national department of health · t2.2l letter of good standing t2.2m particulars of mechanical...
TRANSCRIPT
1
National Department of Health
TENDER DOCUMENT
FOR
BID NO: NDOHF01/2019-2020 – SILOAM
HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
TENDERING PROCEDURES VOLUME 1 PREPARED FOR: PREPARED BY: National Department of Health Sakhiwo Health Solutions Civitas Building 980 Jan Shoba, 222 Thabo Sehume Street Brooklyn, Pretoria Pretoria, 0001 0181
NAME OF TENDERER: ________________________________________ CRS NUMBER: _______________________________________________
MAY 2019
2
CONTENTS Volume Number Heading Volume 1 Volume 2
Tendering Procedures T1.1 Tender Notice And Invitation To Tender T1.2 Tender Data T1.3 Annex F: CIDB Standard Conditions of Tender Returnable Documents T2.1 List of Returnable Schedules/Documents C1.1 Form of Offer and Acceptance C1.2 Contract Data C2.2 Preliminaries, Bills of Quantities, & Final Summary T2.2a Resolution for Signatory
T2.2b Resolution of Board of Directors to Enter into Consortium or Joint Venture (JV) Agreements
T2.2c Schedule of Proposed Sub-Contractors T2.2d Schedule of Key Personnel: Construction Manager T2.2e Schedule of Key Personnel: Construction Supervisor T2.2f Bank Rating T2.2g Record of Addenda to Tender Documents T2.2h Schedule of Plant and Equipment T2.2j Compulsory Enterprise Questionnaire T2.2k CIDB Grading Certificate – Proof of Registration T2.2l Letter of Good Standing T2.2m Particulars of Mechanical Detection Contractor T2.2n Particulars of Electrical Contractor T2.2p Particulars of IT and Security Contractor T2.2q References T2.2r Functionality claimed by Contractor SBD1 Invitation to Bid: Part A and B SBD 4 Declaration of Interest
SBD 6.1 Preference Points Claim Form In Terms Of The Preferential Procurement Regulations 2017
SBD 6.2 Declaration Certificate for Local Production and Content or Designated Sectors Annex C Local Content Declaration – Summary Schedule SBD 8 Declaration of Bidder’s Past Supply Chain Management Practices SBD 9 Certificate of Independent Bid Determination T2.2s BBBEE Certificate or Sworn Affidavit T2.2t Proof of Registration with Centralized Supplier Database T2.2u Electrical Subcontractor’s Wireman’s licence Annexure A Company Experience & Contactable References Part C1: Agreement and Contract Data C1.3 Fixed Construction Guarantee Part C2: Pricing Data C2.1 Pricing Instructions Part C3: Scope of Work C3.1 Scope of Works C3.2 Project Specific Health and Safety Specification C3.3 HIV/AIDS Awareness Specification C3.4 Drawings and Technical Specifications Part C4: Site Information C4.1 Site Information
Site plan
3
VOLUME 1: TENDERING PROCEDURES
4
T1.1: TENDER NOTICE AND INVITATION
TO TENDER
5
T1.1: TENDER NOTICE AND INVITATION TO TENDER NATIONAL DEPARTMENT OF HEALTH
PROJECT NAME
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD
AND MORTUARY PHASE 2
TENDER No. NDOHF01/2019-2020
Any reference to words “Bid” or Bidder” herein and/or in any other documentation shall be construed to have the same meaning as the words “Tender” or “Tenderer”. The attention of tenderers is drawn to the eligibility criteria in the table below. Tenderers are required to familiarise themselves thoroughly with the conditions of tender as contained in the Tender Data (T1.2) and the Standard Conditions of Tender (T1.3) which form part of the tender document. Only tenderers that are responsive to responsiveness criteria contained in the table below are eligible to have their tenders evaluated: Preferential Procurement Policy Framework Act (PPPFA), Act no. 5 of 2000 and its associated Regulations Of 2017. The 80/20 Preference Point system will be applied where a maximum of Eighty (80) tender adjudication points will be awarded for price and Twenty (20) points will be awarded for preference. The stipulated minimum threshold(s) for local production and content for this bid is/are as follows:
Only locally produced or locally manufactured steel products and components for construction with a stipulated minimum threshold of 100% for local production and content will be considered. Tenderers are required to comply with the requirements for Local Content and Production for Designated Sectors as described in clause F.4.7 of the Tender Data. Tenders that fail to comply shall not be evaluated further.
Description of services, works or goods
Stipulated minimum threshold
Description of services, works or goods
Stipulated minimum threshold
Electrical Cables : Steel Construction Materials:
• Low Voltage 90% • Fabricated Structural Steel
100%
• Medium and High Voltage
90% • Frames 100%
• Roof and Cladding 100% Valves Products and Actuators :
• Fasteners 100%
• Gate Valves 70% • Wire Products 100% • Taps, Cocks 70% • Reinforcing bars 100%
Solar water heating :
• Storage tanks/geysers 70% • Solar collectors 70%
6
Only those tenderers who are registered with the cidb, or are capable of being so prior to the evaluation of submissions, in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction Industry Development Regulations, for a 7GB Or Higher class of construction work, are eligible to have their tenders evaluated. Joint ventures are eligible to submit tenders provided that: 1. every member of the joint venture is registered with the cidb; 2. the lead partner has a contractor grading designation in the 7GB or Higher class
of construction work; and 3. the combined contractor grading designation calculated in accordance with the
Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 7GB or Higher class of construction work or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction Industry Development Regulations.
4. they have a signed joint venture agreement
Only tenderers who have access to a suitably qualified and experienced construction manager who will be the single-point of accountability and responsibility for the management of the construction works as described in clause F.2.1.2 of the tender data shall be eligible to have their tenders evaluated.
Only tenderers who have access to a suitably qualified and experienced construction supervisor as described in clause F.2.1.3 of the Tender Data shall be eligible to have their tenders evaluated.
Tenders that are responsive to the criteria stated above shall be evaluated further in accordance with the conditions of tender as stipulated in the Tender Data (T1.2) and the Standard Conditions of Tender (as amended), which form part of this tender document.
Responsive tenders shall be evaluated in accordance with Method 2: Price and Preference.
1. COLLECTION OF TENDER DOCUMENTS:
Tender documents (In hard copy) may be collected during working hours at the following
address:
National Department of Health Civitas Building Cnr Thabo Sehume & Struben Street Pretoria 0001
No deposit is payable on collection of the tender documents. A compulsory clarification meeting with the representatives of the Employer will take place as
follows: Date: 20TH JUNE 2019 Venue: On site at Siloam Hospital Time: 11:00
7
2. ENQUIRIES RELATED TO TENDER DOCUMENTS MAY BE ADDRESSED TO:
Procurement Contact: SD Dlamini E-mail [email protected]
Tel. No. 012 395 8930
3. DEPOSIT / RETURN OF TENDER DOCUMENTS: The closing time and date for submission of tenders is 11:00 on 28TH JUNE 2019 where tenders will be opened to the public. The following must be noted by all bidders;
1. Telegraphic, telephonic, telex, facsimile (faxed), email and late tenders will not be accepted.
2. The requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data (T1.2)
3. All tenders must be submitted on the official, hardcopy documents issued with the bid including any addenda issued to prospective bidders by the Department.
4. Tender documents must be deposited in the tender box at the address indicated below: DEPOSITED IN THE TENDER BOX AT: National Department of Health Civitas Building Cnr Thabo Sehume & Struben Street Pretoria 0001
8
T1.2: TENDER DATA
9
T1.2: TENDER DATA
PROJECT NAME SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD
AND MORTUARY PHASE 2
BID NUMBER NDOHF01/2019-2020
Clause number
The conditions of tender are the Standard Conditions of Tender as contained in Annex F of Board Notice 136 of 2015 in Government Gazette No. 38960 of 10 July 2015, Construction Industry Development Board (CIDB) Standard for Uniformity in Construction Procurement. (See www.cidb.org.za) which are reproduced without amendment or alteration for the convenience of tenderers as an Annex to this Tender Data. The Standard Conditions of Tender make several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the standard conditions of tender. Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it mainly applies. The following variations, amendments and additions to the Standard Conditions of Tender as set out in the Tender Data below shall apply to this tender:
F.1.1 The employer is the National Department of Health.
F.1.2 Add the following: The following documents form part of this tender:
• The Joint Building Contracts Committee Inc. (JBCC) Contract (March 2005) (Edition 4.1 Code 2101) as published by the JBCC. Tenderers may obtain copies at their own cost from the JBCC for reference purposes, email [email protected], (011) 482 3102 or (086) 100 5222
BID NO: NDOHF01/2019-2020 – SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Volume 1: Tendering Procedures T1.1 Tender Notice And Invitation To Tender T1.2 Tender Data T1.3 Annex F: CIDB Standard Conditions of Tender Returnable Documents T2.1 List of Returnable Schedules/Documents C1.1: Form of Offer and Acceptance C1.2: Contract Data C2.2: Preliminaries , Bills of Quantities, Final Summary T2.2 The Returnable Schedules/Documents Volume 2: The Draft Contract Part C1: Agreement and Contract data C1.3: Fixed Construction Guarantee Part C2: Pricing Data C2.1: Pricing Instructions
10
Part C3: Scope of Works C3.1: Scope of Works C3.2: Project Specific Health and Safety Specification C3.3: HIV/AIDS Awareness Specification C3.4: Drawings and Technical Specifications Part C4: Site Information C4.1: Site Information
F.1.4
Add the following: The employer’s agent is Sakhiwo Health Solutions Attention is drawn to the fact that verbal information, given by the Employer’s agent during site visits/clarification meetings or at any other time prior to the award of the Contract, will not be regarded as binding on the Employer. Only information issued formally by the Employer in writing to Tenderers will be regarded as amending the Tender Documents.
F1.6.2 A competitive negotiation procedure will not be followed.
F1.6.3 A two-stage system will not be followed.
F.2.1 Only those tenderers who satisfy the following eligibility criteria are eligible to submit to have their tenders evaluated: F.2.1.1 CIDB Grading Only those tenderers who are registered with the cidb, or are capable of being so prior to the evaluation of submissions, in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction Industry Development Regulations, for a 7GB Or Higher class of construction work, are eligible to have their tenders evaluated. Joint ventures are eligible to submit tenders provided that: 1. every member of the joint venture is registered with the cidb; 2. the lead partner has a contractor grading designation in the 7GB or Higher class of
construction work; and 3. the combined contractor grading designation calculated in accordance with the
Construction Industry Development Regulations is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 7GB or Higer class of construction work or a value determined in accordance with Regulation 25 (1B) or 25(7A) of the Construction Industry Development Regulations.
4. they have a signed joint venture agreement Bidders must ensure that their status on the CIDB Register of Contractors remains active (compliant) for the entire duration of the validity period up until the employer accepts the offer by completing the acceptance part of the form of offer and acceptance. Individuals must be identified for each of the key personnel listed below. F.2.1.2 Key Personnel: Construction Manager
In order to be considered for an appointment in terms of this tender, the tenderer must have the following key personnel who will be the single-point of accountability and responsibility for the management of the construction works in its employment at the close of tender. Alternatively, a signed undertaking from an organisation
11
having the required personnel, stating that they will undertake the necessary work on behalf of the tenderer in terms of a sub-consultant agreement, will be acceptable. Such undertaking must be attached to Schedule T2.2d: Schedule of Key Personnel – Construction Manager
Where the key personnel are no longer accessible to undertake the necessary work after the award of the tender, the contractor shall within a period of 10 working days replace the key personnel listed in T2.2d with a person with equivalent competencies and subject to approval by the employer. Such approval shall not be unreasonably withheld. A suitably qualified and experienced construction manager who will be the single-point of accountability and responsibility for the management of the construction works and who possesses, as a minimum, either of the following qualifications and experience:
• A degree (NQF Level 7) in the built environment with a minimum of 3 years’ experience
or • A National Diploma/Advanced Certificate (NQF Level 6) in the built
environment with a minimum of 5 years’ experience or
• A Trade Certificate (NQF Level 4) in the built environment with a minimum of 10 years’ experience
The Curriculum Vitae of all key personnel (including sub-consultants), must be submitted with the tender submission, appended to Schedule T2.2d. Bidders are referred to clause F.2.23.2 of this tender data for the requirements regarding submission of certificates of qualifications of key personnel. F.2.1.3 Key Personnel: Construction Supervisor
In order to be considered for an appointment in terms of this tender, the tenderer must have the following key personnel in its permanent employment at the close of tender. Alternatively, a signed undertaking from an organisation having the required personnel, stating that they will undertake the necessary work on behalf of the tenderer in terms of a sub-consultant agreement, will be acceptable. Such undertaking must be attached to T2.2e – Construction Supervisor. Where the key personnel are no longer accessible to undertake the necessary work after the award of the tender, the contractor shall within a period of 10 working days replace the key personnel listed in T2.2e – Construction Supervisor with a person with equivalent competencies and subject to approval by the employer. Such approval shall not be unreasonably withheld.
A suitably qualified and experienced construction supervisor and who possesses as a minimum the following qualifications:
• A Trade Certificate (NQF Level 4) in the built environment with a minimum
of 5 years’ experience The Curriculum Vitae of all key personnel (including sub-consultants), must be submitted with the tender submission, appended to Schedules T2.2d and T2.2e, respectively. Bidders are referred to clause F.2.23.2 of this tender data for the requirements regarding submission of certificates of qualifications of key personnel.
12
F.2.1.4 Bank Rating In order to be eligible for award in terms of this tender, tenderers must submit a bank rating from a recognized financial institution which indicates that the bidder possesses, as a minimum, the following bank code;
• Bank rating Code C: Good for amount quoted if strictly in the way of business – Unlikely to commit themselves beyond their means
Bidders must take note of the following; The amount of enquiry on the bank rating letter must be equal to the sum of the amount tendered (including VAT) or higher. A tender shall not be evaluated further under the following conditions;
1. A bidder who fails to provide a bank rating letter, or 2. provides a bank rating indicating a code lower than the minimum required or 3. a bank rating letter that indicates an amount of enquiry lower than the sum tendered
by the bidder, or 4. a bank rating letter that indicates no amount of enquiry
Bidders who fail to satisfy any of the above eligibility criteria contained in clause F.2.1 shall be deemed to be non-responsive and their bids shall not be considered further. Bidders shall not be provided a second opportunity by the employer to submit any information in relation to any of the above eligibility criteria where such information is not provided by the bidder, bound within the bid submission, on the date and time of the bid closing.
F.2.7 For particulars regarding a pre-tender site inspection meeting, see Tender Notice and Invitation to Tender T1.1
F.2.12 If a tenderer wishes to submit an alternative tender offer, the only criteria permitted for such alternative tender offer is that it demonstrably satisfies the Employer’s standards and requirements, the details of which may be obtained from the Employer’s Agent. Calculations, drawings and all other pertinent technical information and characteristics as well as modified or proposed Pricing Data must be submitted with the alternative tender offer to enable the Employer to evaluate the efficacy of the alternative and its principal elements, to take a view on the degree to which the alternative complies with the Employer’s standards and requirements and to evaluate the acceptability of the pricing proposals. Calculations must be set out in a clear and logical sequence and must clearly reflect all design assumptions. Pricing Data must reflect all assumptions in the development of the pricing proposal. Acceptance of an alternative tender offer will mean acceptance in principle of the offer. It will be an obligation of the contract for the tenderer, in the event that the alternative is accepted, to accept full responsibility and liability that the alternative offer complies in all respects with the Employer’s standards and requirements. The modified Pricing Data must include an amount equal to 5% of the amount tendered for the alternative offer to cover the Employer’s costs of confirming the acceptability of the detailed design before it is constructed. Alternative tender offer permitted: Yes No
F.2.13.2 Replace sub-clause F.2.13.2 with the following; Return all returnable documents to the employer after completing them in their entirety by writing in non-erasable ink
F.2.13.3 Add the following: Parts of each tender offer communicated on paper shall be submitted as an original, plus 0
13
(nought) copies.
F.2.13.4 Add the following: The tender shall be signed by a person duly authorized to do so. Tenders submitted by joint ventures of two or more firms shall be accompanied by the document of formation of the joint venture, in the form of a joint venture agreement, in which it is defined precisely the conditions under which the joint venture will function, its period of duration, the persons authorized to represent and obligate it, the participation of the several firms forming the joint venture, and any other information necessary to permit a full appraisal of its functioning. Failure to provide the joint venture agreement, bound with the tender submission, on the date and time of the closing of the bid, shall render the tender non-responsive.
F.2.13.5
Add the following: The employer’s address for delivery of tender offers and identification details to be shown on each tender offer package are: Location of tender box: National Department of Health
Physical address: Civitas Building Cnr Thabo Sehume & Struben Street Pretoria 0001
Identification details: Tender No. NDOHF01/2019-2020 Title of tender: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2 Sealed Tender with the identification details on the envelope must be placed in the appropriate official tender box at the abovementioned address
F.2.13.6 Add the following: A two-envelope procedure will not be followed.
F.2.13.10 Add the following: By signing the offer part of C1.1 Form of Offer and Acceptance the tenderer declares that all information provided in the tender submission is correct and free of misrepresentation.
F.2.15.1 Add the following to F.2.15.1: The closing time for submission of tender offers is as stated in the Tender Notice and Invitation to Tender. Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.
F.2.16.1 Add the following to F.2.16.1: The tender offer validity period is 120 days.
F.2.17 Insert the following at the end of the last sentence of the note: “…….elect to do so, provided that the competitive position of the preferred tenderer is not affected” A tender may be rejected as non-responsive if the tenderer fails to provide any clarification requested by the employer within the time for submission stated in the employer’s written request for such clarification. The clarification of a tender offer includes the provision of the priced bills of quantities (Part C2.2: Bills of Quantities).
F.2.18 Add the following: The tenderer shall, when requested by the Employer to do so, submit the names of all management and supervisory staff that will be employed to supervise the Labour Intensive portion of the works together with satisfactory evidence that such staff members satisfy the eligibility requirements.
F.2.19 Add the following: Access shall be provided for inspections, tests and analysis as may be required by the Employer refer to PW371
14
F.2.22 Add the following: Not a requirement.
F.2.23 Add the following: The tenderer is required to submit the following: F2.23.1 Broad-Based Black Economic Empowerment Status Level Certificates An original valid or valid, certified copy of a B-BBEE status verification certificate issued by a verification agency accredited by the South African Accreditation System (SANAS) or a sworn affidavit in terms of the amended B-BBEE codes. Bidders shall not be provided a second opportunity by the employer to submit the B-BBEE certificate or sworn affidavit where it is not provided by the bidder, bound within the bid submission, on the date and time of the bid closing. F2.23.2 Certificates Confirming Educational Qualifications of Key Personnel Tenderers are required to submit certified copies of educational qualifications of key personnel. A certified copy is considered to be valid when the certification is less than three months old on the date of closing of bids. Failure to submit certified copies of key personnel qualifications shall be subjected to a request from SCM to the bidder to submit such certified copies within 7 days of the request. Failure to comply with such request will result in the bid being deemed non-responsive. F2.23.3 CIDB Grading Certificate Tenders are required to provide proof of registration with the CIDB register of contractors indicating the category of registration, grading as well as the CRS number of the tenderer. F.2.23.4 Letter of Good Standing Tender are required to submit, bound with the tender submission, a letter of good from the compensation commissioner indicating that the bidder is in good standing. Failure to submit will result in the bid not being evaluated further.
F.3.2 Add the following: Notwithstanding any requests for confirmation of receipt of Addenda issued, the tenderer shall be deemed to have received such addenda if the employer can show proof of transmission thereof (or a notice in respect thereof) via electronic mail, facsimile or registered post.
F.3.4.1 Add the following: The time and location for opening of the tender offers is: Time: Tenders will be opened immediately after the closing time for receipt of Tenders as stated in the Tender Notice and Invitation to Tender (T1.1), or as stated in any Addendum extending the closing date. Location: National Department of Health Civitas Building Cnr Thabo Sehume & Struben Street Pretoria 0001
F.3.5 Add the following: A two-envelope procedure will not be followed.
F.3.8 Add the following: Tenders will be considered non-responsive if, inter alia:
15
1. the tenderer has failed to attend the compulsory briefing meeting; 2. the tender is submitted by Telegraphic, telephonic, telex, facsimile (faxed) or
email media or if the tender is submitted late. 3. the tenderer does not comply with the eligibility criteria listed in F2.1 above; 4. The resolution for signatory is not attached to the tender submission on a
company letterhead. 5. The bidder has failed to fully complete and sign both SBD 6.2 & Annex C 6. the tenderer has failed to fully complete and sign SBD1, SBD4, SBD8,
SBD9 & the Compulsory Enterprise Questionnaire. Failure to sign the required information shall be subjected to a request from SCM to the bidder to sign the required information within 7 days of the request. Failure to comply with such request will result in the bid being deemed non-responsive
F.3.11.1 Add the following: The procedure for the evaluation of responsive tenders is Method 2: Functionality, Price and Preference
F.3.11.3 Stage 1 Functionality Functionality of responsive bids submitted will be evaluated according to the predetermined criteria described below. A bid will not be evaluated further if it fails to meet the minimum threshold of total 75 points out of maximum 100 points for functionality as prescribed in the following tables and a minimum of 50% per sub-section.
FUNCTIONALITY CRITERIA POINTS ALLOCATED
A Financial Creditability 15 B Key personnel B1 Project Manager/Contact Manager 15 Key personnel B2 Site Agent 15 Key personnel B3 Site SHEQ officer 5 C Experience 50
TOTAL 100
A Financial Credibility The tenderer is to provide bank rating from his/her Banking Institution to justify credit risk
Description of Criteria Points Total points
Credit Rating of A 15
15
Credit Rating of B 12
Credit Rating of C 10
Credit Rating of D or below 5
The tenderer has failed to address the question and has not provided proof 0
Total A 15
16
B Key Personnel Points are allocated for required competencies and qualifications of allocated personnel for the project in consideration / Required key personnel are Project Manager, Site Manager and Site SHEQ Officer
B1 Project manager / Contract Manager
Description of Criteria - Experiences Points Total points
Five (5) or more projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as project / contract manager
10
10
Four (4) to Three (3) projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as project / contract manager
6
Two (2) to One (1) project (s) management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as project / contract manager
2
The tenderer has failed to address the question and has not proved competency of the proposed project manager 0
Description of Criteria - Qualifications Points Total points
Qualification : BTech/Degree in the Built Environment field of study 5
5 Qualification : National Diploma in the Built Environment field of study 3
The tenderer has failed to address the question and has not proved qualification of the proposed project manager 0
SUB-TOTAL B1 15
B2 Site Agent
Description of Criteria Points Total points
Five (5) or more projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as Site Agent/ foreman
15
15
Four (4) to Three (3) projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as Site Agent/ foreman
10
Two (2) to One (1) project (s) management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as Site Agent/ foreman
5
The tenderer has failed to address the question and has not proved competency of the proposed Site Agent/ foreman 0
SUB-TOTAL B2 15
B3 Site SHEQ Officer
Description of Criteria Experience Points Total points
Five (5) or more projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as Site SHEQ Officer
3 3
17
Four (4) to One (1) projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as SHEQ Officer
2
The tenderer has failed to address the question and has not proved competency of the proposed SHEQ Officer 0
Description of Criteria - Qualifications Points Total
points Qualification : BTech/Degree or National Diploma in Safety Management or similar approved 2
2 Qualification : Certificate in Safety Management or similar approved 1
The tenderer has failed to address the question and has not proved qualification of the proposed SHEQ Officer 0
SUB-TOTAL B3 5
TOTAL B 35
NB: Tenders are encouraged to submit CV's with contactable references and certified qualifications od proposed key personnel. Failure to submit will result in the tenderer not being awarded points on the above criteria. All copies of qualifications must be certified.
C Experience of bidder Tenderers are required to demonstrate relevant past experience and competency
and attach practical completion certificates.
Tenderers are required to submit full details of, and reliable contactable references for relevant projects (Health Projects) which were successfully completed.
Projects relevant (Health Projects) must be of similar scope, nature and size, completed within the last five (5) years. Tenderers are required to submit full details
of, and reliable contactable references for relevant projects which were successfully completed.
Successful completion of similar or comparative projects in the last tender (5) years
Description of Criteria Points Total points
Five (5) or more similar and or comparative projects successfully executed by the tenderer in the past 5 years for the minimum value of R 30 million and above.
50
50
Three (3) to Four (4) or more similar and or comparative projects successfully executed by the tenderer in the past 5 years for the minimum value of R 30 million and above.
30
One (1) to Two (2) or more similar and or comparative projects successfully executed by the tenderer in the past 5 years for the minimum value of R 30 million and above.
10
The Tenderer has failed to address the question and has not provided proof of completing similar building construction projects 0
TOTAL C 50
GRAND TOTAL 100
18
Stage 2 Price and Preference Add the following: The financial offer will be scored using the following Formula:
𝑃𝑠 = 80 �1 −P𝑡 − P𝑚𝑖𝑛
P𝑚𝑖𝑛 � where Ps = Points scored for price of tender under consideration; Pt = Price of tender under consideration; and Pmin = Price of lowest acceptable tender. The following table must be used to calculate the score out of 20 for B-BBEE status level, determined in accordance with section 9(1) of the Broad-Based Black Economic Empowerment Act (No 53 of 2003), and who have submitted original valid or valid, certified copies of B-BBEE status verification certificates issued by either a verification agency accredited by the South African Accreditation System (SANAS) or a sworn affidavit in terms of the amended BBB-EE codes. The points will be awarded as follows, based on the B-BBEE status level of the tenderer:
B-BBEE status level of contributor Number of points 1 20 2 18 3 14 4 12 5 8 6 6 7 4 8 2
Non-Compliant Contributor 0 A trust, consortium or joint venture will qualify for points for their BBB-EE status level as a legal entity, provided that the entity submits their BBB-EE status level certificate. A trust, consortium or joint venture will qualify for points for their BBB-EE status level as an unincorporated entity, provided that the entity submits their consolidated BBB-EE scorecard as if they were a group
F.3.11.10 Add the following new sub-clause: The Employer will perform a risk analysis in respect of the following: (a) reasonableness of the financial offer (b) reasonableness of unit rates and prices (c) the tenderers ability to fulfil its obligations in terms of the tender document, that is, that the tenderer can demonstrate that he/she possesses the necessary professional and technical qualifications, professional and technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience, reputation, personnel to perform the contract, etc.
F.3.13.1 Tender offers will only be accepted if:
a) the tenderer is registered and in good standing with the South African Revenue Service (SARS) or proof that he or she has made arrangement with SARS to meet his or her outstanding tax obligations. This will be verified by the Employer on the Centralized Supplier Database. Where the
19
recommended bidder is not tax compliant, the bidder will be notified of the non-compliant status and be granted seven (7) working days to rectify their compliance status with the SARS. The bidder must thereafter provide the Department with proof of its tax compliance which must be verified via the CSD or eFiling.
b) the tenderer or any of its directors is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;
c) the tender or any of its directors is not listed on the Database of Restricted Suppliers kept by the National Treasury and updated from time to time;
d) the tenderer has not: abused the Employer’s Supply Chain Management System; e) The tenderer has completed the Compulsory Enterprise Questionnaire
and there are no conflicts of interest which may impact on the tenderer’s ability to perform the contract in the best interests of the employer or potentially compromise the tender process.
F.3.17 Add the following:
The number of paper copies of the signed contract to be provided by the Employer is one.
F.4 ADDITIONAL CONDITIONS OF TENDER The additional conditions of tender are:
F.4.1 Invalid Tender Tenders shall be considered invalid and shall be endorsed and recorded as such in the tender opening record, by the responsible official who opened the tender, in the following circumstances:
a) if the tender offer is not submitted on the Form of Offer and Acceptance bound into this tender document (form C1.1, Part C1: Agreements and Contract Data);
b) if the Form of Offer and Acceptance has not been completed or has not been signed by the authorised representative of the tenderer
c) if the Form of Offer and Acceptance is signed, but the name of the tenderer is not stated or is indecipherable
d) if the tender offer is not completed in non-erasable ink;
F.4.2 Negotiations with preferred tenderers The Employer may negotiate the final terms of a contract with tenderers identified through a competitive tendering process as preferred tenderers provided that such negotiation:
a) does not allow any preferred tenderer a second or unfair opportunity; b) is not to the detriment of any other tenderer; and c) does not lead to a higher price than the tender as submitted.
