAX

COMPLIANCE

SYSTEM PIN:

OR

CENTRAL

SUPPLIER

DATABASE

No: MAAA

B-BBEE STATUS

LEVEL VERIFICATION

CERTIFICATE

TICK APPLICABLE BOX]

Yes No

B-BBEE STATUS LEVEL SWORN

AFFIDAVIT

[TICK APPLICABLE BOX]

Yes No

[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]

ARE YOU THE

ACCREDITED

REPRESENTATIVE IN

SOUTH AFRICA FOR

THE GOODS

/SERVICES /WORKS

OFFERED?

Yes No

[IF YES ENCLOSE PROOF]

ARE YOU A FOREIGN BASED

SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No

[IF YES, ANSWER PART B:3 ]

QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO

DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO

DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO

DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO

IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW.

Page 39: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

SBD1

2

PART B TERMS AND CONDITIONS FOR BIDDING

1. BID SUBMISSION:

1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR

CONSIDERATION.

1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN THE BID DOCUMENT.

1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL

PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL

CONDITIONS OF CONTRACT.

1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).

2. TAX COMPLIANCE REQUIREMENTS

2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.

2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE

ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS.

2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE

WWW.SARS.GOV.ZA.

2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.

2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE

TCS CERTIFICATE / PIN / CSD NUMBER.

2.6 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER

MUST BE PROVIDED.

2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE

PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE

STATE.”

NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.

SIGNATURE OF BIDDER: ……………………………………………

CAPACITY UNDER WHICH THIS BID IS SIGNED: ……………………………………………

(Proof of authority must be submitted e.g. company resolution)

DATE: …………………………………………...

Page 40: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

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 a price quotation, advertised competitive bid, limited bid or proposal). 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): ……………………………………..

2.4 Company Registration Number: ………………………………………………………………………..…….

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);

Page 41: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

(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: ……....………………………………

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 / NO

the appropriate authority to undertake remunerative

work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO

document?

(Note: Failure to submit proof of such authority, where

applicable, 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 / NO

trustees / shareholders / members or their spouses conduct

business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

…………………………………………………………………..

…………………………………………………………………..

Page 42: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

…………………………………………………………………...

2.9 Do you, or any person connected with the bidder, have YES / NO

any 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?

2.9.1If so, furnish particulars.

……………………………………………………………...

…………………………………………………………..….

………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NO

aware of any relationship (family, friend, other) between

any other bidder and any person employed by the state

who may be involved with the evaluation and or adjudication

of this bid?

2.10.1 If so, furnish particulars.

………………………………………………………………

………………………………………………………………

………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO

of the company have any interest in any other related companies

whether or not they are bidding for this contract?

2.11.1 If so, furnish particulars:

…………………………………………………………………………….

…………………………………………………………………………….

…………………………………………………………………………….

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

Full Name Identity

Number

Personal Tax

Reference Number

State Employee

Number / Persal

Number

Page 43: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

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 IN TERMS OF

PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION

PROVE TO BE FALSE.

………………………………….. ..……………………………………………

Signature Date

…………………………………. ………………………………………………

Position Name of bidder

May 2011

Page 44: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

SBD 8

DECLARATION 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; or

c. 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 No

4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of

Restricted Suppliers 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 Accounting Officer/Authority of the institution that

imposed the restriction after the audi alteram partem rule was applied).

The Database of Restricted Suppliers now resides on the National Treasury’s

website(www.treasury.gov.za) and can be accessed by clicking on its link at the

bottom of the home page.

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)?

The Register for Tender Defaulters can be accessed on the National Treasury’s

website (www.treasury.gov.za) by clicking on its link at the bottom of the home

page.

Yes

No

4.2.1 If so, furnish particulars:

Page 45: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

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:

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 Js365bW

Page 46: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

1

SBD 9 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.

Page 47: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

2

SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

______________________________________________________________________________

(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

Page 48: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

3

SBD 9

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.

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.

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

SBD 9

Page 49: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

4

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

Js914w 2

Page 50: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

SBD 6.1

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

a) 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; or

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

B-BBEE STATUS LEVEL OF CONTRIBUTOR

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.

Page 51: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Page 2 of 5

2

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

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

min

min180

P

PPtPs or

min

min190

P

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:

Page 52: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Page 3 of 5

3

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?

(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 people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Page 53: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Page 4 of 5

4

Black people who are military veterans

OR

Any 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

(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

Page 54: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

Page 5 of 5

5

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

(e) forward the matter for criminal prosecution.

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

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES 1. ……………………………………..

2. …………………………………….

Page 55: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

ANNEXURE D NLC/2019 - 04

Annexure D: NLC Bid Submission Checklist – Mpumalanga Office Building

BID SUBMISSION CHECKLIST: APPOINTMENT OF A SERVICE PROVIDER TO

CONVERT A RESIDENTIAL BUILDING TO AN OFFICE BUILDING FOR THE

NATIONAL LOTTERIES COMMISSION IN THE EASTERN CAPE PROVINCE (EAST

LONDON)

Name of the bidder :

Item Description Yes No

1 Compulsory (Mandatory) Requirements

Please indicate below if whether the SBD (Standard Bidding Document) Forms are duly completed and signed by the relevant person:

1.1 SBD 1

1.2 SBD 4

1.3 SBD 6.1

1.4 SBD 8

1.5 SBD 9

*Only the original signed SBD Forms of the above will be accepted

1.6 In the event of the bidder being in a joint venture, a signed joint venture agreement must be submitted (where applicable)

1.7 In the event of the bidder being a consortium organization, relevant shareholding certificates must be submitted (where applicable).

1.8 Bidder must be an Exempted Micro Enterprise (EME)/Qualifying Small Business Enterprise (QSE) exempted micro which is at least 100% owned by black people (supported by certified copy of B-BBEE Certificate or Sworn Affidavit).

1.9 The bidder must have a stipulated minimum B-BBEE status level one (1) of contribution and consolidated if bidders are in a Joint Venture (JV)

1.10 Certified copy of a valid Construction Industry Development Board (CIDB) certificate with minimum of

Page 56: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

ANNEXURE D NLC/2019 - 04

Annexure D: NLC Bid Submission Checklist – Mpumalanga Office Building

5GB or higher and consolidated if bidders are in a Joint Venture(JV)

1.11 The bidder is required to submit a certified copy of certification of compliance with the Compensation for Occupational Injuries & Diseases (COID) Act

1.12 In the event of the bidder with litigation history, accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five (5) years should be provided.

1.13 To confirm localization, bidders are required to submit proof of residence in the form of Municipal Bill or proof of residence letter from the local councilor/leader or a certified copy of a signed SLA.

2. Administrative Requirements

2.1 Valid Tax Clearance Certificate (TCC).

2.2 Company/Agency Profile.

2.3 B-BBEE Certificate.

2.4 Central Supplier Database (CSD) Summary Report.

3. Submission of Proposals:

3.1 Technical Proposal:

3.1.1 One (1) original

3.1.2 Four (4) copies

3.2 Financial (Price) Proposal:

3.2.1 One (1) original

3.2.2 Four (4) copies

3.2.3 One (1) electronic copy (CD) for both technical & financial proposal

Page 57: INVITATION TO BID · 2020. 3. 29. · Hatfield, Pretoria 0083 Telephone: 012-432 1300/1344/1315 Email: TshepisoM@nlcsa.org.za for the attention of Tshepiso Mahlake 4. Closing date

ANNEXURE D NLC/2019 - 04

Annexure D: NLC Bid Submission Checklist – Mpumalanga Office Building

4. Bid Document Responsiveness: Do you adhere to the bid documents and terms of reference?