Minutes of any such negotiations shall be kept for record purposes
F.4.3 Letter of good standing (COIDA) The Tenderer shall submit to the Employer a letter of good standing (COIDA)
F.4.4 Claims arising after submission of tender No claim for any extras arising out of any doubt or obscurity as to the true intent and meaning of anything contained in the Conditions of Contract, Scope of Work and Pricing Data, will be admitted by the Employer after the submission of any tender and the tenderer shall be deemed to have:
20
1) read and fully understood the whole text of the Contract Data, Scope of Work and
Pricing Data and thoroughly acquainted himself with the nature of the works proposed and generally of all matters which may influence the Contract.
2) visited the site of any proposed works. 3) requested the Employer or his duly authorized agent to make clear the actual
requirements of anything contained in the Scope of Work and Pricing Data, the exact meaning or interpretation of which is not clearly intelligible to the Tenderer.
4) received any Addenda to the tender documents which have been issued in accordance with the Employer’s Supply Chain Management Policy.
Before submission of any tender, the tenderer should check the number of pages, and if any are found to be missing or duplicated, or the figures or writing indistinct, or if the Pricing Data contain any obvious errors, the tenderer must apply to the Employer’s Agent at once to have the same rectified, as no liability will be admitted by the Employer in respect of errors in any tender due to the foregoing.
F.4.5 Imbalance in tendered rates In the event of tendered rates or lump sums being declared by the Employer to be unacceptable to it because they are either excessively low or high or not in proper balance with other rates or lump sums, the tenderer may be required to produce evidence and advance arguments in support of the tendered rates or lump sums objected to. If, after submission of such evidence and any further evidence requested, the Employer is still not satisfied with the tendered rates or lump sums objected to, it may request the tenderer to amend these rates and lump sums along the lines indicated by it. The tenderer will then have the option to alter and/or amend the rates and lump sums objected to and such other related amounts as are agreed on by the Employer, but this shall be done without altering the tender offer as tendered or, if applicable, the corrected total of prices in accordance with F.3.9.3. Should the Tenderer fail to amend his Tender in a manner acceptable to the Employer, the Employer may reject the Tender.
F.4.6 The Employer shall not formally issue tender documents in electronic format as contemplated in F.2.13.2 and F.2.13.3 and shall only issue tender documents in hardcopy. An electronic version of the issued tender documents may be made available to the tenderer, upon written request in terms of this clause, subject to the following:
(a) Electronic copies of the contract document, or parts thereof, will only be provided to tenderers who have been issued with the tender documents as contemplated in F.1.2 in hardcopy.
(b) The electronic version shall not be regarded as a substitute for the issued tender documents.
(c) The Employer shall not accept Tender submitted in electronic format. Tenderers may not complete and submit a printed copy of the electronic version of the tender document or part thereof. Only those Tender that have been completed on the issued hard copy tender document shall be considered.
(d) The Employer accepts no responsibility or liability arising from any reliance on or use of the electronic version provided in terms of this clause. The Employer further does not guarantee that the electronic version corresponds with the issued tender documents in all respects. Tenderers are alerted to the fact that electronic versions of the tender documents may not reflect any notices or addenda that amend the tender document.
(e) Any non-compliance with these provisions, including effecting any unauthorized alterations to the tender document as contemplated in F.2.11, shall render the tender invalid. The Employer reserves the right to take any action against such tenderer allowed in law including, in circumstances where the tender had already
21
been awarded, the right to cancel the contract. (f) In requesting the electronic version of the tender document or parts thereof, the
tenderer is deemed to have read, understood and accepted all of the above conditions.
F.4.7 Local Content and Production for Designated Sectors Only locally produced or locally manufactured steel products and components for construction with a stipulated minimum threshold of 100% for local production and content will be considered. If the quantity of steel products and components for construction required cannot be wholly sourced in South Africa (RSA) based manufacturers and/or at the designated local content threshold of 100%, bidders and procuring entities should obtain written authorization from the DTI should there be a need to import and a copy of this authorization letter must be submitted together with the bid document at the closing date and time. The exchange rate to be used for the calculation of local production and content must be the exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid.
A bid will be disqualified if:
• The bidder fails to achieve the stipulated minimum threshold for local production and content unless written exemption has been granted to the bidder by the DTI to bid at a lower local content level
• Failure to indicate the minimum percentage (%) or not meeting minimum percentage for local content will automatically invalidate the bid from further consideration.
• The Declaration Certificate for Local Content (SBD 6.2), the Annex C (Local Content Declaration: Summary Schedule) are not completed, duly signed, and submitted by the bidder at the closing date and time of the bid
Bidders may contact the Metals Fabrication, Capital and Rail Transport Equipment Unit within the DTI at telephone 012 394 1356 or Primary Minerals Processing and Construction Unit at telephone 012 394 5157
F.4.8 Subcontracting as a Condition of Tender The successful bidder shall be required to subcontract a minimum of 30% of the value of the Contract to EME’S or/and OSE’S enterprises determined in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act. These sub-contractors can be selected from the CIDB database who are registered on the CSD for the purposes of compliance. Bidders shall make allowance in their preliminaries for any additional costs in this regard, for example, for the preparation of work packages, management of the subcontractors including site supervision, drafting and conclusion of subcontract agreements, subcontractor OHS plan approvals, etc., that may arise due to this commitment.
F.4.9 Compliance with Occupation Health and Safety Act 1993 Tenderers are to note the requirements of the Occupational Health and Safety Act (No. 85 of 1993) and the Construction Regulations 2014 issued in terms of Section 43 of the Act. The tenderer shall be deemed to have read and fully understood the requirements of the above Act and Regulations and to have allowed for all costs in compliance therewith. Tenderers are to note that the service provider is required to ensure that all sub-contractors/sub-consultants or other engaged in the performance of this contract also comply with the above requirements.
22
T1.3: ANNEX F: CIDB STANDARD CONDITIONS OF TENDER
23
Standard Conditions of Tender
Annex F
As published in Annexure F of the cidb Standard for Uniformity for construction Procurement, Board Notice 136 Government Gazette No 38960 of 10 July 2015
F.1 General
F.1.1 Actions
F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender. In their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3, timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations and not engage in anticompetitive practices.
F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to whoever is responsible for overseeing the procurement process at the start of any deliberations relating to the procurement process or as soon as they become aware of such conflict, and abstain from any decisions where such conflict exists or recuse themselves from the procurement process, as appropriate.
Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive for improper acts in
some circumstances. A conflict of interest can create an appearance of impropriety that can undermine confidence in the ability of that person to act properly in his or her position even if no improper acts result.
2) Conflicts of interest in respect of those engaged in the procurement process include direct, indirect or family
interests in the tender or outcome of the procurement process and any personal bias, inclination, obligation, allegiance or loyalty which would in any way affect any decisions taken.
F.1.1.3 The employer shall not seek and a tenderer shall not submit a tender without having a firm intention and the capacity to proceed with the contract.
F.1.2 Tender Documents
The documents issued by the employer for the purpose of a tender offer are listed in the tender data.
F.1.3 Interpretation
F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the returnable documents are deemed to be part of these conditions of tender.
24
F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender evaluation purposes, shall not form part of any contract arising from the invitation to tender.
F.1.3.3 For the purposes of these conditions of tender, the following definitions apply: a) conflict of interest means any situation in which:
i) someone in a position of trust has competing professional or personal interests which make it difficult to fulfill his or her duties impartially;
ii) an individual or organisation is in a position to exploit a professional or official capacity in some way for their personal or corporate benefit; or
iii) incompatibility or contradictory interests exist between an employee and the organisation which employs that employee.
b) comparative offer means the price after the factors of a non-firm price and all unconditional discounts it can be utilised to have been taken into consideration;
c) corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of the employer or his staff or agents in the tender process;
d) fraudulent practice means the misrepresentation of the facts in order to influence the tender process or the award of a contract arising from a tender offer to the detriment of the employer, including collusive practices intended to establish prices at artificial levels;
e) organization means a company, firm, enterprise, association or other legal entity, whether incorporated or not, or a public body;
f) functionality means the measurement according to the predetermined norms of a service or commodity designed to be practical and useful, working or operating, taking into account quality, reliability, viability and durability of a service and technical capacity and ability of a tenderer.
F.1.4 Communication and employer’s agent
Each communication between the employer and a tenderer shall be to or from the employer's agent only, and in a form that can be readily read, copied and recorded. Communications shall be in the English language. The employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name and contact details of the employer’s agent are stated in the tender data.
F.1.5 Cancellation and Re-Invitation of Tenders
F1.5.1 An organ of state may, prior to the award of the tender, cancel a tender if-
(a) due to changed circumstances, there is no longer a need for the services, works or goods requested; or
(b) funds are no longer available to cover the total envisaged expenditure; or
(c) no acceptable tenders are received.
F1.5.2 The decision to cancel a tender must be published in the cidb website and in the government Tender Bulletin for the media in which the original tender invitation was advertised.
25
F.1.6 Procurement procedures
F.1.6.1 General
Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highest ranked or the tenderer scoring the highest number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing time for tenders.
F.1.6.2 Competitive negotiation procedure
F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers shall submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding the requirements of F.3.4, the employer shall announce only the names of the tenderers who make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect the competitive position of tenderers shall not apply.
F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory effect.
F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be advised when they are to submit their best and final offer.
F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers have been requested to submit their best and final offer.
F.1.6.3 Proposal procedure using the two stage-system
F.1.6.3.1 Option 1
Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the highest number of evaluation points and award the contract in terms of these conditions of tender.
F.1.6.3.2 Option 2
F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer
26
shall invite all responsive tenderers to submit tender offers in the second stage, following the issuing of procurement documents.
F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of evaluation stated in the tender data, and award the contract in terms of these conditions of tender.
F.2 Tenderer’s obligations
F.2.1 Eligibility F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer, or any of his principals, is not under any restriction to do business with employer.
F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval to do so prior to the closing time for tenders.
F.2.2 Cost of tendering
F2.2.1 Accept that, unless otherwise stated in the tender data, the employer will not compensate the tenderer for any costs incurred in the preparation and submission of a tender offer, including the costs of any testing necessary to demonstrate that aspects of the offer complies with requirements.
F2.2.2 The cost of the tender documents charged by the employer shall be limited to the actual cost incurred by the employer for printing the documents. Employers must attempt to make available the tender documents on its website so as not to incur any costs pertaining to the printing of the tender documents.
F.2.3 Check documents
Check the tender documents on receipt for completeness and notify the employer of any discrepancy or omission.
F.2.4 Confidentiality and copyright of documents
Treat as confidential all matters arising in connection with the tender. Use and copy the documents issued by the employer only for the purpose of preparing and submitting a tender offer in response to the invitation.
F.2.5 Reference documents
Obtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications, conditions of contract and other publications, which are not attached but which are incorporated into the tender documents by reference.
27
F.2.6 Acknowledge addenda Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply for an extension to the closing time stated in the tender data, in order to take the addenda into account.
F.2.7 Clarification meeting Attend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data.
F.2.8 Seek clarification
Request clarification of the tender documents, if necessary, by notifying the employer at least five working days before the closing time stated in the tender data.
F.2.9 Insurance
Be aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek qualified advice regarding insurance.
F.2.10 Pricing the tender offer
F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being those applicable 14 days before the closing time stated in the tender data.
F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices.
F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment except as provided for in the conditions of contract identified in the contract data.
F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of contract identified in the contract data may provide for part payment in other currencies.
F.2.11 Alterations to documents
Do not make any alterations or additions to the tender documents, except to comply with instructions issued by the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations.
F.2.12 Alternative tender offers
F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer, strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule that compares the requirements of the tender documents with the alternative requirements that are proposed.
28
F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or criteria otherwise acceptable to the employer.
F.2.12.3 An alternative tender offer may only be considered in the event that the main tender offer is the winning tender. F.2.13 Submitting a tender offer
F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to provide the whole of the works, services or supply identified in the contract data and described in the scope of works, unless stated otherwise in the tender data.
F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink.
F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies stated in the tender data, with an English translation of any documentation in a language other than English, and the parts communicated electronically in the same format as they were issued by the employer.
F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold liable for the purpose of the tender offer.
F.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages as "ORIGINAL" and "COPY". Each package shall state on the outside the employer's address and identification details stated in the tender data, as well as the tenderer's name and contact address.
F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable documents listed in the tender data in an envelope marked “financial proposal” and place the remaining returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the employer’s address and identification details stated in the tender data, as well as the tenderer's name and contact address.
F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the outside only the employer's address and identification details as stated in the tender data.
F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening of the tender offer if the outer package is not sealed and marked as stated.
F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless stated otherwise in the tender data.
F.2.14 Information and data to be completed in all respects
Accept that tender offers, which do not provide all the data or information requested completely and in the form required, may be regarded by the employer as non-responsive.
29
F.2.15 Closing time F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of delivery.
F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the requirements of these conditions of tender apply equally to the extended deadline.
F.2.16 Tender offer validity
F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period stated in the tender data after the closing time stated in the tender data.
F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an agreed additional period with or without any conditions attached to such extension.
F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or substituted by giving the employer’s agent written notice before the closing time for tenders that a tender is to be withdrawn or substituted.
F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”.
F.2.17 Clarification of tender offer after submission
Provide clarification of a tender offer in response to a request to do so from the employer during the evaluation of tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or substance of the tender offer is sought, offered, or permitted.
Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a preferred tenderer
following a competitive selection process, should the Employer elect to do so. F.2.18 Provide other material
F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the tenderer’s commercial position (including notarized joint venture agreements), preferencing arrangements, or samples of materials, considered necessary by the employer for the purpose of a full and fair risk assessment. Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the time for submission stated in the employer’s request, the employer may regard the tender offer as non-responsive.
F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required.
F.2.19 Inspections, tests and analysis
Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender data.
30
F.2.20 Submit securities, bonds and policies If requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds, guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the contract data.
F.2.21 Check final draft
Check the final draft of the contract provided by the employer within the time available for the employer to issue the contract.
F.2.22 Return of other tender documents
If so instructed by the employer, return all retained tender documents within 28 days after the expiry of the validity period stated in the tender data.
F.2.23 Certificates
Include in the tender submission or provide the employer with any certificates as stated in the tender data.
F.3 The employer’s undertakings
F.3.1 Respond to requests from the tenderer
F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five working days before the tender closing time stated in the Tender Data and notify all tenderers who drew procurement documents.
F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to submit a tender offer in terms of a previous procurement process and deny any such request if as a consequence:
a) an individual firm, or a joint venture as a whole, or any individual member of the joint
venture fails to meet any of the collective or individual qualifying requirements; b) the new partners to a joint venture were not prequalified in the first instance, either as
individual firms or as another joint venture; or c) in the opinion of the Employer, acceptance of the material change would compromise the
outcome of the prequalification process. F.3.2 Issue Addenda
If necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the period from the date that tender documents are available until three days before the tender closing time stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data, the Employer may grant such extension and, shall then notify all tenderers who drew documents.
31
F.3.3 Return late tender offers
Return tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary to open a tender submission to obtain a forwarding address), to the tenderer concerned.
F.3.4 Opening of tender submissions
F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for which acceptable reasons for withdrawal have been submitted will not be opened.
F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of his prices, number of points claimed for its BBBEE status level and time for completion for the main tender offer only.
F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request.
F.3.5 Two-envelope system
F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data and announce the name of each tenderer whose technical proposal is opened.
F.3.5.2 Evaluate functionality of the technical proposals offered by tenderers, then advise tenderers who remain in contention for the award of the contract of the time and place when the financial proposals will be opened. Open only the financial proposals of tenderers, who score in the functionality evaluation more than the minimum number of points for functionality stated in the tender data, and announce the score obtained for the technical proposals and the total price and any points claimed on BBBEE status level. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for functionality.
F.3.6 Non-disclosure
Not disclose to tenderers, or to any other person not officially concerned with such processes, information relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for the award of a contract, until after the award of the contract to the successful tenderer.
F.3.7 Grounds for rejection and disqualification
Determine whether there has been any effort by a tenderer to influence the processing of tender offers and instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent practices.
32
F.3.8 Test for responsiveness F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received:
a) complies with the requirements of these Conditions of Tender, b) has been properly and fully completed and signed, and c) is responsive to the other requirements of the tender documents.
F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender documents without material deviation or qualification. A material deviation or qualification is one which, in the Employer's opinion, would:
a) detrimentally affect the scope, quality, or performance of the works, services or supply
identified in the Scope of Work, b) significantly change the Employer's or the tenderer's risks and responsibilities under the
contract, or c) affect the competitive position of other tenderers presenting responsive tenders, if it were to
be rectified. Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation.
F.3.9 Arithmetical errors, omissions and discrepancies
F.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after the evaluation of tender offers in accordance with F.3.11 for:
a) the gross misplacement of the decimal point in any unit rate; b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in:
i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of prices; or
ii) the summation of the prices.
F3.9.2 The employer must correct the arithmetical errors in the following manner: a) Where there is a discrepancy between the amounts in words and amounts in figures, the
amount in words shall govern. b) If bills of quantities or pricing schedules apply and there is an error in the line item total
resulting from the product of the unit rate and the quantity, the line item total shall govern and the rate shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall govern, and the unit rate shall be corrected.
c) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer's addition of prices, the total of the prices shall govern and the tenderer will be asked to revise selected item prices (and their rates if bills of quantities apply) to achieve the tendered total of the prices.
33
Ps = −
Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of the arithmetical error in the manner described above.
F.3.10 Clarification of a tender offer
Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the tender offer.
F.3.11 Evaluation of tender offers
F.3.11.1 General
Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and weightings that are specified in the tender data.
F.3.11.2 Method 1: Price and Preference
In the case of a price and preference:
1) Score tender evaluation points for price 2) Score points for BBBEE contribution 3) Add the points scored for price and BBBEE.
F.3.11.3 Method 2: Functionality, Price and Preference
In the case of a functionality, price and preference:
1) Score functionality, rejecting all tender offers that fail to achieve the minimum number of
points for functionality as stated in the Tender Data. 2) No tender must be regarded as an acceptable tender if it fails to achieve the minimum
qualifying score for functionality as indicated in the tender invitation. 3) Tenders that have achieved the minimum qualification score for functionality must be
evaluated further in terms of the preference points system prescribed in paragraphs 4 and 5 below.
The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R1 million
4) (a)(i) The following formula must be used to calculate the points for price in respect of tenders( including price quotation) with a rand value equal to, or above R 30 000 and up to Rand value of R 1 000 000 ( all applicable taxes included):
801 Pt − P min
P min
Where Ps = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; and Pmin = Comparative price of lowest acceptable tender or offer.
(4)(a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a value less than R30 000, if and when appropriate:
34
(4)(b) Subject to subparagraph(4)(c), points must be awarded to a tender for attaining the B-BBEE status level of contributor in accordance with the table below:
B-BBEE status level of contributor Number of points 1 20 2 18 3 16 4 12 5 8 6 6 7 4 8 2 Non-compliant contributor 0
(4)(c) A maximum of 20 points may be allocated in accordance with subparagraph (4)(b)
(4)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in subparagraph (4) (b) must be added to the points scored for price as calculated in accordance with subparagraph (4)(a).
(4)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of points.
The 90/ 10 preference points system for acquisition of services, works or goods with a Rand value above R 1 million
(5)(a) The following formula must be used to calculate the points for price in respect of tenders with a Rand value above R1 000 000 (all applicable taxes included):
Where Ps = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; and Pmin = Comparative price of lowest acceptable tender or offer.
(5)(b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the B- BBEE status level of contributor in accordance with the table below:
B-BBEE status level of contributor Number of points 1 10 2 9
35
B-BBEE status level of contributor Number of points 3 8 4 5 5 4 6 3 7 2 8 1 Non-compliant contributor 0
(5)(c) A maximum of 10 points may be allocated in accordance with subparagraph (5)(b).
(5)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in subparagraph (5) (b) must be added to the points scored for price as calculated in accordance with subparagraph (5)(a).
(5)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of points.
F.3.11.6 Decimal places
Score price, preference and functionality, as relevant, to two decimal places.
F.3.11.7 Scoring Price
Score price of remaining responsive tender offers using the following formula:
NFO = W1 x A
where: NFO is the number of tender evaluation points awarded for price.
W1 is the maximum possible number of tender evaluation points awarded for price as stated in the Tender Data. A is a number calculated using the formula and option described in Table F.1 as stated in the Tender Data.
Table F.1: Formulae for calculating the value of A
Formula Comparison aimed at achieving Option 1a
Option 2 a
1 Highest price or discount A = (1 +( P - Pm)) Pm
A = P / Pm
2 Lowest price or percentage commission / fee
A = (1 - (P - Pm)) Pm
A = Pm / P
a Pm is the comparative offer of the most favourable comparative offer. P is the comparative offer of the tender offer under consideration.
F.3.11.8 Scoring preferences
Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender data and reject all claims for preferences where tenderers are not eligible for such preferences. Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender data.
36
F.3.11.9 Scoring functionality
Score each of the criteria and subcriteria for quality in accordance with the provisions of the Tender Data.
Calculate the total number of tender evaluation points for quality using the following formula:
NQ = W2 x SO / MS
where: SO is the score for quality allocated to the submission under
consideration; MS is the maximum possible score for quality in respect of a submission; and W2 is the maximum possible number of tender evaluation points awarded for the quality as
stated in the tender data
F.3.12 Insurance provided by the employer
If requested by the proposed successful tenderer, submit for the tenderer's information the policies and / or certificates of insurance which the conditions of contract identified in the contract data, require the employer to provide.
F.3.13 Acceptance of tender offer
Accept the tender offer, if in the opinion of the employer, it does not present any risk and only if the tenderer:
a) is not under restrictions, or has principals who are under restrictions,
preventing participating in the employer’s procurement, b) can, as necessary and in relation to the proposed contract, demonstrate that
he or she possesses the professional and technical qualifications, professional and technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience and reputation, expertise and the personnel, to perform the contract,
c) has the legal capacity to enter into the contract, d) is not insolvent, in receivership, under Business Rescue as provided for in chapter
6 of the Companies Act, 2008, bankrupt or being wound up, has his affairs administered by a court or a judicial officer, has suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing,
e) complies with the legal requirements, if any, stated in the tender data, and f) is able, in the opinion of the employer, to perform the contract free of conflicts of
interest. F.3.14 Prepare contract documents
F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the employer as part of the tender documents to take account of:
37
a) addenda issued during the tender period, b) inclusion of some of the returnable documents, and c) other revisions agreed between the employer and the successful tenderer.
F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any.
F.3.15 Complete adjudicator's contract
Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is signed.
F.3.16 Notice to unsuccessful tenderers
F.3.16.1 Notify the successful tenderer of the employer's acceptance of his tender offer by completing and returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the tender data, or agreed additional period.
F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other tenderers that their tender offers have not been accepted.
F.3.17 Provide copies of the contracts
Provide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the contract as soon as possible after completion and signing of the form of offer and acceptance.
F.3.18 Provide written reasons for actions taken
Provide upon request written reasons to tenderers for any action that is taken in applying these conditions of tender, but withhold information which is not in the public interest to be divulged, which is considered to prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers. F3.19 Transparency in the procurement process F3.19.1 The cidb prescripts require that tenders must be advertised and be registered on the cidb i.Tender system.
F3.19.2 The employer must adopt a transparency model that incorporates the disclosure and accountability as transparency requirements in the procurement process. F3.19.3 The transparency model must identify the criteria for selection of projects, project information template and the threshold value of the projects to be disclosed in the public domain at various intervals of delivery of infrastructure projects.
F3.19.4 The client must publish the information on a quarterly basis which contains the following information:
38
Procurement planning process Procurement method and evaluation process Contract type Contract status Number of firms tendering Cost estimate Contract title Contract firm(s) Contract price Contract scope of work Contract start date and duration Contract evaluation reports
F3.19.5 The employer must establish a Consultative Forum which will conduct a random audit in the implementation of the transparency requirements in the procurement process.
F3.19.6 Consultative Forum must be an independent structure from the bid
committees. F3.19.7 The information must be published on the employer’s website. F 3.19.8 Records of such disclosed information must be retained for audit purposes.
39
T2.1 LIST OF RETURNABLE DOCUMENTS
40
T2.1: LIST OF RETURNABLE SCHEDULES/DOCUMENTS
T2.2: RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION PURPOSES
No. Document Name Number of pages issued
Returnable Document
C1.1 Form of Offer and Acceptance 4 Yes No
C1.2 Contract Data 16 Yes No
C2.2 Preliminaries, Bills of Quantities & Final Summary 328 Yes No
T2.2a Resolution for Signatory 1 Yes No
T2.2b Resolution of Board of Directors to Enter into Consortium or Joint Ventures 2 Yes No
T2.2c Schedule of Proposed Sub-Contractors 1 Yes No
T2.2d Schedule of Key Personnel: Construction Manager 1 Yes No
T2.2e Schedule of Key Personnel: Construction Supervisor 1 Yes No
T2.2f Bank Rating 1 Yes No
T2.2g Record of Addenda to Tender Documents 1 Yes No
T2.2h Schedule of Plant and Equipment 1 Yes No
T2.2j Compulsory Enterprise Questionnaire 3 Yes No T2.2k CIDB Grading Certificate – Proof of Registration 1 Yes No T2.2l Letter of Good Standing 1 Yes No
T2.2m Particulars of Mechanical Contractor 1 Yes No
T2.2n Particulars of Electrical Contractor 1 Yes No
T2.2p Particulars of IT and security Contractor 1 Yes No
T2.2q References 5 Yes No
T2.2r Functionality claimed by bidder 3 Yes No
SBD 1 Invitation to Bid: Part A and B 2 Yes No
SDB 4 Declaration of Interest 4 Yes No
SBD 6.1 Preference Points Claim Form In Terms Of The Preferential Procurement Regulations 2017 5 Yes No
SBD 6.2 Declaration Certificate for Local Production and Content or Designated Sectors 4 Yes No
Annex C Local Content Declaration – Summary Schedule 1 Yes No
SBD 8 Declaration of Bidder’s Past Supply Chain Management Practices 2 Yes No
SBD 9 Certificate of Independent Bid Determination 3 Yes No
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
41
T2.2: OTHER DOCUMENTS REQUIRED FOR TENDER EVALUATION PURPOSES
No. Document Name Number of pages issued
Returnable Document
T2.2s BBBEE Certificate or Sworn Affidavit 1 Yes No
T2.2t Proof of Registration with Centralized Supplier Database 1 Yes No
T2.2u Electrical Sub-contractor’s Wireman’s licence 1 Yes No
Annexure A Company Experience & Contactable References 1 Yes No (The following list of returnable schedules/documents is duplicated from the tables above however these will not appear in duplicate within the tender document. The purpose is to bring to the tenderers’ attention the list of returnable documents/schedules that shall be incorporated into the contract) T2.2: RETURNABLE SCHEDULES THAT WILL BE INCORPORATED INTO THE CONTRACT
No. Document Name Number of
pages issued
Returnable Document
T2.2g Record of Addenda to Tender Documents 1 Yes No
T2.2d Schedule of Key Personnel: Construction Manager 1 Yes No
T2.2e Schedule of Key Personnel: Construction Supervisor 1 Yes No
SBD 6.1 Preference Points Claim Form In Terms Of The Preferential Procurement Regulations 2017 5 Yes No
SBD 6.2 Declaration Certificate for Local Production and Content or Designated Sectors 4 Yes No
Annex C Local Content Declaration – Summary Schedule 1 Yes No
T2.2: OTHER DOCUMENTS THAT WILL BE INCORPORATED INTO THE CONTRACT
C1.1 Form of Offer and Acceptance 4 Yes No
C1.2 Contract Data 16 Yes No
C2.2 Preliminaries Bills of Quantities & Final Summary 328 Yes No
42
PART C1: AGREEMENT AND CONTRACT DATA
43
C1.1 FORM OF OFFER AND ACCEPTANCE
44
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
C1.1 Form of Offer and Acceptance Offer The employer, identified in the acceptance signature block, has solicited offers to enter into a contract for the procurement of BID NO: NDOHF01/2019-2020 – SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2 The Bidder, identified in the offer signature block, has examined the documents listed in the Bid data and addenda thereto as listed in the returnable schedules, and by submitting this offer has accepted the conditions of Bid. By the representative of the Bidder, deemed to be duly authorized, signing this part of this form of offer and acceptance, the Bidder offers to perform all of the obligations and liabilities of the contractor under the contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the conditions of contract identified in the contract data. THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX IS:
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .Rand (in words); R . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . (in figures)
This offer may be accepted by the employer by signing the acceptance part of this form of offer and acceptance and returning one copy of this document to the Bidder before the end of the period of validity stated in the Bid data, whereupon the Bidder becomes the party named as the contractor in the conditions of contract identified in the contract data. Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . .
Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
for the Bidder (Name and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . address of organization) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Name and signature of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
45
SECURITY OFFERED
(a) the Tenderer accepts that in respect of contracts up to R1 million, a payment reduction ** of 5% of the contract value (excluding VAT) will be applicable and will be deducted by the Employer in terms of the applicable conditions of contract
(b) in respect of contracts above R1 million, the Tenderer offers to provide security as indicated below: 1) cash deposit of 10% of the Contract Sum (excluding VAT) Yes No 2) variable construction guarantee of 10 % of the Contract Sum (excluding VAT) Yes No 3) Payment reduction of 10% of the value certified in the payment certificate (excluding VAT) Yes No 4) cash deposit of 5% of the Contract Sum (excluding VAT) and a payment reduction of 5% of the value certified in the payment certificate (excluding VAT) Yes No 5) fixed construction guarantee of 5% of the Contract Sum (Excluding VAT) and a payment reduction of 5% of the value certified in the payment certificate (excluding VAT) Yes No
NB. Guarantees submitted must be issued by either an insurance company duly registered in terms of the Short-Term Insurance Act, 1998 (Act 35 of 1998) or by a bank duly registered in terms of the Banks Act, 1990 (Act 94 of 1990) on the pro-forma referred to above. No alterations or amendments of the wording of the pro-forma will be accepted. Acceptance By signing this part of this form of offer and acceptance, the employer identified below accepts the Bidder’s offer. In consideration thereof, the employer shall pay the contractor the amount due in accordance with the conditions of contract identified in the contract data. Acceptance of the Bidder’s offer shall form an agreement between the employer and the Bidder upon the terms and conditions contained in this agreement and in the contract that is the subject of this agreement.
The terms of the contract, are contained in:
Part C1: Agreements and contract data, (which includes this agreement) Part C2: Pricing data Part C3: Scope of work. Part C4: Site information
and drawings and documents or parts thereof, which may be incorporated by reference into Parts 1 to 4 above. Deviations from and amendments to the documents listed in the Bid data and any addenda thereto as listed in the Bid schedules as well as any changes to the terms of the offer agreed by the Bidder and the employer during this process of offer and acceptance, are contained in the schedule of deviations attached to and forming part of this agreement. No amendments to or deviations from said documents are valid unless contained in this schedule. The Bidder shall within two weeks after receiving a completed copy of this agreement, including the schedule of deviations (if any), contact the employer’s agent (whose details are given in the contract data) to arrange the delivery of any bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the conditions of contract identified in the contract data. Failure to fulfill any of these obligations in accordance with those terms shall constitute a repudiation of this agreement. Notwithstanding anything contained herein, this agreement comes into effect on the date when the Bidder receives one fully completed original copy of this document, including the schedule of deviations (if any).
X
X
X
46
Unless the Bidder (now contractor) within five working days of the date of such receipt notifies the employer in writing of any reason why he cannot accept the contents of this agreement, this agreement shall constitute a binding contract between the parties. Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . .
Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . .
for the Employer National Department of Health Civitas Building 222 Thabo Sehume Street Pretoria 0001 Name and . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . signature of witness Date . . . . . . . . . . . . . . . . . . . Schedule of Deviations 1 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
2 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
3 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
4 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
5 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
47
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
By the duly authorized representatives signing this agreement, the employer and the Bidder agree to and accept the foregoing schedule of deviations as the only deviations from and amendments to the documents listed in the Bid data and addenda thereto as listed in the Bid schedules, as well as any confirmation, clarification or changes to the terms of the offer agreed by the Bidder and the employer during this process of offer and acceptance. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the Bid documents and the receipt by the Bidder of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this agreement.
48
C1.2 CONTRACT DATA
49
C1.2 : CONTRACT DATA : JBCC 2000 PRINCIPAL BUILDING AGREEMENT (Edition 4.1 of March 2005)
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
The Conditions of Contract are clauses 1 to 42 of the JBCC series 2000 Principal
Building Agreement (Edition 4.1 of March 2005) prepared by the Joint Building Contracts Committee.
Copies of these conditions of contract may be obtained from the Association of South African Quantity Surveyors, Master Builders Association, South African Association of Consulting Engineers, South African Institute of Architects, Association of Construction Project Managers, Building Industries Federation South Africa, South African Property Owners Association or Specialist Engineering Contractors Committee.
CONTRACT VARIABLES: THE SCHEDULE The schedule contains all the variables referred to in this document and is divided into part 1: contract data completed by the employer and part 2: contract data completed by the contractor.
42.0 PART 1: CONTRACT DATA COMPLETED BY THE EMPLOYER
42.1 CONTRACTING AND OTHER PARTIES 42.1.1
Employer: National Department of Health Postal address: Civitas Building Cnr Thabo Sehume & Struben Street Pretoria 0001
42.1.3 [5.1]
Principal Agent: Sakhiwo Health Solutions Agent’s service: Principal Agent Physical Address: 980 Jan Shoba, Brooklyn 0181 Tel: 012 3462749
42.1.3 [5.1]
Agent (1) NTABA Agent’s service: Project Managers Physical Address: 980 Jan Shoba, Brooklyn 0181 Postal Address: Postnet Suite 181, Private Bag x06
50
Waterkloof 0145 Tel: 012 864 1241 Cell: 082 556 7960
42.1.4 [5.2]
Agent (2) HDG Architects Agent’s service: Architect Physical Address: 948 Duncan Street Pretoria 0081 Tel: 012 346 0526 Cell: 082 940 7959
42.1.5 [5.2]
Agent (3): SVP Quantity Surveyors and Project Managers (Pty) Ltd Agent’s service: Quantity Surveyor Postal address: 980 Jan Shoba, Brooklyn 0181 Postal Address: Postnet Suite 181, Private Bag x06 Waterkloof 0145 Cell: 083 265 6846
42.1.6 [5.2]
Agent (4): Bigen Africa Agent’s service: Civil / Structural / Mechanical Engineer Physical Address: Allan Cormack Street, PRETORIA 0081 Postal Adress: PO Box 29 The Innovation Hub Persequor, Pretoria Tel: 012 842 8737 Cell : 082 567 6658
42.1.7 [5.2]
Agent (5): Bigen Africa Agent’s service: Electrical Engineer Physical Address: Allan Cormack Street, PRETORIA 0081 Postal Adress: PO Box 29 The Innovation Hub Persequor,
51
Pretoria Tel: 012 842 8737 Cell : 082 567 6658
42.1.7 [5.2]
Agent (6): ESHEP SHE TRADING Agent’s service: Health and Safety Physical Address: Office no 10, Style Centre Building, P-West Thohoyandou Tel: 081 586 9782 Cell: 078 156 0277
42.1.7 [5.2]
Agent (7): Ages Agent’s service: Environmental Physical Address: 120 Marshall Street, Polokwane, 5320 Tel: 015 291 1577 Cell: 083 644 9957
42.2 CONTRACT DETAILS
42.2.1
Works description: Refer to document C3 – Scope of Work.
42.2.2
Site description: Refer to document C4.1 – Site Information.
42.2.3 [22.2]
Work or installations by direct contractors: N/A
42.2.4 [41.0]
Specific options that are applicable to a State organ only Where so :
[31.11.2 #] [31.12.2#] [11.2.#] [31.4.2 #] [40.2.2.#] [26.1.2 #]
1) Interest rate legislation: The interest rate applicable will be as determined by the Minister of Finance, from time to time, in terms of section 80(1)(b) of the Public Finance Management Act, 1999 (Act No. 1 of 1999) 2) Lateral support insurance to be effected by the contractor: 3) Payment will be made for materials and goods. 4) Dispute resolution by litigation 5) Extended defects liability period (365 calendar days) applicable to the following elements:
- all civil works relating to roads, parking areas, drainage and water supply
- Electrical installation - Mechanical installation - IT and security installation
Yes No Yes No Yes
No
Yes
No
42.2.6 [15.3]
Period for the commencement of the works after the contractor takes possession of the site: Five (5) working days.
52
42.2.7 [24.3.1] [30.1]
For the works as a whole: The date for practical completion from the date that possession of the site is given to the contractor (including statutory holidays) and the penalty per calendar day:
Contract Period: 18 Calendar months (Excluding maximum of 21 calendar days builder’s holiday per year) Penalty: 0,05% of the Contract Value, excluding VAT per calendar day.
42.2.8 [24.3.1] [28.1]
For the works in sections: For the works in sections: Sectional completion – refer to C3 Scope of Work.
42.2.9 [1.2]
The law applicable to this agreement shall be that of the: Republic of South Africa
42.3 INSURANCES
42.3.1 [10.1 #, 10.2 # 12.1 #]
Contract works insurance to be effected by the contractor
To the minimum value of the contract sum plus 10% With a deductible not exceeding 5% of each and every claim Or
For the minimum sum of R …………………………………………. (insert amount in words) With a deductible not exceeding 5% of each and every claim
42.3.2 [10.1#, 10.2 #, 12.1 #]
Supplementary insurance is required: Yes To the minimum value of the contract sum plus 10%
42.3.3 [11.1#, 12.1 #]
Public liability insurance to be effected by the contractor
For the sum of R5 million With a deductible not exceeding 5% of each and every claim Or
For the sum of R ………………………………………… (insert amount in words) With a deductible not exceeding 5% of each and every claim
42.3.4 [11.2 #, 12.1 #]
Support insurance to be effected by the contractor Not applicable
42.4 DOCUMENTS
42.4.1 [3.3#, 15.1.3#’ 31.16.2#]
Waiver of the Contractor’s Lien or right of continuing possession is required
42.4.2 [3.7]
Three (3) copies of the construction documents will be supplied to the contractor free of charge
42.4.3 Bills of quantities / Lump sum document schedule of rates drawn up in
53
accordance with: Standard System of Measuring Building Work (sixth edition as amended).
42.4.4 [15.1.1]
On acceptance of the tender the priced bills of quantities / lump sum document is to be submitted as part of the returnables.
42.4.5 [3.4]
JBCC Engineering General Conditions are to be included in the contract documents: No
42.4.6 [31.5.3] [32.13]
The contract value is to be adjusted using CPAP indices: Where CPAP is applicable, the contract sum will be adjusted in accordance with the JBCC Contract Price Adjustment Provisions (CPAP) as set out in the CPAP Indices Application Manual as prepared by the JBCC Series 2000, code 2118, dated May 2005 and any amendments thereto: 1) All electrical installations in buildings and power distribution systems shall be adjusted in terms of the index for Work Group 160 Electrical Installation. In case of uninterruptible power supplies, elevators, escalators and hoists, generating sets, motor-alternator sets and intercommunication systems shall be in accordance with Work Group 170 2) With reference to Work Group 190 a proportion of the value related preliminaries pro rata to the amount of work excluded from adjustment, shall be excluded from Contract Price Adjustment Provisions, if Option A has been selected for the adjustment of preliminaries 3) Further to clause 3.4.4 of the CPAP Indices Application Manual, the listing of additional items for exclusion by tenderers, will not be permitted 4) Where V results in a negative amount after application of the formula in clause 8.3 of the CPAP Indices Application Manual the factor of 0,55 shall be substituted by 1,45 Alternative Indices: Not Applicable
Yes No
42.4.7 [3.10]
Details of changes made to the provisions of JBCC standard documentation Clause 1.1 COMMENCEMENT DATE Means the date that the agreement, made in terms of the form of Offer and Acceptance, comes into effect. CONSTRUCTION GUARANTEE Means a guarantee at call obtained by the contractor from an institution approved by the employer in terms of the employer’s construction guarantee form as selected in the schedule. CONSTRUCTION PERIOD Means the period commencing on the date that possession of the site is given to the contractor and ending on the date of practical completion. CORRUPT PRACTICE Means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. FRAUDULENT PRACTICE Means a misrepresentation of facts in order to influence a procurement process or
54
the execution of a contract to the detriment of any tenderer, and includes collusive practice among tenderers (prior to and after the tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the tenderer of the benefits of free and open competition. INTEREST The interest rates applicable on this contract, whether specifically indicated in the relevant clauses or not, will be the interest rate as determined by the Minister of Finance, from time to time, in terms of section 80(1)(b) of the Public Finance Management Act, 1999 (Act No. 1 of 1999) PRINCIPAL AGENT Means the person or entity appointed by the employer and named in the schedule. In the event of a principal agent not being appointed, then all the duties and obligations of a principal agent, as detailed in the agreement, shall be fulfilled by a representative of the employer as named in the schedule. SECURITY Means the form of security provided by the employer or contractor, as stated in the schedule, from which the contractor or employer may recover expense or loss. 1.6 Any notice given may be delivered by hand, sent by prepaid registered post or telefax. Notice shall be presumed to have been given when: 1.6.4 No clause 3.2.1 A construction guarantee in terms of 14.0, where so elected in his tender 3.7 Add at the end thereof: The contractor shall supply and keep a copy of the JBCC Series 2000 Principal Building Agreement and Preliminaries applicable to this contract on the site, to which the employer, principal agent and agents shall have access to at all times. 3.10 Replace the second reference to “principal agent” with the word “employer” 4.3 No clause 5.1.2 under clause 41- Include reference to 32.6.3; 34.3, 34.4 and 38.5.8 in terms of which the employer has retained its authority and has not given a mandate to the principal agent and in terms of which the employer shall sign all documents 10.5 Add the following as 10.5 Damage to the works
a) Without in any way limiting the contractor’s obligations in terms of the contract, the contractor shall bear the full risk of damage to and/or destruction of the works by whatever cause during construction of the works and hereby indemnifies and holds harmless the employer against any such damage. The contractor shall take such precautions and security measures and other steps for the protection and security of the works as the contractor may deem necessary
b) The contractor shall at all times proceed immediately to remove or dispose
of any debris arising from damage to or destruction of the works and to
55
rebuild, restore, replace and/or repair the works
c) The employer shall carry the risk of damage to or destruction of the works and materials paid for by the employer that is the result of the excepted risks as set out in 10.6
d) Where the employer bears the risk in terms of this contract, the contractor
shall, if requested to do so, reinstate any damage or destroyed portions of the works and the costs of such reinstatement shall be measured and valued in terms of 32.0 hereof
10.6 Add the following as 10.6 Injury to Persons or loss of or damage to Properties
a) The contractor shall be liable for and hereby indemnifies the employer against any liability, loss, claim or proceeding whether arising in common law or by statute, consequent upon personal injuries to or the death of any person whomsoever arising out of or in the course of or caused by the execution of the works unless due to any act or neglect of any person for whose actions the employer is legally liable
b) The contractor shall be liable for and hereby indemnifies the employer
against any liability, loss, claim or proceeding consequent upon loss of or damage to any moveable, or immovable or personal property or property contiguous to the site, whether belonging to or under the control of the employer or any other body or person, arising out of or in the course of or by reason of the execution of the works unless due to any act or neglect of any person for whose actions the employer is legally liable.
c) The contractor shall upon receiving a contract instruction from the principal
agent cause the same to be made good in a perfect and workmanlike manner at his own cost and in default thereof the employer shall be entitled to cause it to be made good and to recover the cost thereof from the contractor or to deduct the same from amounts due to the contractor.
d) The contractor shall be responsible for the protection and safety of such
portions of the premises placed under his control by the employer for the purpose of executing the works until the issue of the certificate of practical completion.
e) Where the execution of the works involves the risk of removal of or
interference with support to adjoining properties including land or structures or any structures to be altered or added to, the contractor, shall and will remain adequately insured or insured against the death of or injury to persons or damage to such property consequent on such removal or interference with the support until such portion of the works has been completed.
f) The contractor shall at all times proceed immediately at his own cost to
remove or dispose of any debris and to rebuild, restore, replace and/or repair such property and to execute the works.
10.7 Add the following as 10.7 HIGH RISK INSURANCE In the event of the project being executed in a geological area classified as a “High Risk Area”, that is an area which is subject to highly unstable subsurface conditions
56
that might result in catastrophic ground movement evident by sinkhole or doline formation the following will apply: 10.7.1 Damage to the works The contractor shall, from the commencement date of the works until the
date of the certificate of practical completion, bear the full risk of and hereby indemnifies and holds harmless the employer against any damage to and/or destruction of the works consequent upon a catastrophic ground movement as mentioned above. The contractor shall take such precautions and security measures and other steps for the protection of the works
When so instructed to do so by the principal agent, the contractor shall
proceed immediately to remove and/or dispose of any debris arising from damage to or destruction of the works and to rebuild, restore, replace and/or repair the works, at the contractor’s own costs
10.7.2 Injury to persons or loss of or damage to property The contractor shall be liable for and hereby indemnifies and holds harmless
the employer against any liability, loss, claim or proceeding arising at any time during the period of the contract whether arising in common law or by statute, consequent upon personal injuries to or the death of any person whomsoever resulting from, arising out of or caused by a catastrophic ground movement as mentioned above
The contractor shall be liable for and hereby indemnifies the employer
against any and all liability, loss, claim or proceeding consequent upon loss of or damage to any moveable, or immovable or personal property or property contiguous to the site, whether belonging to or under the control of the employer or any other body or person whomsoever arising out of or caused by a catastrophic ground movement, as mentioned above, which occurred during the period of the contract
10.7.3 It is the responsibility of the contractor to ensure that he has adequate
insurance to cover his risk and liability as mentioned in 10.7.1 and 10.7.2. Without limiting the contractor’s obligations in terms of the contract, the contractor shall, within twenty one (21) calendar days of the commencement date, but before commencement of the works, submit to the employer proof of such insurance policy, if requested to do so
10.7.4 The employer shall be entitled to recover any and all losses and/or damages of whatever nature suffered or incurred consequent upon the contractor’s default of his obligations as set out in 10.7.1; 10.7.2 and 10.7.3. Such losses or damages may be recovered from the contractor or by deducting the same from any amounts still due under this contract or under any other contract presently or hereafter existing between the employer and the contractor and For this purpose all these contracts shall be considered one indivisible whole 14.0 Replace the entire clause 14.0 with the following: 14.0 SECURITY 14.1 In respect of contracts with a contract sum up to R1 million, the security to be submitted by the contractor to the employer will be as a payment reduction of five per cent (5%) of the value certified in the payment certificate (excluding VAT)
57
14.1.1 The payment reduction of the value certified in a payment certificate shall be mutatis mutandi in terms of 31.8(A) 14.1.2 The employer shall be entitled to recover expense and loss from the payment reduction in terms of 33.0 provided that the employer complies with the provisions of 33.4 in which event the employer’s entitlement shall take precedence over his obligations to refund the payment reduction security or portions thereof to the contractor 14.2 In respect of contracts with a contract sum above R1 million, the contractor shall have the right to select the security to be provided in terms of 14.3, 14.4, 14.5, 14.6, or 14.7 as stated in the schedule. Such security shall be provided to the employer within fourteen (14) calendar days from commencement date. Should the contractor fail to select the security to be provided or should the contractor fail to provide the employer with the selected security within fourteen (14) calendar days from commencement date, the security in terms of 14.7 shall be deemed to have been selected. 14.3 Where the security as a cash deposit of ten per cent (10%) of the contract sum (excluding VAT) has been selected: 14.3.1 The contractor shall furnish the employer with a cash deposit equal in value to ten per cent (10%) of the contract sum (excluding VAT) on signing of the contract. 14.3.2 Within twenty-one (21) calendar days of the date of practical completion of the works the employer shall reduce the cash deposit to an amount equal to three percent (3%) of the contract value (excluding VAT), and refund the balance to the contractor 14.3.3 Within twenty-one (21) calendar days of the date of final completion of the works the employer shall reduce the cash deposit to an amount equal to one per cent (1%) of the contract value (excluding VAT) and refund the balance to the contractor 14.3.4 On the date of payment of the amount in the final payment certificate, the employer shall refund the remainder of the cash deposit to the contractor 14.3.5 The employer shall be entitled to recover expense and loss from the cash deposit in terms of 33.0 provided that the employer complies with the provisions of 33.4 in which event the employer’s entitlement shall take precedence over his obligations to refund the cash deposit security or portions thereof to the contractor 14.3.6 The parties expressly agree that neither the employer nor the contractor shall be entitled to cede the rights to the deposit to any third party 14.4 Where security as a variable construction guarantee of ten percent (10%) of the contract sum (excluding VAT) has been selected: 14.4.1 The contractor shall furnish the employer with an acceptable variable construction guarantee equal in value to ten per cent (10%) of the contract sum (excluding VAT) within twenty-one (21) calendar days from commencement date 14.4.2 The variable construction guarantee shall reduce and expire in terms of the Variable Construction guarantee form included in the invitation to tender 14.4.3 The employer shall return the variable construction guarantee to the contractor within fourteen (14) calendar days of it expiring
58
14.4.4 Where the employer has a right of recovery against the contractor in terms of 33.0, the employer shall issue a written demand in terms of the variable construction guarantee 14.5 Where security as a fixed construction guarantee of five per cent (5%) of the contract sum (excluding VAT) and a five per cent (5%) payment reduction of the value certified in the payment certificate (excluding VAT) has been selected: 14.5.1 The contractor shall furnish a fixed construction guarantee to the employer equal in value to five per cent (5%) of the contract sum (excluding VAT) within fourteen (14) calendar days from commencement date 14.5.2 The fixed construction guarantee shall come into force on the date of issue and shall expire on the date of the last certificate of practical completion 14.5.3 The employer shall return the fixed construction guarantee to the contractor within fourteen (14) calendar days of it expiring 14.5.4 The payment reduction of the value certified in a payment certificate shall be in terms of 31.8(A) and 34.8 14.5.5 Where the employer has a right of recovery against the contractor in terms of 33.0, the employer shall be entitled to issue a written demand in terms of the fixed construction guarantee or may recover from the payment reduction or may do both 14.6 Where security as a cash deposit of five per cent (5%) of the contract sum(excluding VAT) and a payment reduction of five per cent (5%) of the value certified in the payment certificate (excluding VAT) has been selected: 14.6.1 The contractor shall furnish the employer with a cash deposit equal in value to five per cent (5%) of the contract sum (excluding VAT) within fourteen (14) calendar days from commencement date 14.6.2 Within twenty-one (21) calendar days of the date of practical completion of the works the employer shall refund the cash deposit in total to the contractor 14.6.3 The payment reduction of the value certified in a payment certificate shall be mutatis mutandi in terms of 31.8(A) 14.6.4 Where the employer has a right of recovery against the contractor in terms of 33.0, the employer may issue a written notice in terms of 33.4 or may recover from the payment reduction or may do both 14.7 Where security as a payment reduction of ten per cent (10%) of the value certified in the payment certificate (excluding VAT) has been selected: 14.7.1 The payment reduction of the value certified in a payment certificate shall be mutatis mutandi in terms of 31.8(B) 14.7.2 The employer shall be entitled to recover expense and loss from the payment reduction in terms of 33.0 provided that the employer complies with the provisions of 33.4 in which event the employer’s entitlement shall take precedence over his obligations to refund the payment reduction or portions thereof to the contractor 14.8 Payments made by the guarantor to the employer in terms of the fixed or variable construction guarantee shall not prejudice the rights of the employer or
59
contractor in terms of this agreement 14.9 Should the contractor fail to furnish the security in terms of 14.2 the employer, in his sole discretion, and without notification to the contractor, is entitled to change the contractor’s selected form of security to that of a ten per cent (10%) payment reduction of the value certified in the payment certificate (excluding VAT), where after 14.7 shall be applicable 15.1.1 No Clause 15.1.2 The security as selected in terms of 14.0 15.1.4 Add 15.1.4 as follows: An acceptable health and safety plan, required in terms of the Occupational Health and Safety Act, 1993 (Act 85 of 1993), within twenty one (21) calendar days from commencement date 15.2.1 Under 41: Amend to read as follows: “Give the contractor possession of the site within ten (10) working days of the contractor complying with the terms of 15.1.2 and 15.1.4 17.1.11 Delete the words ”and the appointment of nominated and selected subcontractors” 20.1.3 No clause 21.0 No clause 26.1.2 Add # next to 26.1.2 29.2.5 No clause 31.5.2 Security adjustments in terms of 14.0 and 31.8 31.8 Amend as follows: 31.8(A) Where a security is selected in terms of 14.1; 14.5 or 14.6, the value of the works in terms of 31.4.1 and of the materials and goods in terms of 31.4.2 shall be certified in full. The value certified shall be subject to the following percentage adjustments: 31.8(A).1 Ninety-five per cent (95%) of such value in interim payment certificates issued up to the date of practical completion 31.8.(A).2 Ninety-seven per cent (97%) of such value in interim payment certificates issued on the date of practical completion and up to but excluding the date of final completion 31.8(A).3 Ninety-nine per cent (99%) of such value in interim payment certificates issued on the date of final completion and up to but excluding the final payment certificate in terms of 34.6 31.8(A).4 One hundred per cent (100%) of such value in the final payment certificate in terms of 34.6 except where the amount certified is in favour of the employer. In such an event the payment reduction shall remain at the adjustment level applicable to the final payment certificate.
60
31.8(B) Where security is a payment reduction in term of 14.7 has been selected the value of the works in terms of 31.4.1 and materials and goods in terms of 31.4.2 shall be certified in full. The value certified shall be subject to the following percentage adjustments: 31.8(B).1 Ninety per cent (90%) of such value in interim payment certificates issued up to the date of practical completion 31.8(B).2 Ninety-seven per cent (97%) of such value in interim payment certificates issued on the date of practical completion and up to but excluding the date of final completion 31.8(B).3Ninety-nine per cent (99%) of such value in interim payment certificates issued on the date of final completion and up to but excluding the final payment certificate in terms of 34.6 31.8(B).4 One hundred per cent (100%) of such value in the final payment certificate terms of 34.6 except were the amount certified is in favour of the employer. In such an event the payment reduction shall remain at the adjustment level applicable to the final payment certificate 31.9 Replace “twenty-one (21) calendar days” with “thirty (30) calendar days”. 31.12 Delete the following: “Payment shall be subject to the employer giving the contractor a tax invoice for the amount due.” 32.5.1 Add the following to the end of each of these clauses: “…due to no fault of 32.5.4 the contractor” and 32.5.7 33.2.13 the contractor’s estate being sequestrated; liquidated or surrendered in terms of the insolvency laws in force within the Republic of South Africa 34.2 Insert “#” next to 34.2 34.8 Delete the words “where security as a fixed construction guarantee in terms of 14.4 has been selected or where payment reduction has been applied in terms of 14.7.1” 34.13 Replace “seven (7) calendar days” with “thirty (30) calendar days” and delete the words: “subject to the employer giving the contractor a tax invoice for the amount due” 36.1 Add the following clauses 36.1.3 to 36.1.5: 36.1.3 refuses or neglects to comply strictly with any of the conditions of contract 36.1.4 estate being sequestrated, liquidated or surrendered in terms of the insolvency laws in force within the Republic of South Africa 36.1.5 in the judgment of the employer, has engaged in corrupt or fraudulent practices in competing for or in executing the contract 36.3 Remove reference to “No clause”, and replace “principal agent” with “employer”
61
36.7 Add the following: “Notwithstanding any clause to the contrary, on 37.5 cancellation of this agreement either by the employer or the contractor; or and for any reason and whatsoever, the contractor shall on written instruction, discontinue with the 38.7 works on a date stated and withdraw himself from the site. The contractor shall not be entitled to refuse to withdraw from the works on the grounds of any lien or right of retention or on the grounds of any other right whatsoever” 37.3.5 Replace “ninety (90)” with “one hundred and twenty (120) And 38.5.4 39.3.5 Add the following words at the end thereof: :”within one hundred and twenty (120) working days of completion of such report” 40.2.2 under clause 41 – Replace “one (1) year” with “three (3) years” 40.6 under clause 41 – Remove reference to no clause 40.7.1 Change “(10)” to “(15)” Add the following to the end thereof: Whether or not mediation resolves the dispute, the parties shall bear their own costs concerning the mediation and equally share the costs of the mediator and related costs.
42.0 PART 2: CONTRACT DATA PROVIDED BY THE CONTRACTOR
POST-TENDER INFORMATION Note: All information for this section requires consultation with the contractor. The principal agent shall not pre-select any of the alternatives available to the contractor
42.5 CONTRACT DETAILS
42.5.1 Contractor:……………………………………………………………………………………… …….……………………………………………………………………………………………… ……………………………………………………………………………………………………. Postal address: ………………………………………………………….………………………………………… …………………………………………………………………………………………………… …………………………………………………………………………………………………… Tel: ………………… Fax: ……………… E-mail:………………………….……………… TAX / VAT Registration No: ……………………………….……………………………..……
62
Physical address: ……………………………………………………………………………………………………. ……………………………………………………………………………………………………. …………………………………………………………………………………………………….
42.5.2
The accepted contract sum inclusive of tax is R……………………………………….…………………………………………………………. Amount in words:……………………………………………………………………………….…………… ……………………………………………………………………………………………………
42.5.3 [31.3]
The latest day of the month for the issue of an interim payment certificate: …………………………………………………
42.5.4 [32.12]
The preliminaries amounts shall be paid in terms of: Alternative A Alternative B
42.5.5 [32.12]
The preliminaries amounts shall be adjusted in terms of: Alternative A Alternative B
42.5.7 [14]
The security to be provided by the contractor: (a) in respect of contracts up to R1 million, the contractor will provide security in terms of 14.1 (b) in respect of contracts above R1 million, the contractor will provide, as security, one of the following:
NB. Guarantees submitted must be issued by either an insurance company duly registered in terms of the Short-Term Insurance Act, 1998 (Act 35 of 1998) or by a bank duly registered in terms of the Banks Act, 1990 (Act 94 of 1990) on the pro-forma referred to above. No alterations or amendments of the wording of the pro-forma will be accepted.
(1) cash deposit of 10 % of the contract sum Yes No
(2) variable construction guarantee of 10% of the contract sum Yes No (3) payment reduction of 10% of the value certified in the payment certificate Yes No
(4) cash deposit of 5% of the contract sum and a payment reduction of 5% of the value certified in the payment certificate Yes No
(5) fixed construction guarantee of 5% of the contract sum and a payment reduction of 5% of the value certified in the payment certificate
Yes No
42.5.8 [29.7.2]
The annual building holiday period after the commencement of the construction period: from ……………………………………….. to …………………………………..
63
42.6 42.6.1
DOCUMENTS Contract documents marked and annexed hereto: Priced bills of quantities: Yes No Document marked as
…………………………………..
Lump sum document: Yes No Document marked as …………………………………..
Guarantees: Yes No Document marked as …………………………………..
Contract drawings: Yes No Document marked as …………………………………..
Other documents Yes No (attach additional pages if more space is required
…………………………………………………………………………………………………… ………………………………………………………………………………………………….. ………………………………………………………………………………………………….. …………………………………………………………………………………………………..
42.8 SIGNATURES OF THE CONTRACTING PARTIES
Thus done and signed at ____________________ on ________________________ ____________________________ __________________________________ Name of signatory for and behalf of the Employer who by signature hereof warrants authorization hereto ____________________________ ___________________________________ Capacity of signatory as Witness Thus done and signed at ____________________ on ________________________ ____________________________ ____________________________________ Name of signatory for and behalf of the Contractor who by signature hereof warrants authorization hereto ____________________________ ______________________________ Capacity of signatory as Witness
64
C2.2 PRELIMINARIES FOR INCLUSION IN BILLS OF QUANTITIES AND LUMP SUM DOCUMENTS BASED ON THE
JBCC SERIES 2000 DOCUMENTATION
R c
SECTION 1
MEANING OF TERMS “TENDER / TENDERER”
Any reference to the words “Tender" or "Tenderer" herein and/or in any other documentation shall be construed to have the same meaning as the words "Bid" or "Bidder"
PRELIMINARIES
The JBCC Preliminaries Code 2103, May 2005 edition for use with the JBCC Principal Building Agreement Edition 4.1 Code 2101, March 2005 is taken to be incorporated herein. The tenderer is deemed to have referred to these documents for the full intent and meaning of each clause. These clauses are referred to by number and heading only. Where standard clauses or options are not applicable to the contract such modifications or corrections as are necessary are given under each relevant clause. Where an item is not relevant to this specific contract such item is marked "N/A" signifying "Not Applicable".
PRICING OF PRELIMINARIES Should Option A, as set out in clause B10.3.1 hereinafter be used for the adjustment of preliminaries then each item priced is to be allocated to one or more of the three categories Fixed, Value Related or Time Related and the respective amounts entered in the spaces provided under each item
Items not priced in these Preliminaries shall be deemed to be included elsewhere in these Bills of Quantities.
SECTION A: JBCC PRINCIPAL BUILDING AGREEMENT
DEFINITIONS
A1.0 DEFINITIONS AND INTERPRETATION
Clause 1.0
Clause 1.1 Definition of “Commencement Date” is added:
“COMMENCEMENT DATE” means the date that the possession of the site is given to the Contractor
Clause 1.1 Definition of “Construction Guarantee” is amended by replacing it with the following:
‘CONSTRUCTION GUARANTEE” means a guarantee at call obtained by the contractor from an institution approved by the employer in terms of the employer’s construction guarantee form as selected in the schedule
Clause 1.1 Definition of “Construction Period” is amended by replacing it with the following:
“CONSTRUCTION PERIOD” means the period commencing on the date that possession of the site given to the Contractor and ending on the date of practical completion
Clause 1.1 Definition of “Corrupt Practice” is added:
“CORRUPT PRACTICE” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution.
Clause 1.1 Definition of “Fraudulent Practice” is added:
“FRAUDULENT PRACTICE” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of any tenderer and includes collusive practice among tenderers (prior to or after the tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the tenderer of the benefits of free and open competition.
Clause 1.1 Definition of "Interest" is amended by replacing it with the following:
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 65
R c
“INTEREST” means the interest rates applicable on this contract, whether specifically indicated in the relevant clauses or not, will be the rate as indicated in the Contract Data (C1.2)
Clause 1.1 Definition of “Principal Agent” is amended by replacing it with the following:
“PRINCIPAL AGENT” means the person or entity appointed by the employer and named in the schedule. In the event of a principal agent not being appointed, then all the duties and obligations of a principal agent as detailed in the agreement shall be fulfilled by a representative of the employer as named in the schedule
Clause 1.1 Definition of “Security” is amended by replacing it with the following:
“SECURITY” means the form of security provided by the employer or contractor, as stated in the schedule, from which the contractor or employer may recover expense or loss
Clause 1.6 is amended by replacing the words “prepaid registered post, telefax or e-mail” with “prepaid registered post or telefax”
Clause 1.6.4 is amended by replacing it with the following:
No clause
Fixed:____________ Value related:____________ Time related:____________ Item
OBJECTIVE AND PREPARATION
A2.0 OFFER, ACCEPTANCE AND PERFORMANCE
Clause 2.0
Fixed:____________ Value related:____________ Time related:____________ Item
A3.0 DOCUMENTS
Clause 3.0 Clause 3.2.1 is amended by replacing “14.1” with “14.0” Clause 3.7 is amended by the addition of the following: The contractor shall supply and keep a copy of the JBCC Series 2000 Principal Building Agreement and Preliminaries applicable to this contract on the site, to which the employer, principal agent and agents shall have access at all times
Clause 3.10 is amended by replacing the second reference to “principal agent” with the word “employer”
Fixed:____________ Value related:____________ Time related:____________ Item
A4.0 DESIGN RESPONSIBILITY
Clause 4.0
Clause 4.3 is amended by replacing it with the following:
No clause
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 66
R c
A5.0
EMPLOYER’S AGENTS
Clause 5.0
Clause 5.1.2 is amended to include clauses 32.6.3, 34.3, 34.4 and 38.5.8
Fixed:____________ Value related:____________ Time related:____________ Item
A6.0 SITE REPRESENTATIVE
Clause 6.0
Fixed:____________ Value related:____________ Time related: ____________ Item
A7.0 COMPLIANCE WITH REGULATIONS
Clause 7.0
Note: The provisions herein include inter alia, compliance with all the requirements set out in the Construction Regulations, 2003 issued under the Occupational Health and Safety Act, 1993 (Act No 85 of 1993), and in particular with Regulation 5(1) requiring the compilation of a health and safety plan, as well as Regulation 6(1) requiring the appointment of a construction supervisor
See also clause C11 of Section C – Specific Preliminaries Fixed:____________ Value related:____________ Time related:____________
Item
A8.0 WORKS RISK
Clause 8.0
Fixed:____________ Value related:____________ Time related:____________
Item
A9.0 INDEMNITIES
Clause 9.0
Fixed:____________ Value related:____________ Time related:____________
Item
A10.0 WORKS INSURANCES
Clause 10.0
Clause 10.0 is amended by the addition of the following clauses:
10.5 Damage to the Works
(a) Without in any way limiting the contractor’s obligations in terms of the contract, the contractor shall bear the full risk of damage to and/or destruction of the works by whatever cause during construction of the works and hereby indemnifies and holds harmless the employer against any such damage. The contractor shall take such precautions and security measures and other steps for the protection and security of the works as the contractor may deem necessary
(b) The contractor shall at all times proceed immediately to remove or dispose of any debris arising from damage to or destruction of the works and to rebuild, restore, replace and/or repair the works
(c) The employer shall carry the risk of damage to or destruction of the works and material paid for by the employer that is the result of the excepted risks as set out in 10.6
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 67
R c
(d) Where the employer bears the risk in terms of this contract, the contractor shall, if requested to do so, reinstate any damage or destroyed portions of the works and the costs of such reinstatement shall be measured and valued in terms of 32.0 hereof
10.6 Injury to Persons or loss of or damage to Properties
(a) The contractor shall be liable for and hereby indemnifies the employer against any liability, loss, claim or proceeding whether arising in common law or by statute, consequent upon personal injuries to or the death of any person whomsoever arising out of or in the course of or caused by the execution of the works unless due to any act or negligence of any person for whose actions the employer is legally liable
(b) The contractor shall be liable for and hereby indemnifies the employer against any liability, loss, claim or proceeding consequent upon loss of or damage to any moveable or immovable or personal property or property contiguous to the site, whether belonging to or under the control of the employer or any other body or person, arising out of or in the course of or by reason of the execution of the works unless due to any act or negligence of any person for whose actions the employer is legally liable
(c) The contractor shall, upon receiving a contract instruction from the principal agent, cause the same to be made good in a perfect and workmanlike manner at his own cost and in default thereof the employer shall be entitled to cause it to be made good and to recover the cost thereof from the contractor or to deduct the same from amounts due to the contractor
(d) The contractor shall be responsible for the protection and safety of such portions of the premises placed under his control by the employer for the purpose of executing the works until the issue of the certificate of practical completion
(e) Where the execution of the works involves the risk of removal of or interference with support to adjoining properties including land or structures or any structures to be altered or added to, the contractor shall obtain adequate insurance and will remain adequately insured or insured to the specific limit stated in the contract against the death of or injury to persons or damage to such property consequent on such removal or interference with the support until such portion of the works has been completed
(f) The contractor shall at all times proceed immediately at his own cost to remove or dispose of any debris and to rebuild, restore, replace and/or repair such property and to execute the works
10.7 High risk insurance
In the event of the project being executed in a geological area classified as a “High Risk Area”, that is an area which is subject to highly unstable subsurface conditions that might result in catastrophic ground movement evident by sinkhole or doline formation the following will apply:
10.7.1 Damage to the works
The contractor shall, from the commencement date of the works until the date of the certificate of practical completion bear the full risk of and hereby indemnifies and holds harmless the employer against any damage to and/or destruction of the works consequent upon a catastrophic ground movement as mentioned above. The contractor shall take such precautions and security measures and other steps for the protection of the works as he may deem necessary
When so instructed to do so by the principal agent, the contractor shall proceed immediately to remove and/or dispose of any debris arising from damage to or destruction of the works and to rebuild, restore, replace and/or repair the works, at the contractor’s own costs
10.7.2 Injury to persons or loss of or damage to property
The contractor shall be liable for and hereby indemnifies and holds harmless the employer against any liability, loss, claim or proceeding arising at any time during the period of the contract whether arising in common law or by statute, consequent upon personal injuries to or the death of any person whomsoever resulting from, arising out of or caused by a catastrophic ground movement as mentioned above
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 68
R c
The contractor shall be liable for and hereby indemnifies the employer against any and all liability, loss, claim or proceeding consequent upon loss of or damage to any moveable or immovable or personal property or property contiguous to the site, whether belonging to or under the control of the employer or any other body or person whomsoever arising out of or caused by a catastrophic ground movement, as mentioned above, which occurred during the period of the contract
10.7.3 It is the responsibility of the contractor to ensure that he has adequate insurance to cover his risk and liability as mentioned in 10.7.1 and 10.7.2. Without limiting the contractor’s obligations in terms of the contract, the contractor shall, within twenty-one (21) calendar days of the commencement date but before commencement of the works, submit to the employer proof of such insurance policy, if requested to do so
10.7.4 The employer shall be entitled to recover any and all losses and/or damages of whatever nature suffered or incurred consequent upon the contractor’s default of his obligations as set out in 10.7.1; 10.7.2 and 10.7.3. Such losses or damages may be recovered from the contractor or by deducting the same from any amounts still due under this contract or under any other contract presently or hereafter existing between the employer and the contractor and for this purpose all these contracts shall be considered one indivisible whole
Fixed:____________ Value related:____________ Time related: ____________ Item
A11.0 LIABILITY INSURANCES
Clause 11.0
Fixed:____________ Value related:____________ Time related: ____________ Item
A12.0 EFFECTING INSURANCES
Clause 12.0
Fixed:____________ Value related:____________ Time related: ____________ Item
A13.0 No Clause
A14.0 SECURITY
Clause 14.0
Clauses 14.1 - 14.8 are amended by replacing them with the following:
14.1 In respect of contracts with a contract sum up to R1 million, the security to be provided by the contractor to the employer will be a payment reduction of five per cent (5%) of the value certified in the payment certificate (excluding VAT)
14.1.1 The payment reduction of the value certified in a payment certificate shall be mutatis mutandi in terms of 31.8(A)
14.1.2 The employer shall be entitled to recover expense and loss from the payment reduction in terms of 33.0 provided that the employer complies with the provisions of 33.4 in which event the employer’s entitlement shall take precedence over his obligations to refund the payment reduction security or portions thereof to the contractor
14.2 In respect of contracts with a contract sum above R1 million, the contractor shall have the right to select the security to be provided in terms of 14.3, 14.4, 14.5, 14.6, or 14.7 as stated in the schedule. Such security shall be provided to the employer within twenty-one (21) calendar days from commencement date. Should the contractor fail to select the security to be provided or should the contractor fail to provide the employer with the selected security within twenty-one (21) calendar days from commencement date, the security in terms of 14.7 shall be deemed to have been selected.
14.3 Where security as a cash deposit of ten per cent (10%) of the contract sum (excluding VAT) has been selected:
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 69
R c
14.3.1 The contractor shall furnish the employer with a cash deposit equal in value to ten per cent (10%) of the contract sum (excluding VAT) within twenty-one (21) calendar days from commencement date
14.3.2 Within twenty-one (21) calendar days of the date of practical completion of the works the employer shall reduce the cash deposit to an amount equal to three per cent (3%) of the contract value (excluding VAT), and refund the balance to the contractor
14.3.3 Within twenty-one (21) calendar days of the date of final completion of the works the employer shall reduce the cash deposit to an amount equal to one per cent (1%) of the contract value (excluding VAT) and refund the balance to the contractor
14.3.4 On the date of payment of the amount in the final payment certificate, the employer shall refund the remainder of the cash deposit to the contractor
14.3.5 The employer shall be entitled to recover expense and loss from the cash deposit in terms of 33.0 provided that the employer complies with the provisions of 33.4 in which event the employer’s entitlement shall take precedence over his obligations to refund the cash deposit security or portions thereof to the contractor
14.3.6 The parties expressly agree that neither the employer nor the contractor shall be entitled to cede the rights to the deposit to any third party
14.4 Where security as a variable construction guarantee of ten percent (10%) of the contract sum (excluding VAT) has been selected:
14.4.1 The contractor shall furnish the employer with an acceptable variable construction guarantee equal in value to ten per cent (10%) of the contract sum (excluding VAT) within twenty-one (21) calendar days from commencement date
14.4.2 The variable construction guarantee shall reduce and expire in terms of the Variable Construction Guarantee form included in the invitation to tender
14.4.3 The employer shall return the variable construction guarantee to the contractor within fourteen (14) calendar days of it expiring
14.4.4 Where the employer has a right of recovery against the contractor in terms of 33.0, the employer shall issue a written demand in terms of the variable construction guarantee
14.5 Where security as a fixed construction guarantee of five per cent (5%) of the contract sum (excluding VAT) and a five per cent (5%) payment reduction of the value certified in the payment certificate (excluding VAT) has been selected:
14.5.1 The contractor shall furnish a fixed construction guarantee to the employer equal in value to five per cent (5%) of the contract sum (excluding VAT)
14.5.2 The fixed construction guarantee shall come into force on the date of issue and shall expire on the date of practical completion
14.5.3 The employer shall return the fixed construction guarantee to the contractor within fourteen (14) calendar days of it expiring
14.5.4 The payment reduction of the value certified in a payment certificate shall be in terms of 31.8 (A) and 34.8
14.5.5 Where the employer has a right of recovery against the contractor in terms of 33.0, the employer shall be entitled to issue a written demand in terms of the fixed construction guarantee or may recover from the payment reduction or may do both
14.6 Where security as a cash deposit of five per cent (5%) of the contract sum (excluding VAT) and a payment reduction of five per cent (5%) of the value certified in the payment certificate (excluding VAT) has been selected:
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 70
R c
14.6.1 The contractor shall furnish the employer with a cash deposit equal in value to five per cent (5%) of the contract sum (excluding VAT) within twenty-one (21) calendar days from commencement date
14.6.2 Within twenty-one (21) calendar days of the date of practical completion of the works the employer shall refund the cash deposit in total to the contractor
14.6.3 The payment reduction of the value certified in a payment certificate shall be mutatis mutandi in terms of 31.8(A)
14.6.4 Where the employer has a right of recovery against the contractor in terms of 33.0, the employer may issue a written notice in terms of 33.4 or may recover from the payment reduction or may do both
14.7 Where security as a payment reduction of ten per cent (10%) of the value certified in the payment certificate (excluding VAT) has been selected:
14.7.1 The payment reduction of the value certified in a payment certificate shall be mutatis mutandi in terms of 31.8(B)
14.7.2 The employer shall be entitled to recover expense and loss from the payment reduction in terms of 33.0 provided that the employer complies with the provisions of 33.4 in which event the employer’s entitlement shall take precedence over his obligations to refund the payment reduction or portions thereof to the contractor
14.8 Payments made by the guarantor to the employer in terms of the fixed or variable construction guarantee shall not prejudice the rights of the employer or contractor in terms of this agreement
14.9 Should the contractor fail to furnish the security in terms of 14.2, the employer, in his sole discretion and without notification to the contractor, is entitled to change the contractor’s selected form of security to that of a ten per cent (10%) payment reduction of the value certified in the payment certificate (excluding VAT), whereafter 14.7 shall be applicable
Fixed:____________ Value related:____________ Time related: ____________ Item
EXECUTION
A15.0 PREPARATION FOR AND EXECUTION OF THE WORKS
Clause 15.0 Clause 15.1.1 is amended by replacing it with: No clause
Clause 15.1.2 is amended by replacing it with:
The security selected in terms of 14.0
Clause 15.1 is amended by the addition of the following clause:
15.1.4 An acceptable health and safety plan, required in terms of the Occupational Health and Safety Act, 1993 (Act 85 of 1993), within twenty-one (21) calendar days of commencement date
Clause 15.2.1 is amended by replacing it with the following clause:
Give the contractor possession of the site within ten (10) working days of the contractor complying with the terms of 15.1.2 and 15.1.4
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 71
R c
A16.0 ACCESS TO THE WORKS
Clause 16.0
Fixed:____________ Value related:____________ Time related:____________ Item
A17.0 CONTRACT INSTRUCTIONS
Clause 17.0
Clause 17.1.11 is amended by deleting the words “and the appointment of nominated and selected subcontractors”
Fixed:____________ Value related:____________ Time related:____________ Item
A18.0 SETTING OUT OF THE WORKS
Clause 18.0
Fixed:____________ Value related:____________ Time related: ____________ Item
A19.0 ASSIGNMENT
Clause 19.0
Fixed:____________ Value related:____________ Time related:____________ Item
A20.0 NOMINATED SUBCONTRACTORS
Clause 20.0
Clause 20.1.3 is amended by replacing it with the following:
No clause
Note: See item B9.1 hereinafter for adjustment of attendance on nominated subcontractors executing work allowed for under provisional sums
Fixed:____________ Value related:____________ Time related:____________ Item
A21.0 SELECTED SUBCONTRACTORS
Clause 21.0
Clause 21 is amended by replacing it with:
No clause
Fixed:____________ Value related:____________ Time related:____________ Item
A22.0 EMPLOYER’S DIRECT CONTRACTORS
Clause 22.0
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 72
R c
A23.0 CONTRACTOR’S DOMESTIC SUBCONTRACTORS
Clause 23.0
Fixed:____________ Value related:____________ Time related: ____________ Item
COMPLETION
A24.0 PRACTICAL COMPLETION
Clause 24.0
Fixed:____________ Value related:____________ Time related: ____________ Item
A25.0 WORKS COMPLETION
Clause 25.0
Fixed:____________ Value related:____________ Time related:____________ Item
A26.0 FINAL COMPLETION
Clause 26.0
Clause 26.1.2 is amended by inserting “#” next to 26.1.2
Fixed:____________ Value related:____________ Time related:____________ Item
A27.0 LATENT DEFECTS LIABILITY PERIOD
Clause 27.0
Fixed:____________ Value related:____________ Time related:____________ Item
A28.0 SECTIONAL COMPLETION
Clause 28.0
Fixed:____________ Value related:____________ Time related:____________ Item
A29.0 REVISION OF DATE FOR PRACTICAL COMPLETION
Clause 29.0
Clause 29.2.5 is amended by replacing it with:
No clause
Fixed:____________ Value related:____________ Time related:____________ Item
A30.0 PENALTY FOR NON-COMPLETION
Clause 30.0
Fixed:____________ Value related:____________ Time related:____________ Item
PAYMENT
A31.0 INTERIM PAYMENT TO THE CONTRACTOR
Clause 31.0
Clause 31.5.2 is amended by replacing “14.7.1” with “14.0”
Clause 31.8 is amended by replacing it with the following two alternative clauses:
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 73
R c
Alternative A
31.8(A) Where a security is selected in terms of 14.1; 14.5 or 14.6, the value of the works in terms of 31.4.1 and materials and goods in terms of 31.4.2 shall be certified in full. The value certified shall be subject to the following percentage adjustments:
31.8(A).1 Ninety-five per cent (95%) of such value in interim payment certificates issued up to the date of practical completion
31.8(A).2 Ninety-seven per cent (97%) of such value in interim payment certificates issued on the date of practical completion and up to but excluding the date of final completion
31.8(A).3 Ninety-nine per cent (99%) of such value in interim payment certificates issued on the date of final completion and up to but excluding the final payment certificate in terms of 34.6
31.8(A).4 One hundred per cent (100%) of such value in the final payment certificate in terms of 34.6 except where the amount certified is in favour of the employer. In such an event the payment reduction shall remain at the adjustment level applicable to the final payment certificate
Alternative B
31.8(B) Where security as a payment reduction in terms of 14.7 has been selected, the value of the works in terms of 31.4.1 and materials and goods in terms of 31.4.2 shall be certified in full. The value certified shall be subject to the following percentage adjustments:
31.8(B).1 Ninety per cent (90%) of such value in interim payment certificates issued up to the date of practical completion
31.8(B).2 Ninety-seven per cent (97%) of such value in interim payment certificates issued on the date of practical completion and up to but excluding the date of final completion
31.8(B).3 Ninety-nine per cent (99%) of such value in interim payment certificates issued on the date of final completion and up to but excluding the final payment certificate in terms of 34.6
31.8(B).4 One hundred per cent (100%) of such value in the final payment certificate in terms of 34.6 except where the amount certified is in favour of the employer. In such an event the payment reduction shall remain at the adjustment level applicable to the final payment certificate
Clause 31.12 is amended by deleting the following:
Payment shall be subject to the employer giving the contractor a tax invoice for the amount due
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 74
R c
A32.0 ADJUSTMENT TO THE CONTRACT VALUE
Clause 32.0
Clauses 32.5.1, 32.5.4 and 32.5.7 are amended by the addition of the following at the end of the sentence: "due to no fault of the contractor"
Fixed:____________ Value related:____________ Time related:____________ Item
A33.0 RECOVERY OF EXPENSE AND LOSS
Clause 33.0
Fixed:____________ Value related:____________ Time related:____________ Item
A34.0 FINAL ACCOUNT AND FINAL PAYMENT
Clause 34.0
Clause 34.2 is amended by inserting “#” next to 34.2
Clause 34.8 is amended by deleting the words “where security as a fixed construction guarantee in terms of 14.4 has been selected or where payment reduction has been applied in terms of 14.7.1”
Clause 34.13 is amended by replacing “seven (7) calendar days” with “thirty (30) calendar days” and deleting the words “subject to the employer giving the contractor a tax invoice for the amount due”
Fixed:____________ Value related:____________ Time related:____________ Item
A35.0 PAYMENT TO OTHER PARTIES
Clause 35.0 Fixed:____________ Value related:____________ Time related:____________
Item
CANCELLATION
A36.0 CANCELLATION BY EMPLOYER – CONTRACTOR’S DEFAULT
Clause 36.0
Clause 36.1 is amended by the addition of the following clauses:
36.1.3 refuses or neglects to comply strictly with any of the conditions of contract
36.1.4 estate being sequestrated, liquidated or surrendered in terms of the insolvency laws in force within the Republic of South Africa
36.1.5 in the judgement of the employer, has engaged in corrupt or fraudulent practices in competing for or in executing the contract
Clause 36.3 is amended by removing the reference to “No clause” and replacing the words “principal agent” with “employer”
Clause 36.0 is amended by the addition of the following clause:
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 75
R c
36.7 Notwithstanding any clause to the contrary, on cancellation of this agreement either by the employer or the contractor; or for any reason whatsoever, the contractor shall on written instruction, discontinue with the works on a date stated and withdraw himself from the site. The contractor shall not be entitled to refuse to withdraw from the works on the grounds of any lien or right of retention or on the grounds of any other right whatsoever
Fixed:____________ Value related:____________ Time related:____________ Item
A37.0 CANCELLATION BY EMPLOYER – LOSS AND DAMAGE
Clause 37.0
Clause 37.3.5 is amended by replacing “ninety (90)” with “one-hundred and twenty (120)”
Clause 37.0 is amended by the addition of the following clause:
37.5 Notwithstanding any clause to the contrary, on cancellation of this agreement either by the employer or the contractor; or for any reason whatsoever, the contractor shall on written instruction, discontinue with the works on a date stated and withdraw himself from the site. The contractor shall not be entitled to refuse to withdraw from the works on the grounds of any lien or right of retention or on the grounds of any other right whatsoever
Fixed:____________ Value related:____________ Time related:____________ Item
A38.0 CANCELLATION BY CONTRACTOR – EMPLOYER’S DEFAULT
Clause 38.0
Clause 38.5.4 is amended by replacing “ninety (90)” with “one-hundred and twenty (120)”
Clause 38.0 is amended by the addition of the following clause:
38.7 Notwithstanding any clause to the contrary, on cancellation of this agreement either by the employer or the contractor; or for any reason whatsoever, the contractor shall on written instruction, discontinue with the works on a date stated and withdraw himself from the site. The contractor shall not be entitled to refuse to withdraw from the works on the grounds of any lien or right of retention or on the grounds of any other right whatsoever
Fixed:____________ Value related:____________ Time related:____________ Item
A39.0 CANCELLATION – CESSATION OF THE WORKS
Clause 39.0
Clause 39.3.5 is amended by the addition of the following at the end of the sentence: “within one hundred and twenty (120) working days of completion of such a report”
Fixed:____________ Value related:____________ Time related:____________ Item
DISPUTE
A40.0 DISPUTE SETTLEMENT
Clause 40.0
Clause 40.2.2 is amended by replacing “one (1) year” with “three (3) years” Clause 40.6 is amended by removing the reference to: No clause
Clause 40.7.1 is amended by replacing “(10)” with “(15)” and by the addition of the following:
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 76
R c
Whether or not mediation resolves the dispute, the parties shall bear their own cost concerning the mediation and equally share the costs of the mediator and related costs
Fixed:____________ Value related:____________ Time related:____________ Item
SUBSTITUTE PROVISIONS
A41.0 STATE CLAUSES
Clause 41.0
Fixed:____________ Value related:____________ Time related:____________ Item
CONTRACT VARIABLES
THE SCHEDULE (C1.2: CONTRACT DATA)
A42.0 PRE-TENDER INFORMATION
Clause 42.0
Tenderers are referred to the document C1.2: Contract Data for variables pertaining to this contract
Fixed:____________ Value related:____________ Time related:____________ Item
B1.0 SECTION B: JBCC PRELIMINARIES
B1.1 DEFINITIONS AND INTERPRETATION
Definitions and interpretation
See also clause A1.0 of Section A for additional and/or amended definitions which shall apply equally to this Section
B2.0
Fixed:____________ Value related:____________ Time related:____________ Item
B2.1
DOCUMENTS
Checking of documents
B2.2
Fixed:_______ __ Value related:____________ Time related:____________ Item
Provisional bills of quantities
B2.3
Fixed:____________ Value related:____________ Time related:____________ Item
Availability of construction documentation
B2.4
Fixed:____________ Value related:____________ Time related:____________ Item
Interests of agents
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 77
R c
B2.5 Priced documents
B2.6
Fixed:_________ __ Value related:____________ Time related:____________ Item
Tender submission
Clause 2.6 is amended by replacing “JBCC Form of Tender” with “Form of Offer and Acceptance (C1.1)”
Fixed:____________ Value related:____________ Time related:____________ Item
B3.0 B3.1
THE SITE
Defined works area
B3.2
Fixed:____________ Value related:____________ Time related:____________ Item
Geotechnical investigation
B3.3
Fixed:____________ Value related:____________ Time related:____________ Item
Site inspection
Tenderers shall complete the Site Inspection Certificate included in the tender documents and return the same with the tender submission.
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION A) Each Item Carried to Collection 78
R c
B3.4 Existing premises occupied
Fixed:____________ Value related:____________ Time related:____________ Item
B3.5 Previous work – dimensional accuracy
Fixed:____________ Value related:____________ Time related:____________ Item
B3.6 Previous work – defects
Fixed:____________ Value related:____________ Time related:____________ Item
B3.7 Services – known
Fixed:____________ Value related:____________ Time related:____________ Item
B3.8 Services – unknown
Fixed:____________ Value related:____________ Time related:____________ Item
B3.9 Protection of trees
Fixed:____________ Value related:____________ Time related:____________ Item
B3.10 Articles of value
Fixed:____________ Value related:____________ Time related:____________ Item
B3.11 Inspection of adjoining properties
Fixed:____________ Value related:____________ Time related:____________ Item
B4.0 MANAGEMENT OF CONTRACT
B4.1 Management of the works
Fixed:____________ Value related:____________ Time related: ________________ Item
B4.2 Programme for the works
Fixed:____________ Value related:____________ Time related: ____________ Item
B4.3 Progress meetings
Fixed:____________ Value related:____________ Time related: ____________ Item
SECTION 1: PRELIMINARIES (SECTION B) Each Item Carried to Collection
79
R c
B4.4 Technical meetings
Fixed:____________ Value related:____________ Time related: ____________ Item
B4.5 Labour and plant records
Fixed:____________ Value related:____________ Time related: ____________ Item
B5.0 SAMPLES, SHOP DRAWINGS AND MANUFACTURERS’ INSTRUCTIONS
B5.1 Samples of materials
Fixed:____________ Value related:____________ Time related:____________ Item
B5.2 Workmanship samples
Fixed:____________ Value related:____________ Time related:____________ Item
B5.3
Shop drawings
Fixed:____________ Value related:____________ Time related:____________ Item
B5.4 Compliance with manufacturers’ instructions
Fixed:____________ Value related:____________ Time related:____________ Item
B6.0 TEMPORARY WORKS AND PLANT
B6.1 Deposits and fees
Fixed:____________ Value related:____________ Time related:____________ Item
B6.2 Enclosure of the works
Fixed:____________ Value related:____________ Time related:____________ Item
B6.3 Advertising
Fixed:____________ Value related:____________ Time related:____________ Item
B6.4 Plant, equipment, sheds and offices
Fixed:____________ Value related:____________ Time related: ____________ Item
B6.5 Main notice board
Fixed:____________ Value related:____________ Time related: ____________ Item
B6.6 Subcontractors’ notice board
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION B) Each Item Carried to Collection
80
R c
B7.0 TEMPORARY SERVICES
B7.1 Location
Fixed:____________ Value related:____________ Time related:____________ Item
B7.2 Water
Fixed:____________ Value related:____________ Time related: ____________ Item
B7.3 Electricity
Fixed:____________ Value related:____________ Time related: ____________ Item
B7.4 Telecommunication facilities
Fixed:____________ Value related:____________ Time related: ____________ Item
B7.5 Ablution facilities
Fixed:____________ Value related:____________ Time related: ____________ Item
B8.0 PRIME COST AMOUNTS
B8.1 Responsibility for prime cost amounts
Fixed:____________ Value related:____________ Time related:____________ Item
B9.0 ATTENDANCE ON N/S SUBCONTRACTORS
B9.1 General attendance
Fixed:____________ Value related:____________ Time related:____________ Item
B9.2 Special attendance
Fixed:____________ Value related:____________ Time related:____________ Item
B9.3 Commissioning – fuel, water and electricity
Fixed:____________ Value related:____________ Time related:____________ Item
B10.0 FINANCIAL ASPECTS
B10.1 Statutory taxes, duties and levies
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION B) Each Item Carried to Collection
81
R c
B10.2 Payment for preliminaries
Fixed:____________ Value related:____________ Time related:____________ Item
B10.3 Adjustment of preliminaries
Clauses B10.3.1 and B10.3.2 are amended by replacing “within fifteen (15) working days of taking possession of the site” with “in his priced bills of quantities / lump sum document submitted with his tender offer”
Fixed:____________ Value related:____________ Time related:____________ Item
B10.4 Payment certificate cash flow
Fixed:____________ Value related:____________ Time related:____________ Item
B11.0 GENERAL
B11.1 Protection of the works
Fixed:____________ Value related:____________ Time related:____________ Item
B11.2 Protection / isolation of existing / sectionally occupied works
Fixed:____________ Value related:____________ Time related:_____________ Item
B11.3 Security of the works
Fixed:____________ Value related:____________ Time related: ___________ Item
B11.4 Notice before covering work
Fixed:____________ Value related:____________ Time related:____________ Item
B11.5 Disturbance
Fixed:____________ Value related:____________ Time related:____________ Item
B11.6 Environmental disturbance
Fixed:____________ Value related:____________ Time related:____________ Item
B11.7 Works cleaning and clearing
Fixed:____________ Value related:____________ Time related: ___________ Item
B11.8 Vermin
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES (SECTION B) Each Item Carried to Collection
82
R c
B11.9 Overhand work
Fixed:____________ Value related:____________ Time related:____________ Item
B11.10 Instruction manuals and guarantees
Fixed:____________ Value related:____________ Time related:____________ Item
B11.11 As built information
Fixed:____________ Value related:____________ Time related:____________ Item
B11.12 Tenant installations
Fixed:____________ Value related:____________ Time related:____________ Item
B12.0 SCHEDULE OF VARIABLES
B12.1 Pre-tender information
Fixed:____________ Value related:____________ Time related:____________ Item
This schedule contains all variables referred to in this document and is divided into pre-tender and post-tender categories. The pre-tender category must be completed in full and included in the tender documents. Both the pre-tender and post-tender categories form part of these Preliminaries. Spaces requiring information must be filled in, shown as “not applicable” or deleted and not left blank. Where choices are offered, the non-applicable items are to be deleted. Where insufficient space is provided the information should be annexed hereto and cross-referenced to the applicable clause of the schedule. Key cross reference clauses are italicised in [ ] brackets
12.1 PRE-TENDER INFORMATION 12.1.1 Provisional bills of quantities [2.2] The quantities are provisional (yes/no) No 12.1.2 Availability of construction documentation [2.3] Construction documentation is complete (yes/no) Yes 12.1.3 Interests of agents [2.4] Details: NONE 12.1.4 Defined works area [3.1] Details: Refer to C4 Site Information 12.1.5 Geotechnical investigation [3.2] Details: 12.1.6 Existing premises occupied [3.4] Specific requirements: 12.1.7 Previous work – dimensional accuracy [3.5] Details: 12.1.8 Previous work - defects [3.6] Details: SECTION 1: PRELIMINARIES (SECTION B) Each Item Carried to Collection
83
R c
12.1.9. Services - known [3.7] Details: 12.1.10 Protection of trees [3.9] Specific requirements: 12.1.11 Inspection of adjoining properties [3.11] Specific requirements: 12.1.12 Enclosure of the works [6.2] Specific requirements: The site must be suitably hoarded with at least a 1.8m high
diamond mesh fence at all times with a limited number of restricted access points.
12.1.13 Offices [6.4.3] Specific requirements:
The contractor shall provide, maintain and remove on completion of the works an office for the exclusive use of the principal agent, minimum size 4 x 3 x 3m high internally, suitably insulated and ventilated, provided with electric lighting and fitted with boarded floor, desk, chair, drawing stool, drawing board and lock-up drawers for drawings. The office shall be kept clean and fit for use at all times.
12.1.14 Main notice board [6.5] Specific requirements:
The contractor shall provide, erect where directed, maintain and remove on completion of the works a notice board size 3 x 3m, constructed of suitable boarding with flat smooth surface and with edging bead 19mm thick round outer edges and projecting 12mm from face of boarding and rounded on front edge. The board shall be securely fixed to hoarding, where hoarding is provided, or fixed to and including a suitable supporting structure of timber or tubular posts and braces. The board is to be painted ivory white and the bead and 12mm wide dividing lines orange in accordance with EPWP requirements.
12.1.15
Subcontractors’ notice board
[6.6] Specific requirements: (yes/no) No 12.1.16 Water [7.2] Option A (by contractor) (yes/no) Yes Option B (by employer - free of charge) (yes/no) No Option C (by employer - metered) (yes/no) No 12.1.17 Electricity [7.3] Option A (by contractor) (yes/no) Yes Option B (by employer - free of charge) (yes/no) No Option C (by employer - metered) (yes/no) No 12.1.18 Telecommunications [7.4] Telephone (yes/no) Yes Facsimile (yes/no) No E-mail (yes/no) No
SECTION 1: PRELIMINARIES (SECTION B) Each Item Carried to Collection
84
R c
12.1.19 Ablution facilities [7.5] Option A (by contractor) (yes/no) Yes Option B (by employer) (yes/no) No 12.1.20 Protection of existing/sectionally occupied works [11.2] Protection is required (yes/no) Yes 12.1.21 Special attendance [9.2] Subcontractor (1) details: Subcontractor (2) details: Subcontractor (3) details: Subcontractor (4) details: 12.1.22 Protection of the works [11.1] Specific requirements: 12.1.23 Disturbance [11.5] Specific requirements:
The contractor shall keep the site, structures, etc well watered during operations to prevent dust and shall provide and erect and remove on completion of the works all necessary temporary dust screens all to the satisfaction of the principal agent
12.1.24 Environmental disturbance [11.6] Specific requirements: 12.2 POST-TENDER INFORMATION 12.2.1 Payment of preliminaries [10.2] Option A (prorated) (yes/no) Option B (calculated) (yes/no) 12.2.2 Adjustment of preliminaries [10.3] Option A (three categories) (yes/no) Option B (detailed breakdown) (yes/no) 12.2.3 Additional agreed preliminaries items Details:
SECTION 1: PRELIMINARIES (SECTION B) Each Item Carried to Collection
85
R c
SECTION C: SPECIFIC PRELIMINARIES
Section C contains specific preliminary items which apply to this contract except where N/A (Not Applicable) appears against an item
C1 CONTRACT DRAWINGS * Select relevant paragraph and delete whichever is not applicable depending on whether the
contract is based on a bills of quantities or lump sum document
* The drawings issued with the tender documents do not comprise the complete set but serve
as a guide only for tendering purposes and for indicating the scope of the work to enable the tenderer to acquaint himself with the nature and extent of the works and the manner in which they are to be executed
Should any part of the drawings not be clearly understood by the tenderer he shall, before
submitting his tender, obtain clarification in writing from the principal agent
Fixed: ____________ Value related:____________ Time related:____________ Item
C2 GENERAL PREAMBLES The document “Construction Works: Specification (PW371-A and PW371-B)” is obtainable on
request from the head office and all regional offices of the Department, and shall be read in conjunction with the bills of quantities / lump sum document and be referred to for the full descriptions of work to be done and materials to be used
Fixed: ____________ Value related:____________ Time related:____________
Item
C3 TRADE NAMES Wherever a trade name for any product has been described in the bills of quantities / lump
sum document, the tenderer’s attention is drawn to the fact that any other product of equal quality may be used subject to the written approval of the principal agent being obtained prior to the closing date for submission of tenders
If prior written approval for an alternative product is not obtained, the product described shall be
deemed to have been tendered for
Fixed: ____________ Value related:____________ Time related:____________
Item
C4 IMPORTED MATERIALS AND EQUIPMENT Where imported items are listed in the tender documents, the tenderer shall provide all the
information called for, failing which the price of any such item, materials or equipment shall be excluded from currency fluctuations. (refer to Schedule of Imported Materials and Equipment to be completed by tenderer)
Notwithstanding any provisions elsewhere regarding the adjustment of contract prices, the price
of any item, material or equipment listed in terms of this clause shall be excluded from the Contract Price Adjustment Provisions (if applicable)
Fixed: ____________ Value related:____________ Time related:____________
Item
SECTION 1: PRELIMINARIES: COLLECTION 86
R c
C5 VIEWING THE SITE IN SECURITY AREAS The site is situated in a security area and the tenderer must arrange with the unit commander
or other responsible officer to obtain permission to enter the site for tendering purposes
Fixed: ____________ Value related:____________ Time related:____________ Item
C6 COMMENCEMENT OF WORKS IN SECURITY AREAS
As the works falls within a security area the contractor must give the unit commander or other responsible officer notice before commencement of the works. Should the contractor fail to make such arrangements, admission to the site may be refused and any additional costs will be for the contractor’s account
Fixed: ____________ Value related:____________ Time related:____________ Item
C7 ENTRANCE PERMITS TO SECURITY AREAS
As the works falls within a security area the contractor shall obtain entrance permits for his personnel and workmen entering the area and shall comply with all regulations and instructions which may be issued from time to time regarding the protection of persons and property under the control of the Defence Force, Police or chief security officer
Fixed: ____________ Value related:____________ Time related:____________ Item
C8 SECURITY CHECK OF PERSONNEL
The principal agent may require the contractor to have his personnel and workmen, or a certain number of them, security classified
In the event of the principal agent requesting the removal of a person or persons from the works for security reasons, the contractor shall do so forthwith and shall thereafter ensure that such person or persons are denied access to the works and the site and/or to any document or information relating to the works
Fixed:____________ Value related:_____________ Time related:____________ Item
C9 PROHIBITION ON TAKING OF PHOTOGRAPHS
In terms of article 119 of the Defence Act, 44 of 1957, it is prohibited to sketch or to take photographs of any military site or installation or any building or civil works thereon or to be in possession of a camera or other apparatus used for taking of photographs except when authorized thereto by or on behalf of the Minister The same prohibition is also applicable to all correctional institutions in terms of article 44.1(e) of the Correctional Services Act 8 of 1959
Fixed:_____________ Value related:____________ Time related:______________ Item
SECTION 1: PRELIMINARIES: COLLECTION 87
R c
C10
HIV/AIDS AWARENESS
It is required of the contractor to thoroughly study the HIV/AIDS Specification (PW 1544) of the Department that must be read together with and is deemed to be incorporated under this Section of the bills of quantities / lump sum document. Provision for pricing of HIV/AIDS awareness is made under items C10.1 to C10.5 hereafter and it is explicitly pointed out that all requirements of the aforementioned specification are deemed to be priced hereunder, as the said items represent the only method of measurement and no additional items or extras to the contract in this regard shall be entertained
The contractor must take note that compliance with the HIV/AIDS Specification is compulsory. In the event of partial or total non-compliance, the principal agent, notwithstanding the provisions of Clause A 31 of “Section 1: Preliminaries (Section A)” or any other clause to the contrary, reserves the right to delay issuing any progress payment certificate until the contractor provides satisfactory proof of compliance. The contractor shall not be entitled to any compensation of whatsoever nature, including interest, due to such delay of payment
C10.1 AWARENESS CHAMPION
Selection, appointment, briefing and making available of an Awareness Champion including provision of all relevant services, all in accordance with the HIV/AIDS Specification
Fixed:_____________ Value related:____________ Time related: ____________ Item
C10.2 AWARENESS WORKSHOPS
Selection and appointment of a competent Service Provider approved by the principal agent, provision of a Service Provider Workshop Plan and a suitable venue, conducting of awareness workshops by means of traditional and/or modern multi-media techniques, including follow-up courses, making available all tuition material and performing assessment procedures, all in accordance with the HIV/AIDS Specification
Fixed:_____________ Value related:____________ Time related: ____________ Item
C10.3 POSTERS, BOOKLETS, VIDEOS, ETC.
Provision, displaying, maintaining and replacing when necessary of four plastic laminated posters, booklets and educational videos, etc. for the duration of the construction period, all in accordance with the HIV/AIDS Specification
Fixed:_____________ Value related:____________ Time related: ____________ Item
C10.4 ACCESS TO CONDOMS
Provision and maintenance of condom dispensers fixed in position, including male and female condoms, replenishing male and female condoms on a daily basis as required for the duration of the construction period, all in accordance with the HIV/AIDS Specification
Fixed:_____________ Value related:____________ Time related: ____________ Item
SECTION 1: PRELIMINARIES: COLLECTION 88
R c
C10.5 MONITORING
C11 C12
Monitoring HIV/AIDS awareness of workers, providing the principal agent with access to information including making available all reports, thoroughly completed and reflecting the correct information, for the duration of the construction period and close out, all in accordance with the HIV/AIDS Specification
Fixed:____________ Value related:____________ Time related: ____________ Item
OCCUPATIONAL HEALTH AND SAFETY ACT The contractor shall comply with all the requirements set out in the Construction Regulations, 2014 issued under the Occupational Health and Safety Act, 1993 (Act No.85 of 1993). It is required of the contractor to thoroughly study the Health and Safety Specification that must be read together with and is deemed to be incorporated under this Section of the bills of quantities / lump sum document. The contractor must take note that compliance with the Occupational Health and Safety Act, Construction Regulations and Health and Safety Specification is compulsory. In the event of partial or total non-compliance, the principal agent, notwithstanding the provisions of clause A31.0 of Section A or any other clause to the contrary, reserves the right to delay issuing any progress payment certificate until the contractor provides satisfactory proof of compliance. The contractor shall not be entitled to any compensation of whatsoever nature, including interest, due to such delay of payment. Provision for pricing of the Occupational Health and Safety Act, Construction Regulations and Health and Safety Specification is made under this clause and it is explicitly pointed out that all requirements of the aforementioned are deemed to be priced hereunder and no additional claims in this regard shall be entertained.
Fixed:____________ Value related:____________ Time related: ____________ Item
SUBCONTRACTING AS A CONDITION OF TENDER It is required that the contractor shall subcontract 30% of the value of the contract to EME’S and QSE’s as stipulated in the Tender Data F.4.7 Provision for pricing of all the main contractor’s cost in this regard is made under this clause and are deemed to be priced hereunder and no additional claims in this regard shall be entertained.
Fixed:____________ Value related:____________ Time related:____________ Item
SECTION 1: PRELIMINARIES: COLLECTION 89
R c
PRELIMINARIES COLLECTION AMOUNT
Item Page R
c
SECTION A: JBCC PRINCIPAL BUILDING AGREEMENT
Definitions
A1.0 Definitions and interpretation 65
Objective and Preparation
A2.0 Offer, acceptance and performance 66
A3.0 Documents 66
A4.0 Design responsibility 66
A5.0 Employer’s agents 67
A6.0 Site representative 67
A7.0 Compliance with regulations 67
A8.0 Works risk 67
A9.0 Indemnities 67
A10.0 Works Insurances 67
A11.0 Liability insurances 69
A12.0 Effecting insurances 69
A13.0 No clause 69
A14.0 Security 69
Execution
A15.0 Preparation for and execution of the works 71
A16.0 Access to the works 72
A17.0 Contract instructions 72
A18.0 Setting out of the works 72
A19.0 Assignment 72
A20.0 Nominated subcontractors 72
A21.0 Selected subcontractors 72
A22.0 Employer’s direct contractors 72
A23.0 Contractor’s domestic subcontractors 73
Completion
A24.0 Practical completion 73
A25.0 Works completion 73
A26.0 Final completion 73
A27.0 Latent defects liability period 73
A28.0 Sectional completion 73
A29.0 Revision of date for practical completion 73
A30.0 Penalty for non-completion 73
Carried forward R
SECTION 1: PRELIMINARIES: COLLECTION 90
R c
Brought forward R
Payment
A31.0 Interim payment to the contractor 73
A32.0 Adjustment to the contract value 75
A33.0 Recovery of expense and loss 75
A34.0 Final account and final payment 75
A35.0 Payment to other parties 75
Cancellation
A36.0 Cancellation by employer – contractor’s default 75
A37.0 Cancellation by employer – loss and damage 76
A38.0 Cancellation by contractor – employer’s default 76
A39.0 Cancellation – cessation of the works 76
Dispute
A40.0 Dispute settlement 76
Substitute Provisions
A41.0 State clauses 77
Contract Variables
A42.0 Pre-tender information 77
SECTION B: JBCC PRELIMINARIES B1.0 Definitions and interpretation
B1.1 Definitions and interpretations 77
B2.0 Documents
B2.1 Checking of documents 77
B2.2 Provisional Bills of Quantities 77
B2.3 Availability of construction documentation 77
B2.4 Interests of agents 77
B2.5 Priced documents 78
B2.6 Tender submission 78
B3.0 The Site
B3.1 Defined works area 78
B3.2 Geotechnical investigation 78
B3.3 Inspection of the site 78
B3.4 Existing premises occupied 79
B3.5 Previous work – dimensional accuracy 79
B3.6 Previous work – defects 79
B3.7 Services – known 79
B3.8 Services – unknown 79
B3.9 Protection of trees 79
B3.10 Articles of value 79
B3.11 Inspection of adjoining properties 79
SECTION 1: PRELIMINARIES: COLLECTION 91
R c
B4.0
Brought forward R Management of contract
B4.1 Management of the works 79
B4.2 Programme for the works 79
B4.3 Progress meetings 79
B4.4 Technical meetings 80
B4.5 Labour and plant records 80
B5.0 Samples, shop drawings and manufacturers’ instructions
B5.1 Samples of materials 80
B5.2 Workmanship samples 80
B5.3 Shop drawings 80
B5.4 Compliance with manufacturers’ instructions 80
B6.0 Temporary works and plant
B6.1 Deposits and fees 80
B6.2 Enclosure of the works 80
B6.3 Advertising 80
B6.4 Plant, equipment, sheds and offices 80
B6.5 Main notice board 80
B6.6 Subcontractors’ notice board 80
B7.0 Temporary services
B7.1 Location 81
B7.2 Water 81
B7.3 Electricity 81
B7.4 Telecommunication facilities 81
B7.5 Ablution facilities 81
B8.0 Prime cost amounts
B8.1 Responsibility for prime cost amounts 81
B9.0 Attendance on N/S subcontractors
B9.1 General attendance 81
B9.2 Special attendance 81
B9.3 Commissioning – fuel, water and electricity 81
B10 Financial aspects
B10.1 Statutory taxes, duties and levies 81
B10.2 Payment for preliminaries 82
B10.3 Adjustment of preliminaries 82
B10.4 Payment certificate cash flow 82
B11.0 General
B11.2 Protection / isolation of existing / sectionally occupied works 82
B11.3 Security of the works 82
B11.4 Notice before covering work 82
B11.5 Disturbance 82
SECTION 1: PRELIMINARIES: COLLECTION 92
R c
Brought forward R
B11.6 Environmental disturbance 82
B11.7 Works cleaning and clearing 82
B11.8 Vermin 82
B11.9 Overhand work 83
B11.10 Instruction manuals and guarantees 83
B11.11 As built information 83
B11.12 Tenant installations 83
B12.0 Schedule of Variables
B12.1 Pre-tender information 83
SECTION C: SPECIFIC PRELIMINARIES
C1 Contract drawings 86
C2 General preambles 86
C3 Trade names 86
C4 Imported materials and equipment 86
C5 Viewing the site in security areas 87
C6 Commencement of works in security areas 87
C7 Entrance permits to security areas 87
C8 Security check of personnel 87
C9 Prohibition on taking of photographs 87
C10 HIV / AIDS awareness C10.1 Awareness champion 88
C10.2 Awareness workshops 88
C10.3 Posters, booklets, videos, etc 88
C10.4 Access to condoms 88
C10.5 Monitoring 89
C11 Occupational Health and Safety Act 89
C12 Subcontractors as a condition of tender 89
SECTION 1
PRELIMINARIES
CARRIED TO FINAL SUMMARY R
SUBTOTALS:
Category: Fixed R
Category: Value R
Category: Time R
SECTION 1: PRELIMINARIES: COLLECTION 93
94
C2.2 BILLS OF QUANTITIES & FINAL SUMMARY
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BUILDING WORKS
BILL NO. 1
ALTERATIONS (PROVISIONAL)
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
Item
All material become the property of the Contractor and are to be removed by him from the site. All debris and rubbish arising from the alterations are to be immediately carted away and the site left clear and unencumbered
1
ALTERATIONS
Item
Any breaking up, breaking down, etc. and removal of existing work must be done with the greatest care to prevent any form of structural or other damage to work or items not due to be removed. If any such damage may occur it will be made good by the Contractor on his own expense
2
18m2Remove existing concrete ramp not exceeding 120mm thick and cut existing mesh.
3
CONCRETE
50m2Remove existing concrete surface bed not exceeding 120mm thick and cut existing mesh.
4
22m2Remove existing apron not exceeding 120mm thick and cut existing mesh.
5
322m2Remove existing paving not exceeding 120mm thick6
-95-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
546m
Remove existing concrete skirting overall size approximately 150 x 150mm high laid at 45 degree to walls
7
247m
Cut through and break back concrete floor not exceeding 120mm thick and 750mm wide, cut existing mesh (if any) on centre, bend up and preserve and remove existing concrete floor, for 750 x 250mm thick concrete footing for one brick wall (measured elsewhere)
8
FLOORS AND FLOOR FINISHES
45m
Repair floor face where intersecting half brick walls are broken down, break down wall to 85mm below surface bed slab, fill with sand to underside of surface bed and cast new slab 110mm wide and 150mm thick including neat flush intersections with existing
9
182m
Repair floor face where intersecting one brick walls are broken down, break down wall to 85mm below surface bed slab, fill with sand to underside of surface bed and cast new slab 220mm wide and 150mm thick including neat flush intersections with existing
10
118m2
Take up and remove existing ceramic tiles with cement plaster bedding, skirtings, etc. from concrete floor, including preparing and proper cleaning of concrete surface to receive new screed (measured elsewhere)
11
14m2
Take up and remove existing terazzo tile floor covering with cement plaster bedding, skirtings, etc. from concrete floor, including preparing and proper cleaning of concrete surface to receive new screed (measured elsewhere)
12
490m2Take up and remove existing vinyl tile floor covering 13
974m2Take up and remove existing vinyl sheeting floor covering
14
1,848m2
Break up and remove existing screed approximately 30mm thick from concrete surface bed and prepare latter to receive new screed (measured elsewhere)
15
410mTake off and remove existing 75mm timber skirting from plastered wall and repair wall surface
16
183mTake off and remove existing 100mm vinyl skirting from plastered wall and repair wall surface
17
-96-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
93m2Break down and remove existing half brick wall18
WALLS AND WALL FINISHES
651m2Break down and remove existing one brick wall19
22m
Break down and remove existing one brick retaining wall 1300mm high including foundation wall and concrete footing
20
53m2Cutting toothings and bonding new brickwork to existing21
690m2Take up and remove existing vinyl sheeting from walls22
625m2
Hack off and remove internal plaster in patching from brick walls, concrete columns and beams and prepare toreceive new plaster (measured elsewhere), including all necessary cleaning
23
342m2
Hack off and remove external plaster in patching from brick walls, concrete columns and beams and prepare toreceive new plaster (measured elsewhere), including all necessary cleaning
24
144m2
Hack off and remove existing white glazed tiles including plaster backing from brick walls in patches and prepare the surface to receive new tiles (elsewhere measured)
25
94m2Pre-pair existing facebrick to receive plaster (elsewhere measured)
26
5m
Break down and remove existing seating bench, comprising of brickwork and 100mm surface bed. Overall size 450 x 500mm high
27
250m
Carefully cut crack in existing plastered wall open as necessary, prepare for and fill in with epoxy filling as "epidermix 314" or other similar approved and finish off flush with adjacent finishes
28
15NoRemove existing mortice lock from wooden door and prepare to receive new lockset (elsewhere measured)
29
DOORS
26NoService existing timber door overall size 813 x 2032mm high
30
22NoService existing timber door overall size 1588 x 2032mm high
31
-97-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1NoService existing wooden sliding door overall size 3400 x 2400mm high
32
10No
Take out and remove existing timber door, size 813 x 2032mm high, from pressed steel door frame and prepare frame to receive new door
33
Take out and remove existing doors to be replaced
15No
Take out and remove existing timber double door, size 1511 x 2032mm high, from pressed steel door frame and prepare frame to receive new door
34
18NoTake out and remove existing timber door and steel frame, size 813 x 2032mm high from half brick wall
35
Take out and remove existing door frames and doors from walls to be demolished
6NoTake out and remove existing timber door and steel frame, size 813 x 2032mm high from one brick wall
36
7NoTake out and remove existing timber door and steel frame, size 1600 x 2032mm high from one brick wall
37
4NoTake out and remove existing security gate, size 1360 x 2350mm high from one brick wall
38
Take out and remove existing security gates to be replaced
1NoTake out and remove existing security gate, size 3560 x 2900mm high from one brick wall
39
10No
Take out and remove existing door size 813 x 2032mm high including pressed steel door frame and prepare to receive new (measured elsewhere)
40
Take out and remove existing doors from half brick walls
20No
Take out and remove existing door size 813 x 2032mm high including pressed steel door frame and prepare to receive new (measured elsewhere)
41
Take out and remove existing doors from one brick walls
4No
Take out and remove existing door size 1350 x 2032mm high including pressed steel door frame and prepare to receive new (measured elsewhere) opening to be altered (measured elsewhere)
42
-98-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
11No
Take out and remove existing door size 1588 x 2032mm high including pressed steel door frame and prepare to receive new (measured elsewhere)
43
1No
Take out and remove existing door size 1588 x 2032mm high including pressed steel door frame and prepare to receive new (measured elsewhere) opening to be altered (measured elsewhere)
44
1No
Take out and remove existing door size 2740 x 2250mm high including pressed steel door frame and prepare to receive new (measured elsewhere)
45
1No
Take out and remove existing door overall size 3000 x 2650mm high including sidelights and pressed steel door frame and prepare to receive new (measured elsewhere) opening to be altered (measured elsewhere)
46
1No
Take out and remove existing door overall size 4560 x 2650mm high including sidelights and pressed steel door frame and prepare to receive new (measured elsewhere) opening to be altered (measured elsewhere)
47
1No
Altering opening in one brick wall where 813 x 2032mm high timber door including steel frame is removed to form opening for new double door size 1600 x 2032mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new door and frame and making good paintwork elsewhere)
48
Altering of openings through existing walls
1No
Altering opening in one brick wall where 3550 x 2900mm high security gate including steel frame is removed to form opening size 1750 x 2900mm high overall including necessary precast concrete lintol and making good plaster on both sides and in openings
49
4No
Altering opening in one brick wall where 1350 x 2032mm high double timber door and steel frame is removed, to form opening for new timber door and steel frame size 1020 x 2032mm high (measured elsewhere) overall, including necessary precast concrete lintol and making good all brickwork surfaces and making good plaster on both sides (new door and frame and making good paintwork elsewhere)
50
-99-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Altering opening in one brick wall where 1360 x 2350mm high security gate and steel frame is removed, to form opening for new timber door and steel frame size 813 x 2032mm high (measured elsewhere) overall, including necessary precast concrete lintol and making good all brickwork surfaces and making good plaster on both sides (new door and frame and making good paintwork elsewhere)
51
1No
Altering opening in one brick wall where 1588 x 2032mm high double steel door and steel frame is removed, to form opening for new aluminium window size 900 x 900mm high (measured elsewhere) overall, including necessary precast concrete lintol and making good all brickwork surfaces and making good plaster on both sides (new window and making good paintwork elsewhere)
52
1No
Altering opening in one brick wall where existing steel door with sidelights, size 3000 x 2650mm high including steel frame from one brick wall is removed, to form opening for new aluminium window size 2400 x 1250mm high (measured elsewhere) overall, including necessary precast concrete lintol and making good all brickwork surfaces and making good plaster on both sides (new window and making good paintwork elsewhere)
53
1No
Altering opening in one brick wall where existing steel door with sidelights, size 4560 x 2650mm high including steel frame from one brick wall is removed, to form opening for new aluminium window size 2400 x 1250mm high (measured elsewhere) overall, including necessary precast concrete lintol and making good all brickwork surfaces and making good plaster on both sides (new window and making good paintwork elsewhere)
54
3No
Break opening, size 750 x 2032 high, through one brick wall for new steel frame (measured elsewhere), repair reveals and lintols with brickwork in cement mortar as well as plastered finish to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary precast concrete lintol, cutting, temporary support , neat flush intersections of new to existing finishes, etc.
55
Break opening through brick wall for new door
-100-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
7No
Break opening, size 813 x 2032 high, through one brick wall for new steel frame (measured elsewhere), repair reveals and lintols with brickwork in cement mortar as well as plastered finish to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary precast concrete lintol, cutting, temporary support , neat flush intersections of new to existing finishes, etc.
56
4No
Break opening, size 877 x 2032 high, through one brick wall for new steel frame (measured elsewhere), repair reveals and lintols with brickwork in cement mortar as well as plastered finish to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary precast concrete lintol, cutting, temporary support , neat flush intersections of new to existing finishes, etc.
57
1No
Break opening, size 1511 x 1870 high, through one brickwall for new steel frame (measured elsewhere), repair reveals and lintols with brickwork in cement mortar as well as plastered finish to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary precast concrete lintol, cutting, temporary support , neat flush intersections of new to existing finishes, etc.
58
1No
Break opening, size 1588 x 2032 high, through one brick wall for new steel frame (measured elsewhere), repair reveals and lintols with brickwork in cement mortar as well as plastered finish to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary precast concrete lintol, cutting, temporary support , neat flush intersections of new to existing finishes, etc.
59
1No
Break opening, size 1650 x 2100 high, through one brick wall for new aluminium door (measured elsewhere), repair reveals and lintols with brickwork in cement mortar as well as plastered finish to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary precast concrete lintol, cutting, temporary support , neat flush intersections of new to existing finishes, etc.
60
1No
Break opening, size 1760 x 2200 high, through one brick wall for new steel frame (measured elsewhere), repair reveals and lintols with brickwork in cement mortar as well as plastered finish to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary precast concrete lintol, cutting, temporary support , neat flush intersections of new to existing finishes, etc.
61
-101-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
14No
Steel frame and timber door, size approximately 813 x 2032 high, lock, etc, from one brick wall, prepare top of existing brickwork and brick up opening with brickwork in cement mortar, finish off with plaster to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary cutting, temporary support, neat flush intersections of new to existing finishes, etc.
62
Break out and remove existing doors and frames and brick up openings
1No
Steel frame and timber door, size approximately 1600 x 2032 high, lock, etc, from one brick wall, prepare top of existing brickwork and brick up opening with brickwork in cement mortar, finish off with plaster to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary cutting, temporary support, neat flush intersections of new to existing finishes, etc.
63
1No
Steel frame and steel door, size approximately 1600 x 2032 high, lock, etc, from one brick wall, prepare top of existing brickwork and brick up opening with brickwork in cement mortar, finish off with plaster to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary cutting, temporary support, neat flush intersections of new to existing finishes, etc.
64
2No
Steel frame and cold room door to be removed carefully,store in a safe location to be re-installed (measured elsewhere) size approximately 1760 x 2200 high, lock, etc, from one brick wall, prepare top of existing brickwork and brick up opening with brickwork in cement mortar, finish off with plaster to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary cutting, temporary support, neat flush intersections of new to existing finishes, etc.
65
101m2
Remove existing glass panels from steel window sashes, fixed with putty and prepare to receive new glass (elsewhere measured)
66
WINDOWS
16No
Service existing residential type window frame, size 450 x 600mm high, including all necessary bending, servicing of hinges and replacing of ironmongery, etc. (replacement of glass measured elsewhere)
67
-102-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
6NoDitto, but size 1950 x 600mm high68
1NoDitto, but size 1250 x 950mm high69
22NoDiito, but size 2500 x 950mm high70
7NoDitto, but size 1000 x 1000mm high71
1NoDitto, but size 1700 x 1200mm high72
7NoDitto, but size 2500 x 1200mm high73
1NoDitto, but size 2740 x 1200mm high74
1NoDitto, but size 3740 x 1200mm high75
3NoDitto, but size 1000 x 1500mm high76
2NoDitto, but size 1500 x 1500mm high77
1NoDitto, but size 1950 x 1500mm high78
4NoTake out and remove existing steel window, size 2420 x 1200mm high from one brick wall
79
Take out and remove existing steel windows from one brick walls to be demolished
2No
Take out and remove existing steel window, size 450 x 600mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
80
Take out and remove existing steel windows from one brick walls
4No
Take out and remove existing steel window, size 2750 x 600mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
81
1No
Take out and remove existing steel window, size 950 x 900mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
82
4No
Take out and remove existing steel window, size 2420 x 900mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
83
1No
Take out and remove existing steel window, size 2420 x 900mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
84
-103-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
4No
Take out and remove existing steel window, size 4200 x 900mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
85
18No
Take out and remove existing steel window, size 2420 x 1200mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
86
2No
Take out and remove existing steel window, size 2500 x 1200mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
87
4No
Take out and remove existing steel window, size 2720 x 1200mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
88
1No
Take out and remove existing steel window, size 1000 x 1500mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
89
2No
Take out and remove existing steel window, size 2720 x 2000mm high including window sill from one brick wall, opening to be altered (measured elsewhere)
90
2No
Altering opening in one brick wall where 450 x 600m high steel window is removed to form opening for new aluminium window size 900 x 600mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
91
Altering of openings through existing walls
1No
Altering opening in one brick wall where 2750 x 600mm high steel window is removed to form opening for new aluminium door and frame size 1650 x 2100mm high with one sidelights size 1150 x 1875mm high overall (Mental Health: D25) (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new door and frame and making good paintwork elsewhere)
92
1No
Altering opening in one brick wall where 950 x 900mm high steel window is removed to form opening for new aluminium window size 600 x 600mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
93
-104-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Altering opening in one brick wall where 2420 x 900mm high steel window is removed to form opening for new aluminium window size 2575 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
94
1No
Altering opening in one brick wall where 2420 x 900mm high steel window is removed to form opening for new aluminium window size 2533 x 900mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
95
1No
Altering opening in one brick wall where 2420 x 900m high steel window is removed to form opening for new aluminium window size 900 x 900mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
96
1No
Altering opening in one brick wall where 2420 x 900mm high steel window is removed to form opening for new aluminium window size 1500 x 900mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
97
1No
Altering opening in one brick wall where 2420 x 900mm high steel window is removed to form opening for new aluminium window size 2400 x 600mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
98
1No
Altering opening in one brick wall where 2750 x 600mm high steel window is removed to form opening for new aluminium window size 2733 x 900mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
99
1No
Altering opening in one brick wall where 2750 x 900mm high steel window is removed to form opening for new aluminium window size 2733 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
100
-105-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Altering opening in one brick wall where 2750 x 900mm high steel window is removed to form opening for new aluminium window size 2765 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
101
1No
Altering opening in one brick wall where 4200 x 900m high steel window is removed to form opening for new aluminium window size 2700 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
102
1No
Altering opening in one brick wall where 4200 x 900mm high steel window is removed to form opening for new aluminium window size 900 x 900mm high and 2300 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
103
1No
Altering opening in one brick wall where 4200 x 900mm high steel window is removed to form opening for new aluminium window size 900 x 600mm high and 1500 x 900mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
104
1No
Altering opening in one brick wall where 4200 x 900mm high steel window is removed to form opening for new aluminium window size 900 x 600mm high and 2300 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
105
4No
Altering opening in one brick wall where 2420 x 1200mm high steel window is removed to form opening for new aluminium window size 2445 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
106
2No
Altering opening in one brick wall where 2420 x 1200m high steel window is removed to form opening for new aluminium window size 900 x 900mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
107
-106-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
4No
Altering opening in one brick wall where 2420 x 1200mm high steel window is removed to form opening for new aluminium window size 2300 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
108
1No
Altering opening in one brick wall where 2420 x 1200m high steel window is removed to form opening for new aluminium window size 2438 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
109
3No
Altering opening in one brick wall where 2420 x 1200m high steel window is removed to form opening for new aluminium window size 2445 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
110
2No
Altering opening in one brick wall where 2420 x 1200mm high steel window is removed to form opening for new aluminium window size 2527 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
111
1No
Altering opening in one brick wall where two 2420 x 1200mm high steel windows is removed to form opening for new aluminium door and frame size 1650 x 2100mm with two sidelights size 1100 x 1875mm high and 3000 x1875mm high on both sides of door overall (Mental Health: D02) (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new door and frame and making good paintwork elsewhere)
112
1No
Altering opening in one brick wall where 2500 x 1200mm high steel window is removed to form opening for new aluminium window size 2445 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
113
-107-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Altering opening in one brick wall where 2500 x 1200mm high steel window is removed to form opening for new aluminium door and frame size 1650 x 2100mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new door and frame and making good paintwork elsewhere)
114
1No
Altering opening in one brick wall where 2720 x 1200m high steel window is removed to form opening for new aluminium window size 2800 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
115
1No
Altering opening in one brick wall where 2720 x 1200mm high steel window is removed to form opening for new aluminium window size 2536 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
116
1No
Altering opening in one brick wall where 2720 x 1200mm high steel window is removed to form opening for new aluminium window size 2536 x 900mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
117
1No
Altering opening in one brick wall where 2720 x 1200mm high steel window is removed to form opening for new aluminium window size 2527 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
118
1No
Altering opening in one brick wall where 1000 x 1500mm high steel window is removed to form opening for new aluminium window size 1200 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
119
-108-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2No
Altering opening in one brick wall where 2720 x 2000mm high steel window is removed to form opening for new aluminium window size 2782 x 1250mm high (measured elsewhere) overall including necessary precast concrete lintol and making good plaster on both sides (new window and making good paintwork elsewhere)
120
2No
Break opening, size 1022 x 949mm high, through one brick facebrick wall for new steel window (measured elsewhere), repair reveals and put in necessary new concrete lintels with brickwork in cement mortar including necessary cutting, temporary support , neat flush intersections of new to existing, etc.
121
Break opening through one brick wall for new windows
3No
Break opening, size 1022 x 1245mm high, through one brick facebrick wall for new steel window (measured elsewhere), repair reveals and put in necessary new concrete lintels with brickwork in cement mortar including necessary cutting, temporary support , neat flush intersections of new to existing, etc.
122
1No
Break opening, size 1500 x 1250mm high, through one brick facebrick wall for new aluminium window (measured elsewhere), repair reveals and put in necessary new concrete lintels with brickwork in cement mortar including necessary cutting, temporary support , neat flush intersections of new to existing, etc.
123
1No
Break opening, size 2400 x 1250mm high, through one brick wall for new aluminium window (measured elsewhere), repair reveals and put in necessary new concrete lintels with brickwork in cement mortar including necessary cutting, temporary support , neat flush intersections of new to existing, etc.
124
2No
Break opening, size 900 x 1615mm high, through one brick wall for new aluminium window (measured elsewhere), repair reveals and put in necessary new concrete lintels with brickwork in cement mortar including necessary cutting, temporary support , neat flush intersections of new to existing, etc.
125
3No
Break opening, size 1377 x 1105mm high, through one brick wall for new aluminium window (measured elsewhere), repair reveals and put in necessary new concrete lintels with brickwork in cement mortar including necessary cutting, temporary support , neat flush intersections of new to existing, etc.
126
-109-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2No
Steel window, size approximately 450 x 600 high, lock, etc, from one brick wall, prepare top of existing brickwork and brick up opening with brickwork in cement mortar, finish off with plaster to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary cutting, temporary support, neat flush intersections of new to existing finishes, etc.
127
Break out and remove existing windows and frames and brick up openings
1No
Timber service window, size approximately 900 x 900 high, lock, etc, from one brick wall, prepare top of existing brickwork and brick up opening with brickwork in cement mortar, finish off with plaster to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary cutting, temporary support, neat flush intersections of new to existing finishes, etc.
128
1No
Timber service window, size approximately 800 x 1100 high, lock, etc, from one brick wall, prepare top of existing brickwork and brick up opening with brickwork in cement mortar, finish off with plaster to both sides in patching and paint primer and undercoat to receive final coats (measured elsewhere) including necessary cutting, temporary support, neat flush intersections of new to existing finishes, etc.
129
528m2
Take down and remove existing gypsum plaster or fibre cement ceiling boards, including brandering, insulation, cornices, etc.
130
CEILINGS
99m2Take down and remove existing corrugated iron ceiling, including brandering, insulation, cornices, etc.
131
200m2Take down and remove existing suspended ceiling boards, including grating system, shadowline, etc.
132
822m2
Take down and remove existing suspended ceiling boards set sloping, including grating system, shadowline, etc.
133
145m
Take off and remove existing steel curtain tracks in varying lengths from plastered brick walls and repair wall faces
134
SUNDRIES
-110-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
611m2
Thoroughly inspect existing corrugated sheet iron roof covering and refix to timber purlins, including replacement of all galvanised iron fixing screws, with approved fixing screws and rubber based conical washers and fill up screw holes with and approved material to ensure proper fixing, etc
135
ROOFS
1,822m2
Thoroughly inspect existing roof sheeting to be repaired where applicable, in accordance with the Dept of Labour Guide to Asbestos Regulations (2001) and regulations as per Government Gazette of 19 January 2018 regarding Asbestos Abatement, using grey twin-pack epoxy as by Everite building products, strictly in accordance with manufacturer's specification, let epoxy cure properly and smooth off. Refix to timber purlins, including replacement of all galvanised iron fixing screws, with approved fixing screws and rubber based conical washers and fill up screw holes with and approved material to ensure proper fixing,
136
118mTake off and remove existing timber fascia and barge boards, not exceeding 300mm wide, from roof timbers
137
64m
Take off and remove existing galvanised gutters from existing timber roof structure and prepare to receive newgutters (measured elsewhere)
138
91m
Take off and remove existing 75mm diameter galvanised downpipes from existing brickwork and prepare to receive new downpipes (measured elsewhere)
139
41m
Take off and remove existing headwall flashing from existing roof structure and prepare to receive new gutters (measured elsewhere)
140
34m
Take off and remove existing sidewall flashing from existing roof structure and prepare to receive new gutters (measured elsewhere)
141
104m
Take off and remove existing apex flashing from existing roof structure and prepare to receive new gutters (measured elsewhere)
142
2No
Remove existing timber cupboard unit, overall size 1450 x 550 x 900mm high, from plastered wall and timber floor
143
TIMBER FITTINGS
-111-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Remove existing timber built in cupboard unit, overall size 1600 x 750 x 2600mm high, from plastered wall and concrete floor with cement plaster screed and repair wall and floor faces
144
1No
Remove existing timber built in cupboard unit, overall size 2500 x 750 x 2600mm high, from plastered wall and concrete floor with cement plaster screed and repair wall and floor faces
145
57m
Remove existing timber seating bench approximately 500mm wide including wallbands and steel brackets from plastered wall and repair wall faces
146
148m
Remove existing timber shelving approximately 500mm wide including wallbands and steel brackets from plastered wall and repair wall faces
147
1m
Remove existing timber shelving approximately 1200mmwide including wallbands and steel brackets from plastered wall and repair wall faces
148
1NoRemove existing timber counter, overall size 900 x 1700mm long overall including support, brackets, etc.
149
2NoRemove existing timber counter, overall size 1100 x 5250mm long overall including support, brackets, etc.
150
1NoRemove existing timber counter, overall size 1100 x 6000mm long overall including support, brackets, etc.
151
1No
Remove existing pigeon holes underneath timber counter, overall size 500 x 6000mm long overall including support, brackets, etc.
152
16No
Carefully remove mirror, size 450 x 600mm high from plastered walls, repair finishes and prepare to receive new (elsewhere measured)
153
IRONMONGERY
12No
Take off and remove existing glazed soap holders from tiled walls (tiles removed elsewhere) and prepare wall surface to receive new (elsewhere measured)
154
6No
Take off and remove existing soap dispencer from tiled walls (tiles removed elsewhere) and prepare wall surface to receive new (elsewhere measured)
155
-112-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2No
Take off and remove existing towel dispencer from tiled walls (tiles removed elsewhere) and prepare wall surface to receive new (elsewhere measured)
156
20No
Take off and remove existing chromium plated toilet roll holders plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
157
12No
Take off and remove existing chromium plated towel rail 900mm long plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
158
4No
Take off and remove existing stainless steel shelves 500x 1850mm including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
159
5No
Take off and remove existing stainless steel shelves 350x 900mm including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
160
3No
Take off and remove existing medical cabinet approximately 250 x 400 x 550mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
161
4No
Take off and remove existing key cabinet approximately 150 x 450 x 350mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
162
2No
Take off and remove existing suggestion box approximately 150 x 450 x 450mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
163
46m
Take off and remove existing bumper rail including end brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
164
1No
Take off and remove existing chalk board 3700 x 1250mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
165
1No
Take off and remove existing pinning board 1200 x 900mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
166
-113-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
4No
Take off and remove existing pinning board 1000 x 1000mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
167
1No
Take off and remove existing pinning board 1000 x 1200mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
168
2No
Take off and remove existing pinning board 1650 x 1200mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
169
2No
Take off and remove existing pinning board 1250 x 1250mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
170
3No
Take off and remove existing pinning board 1650 x 1400mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
171
4No
Take off and remove existing pinning board 1800 x 1400mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
172
1No
Take off and remove existing display board 1700 x 1200mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
173
2No
Take off and remove existing TV cage 700 x 1500 x 1000mm high including brackets plugged to plastered brick walls and repair wall faces and prepare to receive new (elsewhere measured)
174
METALWORK
191m
Break down and remove existing diamond wire mesh fence, approximately 2100mm high, complete with all posts, double gate, droppers, concrete footings, concrete underdig, etc. including necessary excavations, filling, compaction, roughly levelling, etc.
175
-114-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
284m
Cut through, take off and remove existing galvanised or copper piping not exceeding 50mm diameter, including fittings and brackets from roof space, plastered walls, etc., cut back and seal off piping into walls and repair finished faces
176
PLUMBING AND DRAINAGE
76m
Cut through, take off and remove existing 100mm cast iron piping, including fittings and brackets from plastered walls, and repair finished faces where necessary
177
98m
Cut through, take off and remove existing 40mm PVC piping, including fittings and brackets from plastered walls, and repair finished faces where necessary
178
49mDitto, but for 50mm pipes179
107mDitto, but for 110mm pipes180
19NoDitto, but for 110mm Bent access pan connector181
12NoTake off and remove taps, shower hoses, shower gratings, etc. from existing piping
182
2No
Take off and remove from plastered brick walls existing stainless steel sink, complete with fittings, trap, pipes (sealed off into walls or floors), etc. and repair finished faces
183
29NoDitto, but existing viterous china wash hand basin184
3NoDitto, but existing autopsy tables to be handed to the client
185
5NoDitto, but existing fire hose reel 186
23No
Take off and remove from plastered brick walls existing viterous china low-level water closet, complete with cistern, fittings, flush pipe, water pipes (sealed off into walls), etc. and repair finished faces
187
3NoDitto, but for bath 188
4NoDitto, but for urinal 189
-115-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Alterations
Section No. 2
Bill No. 1
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
115
114
113
112
111
110
109
108
107
106
105
104
103
102
101
100
99
98
97
96
95Total Brought Forward from Page No.
-116-
AlterationsBill No. 1SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 2
EARTHWORKS (PROVISIONAL)
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
SUPPLEMENTARY PREAMBLES
A geotechnical report has been carried out on site by the engineer and the report is available at the offices of the Engineers. Descriptions of excavations shall be deemed to include all ground conditions classifiable as "earth" described in the above report and where conditions of a more difficult character are indicated these are separately measured
Nature of material to be excavated
Descriptions of carting away of excavated material shall be deemed to include loading excavated material onto trucks directly from the excavations or, alternatively, from stock piles situated on the building site
Carting away of excavated material
Notwithstanding clause 11 page 8 of the Standard System of Measuring Building Work, excavation for working space in rock will be measured in cubic metres to the extent executed and given as "extra over" bulk excavation or trench and hole excavation as the case may be
Excavation for working space in rock
-117-
FoundationsBill No. 2SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Notwithstanding the reference to prescribed multiple handling in clause 1 page 6 of the Standard System of Measuring Building Work, prices for filling and backfilling shall include for all selection and any necessary multiple handling of material
Filling
Prices for filling are to include for all necessary density tests in accordance with SABS 1200D
Testing
No information regarding subterranean water is available. The tenderer must acquaint himself of the presence and depth of subterranean water and allow therefor in his prices
____________________
Subterranean water
EARTHWORKS
EXCAVATION, FILLING, ETC
5m3Bases1
Excavation in earth or compacted filling not exceeding 2m deep
58m3Trenches 2
185m3Trenches in existing buildings3
30m3Reducing levels to final levels under new floors, ramps, pavings, etc.
4
5m3Soft rock5
Extra over excavations in earth for excavation in
2m3Hard rock6
258m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor
7
Extra over all excavations for carting away
-118-
FoundationsBill No. 2SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
744m2Sides of trench and hole excavations not exceeding 1,5m deep
8
Risk of collapse of excavations
ItemKeeping excavations free of water other than subterranean water
9
Keeping excavations free of water
19m3Backfilling to trenches, holes, etc.10
Earth filling obtained from the excavations and/or prescribed stock piles on site compacted to 95% Modified AASHTO density
311m2
Compaction of ground surface under surface beds etc including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 90% Mod AASHTO density
11
Compaction of surfaces
30m3Under floors, steps, pavings, etc12
Approved G7 filling supplied and carted on by the Contractor, compacted in layers not exceeding 150mm to 93% Mod. AASHTO density
311m2Under floors, paving13
50mm Thick coarse river sand filling supplied by the contractor
SOIL INSECTICIDE
303m2
Under floors etc including forming and poisoning shallow furrows against foundation walls etc, filling in furrows and ramming
14
Soil insecticide in accordance with SANS 5859
868m2To bottoms and sides of trenches and holes15
UNREINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES
60m35% Cement by volume soilcrete16
Soilcrete
-119-
FoundationsBill No. 2SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES
57m3Strip footings17
30MPa/19mm concrete
4m3Bases18
1m3Stub Columns 19
ROUGH FORMWORK (DEGREE OF ACCURACY II)
6m2Rectangular columns with total height not exceeding 1.5m high above bearing level in foundation
20
Rough formwork to sides and soffits
MASONRY
196m2One brick walls21
Brickwork (14Mpa nominal compressive strength) in 5:1 cement mortar
15m2330mm brick walls22
181m75mm Wide reinforcement built in horizontally in foundations
23
Brickwork reinforcement
2,488m150mm Wide reinforcement built in horizontally in foundations
24
-120-
FoundationsBill No. 2SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Foundations
Section No. 2
Bill No. 2
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
120
119
118
117Total Brought Forward from Page No.
-121-
FoundationsBill No. 2SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 3
CONCRETE FORMWORK AND REINFORCEMENT (PROVISIONAL)
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
SUPPLEMENTARY PREAMBLES
All cement used in concrete work is to be OPC cement, no cement containing fly ash will be allowed
Type of cement
The costs of making, storing and testing of concrete test cubes shall include the cost of providing cube moulds necessary for the purpose, for testing costs and for submitting reports on the tests to the Representative/Agent. The testing shall be undertaken by an independent firm or institution nominated by the contractor to the approval of the Representative/Agent. (Test cubes are measured separately)
Cost of tests
Breeze concrete shall consist of twelve parts clean dry furnace ash, free from coal or other foreign matter, to one part cement (1:12); the ash graded up to particles which will pass a 16,5mm ring from a minimum which fails to pass a 4,75mm mesh. The finer materials from the screening are to be first mixed with the cement into a mortar and the ash added afterwards and thoroughly incorporated
Breeze concrete
-122-
Concrete, formwork and reinforcingBill No. 3SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Lightweight concrete shall have a density of 600kg/m3 for the top 50mm and 400kg/m3 for the remaining thickness. The minimum thickness at outlets, channels, etc shall be 50mm
Lightweight concrete
Descriptions of formwork shall be deemed to include use and waste only (except where described as "left in" or "permanent"), for fitting together in the required forms, wedging, plumbing and fixing to true angles and surfaces as necessary to ensure easy release during stripping and for reconditioning as necessary before re-use
Formwork
The vertical strutting shall be carried down to such construction as is sufficiently strong to afford the required support without damage and shall remain in position until the newly constructed work is able to support itself
Formwork to soffits of solid slabs etc shall be deemed to be to slabs not exceeding 250mm thick unless otherwise described
Formwork to soffits of slabs, beams, etc shall be deemed to be propped up exceeding 1,5m and not exceeding 3,5m high unless otherwise described
Formwork to sides of bases, pile caps, ground beams, etc will only be measured where it is prescribed by the engineer for design reasons. Formwork necessitated by irregularity or collapse of excavated faces will not be measured and the cost thereof shall be deemed to be included in the allowance for taking the risk of collapse of the sides of the excavations, provision for which is made in "Earthworks"
All smooth formwork must be cleaned, all unevenesses removed, properly prepared and then finished with a final coat of cementitious paint to give a smooth and even finish
Smooth formwork
REINFORCED CONCRETE
17m3Surface beds 1
30MPa/19 mm concrete in
-123-
Concrete, formwork and reinforcingBill No. 3SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
28m3Raft slab2
17m3Ground beams3
6m3Wall beams4
13SetsMaking and testing set of three 150 x 150 x 150 mm strength test cubes
5
TEST BLOCKS
CONCRETE SUNDRIES
304m2Surface beds, etc6
Finishing top surfaces of concrete smooth with a power float
MOVEMENT JOINTS, ETC
3m8 x 40mm Saw cut joints in top of concrete surface bed7
Saw cut joints
496m12mm Joints not exceeding 300mm high 8
Expansion joints with 12mm Bitumen Impregnated softboard between vertical concrete and brick surfaces
ROUGH FORMWORK (DEGREE OF ACCURACY II)
65m2Upstand beams with total height propped up exceeding 1,5m and not exceeding 3,5m high
9
Rough formwork to sides and soffits
165mEdges, risers, ends and reveals not exceeding 300mm high or wide
10
SMOOTH FORMWORK (DEGREE OF ACCURACY II)
3mEdges, risers, ends and reveals not exceeding 300mm high or wide
11
Smooth formwork to sides and soffits
-124-
Concrete, formwork and reinforcingBill No. 3SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
6mHorizontal chamfer along edges of slab 25 x 25mm 12
Boxing in rough formwork to form
REINFORCEMENT
2.52t8mm Diameter bars13
Mild steel reinforcement
2.52t12mm Diameter bars14
High tensile steel rod reinforcement to structural concrete work
2.52t16mm Diameter bars15
2.52t20mm Diameter bars16
1m2Type 193 fabric reinforcement in concrete surface beds, slabs, etc
17
Fabric reinforcement
303m2Type 395 fabric reinforcement in concrete surface beds, slabs, etc
18
-125-
Concrete, formwork and reinforcingBill No. 3SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Concrete, formwork and reinforcing
Section No. 2
Bill No. 3
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
125
124
123
122Total Brought Forward from Page No.
-126-
Concrete, formwork and reinforcingBill No. 3SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO. 4
MASONRY
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
SUPPLEMENTARY PREAMBLES
Where sizes in descriptions are given in brick units, "one brick" shall represent the length and "half brick" the width of a brick
Sizes in descriptions
Descriptions of solid walls (except if built in English bond) and cavity walls shall be deemed to include metal wall ties complying with SABS 28 and of the butterfly or of the modified PWD type, of the required length with each end built at least 75mm deep into brickwork, spaced at not more than 1m centres alternatively to every third course of brickwork
Wall ties
Descriptions of cavity walls shall be deemed to include leaving every fifth perpend of the bottom course of the external skin open as a weep hole
Cavity walls etc
Bricks shall be ordered timeously to obtain uniformity in size and colour
Face bricks
-127-
MasonryBill No. 4SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Descriptions of recessed pointing to fair face brickwork and face brickwork shall be deemed to include square recessed, hollow recessed, weathered pointing, etc
____________________
Pointing
---------------------------------
SUPERSTRUCTURE
164m2Half brick walls1
Brickwork of clay bricks in 6:1 cement mortar
1,333m2One brick walls 2
29m2330mm brick walls 3
830m75mm Wide reinforcement built in horizontally4
Brick reinforcement
4,427m150mm Wide reinforcement built in horizontally5
396m110 x 75mm Lintels in lengths not exceeding 3m6
Prestressed concrete lintels (Provisional)
23m110 x 75mm Lintels in lengths exceeding 3m and not exceeding 4.5m
7
10m110 x 75mm Lintels in lengths exceeding 4.5m and not exceeding 6m
8
32No200 x 200 x 25mm Thick non shrink grout under baseplate
9
BRICKWORK SUNDRIES
2No300 x 300 x 25mm Thick non shrink grout under baseplate
10
WIRE TIES
1,284No
1,6mm Thick galvanised hoop iron roof ties 38mm wide x 800mm long, one end built into existing brickwork side and other end build into new brickwork to form a joint.
11
Galvanised wire ties etc
-128-
MasonryBill No. 4SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
FIBRE CEMENT WINDOW SILLS
148m150 x 15mm thick window cill 12
Sloping sills in single lengths bedded in class II mortar including metal fixing lugs at 400mm centres, minimum of 75mm from end of window cill etc
FACE BRICKWORK
9mBrick-on-edge header course coping on one brick wall, pointed on top and both faces to match existing
13
Brick-on-edge header course copings, sills, etc of face bricks pointed with recessed joints on all exposed faces
9m
Cut brick on edge sill bedded sloping and jointed in cement mortar and pointed on top, edge and projecting soffit including cutting and fitting between reveals and splay cutting brickwork under
14
-129-
MasonryBill No. 4SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Masonry
Section No. 2
Bill No. 4
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
129
128
127Total Brought Forward from Page No.
-130-
MasonryBill No. 4SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 5
WATERPROOFING
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (C2.1 Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
DAMP-PROOFING OF WALLS AND FLOORS
45m2In walls, under sills, around windows, etc.1
One layer of 375 micron black embossed polyethylene damp-proof course (SANS 952-1985 Type B)
303m2Under surface beds and raft slab2
One layer of 250 micron "Gunplas USB Green" waterproof sheeting sealed at laps with "Gunplas Pressure Sensitive Tape"
112m2To bottoms and sides of ground beams3
-131-
WaterproofingBill No. 5SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 6
ROOF COVERINGS, ETC
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
The roof covering and cladding is to be carried out strictly in accordance with the manufacturer's instruction. On completion the roof covering and accessories are to be inspected by the Manufacturer who is to provide a 5 year guarantee against defective materials and faulty workmanship
The roof is to be guaranteed weather tight for a period of 12 month period, calculated from the handed over date of the completed project
Guarantees
PROFILED METAL SHEETING AND ACCESSORIES
114m2Roof sheeting with pitch not exceeding 25 degrees, fixed to steel purlins
1
Global Roofing Solutions 0,80mm thick 406mm cover Brownbuilt™ profile Z275 spelter ISQ550 galvanised steel roof sheeting, fixed to steel intermediate purlins at 2700mm centres and eaves and ridge purlins at 2400mm centres using Duplex clips fixed with 10No.16 x 16mm long self-drilling wafer head PH2 screws, No. 3 drill point fasteners, all in accordance with the manufacturer`s specifications. Installation region: exceeding 10km from the coast.
-132-
RoofcoveringBill No. 6SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
207m2Roof sheeting with pitch not exceeding 25 degrees, fixed to steel purlins
2
Global Roofing Solutions 0,58mm thick 700mm cover Klip-Lok 700™ profile Z275 spelter ISQ550 galvanised steel roof sheeting, fixed to steel intermediate purlins at 2500mm centres and eaves and ridge purlins at 2100mm centres using KL700 clips fixed with 10No.16 x 16mm long self-drilling wafer head PH2 screws, No. 3 drill point fasteners, all in accordance with the manufacturer`s specifications.
82m2Roof sheeting with pitch not exceeding 25 degrees, fixed to steel purlins
3
Marley Super 6 fibre cement roof sheeting or similar to match existing roof sheeting to be installed to manufacturer's specification.
117m
Global Roofing Solutions 0.80mm thick Z275 spelter ISQ550 Galvanised steel, girth 550mm apex flash (Code: FB5), fixed in accordance with manufacturer`s specifications.
4
0.80mm Prepainted to one side flashings and accessories
52m
Global Roofing Solutions 0.80mm thick Z275 spelter ISQ550 Galvanised steel, girth 375mm headwall flash(Code: FB8), fixed in accordance with manufacturer`s specifications.
5
53m
Global Roofing Solutions 0.80mm thick Z275 spelter ISQ550 Galvanised steel, girth 375mm sidewall flash(Code: FB9), fixed in accordance with manufacturer`s specifications.
6
RAINWATER DISPOSAL
116m125 x 100mm Eaves gutters to falls, with front edge, on and including gutter brackets fixed to steel roofs
7
0.58mm Clotan Steel profiled pre-coated seamless aluminium gutters including matching rivet-fixed mitres and end caps internally sealed using Silicon Mastic, hung by nail fixed internal aluminium hangers at 600mm centres installed strictly according to manufacturer's specifications
19NoExtra over eaves gutter for outlet with nozzle for 100 x 75mm pipe
8
-133-
RoofcoveringBill No. 6SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
91m100 x 75 mm Rainwater downpipes, fixed to walls with pre-painted downpipe cleats using nail-in anchor fixings
9
19NoExtra over for shoe10
-134-
RoofcoveringBill No. 6SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Roofcovering
Section No. 2
Bill No. 6
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
134
133
132Total Brought Forward from Page No.
-135-
RoofcoveringBill No. 6SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 7
CARPENTRY AND JOINERY
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
SUPPLEMENTARY PREAMBLES
The term "planted on" shall mean the nailing of one timber member to another
The term "screwed on" shall mean the countersunk screwing of one timber member to another
Descriptions
The term "screwed on and pelleted" shall mean the screwing of one timber member to another with the heads of screws sunk and pelleted
The term "plugged" shall mean the countersunk screwing of a timber member to and including plastic plugs in brickwork or concrete
-136-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
The term "plugged and pelleted" shall mean the screwing of a timber member to and including plastic plugs in brickwork or concrete with heads of screws sunk and pelleted
Shelving, etc. described as screwed to steel must be fixed from underside and prices are to include for countersunk drilling through the steel for screw fixing
Descriptions of floors, ceilings, joinery, etc shall be deemed to include for all square cutting
Descriptions of items given in lineal metre shall be deemed to include for mitres, stopped ends, fitted intersections, etc
Descriptions of rounded angles, rebates, grooves, chamfers, moulded edges, etc shall be deemed to include for angles, ends, etc
All softwood to be South African Pine____________________
Timber
EAVES, VERGES, ETC
190m
15 x 225mm Fascia board bolted to timber or steel purlins (elsewhere) with corrosion proof gutter bolts at maximum 1000mm centres butt jointed with and including standard fascia jointing plates at all joints
1
Pressed fibre cement
DOORS, ETC
3NoSingle Door size 686 x 1870mm high 2
40mm semi-solid core flush panel door with masonite finish both sides
7NoSingle Door size 813 x 1882mm high 3
48NoSingle Door size 813 x 2032mm high 4
3No
Single Door size 813 x 2032mm high and including one 250 x 450mm opening for viewing panel (glass elsewhere) fitted with 12 x 12mm glazing beads on both sides
5
-137-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
7No
Single Door size 813 x 2032mm high and including one 350 x 350mm high opening for ventilation louvre (measured elsewhere)
6
3No
Single Door size 813 x 2032mm high and including one 450 x 450mm high opening for ventilation louvre (measured elsewhere)
7
2NoSingle Door size 1020 x 1882mm8
4NoSingle Door size 1020 x 2032mm high 9
2No
Double Door size 1226 x 2032mm high with two unequal leaves, size approximately 450mm and 850mm wide respectively
10
1NoDouble Door size 1511 x 1870mm high with two equal leaves
11
9NoDouble Door size 1588 x 2032mm high with two equal leaves
12
1No
Double Door size 1588 x 2032mm high with two equal leaves and including two 250 x 450mm opening for viewing panel (glass elsewhere) fitted with 12 x 12mm glazing beads on both sides
13
1NoSingle Door size 813 x 2032mm high14
40mm solid core flush panel door with masonite finish both sides
18NoSingle Door size 1020 x 2032mm high15
4NoDouble Door size 1588 x 2032mm high with two equal leaves
16
1NoSingle Door size 760 x 1883mm high (Mental Health: D04)
17
Mutual Austen Safes DS1 right hand record room with 7-lever security keylock and 3-wheel combination lock, overall size 760 x 1883 high finished in rustproof undercoat for final painting by contractors.
-138-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
NOTE: The following counters and cupboards havebeen measured as complete units i.e. thecomponents of the units have not been separately measured. The descriptions,
therefore, of such units shall be deemed to include all components, assembling, housing, notching,
glueing, blocking, planting on and screwing with countersunk screws, edge strips, decorative plastic finish, glass, ironmongery, metalwork, etc (Tops have been measured separately unless otherwise described)
COUNTERS, CUPBOARD AND WORK TOPS
NOTE: All work tops shall be sealed against walls, around basins, sinks, etc with an approved type non-fungal sustaining clear silicone sealant
____________________
Unless otherwise specified, carcass construction of furniture components to be bison board V313 moisture resistent particle board in accordance with SANS EN 312:1997 or Supawood medium density fibreboard (MDF) SANS 540-1:1991, melamine surfaced to both faces bisonlam melamine faced board in accordance with SANS 1763:1998, finish in minimum 2mm thickness pvc edging
General carcass material specification
Unless otherwise specified door and drawer frontals to be form bisonbord V313 high moisture resistant particle board in accordance with SANS EN 312:1997 or Supawood medium density fibreboard (MDF) SANS 540-1:1991 surface in 0.8mm formica high pressure laminate (HPL) in accordance with SANS ISO 4586:1995 CL grade white liner to inner faces
General door material specification
-139-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Unless otherwise specified all worktops fitted to walls of fitted to cupboards and cabinets to be form bisonbord V313 high moisture resistant particle board in accordance with SANS EN 312-5:1997 moisture resistant particle board with profiled edges, Surface in formica high pressure laminate in accordance with SANS ISO 4586:1995 to upper faces and with formica high presusre laminate in accordance with SANS ISO 4586:1995 brown backer balancer to reversed faces. All worktops butting up against walls to be edged in formica high pressure laminate in accordance with SANS ISO 4586:1995 and exposed edges finished in minimum 3mm pvc edging to required widths. All worktops against tiles to receive coved tile trims (genesis flexi-bead pvc coat sfb 061/01) butting up against worktop and tile surfaces.
Worktops fitted independently to walls generally fixed by means of mild steel wall cleats and support brackets with powder coated finished wall cleat and support brackets.
Colour of worktops: PG Bison C-Choice range
General worktop material specification
Unless otherwise specified counter tops forming part of workstations and counters to be from Surinno solid surfacing material incorporating down stands profiled edges and up stands to design exhibiting seamless jointing. Apply onto supawood medium density fibre board in accordance with SANS 540-1:1991 support structures
General counter top material specification
Unless otherwise specified vanity tops to be from Surinno solid surfacing material incorporate down stands profiled edges fitted up stands and cut-outs for moulded Surinno bowls and basins to design exhibiting seamless jointing. Apply onto supawood medium densityfibreboard in accordance with SANS 540-1:1991 support structures. Vanity tops fitted independently to walls generally fixed by means of mild steel wall cleats and support brackets with powder coated finish. Support brackets to be fitted at centres not exceeding 500mm.
General vanity top material specification
-140-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Cupboard suspended from walls to be back mounted by means of cupboard suspension fittings fitted to cupboardside panels. Cupboards resting on floors to be screw and plugged, mounted to rear walls through cupboard top and bottom rear bearers fitted behind melamatched - 3mm Supawood colour matched to Melawood in-fill panels
Colour of cupboards:PG Bison D-Design range
Wall cupboards - fixing to walls
Cupboards with skirting finished to front and side of components to be installed to prevent water sea page. Cupboard base structure front panel from bisonbord V 313 high moisture resistant particle board in accordance with SANS EN 312-5:1997 to be imbedded in a bed of silicone solution. Mounting of 0.8mm thick Formica high pressure laminate in accordance with SANS ISO 4586:1995 horizontal general purpose standard skirt panel to be silicone fitted to base structure behind.
Skirting finishing to floors
-141-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1: FORMICA HPL (High Pressure Laminate) in accordance with SANS ISO 4586:19952: FORMICA Solid Core HPL (High Pressure Laminate) in accordance with SANS ISO 4586:19953: FORMICA Solid Core HPL - Writing Surface (White Writing Surface and Green Chalkboard) in accordance with CKS 36:2004 and SANS ISO 4586:19954: DECCON CPL (Continuous Pressed Laminate) in accordance with SANS 1762:19985: MELAWOOD MFB (MELAMINE Faced Board) in accordance with SANS 1763:19986: BISONLAM MFB (MELAMINE Faced Board) in accordance with SANS 1763:19987: SUPALAM MFB (MELAMINE Faced Board) in accordance with SANS 1763:19988: BISONBORD Particleboard in accordance with SANS EN 312-3:19969: Bisonbord V 313 (High Moisture Resistant) Particleboard in accordance with SANS EN 312-5:199710: SUPAWOOD MDF (Medium Density Fibreboard) in accordance with SANS 540-1:199111: Door / drawer postformed 900 profile on two long edges and finished in a minimum 2mm thick PVC edging (colour as per Colour Schedule) on two short edges12: FORMICA Life Seal worktop wit 32mm Bisonbord HMR substrate, 0.8mm FORMICA HPL - HG/P surface and 0.8mm FORMICA HPL - BK brown backer
Product Standards
A - Horizontal General Purpose / Standard - HG/SB - Horizontal General Purpose / Postform - HG/PC - Vertical General Purpose / Standard - VG/SD - Vertical General Purpose / Postform - VG/PE - Cabinet Liner - CLF - Brown Backer - BK
Product Types
Architect may call upon sample furniture in order to evaluate quality and construction methods of joinery work.
Sample furniture
-142-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
To be boss type hinges for side panel mounting, including trim cups. Install minimum 2 hinges per leaf up to 1000mm high and maximum 600mm spacing for hinges on doors higher than 1000mm.
Grass type:Twist Lock - Code 218835 - 4903/165 degreesBacking Plate - Code 310765 - 4,3 / 6,5 Cross PlateEuro Screws - Code 483545 - 6 x 13 - 1 pair
Door hinges
To be full metal sided and rear - full retractable with 16mm Supalam melamine faced board in accordance with SANS 1763:1998 (colour:white) drawer bases
Metalbox typeFull extension (white)Reference Sides 500mm deep x 150mm highReference Rear 150mm high 565.75.745
Drawer runners
To be full extension type, side mounted, soft roller
Hafele typeLength 350mm, extension length 375mmReference: 420.76.362
Sliding tray runners
To be from Cyberlock, short bolt travel left or right (Finish : Nickel Plates)
SDT/GRASS REF: Rim Lock Nickle 22mm (Mastered) 7CL601-22-N
MOUNTING SCREWS: 746190 - 6x19 screws
Door locks (All doors and drawers to be lockable - keyed alike per room with Master key per Department)
-143-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Pigein hole special locks to be suitable for use of padlocks.
Hafele Type Level lock, zinc alloy, polished chrome, with left or right hand locking
travel
Reference A-right 235.61.200Reference B-Left 236.61.201
Pigeon hole door locks
Drawers to be locked in series of four in height, with face fitting Cyberlock Central Locking system for recessing in the cabinet side panel
SDT/GRASS REF: 700mm Central Locking System/Nickle (4 Drawer) 7CL603-700-N
MOUNTING SCREWS: 197480 - Zargen Locking Bracket 749160 - 6x16 Screws
Drawer locks (Linked to Master Key System)
For factory machined ready to assemble purpose
Blum Type
Knock-down Reference 42/070
Carcass Connectors
For factory machined ready to assemble purposes
Blum Type
Nylon Housing Ref 40.4001Nylon Cover Cap Ref 41.5400Finishing Screw Ref 636.1050Mylon Bush Ref 41.1100
Shelf supports
Buchel Type Elbow catch (rooster)Reference B1566
Cupboard door catches
Hafele Type Press fit WhiteReference 356.20.725
Door stops
-144-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Hafele Type
Suitable for 32mm built-up Formica tops Minimum three per 45° full joints Reference 262.96.211Used in conjunction with Lamello joint pieces
Worktop connectors
For four holders per broom cupboard
Hafele TypeReference 520.10.009
Broomstick holders
TypeHafele - automatic spring catch to each doorReference 245.54.701
Distribution Cupboards - Pressure Catches
Hafele TypeReference Left-290.01.701Reference Right-290.02.700Suspension railReference 290.02.900
Cabinet suspension fittings
Hafele TypeReference 129.57.701 (Colour as per Colour Schedule)
Handles (To all doors and drawers)
Six ventilation grills - finish plastic, chrome plated.
Hafele Type Reference 571.54.220
Ventilation grilles (To all CPU cupboards - CupF026)
Length x 25mm Nickel plated polished wardrobe rail.
Hafele Type Reference 801.11.741
Two rail end support per rail Nickel plated.
Hafele Type Reference 803.51.757
Wardrobe rail (full length of cupboard hang space)
-145-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Colours for cupboards to be PG Bison C-Choice range and colours for worktops to be PG Bison D-Design range
FLOOR CUPBOARD
9No
450mm x 560mm x 880mm high floor cupboard, four pull-out drawers equal in height, comprising base structure from:
Surface : Bisonlam Melamine Faced Board (MFB) in accordance with SANS 1763:1998 to side panels, Finish to front face with FORMICA HPL (High Pressure Laminate with Loglare finish) in accordance with SANS ISO 4586:1995 HG/S Horizontal General Purpose / Standard 0.8mm thick.
Substrate: 16mm Bisonbord V313 (High Moisture Resistant) Particleboard SANS EN 312-5:1997 bottom fixed base, fixed mid-shelf and 75mm wide cross bearers to top and rear of cupboard.
Backer : Bisonlam Melamine Faced Board (MFB) in accordance with SANS 1763:1998 to side panels,Finish to outer face with 0.8mm Formica HPL (High Pressure Laminate with Loglare finish) in accordance with SANS ISO 4586:1995 HG/S Horizontal General Purpose / Standard 0.8mm thick.Edge all round with minimum 2mm thick PVC edging, colour as per Colour Schedule. 3mm Melamatched WHITE rear in-fill panel, groove mounted to panels, 100mm high recessed skirting.
Drawers from:
Surface : 0.8mm Formica High Pressure Laminate (HPL) SANS 4586:1995 HG/P Horizontal General Purpose / Postformable grade
Substrate : 16mm BISONBORD Particleboard SANS EN 312-3:1996 finish on outer face with
Backer : 0.8mm Formica High Pressure Laminate (HPL) SANS 4586:1995 White cabinet liner to inside.
Drawer edges finished all round in a minimum 3mm thick PVC edging, colour to Architect's approval. (J4)
18
Purpose made
-146-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2No
450mm x 560mm x 2040mm high floor cupboard comprising base structure, bottom base, sides, fixed upper shelf, top, rear and single hinged door. Construct completely from:
Surface: 1.2mm Formica High Pressure Laminate (HPL with Loglare finish) SANS ISO 4586:1995 HG/S Horizontal General Purpose.
Substrate: 16mm Bisonbord V313 (High Moisture Resistant) Particleboard in accordance with SANS EN 312-5:1997.
Backer : 1.2mm Formica High Pressure Laminate (HPL with Loglare finish) SANS ISO 4586:1995 HG/S Horizontal General Purpose. All cupboard components edged in 3mm PVC edging all round, colour as per Architect. Fabrication cut outs, i.e. hinge pockets, etc. to receive a water repellent solution prior to mounting of components. Skirting 100mm to be finished in 0.8mm thick FORMICA HPL (High Pressure Laminate with Loglare finish) in accordance with SANS ISO 4586:1995 HG/S Horizontal General Purpose /Standard type. All exposed edges are to be properly sealed with a minimum of 2 coats of exterior grade Polyurethane varnish to prevent moisture ingress. Fix to wall. Door / drawer edges finished all round in a minimum 3mm thick PVC edging, colour to Architect's approval. (J2)
19
-147-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
13No
900mm x 560mm x 880mm high floor cupboard with double doors of equal size, comprising base structure from:
Surface: Bisonlam Melamine Faced Board (MFB) in accordance with SANS 1763:1998 to side panels, Finish to front face with FORMICA HPL (High Pressure Laminate with Loglare finish) in accordance with SANS ISO 4586:1995 HG/S Horizontal General Purpose / Standard 0.8mm thick.
Substrate: 16mm Bisonbord V313 (High Moisture Resistant) Particleboard SANS EN 312-5:1997 bottom fixed base, fixed mid-shelf and 75mm wide cross bearers to top and rear of cupboard.
Backer : Bisonlam Melamine Faced Board (MFB) in accordance with SANS 1763:1998 to side panels, Finish to outer face with 0.8mm Formica HPL (High Pressure Laminate with Loglare finish) in accordance with SANS ISO 4586:1995 HG/S Horizontal General Purpose / Standard 0.8mm thick. Edge all round with minimum 2mm thick PVC edging, colour as per Colour Schedule. 3mm Melamatched WHITE rear in-fill panel, groove mounted to panels, 100mm high recessed skirting
Hinged doors over full width and height from:Surface: 0.8mm Formica High Pressure Laminate (HPL) SANS 4586:1995 HG/P Horizontal General Purpose / Postformable grade
Substrate: 16mm BISONBORD Particleboard SANS EN 312-3:1996 finish on outer face with
Backer: 0.8mm Formica High Pressure Laminate (HPL) SANS 4586:1995 White cabinet liner to inside. Door / drawer edges finished all round in a minimum 3mm thickPVC edging, colour to Architect's approval. (J1)
20
WALL CUPBOARD
-148-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
900mm x 300mm x 720mm high wall cupboard with one pair double doors, comprising bottom panel, side panel, fixed mid-shelf and top panel from 16mm BISONLAM MFB (MELAMINE Faced Board) in accordance with SANS 1763:1998 edged all round in 2mm PVC edging, colour to be advised. 3mm MELAWOOD WHITE rear in-fill panel, groove mounted to panels. Hinged door over full width and height from 16mm BISONBORD Particleboard in accordance with SANS EN 312-3:1996 finished on outer face with DECCON CPL (Continuous Pressed Laminate) in accordance with SANS 1762:1998 VG/P Vertical General Purpose / Postformtype 0,5mm and DECCON CPL (Continuous Pressed Laminate) in accordance with SANS 1762:1998 CL white liner type 0.35mm thick WHITE cabinet liner to inside. Door / drawer edges finished all round in a minimum 3mm thick PVC edging, colour to Architect's approval. (J6)
21
Purpose made
FLOOR CUPBOARD TOPS
53m32mm Post-formed top 640mm wide22
Formica Lifeseal worktop with 32mm bisonboard HMR substrate 0.8mm formica HPL - HG/P surface and 0.8mm formica HPL-BK brown backer worktops with squareline front profile and 100mm high fitted rear and side splashback with a 90 degree profiled top profile supplied and installed separately, all exposed ends of worktop edged with 3mm pvc edging to full profile and edges butting up against wall, cut-outs to worktops to accommodate for stainless steel sinks to size (sinks measured elsewhere, finish joint with soft fill between sink and worktop, colour as per architects approval
SUNDRIES
53No
Support brackets for tops all in accordance with Drawing S6-1-OTD-001--HDG-045-S01 to S04 as annexed to the back of the Bills of Quantities
23
Mild steel brackets
NURSES COUNTER AND RECEPTION COUNTER
-149-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Counter Q-001 complete (See Drawing Q045-001, Q045-201, Q045-202 attached to the back of these bills of quantities)
24
Counter combination consisting of the following:
01 - 12 mm Avonite Surfaces (or similar), applied to a 20mm Supawood Substrate (colors to be defined)
02 - 32mm Supawood Substrate with a 2MM Fenix NTM laminate (or similar). Color to be defined.
03 - Outer counter vertical decorative face: 5mm Max on Top Advance Pal (or similar) on a 32 mm substrate with a non decorative brown backer on the alternative side (colors to be defined)
04 - Decorative outer panel, with a Max on Top laminate (or similar) applied to 16mm Supawood substrate with a non decorative brown backer on the alternative side. Color to be defined.
05 - Aluminium sheet skirting panel, bonded with adhesive to 16mm Supawood skirting panel.
P1 - Small partition (P1) consisting of 20mm Varia panel from 3Form-Ergo System, translucent partition made of 40% recyclable material, with decorative inlay or similar. Design inlay to be confirmed. As per detail
P2 - Large partition (P2) consisting of 20mm Varia panel from 3Form-Ergo System, translucent partition made of 40% recyclable material, with decorative inlay or similar. Design inlay to be confirmed. As per detail
1No
Counter Q-002 complete (See Drawing Q045-002, Q045-203 attached to the back of these bills of quantities)
25
1No
Counter Q-003 complete (See Drawing Q045-003, Q045-204 attached to the back of these bills of quantities)
26
1No
Counter U-001 complete (See Drawing U045-001, U045-201 attached to the back of these bills of quantities)
27
1No
Counter W-001 complete (See Drawing W045-001, W045-201 attached to the back of these bills of quantities)
28
-150-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
TIMBER SHELVING, ETC (Provisional)
218m
16mm Thick shelving screwed to steel brackets (elsewhere), including 16mm x 2mm PVC impact edging to exposed sides
29
16mm Melawood MFB board
4NoWallbands, 200mm long as (SB132), plugged to brickwork or concrete
30
"Algoran Shelvit" with standard epoxy powder coated finish
55NoWallbands, 2100mm long as (SB132), plugged to brickwork or concrete
31
283No300mm White (SB200) steel shelf bracket32
-151-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Carpentry and Joinery
Section No. 2
Bill No. 7
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
151
150
149
148
147
146
145
144
143
142
141
140
139
138
137
136Total Brought Forward from Page No.
-152-
Carpentry and JoineryBill No. 7SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 8
CEILINGS, PARTITIONS AND ACCESS FLOORING
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
Samples - With reference to all items and colour schemes: Samples off all items is to be presented forapproval prior to any bulk orders. Please take note that most items will have at least six week deliveryperiod, these approvals will only take place at dates off site meetings, the samples need to be approvedwell in advance to avoid any delays with lead time on orders. All samples must remain in the sample roomfor the duration of the contractMock up rooms – all wall and floor finishes must be prepared in advance as part of a mock up room/roomsand at least a 100 square meter of vinyl flooring will serve as a sample floor.
GENERAL PREAMBLES
SUPPLEMENTARY PREAMBLES
Items described as "nailed" shall be deemed to be fixed with hardened steel nails or pins or shot pinned to brickwork or concrete
Descriptions
Items described as "plugged" shall be deemed to include screwing to fibre, plastic or metal plugs at not exceeding 600mm centres, and where described as "bolted" the bolts have been given elsewhere
____________________
-153-
Ceiling, partitioning and access flooringBill No. 8SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
ROOF INSULATION
201m2
Insulation laid taut over purlins (at approximately 1100mm centres) and fixed concurrent with roof covering including galvanised steel straining wires.
1
"Super Sisalation 400" to be drawn tautly over purlins and secured to the top and bottom purlins and fixed concurrent with roof covering; overlapped longitudinally by 150mm; on and including galvanised straining wire spaced at 275mm or 367mm; all in accordance with the manufacturers specifications
CEILING INSULATION
1,637m2Ceiling insulation2
100mm Thick Isover Aerolite non-combustible lightweight (nominal density 12kg/m3) fibreglass reinforced insulation blanket, closely fitted with ends butted firmly and laid loose on top ceiling. All strictly to manufacturer’s specifications.
NAILED UP CEILINGS
262m2Fibre cement ceilings 3
4mm Thick Nutec screw-up fiber cement ceiling complete with H-profile white steel jointing strips, at right angles to brandering using 32mm galvanised semi-clout nails or 32mm grabber screws at 150mm centers to and including 38 x 50mm SA Pine brandering at 400mm centers in one direction only with plastic M-strip cover strips over joints with all nail or screw heads stopped and sanded level when dry, all fixed to trusses at centres exceeding 1000mm and not exceeding 1200mm. Install all strictly to manufacturer’s specifications to match existing
284m
Coved cornice fixed to wall with 38mm galvanised clout or steel nails at 300mm centres into wall and to brandering at 450mm centres
4
75mm Gyproc RhinoArt gypsum plaster coved cornice
BOND-LOCK COMPOSITE DECK CEILING
-154-
Ceiling, partitioning and access flooringBill No. 8SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
125m2Bond-lock ceiling5
Bond-lock Composite deck 50x270mm strip to be used as ceiling following the slope of the roof, fixed to 75 x50x3mm lip channel at max. 2000mm c/c.
560m2Bond-lock ceiling set sloping6
599m60 x 60 x 5mm Angle iron fixed to walls7
Angle iron cornice to be bolted in wall at max 1000mm c/c, and screw fixed to Bond-lock (Provisional)
718No6mm Diameter expansion bolt, 75mm long, including mortice in brickwork or concrete
8
IBR CEILING
321m2IBR ceiling9
0,58mm thick 686mm cover IBR Galvanised Z275 roof sheeting, fixed to existing ceiling boards and brandering at 400mm centres with approved fasteners and seals. Side laps to be secured using approved fasteners at centres not exceeding 500mm and sealed with approved tape with minimum 100mm end laps, all in accordance with the manufacturer`s recommendations.
315m30 x 30 x 2mm Angle iron fixed to walls10
Angle iron cornice to be bolted in wall at max 1000mm c/c, and screw fixed to IBR sheeting
378No6mm Diameter expansion bolt, 75mm long, including mortice in brickwork or concrete
11
SUSPENDED CEILINGS
Electrical light fittings, diffusers, panels, etc generally are "lay in" units of the same dimensions as the suspension grid described and allowance must be made accordingly for their support inclusive of any flexibility insetting out that may be required (ceiling panels have not been deducted and pricing is to take cognisance thereof)
Note:
-155-
Ceiling, partitioning and access flooringBill No. 8SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
402m2Ceilings suspended not exceeding 1m below steel trusses
12
Gyproc Gyprex White 1200mm x 600mm ceiling tile into the Donn ceiling grid. Ceiling grid consisting of Donn Wall Angle (SM25/M6) fixed to the perimeter wall using fixings at 300mm centres. Space Donn Main Tees T38 FR at 1200mm centres. Suspend main tees using Donn Pre-stretched Galvanised Hanger wire 2.5mm thick or Donn hanger strap 19mm at 1200mm centres. Donn Pre-stretched Galvanised Hanger wire shall be put through the main tees hole and would wind 3 times around itself.2 steel poprivets or one Donn Wafer Head Tek screw 13mm shall be used to fix the hanger strap to the main tees web. Install Donn Cross Tees T38V/T32V (1200 long) at 600mm centres to create a 1200mm x 600mm ceiling grid. Main tee should be fixed to the wall using angle cleats.
206m2Ceilings suspended exceeding 1m and not exceeding 2m below steel trusses
13
63m2Ceilings suspended not exceeding 1m below steel trusses set sloping
14
14m2Ceilings suspended not exceeding 1m below steel trusses
15
Gypceil concealed grid ceiling fire rated ceiling system consisting of 2 layers of gyproc firestop 15mm fixed to a secondary framework of steel brandering. The secondary framework is fixed to the primary framework consisting of donn ultrasteel 51mm suspended using donn galvanised steel angle 25mm x 25mm. 60 minute fire rating.Tested in accordance with SANS 10177:2.
5m2Ceilings suspended exceeding 1m and not exceeding 2m below steel trusses
16
701mShadowline cornice, plugged to walls17
SM25 recessed shadowline cornice
4mShadowline cornice, plugged to walls circular on plan18
SUSPENDED PLASTERED GYPSUMBOARD CEILINGS AND BULKHEADS (PROVISIONAL)
-156-
Ceiling, partitioning and access flooringBill No. 8SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
19m2
Vertical sides of horizontal bulkheads, suspended exceeding 1m and not exceeding 2m below steel trusses
19
9,5mm thick Taper edge gypsum plasterboard fixed print side up and screwed to galvanised steel capped tee flush plastered ceiling suspension system with drywall screws spaced at 150mm centres, including galvanised main tees at 1200mm centres and cross tees at 500mm centres, all suspended with 25 x 25mm galvanised angles at not exceeding 1200mm centres, all fixed to trusses at centres. All joints finished off with 48mm wide strips of suitable tape fixed over joints and the whole finished with minimum 3mm and maximum 6mm thick coat of gypsum skim plaster trowelled to smooth polished finish
26m2Soffits of horizontal bulkheads, suspended exceeding 1m and not exceeding 2m below steel trusses
20
3mExtra over for circular cutting 21
-157-
Ceiling, partitioning and access flooringBill No. 8SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Ceiling, partitioning and access flooring
Section No. 2
Bill No. 8
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
157
156
155
154
153Total Brought Forward from Page No.
-158-
Ceiling, partitioning and access flooringBill No. 8SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 9
FLOOR COVERINGS, WALL LININGS, ETC
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
Samples - With reference to all items and colour schemes: Samples off all items is to be presented forapproval prior to any bulk orders. Please take note that most items will have at least six week deliveryperiod, these approvals will only take place at dates off site meetings, the samples need to be approvedwell in advance to avoid any delays with lead time on orders. All samples must remain in the sample roomfor the duration of the contract.Mock up rooms – all wall and floor finishes must be prepared in advance as part of a mock up room/roomsand at least a 100 square meter of vinyl flooring will serve as a sample floor.
GENERAL PREAMBLES
BUMPER RAILS
41mBumper rail fixed to wall1
FloorworX Intrad PVC grey high impact resistant bumper rail wall protection system - top of rail to be 800mm above FFL, comprising 200mm high x 29mm deep lipped channel profile (code: TR200) clipped onto 25mm wide uPVC brackets (code : TRP200), plugged and screwed to solid brick wall at maximum 400mm centres, including stopends.
22NoExtra over for stop ends, etc.2
7NoExtra over for corners3
-159-
FloorcoveringBill No. 9SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
VINYL TILES
173m2Vinyl tiles on floors4
FloorworX Floorflex semi flexible vinyl floor tiles or similar (type and colour to match existing) size 300 x 300mm x thickness to match existing, manufactured in accordance with SANS 581, laid in FloorworX No. 62 acrylic adhesive
VINYL SHEETING
1,410m2Seamless vinyl floor sheets on floors5
Supply and fix 2.0mm thick x 2.0m wide Sphera® Element homogeneous vinyl sheeting with SMART Top finish. manufactured in accordance with EN 649 and laid in FloorworX No. 62 Plus acrylic adhesive which has been spread using a trowel fitted with a TKBA2 trowel on a previously prepared (class 1 sub-floor in accordance with SANS 10070. using FloorworX Self Leveller when required. including all cutting and waste. Sphera® Element sheeting must be rolled in both directions with an articulated 68kg threesectional roller immediately after it has been laid into the adhesive. Joints must be butted, grooved and heat welded using the manufacturer’s colour matched multi- colour welding rod, ensuring that the welding rod bonds to more than 70% of the sheet thickness.
1,083m
200mm Wide border x 200mm high turn up against walls, including welding to floor covering (floor covering elsewhere) including all formed internal and external corners
6
329m2Seamless vinyl floor sheets on floors7
Supply and fix 2.0mm thick x 2.0m wide FloorworX Surestep safety vinyl floor sheeting manufactured to EN 649 and EN 13845, laid in FloorworX No. 62 acrylic adhesive spread with an A2 blade notched trowel at the rate of between 3.0m² and 3.50m² per liter, on a previously prepared and suitable Class 1 sub-floor according to SANS 10070:2007, preferably using an approved self-leveling screed. Include all cutting and waste. Joints to be butted, grooved and heat welded ensuring that the FloorworX Welding Rod bonds to more than 70% of the sheet thickness. It is essential that during the course of installation the product be rolled in both directions with an articulated 68kg three-sectional metal floor roller.
-160-
FloorcoveringBill No. 9SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
445m
200mm Wide border x 200mm high turn up against walls, including welding to floor covering (floor covering elsewhere) including all formed internal and external corners
8
SKIRTINGS, NOSINGS, ETC
140mFloorworX Extruda vinyl edging strip (Code: MCB70), size 10 x 70mm high, fixed with an approved adhesive
9
Cappings, cove formers, etc
1,528m
FloorworX Extruda cove base vinyl skirting (Code: MFE16) size 2 x 22mm high, fixed with FloorworX No. 71 solvent based contact adhesive, spread with a brush onto both material and working surface.
10
564No
Extra over FloorworX Extruda taper end (Code: MTE35), size 35 x 150mm long, fixed with FloorworX No. 71 solvent based contact adhesive, spread with a brush onto both material and working surface.
11
1,528m
FloorworX Extruda vinyl cove fillet (Code: MCF35), size 26mm high, fixed with FloorworX No. 71 solvent based contact adhesive, spread with a brush onto both materialand working surface.
12
EXPANSION JOINTS COVERS
25mOn floors13
FloorworX Extruda expansion joint cover size 60 x 2mm thick, fixed with an approved adhesive
SEALERS (PROVISIONAL)
2,218m2On floors14
Two coats floor dressing as recommended by the manufacturer of the floor coverings on vinyl flooring (stripping and sealing)
-161-
FloorcoveringBill No. 9SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Floorcovering
Section No. 2
Bill No. 9
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
161
160
159Total Brought Forward from Page No.
-162-
FloorcoveringBill No. 9SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 10
IRONMONGERY (PROVISIONAL)
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
IRONMONGERY TO DOORS
HINGES, BOLTS, ETC
390No100 x 75mm Stainless steel rising butt hinge 1
"GEZE" or similar approved
32NoStainless steel continues hinge 2032mm long2
23No120/150 Flushbolt 150mm S/Chrome3
21No120/300 Flushbolt 300mm s/chrome4
21NoGZZWDUSTK dust keep for flush bolt5
4NoHZ595 Exidor slimline double panic bolt set6
5NoHA2950SR Exidor double panic bolt complete silver7
CATCHES, CABIN HOOKS, ETC
4NoStainless Steel adjustable roller latch (Code 661/32)8
"GEZE" or similar approved
LOCKS
-163-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
17No76mm Profile cylinder deadlock 22mm chromium plated as "code342/51
9
"GEZE" or similar approved
28No76mm Profile cylinder sashlock 22mm chromium plated as "code325/51
10
22No195/01 Mortice indicator bathroom/WC set complete stainless steel
11
46NoIG950933108 Nickel plated double cylinder 43mm standard
12
53NoIG950930308 Nickel plated double cylinder 60mm standard
13
9NoIG950933338 Nickel plated double cylinder 66mm standard
14
9No130/81 Rebate conversion set for 76mm lock15
20No642/35 Deadlock euro cylinder N/S stainless steel 35mm B/S
16
27No187254 AR910 Anti-Ligature large backset mortice lock case
17
5NoHA3020SR Exidor outside access device W/O cylinder18
8No625/50 Saslock euro cylinder with drawback latch near side stainless steel 50mm back side
19
3NoKeyhole escutcheons Stainless steel pair as "code ED908"
20
11NoGZZW0045 Stainless steel narrow style cylinder escutcheon
21
29No187253 AR3901 Anti-Ligature euro profile cylinder escutcheon
22
1No187245 AR3901 Anti-Ligature euro profile cylinder escutcheon
23
HANDLES
-164-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
3No075/JD152 GEZE plate 150 x 300 x 1.6 stainless steel complete with JD213/152 BT pull handle
24
"GEZE" or similar approved
12NoJD213/305F GEZE pull handle 305CTC flange fixing stainless steel
25
6NoJD213/111 BT GEZE b thr stainless steel pull handle 130 x 111 x 19mm
26
80NoEDE101C69 DAYTONA lever 160 x 160 x 1.6mm cylinder consist of stainless steel back plate
27
20NoJDC215/350 Back to back stainless steel push handle 375 x 350 x 25mm
28
6No187211 AR3903 Anti-Ligature back to back flush pull set29
58No187210 AR3904 Anti-Ligature 45 lever set on rose30
22No187208 AR3902 Anti-Ligature pull handle back to back31
5No056/76 Geze br/sc ring flush pull 65 x 50mm32
PUSH PLATES AND KICKING PLATES
7No079/300B Push plate 150 x 300 x 1.6mm blank stainless steel six fix holes
33
"GEZE" or similar approved
1No079/160E/E Push plate 160 x 160 x 1.2mm E/ELE stainless steel
34
3No079/160E/FHR Push plate 160 x 160 x 1.2mm E/FHR stainless steel
35
DOOR CLOSERS
3No"Geze AZ1503SR TS1500G" Door closer complete with standard guide rail silver
36
"GEZE" or similar approved
1No"Geze AZ2001SR" TS2000VP DCL with parallel arm bracket SR
37
15No"Geze AZ2003SR 2000G-SE" OH Door closer with guide rail size 2-5 SE
38
-165-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
9No"Geze AZ3034SR" O.H Double door closer system with internal mechanical closing sequence control rail
39
5No"Geze AZ4001DA 4000/P/DA/SE O.H" Door closer delayed closing
40
4No"Geze AZ4003DA 4000G/DA/SE" O.H Door closer delayed closing guide rail 1-5 Silver
41
2No"Geze BZ500NVSS" TS500 NV double action floor spring s/o stainless steel complete
42
5NoAD4372 H-open Guide rail 43
SUNDRIES
48NoStainless Steel floor mounted doorstop (code 140/69)44
"GEZE" or similar approved
8No187256 Anti-ligature RT-131-105 emergency release door stop
45
5NoHA3040SR Exit Alarm46
4NoHA500-LEASR Exidor 500 series o/side access device - no cylinder
47
CURTAIN TRACKS
8mHospital cubicle curtain track including gliders, hangers, brackets, bedscreen curtain, etc
48
Medi-silverline bedscreen cubicle rails (Code SLCM001)formed of natural anodised extruded T4 grade aluminium formed to accommodate bed closures complete with 12 double wheeled runners per metre, wall fixing brackets and end stops fixed direct to timber brandering including timber supports of 50 x 50mm pine, with and including bedscreen curtains (Code Medi-Tex PCD20N) standard height, manufactured in a poly-cotton/nylon non-iron non-stain fully washable material at a ratio of 1:25 to length of rail
4NoExtra for end plugged49
4NoExtra for 45° bend50
-166-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
36No
Franke Rodan RODX600 0,8mm thick Grade 304 18/10 satin finished stainless steel paper towel dispenser (code: 2120099), size 275 x 355 x 112mm deep with capacity of 500 to 800 towels, plugged and screwed to wall with stainless steel screws. Installed strictly to manufacturers specifications
51
BATHROOM FITTINGS
36No
Franke Rodan RODX605, 0,8mm thick Grade 304 18/10 satin finished stainless steel waste disposal bin (code: 2120097), size 335 x 460 x 168mm deep with capacity of 23 litres, plugged and screwed to wall with stainless steel screws. Installed strictly to manufacturers specifications.
52
31No
Franke Rodan RODX625 1.5mm thick Grade 304 18/10 satin finished stainless steel touch free soap dispenser (code: 2120107), size 120 x 296 x 107mm deep. Installed strictly to manufacturers specifications
53
6No
800mm Long x 150mm projecting straight standard stainless steel disabled rail (KB18). Installed strictly to manufacturers specifications
54
6No
300 x 300 x 300 x 80mm Projecting standard stainless steel dog leg side rail (KB26). Installed strictly to manufacturers specifications
55
11No
Franke Rodan RODX672 0,8mm thick Grade 304 18/10 satin finished stainless steel double toilet roll holder with spindle system (code: 212010), size 144 x 38 x 301mm high with cylinder lock with Franke standard key, plugged and screwed to wall with stainless steel screws. Installed strictly to manufacturers specifications
56
24No
Franke Grade 304 18/10 1,2mm stainless steel recessed type toilet roll holder (Code:2120037), size 155mm diameter x 260mm deep, unit recessed into wall and bolted with 2No. M10 treaded bolts. Installed strictly to manufacturers specifications
57
-167-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
5No
Purpose made broom hook consisting of back plate to be 900 x 450mm high non magnetic 1.6mm stainless steel plate with grid180 satin finish, glued and screwed (with wall plugs) to a wall surface, with an approved adhesive and countersunk stainless steel screws. Complete with standard stainless steel wall rail - 900mm long with x5 broom hooks as by Hychem – Accessories. Rail to be installed 1500mm above finished floor level or similar approved. Installed strictly to manufacturers specifications
58
HOOKS
5No
Purpose made towel hook consisting of cranium or equal collapsible towel hooks allowing to hold clothing or towel but collapse under the weight of a body for an anti-suicide design, installed strictly according to manufacturer's specification. Recommended installation height to be at 1800mm above FFL.
59
STEEL LOCKERS
37No
300 x 450 x 1900mm High, comprising 8mm compact high pressure laminate white carcasses with 12mm White compact high pressure laminate doors including auto return hinges (Code: CSSH/E112) and D shaped keeps (Code: CSLJ/LK/3) for padlocks to receive padlock, lock cover plate and handles (Code: CSLJ/LH/.9).
60
"Cubical Solutions" steel lockers
WRITING BOARDS
15NoWhite writing board 1500 x 1000mm high installed strictly to manufacturer's specifications
61
Vitrex System 2200 (011 826 6549) or equally approved white boards
PINNING BOARDS
25NoStandard 1000mm x 1000mm pin board all installed strictly to manufacturer’s specifications, plugged
62
Vitrex System 2300 (011 826 6549) or equally approved pin boards with"Flortime Premier" carpet to pinning board
SIGNAGE
-168-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
VISTA SIGNAGE SYSTEM OR EQUALLY APPROVED (TEL. NO. 011-614 3933) (See Drawing Q010-004, U010-003, W010-002 attached to the back of these bills of quantities)
4NoDouble sided illuminated Vista Pylon VL800x1800mm with Perspex and LED's (SIL-EX1)
63
Note: Chromadek-, ABS - and Photo luminescent insert needs to be secured with silicone in Vista frame to ensure safety of patients. Signs needs to be mounted with screws on wall
1NoWall mounted Vista Directory VBS500x998mm with Metal End Caps & Chromadek Insert (SIL-IN1)
64
91No
Wall mounted Vista Frame V60x150mm with Metal End Caps - No clear cover, Graphic insert will be vinyl application to abs backing (SIL-IN2)
65
70No
Wall mounted Vista Frame V100x500mm with Metal End Caps - No clear cover, Graphic insert will be vinyl application to abs backing (SIL-IN3)
66
6No
Wall mounted Vista Frame V200x300mm (Portrait) with Metal End Caps - No clear cover, Graphic insert will be vinyl application to abs backing (SIL-IN4)
67
21No
Wall mounted Vista Frame V200x380mm (Portrait) with Metal End Caps - No clear cover, Graphic insert will be a photo luminescent insert (SIL-F2)
68
14No
Wall mounted Vista Frame V200x570mm (Portrait) with Metal End Caps - No clear cover, Graphic insert will be a photo luminescent insert (SIL-F3)
69
10No
Wall mounted Vista Frame V200x760mm (Portrait) with Metal End Caps - No clear cover, Graphic insert will be a photo luminescent insert (SIL-F4)
70
FIRE SIGNAGE (See Drawing Q010-001-Z-F01, U010-001-Z-F01, W010-001-Z-F01, X010-001-Z-F01 attached to the back of these bills of quantities)
13No"E1/E2" Double sided71
All signs to be 190 x 190 photo - luminescent, with white back ground
28No"E3" Single side72
-169-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
5No"E99" Single side73
10No"F4" Single side74
8No"F5/F6" Double sided75
4No"F13" Single side76
1No"F16" Single side77
1No"F19" Single side78
1No"F60" Single side79
9No"E101" Single Side80
31No"Fire Escape Route" Double Sided81
5No"EXIT" Illuminated sign82
-170-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Ironmongery
Section No. 2
Bill No. 10
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
170
169
168
167
166
165
164
163Total Brought Forward from Page No.
-171-
IronmongeryBill No. 10SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 10
STRUCTURAL STEELWORK (PROVISIONAL)
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
Samples - With reference to all items and colour schemes: Samples off all items is to be presented forapproval prior to any bulk orders. Please take note that most items will have at least six week deliveryperiod, these approvals will only take place at dates off site meetings, the samples need to be approvedwell in advance to avoid any delays with lead time on orders. All samples must remain in the sample roomfor the duration of the contractMock up rooms – all wall and floor finishes must be prepared in advance as part of a mock up room/roomsand at least a 100 square meter of vinyl flooring will serve as a sample floor.
GENERAL PREAMBLES
Descriptions
Descriptions of bolts shall be deemed to include nuts and washers
Descriptions of L-shaped and U-shaped anchor bolts shall be deemed to include bending, threading, nuts and washers and embedding in concrete
Descriptions of expansion anchors and bolts and chemical anchors and bolts shall be deemed to include nuts, washers and mortices in brickwork or concrete
SUPPLEMENTARY PREAMBLES
-172-
Structural SteelBill No. 11SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
THE FOLLOWING IN STEEL TRUSSES
1.47tTubular sections, flat sections, etc. in tie beams, rafters, struts, bracing, etc. of roof trusses
1
Welded columns and beams in single lengths with flat section base, top, bearer and connection plates bolted to concrete or brickwork
17.77tAngle sections, flat sections, etc. in tie beams, rafters, struts, bracing, etc. of roof trusses
2
0.09tAngle sections, flat sections, etc. in brackets, base plates, connector plates, etc.
3
PURLINS, BRACING, ETC
1.42tCold formed lipped channel in purlins, etc.4
Purlins, bracing, etc. welded to steel
0.69tTubular sections, flat sections, etc. in tie beams, rafters, struts, bracing, etc. of roof trusses
5
0.12tAngle sections, flat sections, etc. in brackets, base plates, connector plates, etc.
6
144NoM16 ChemIcal anchor bolts7
Chemical bolts
STEEL FENCING SUPPORT
3.39tAngle sections, flat sections, etc. in tie beams, rafters, struts, bracing, etc.
8
Welded angles in single lengths with flat section base, top, bearer and connection plates bolted to concrete or brickwork or steel roof structure
1.01tAngle sections, flat sections, etc. in brackets, base plates, connector plates, etc.
9
GUTTERS
-173-
Structural SteelBill No. 11SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
20m
2,5 mm Thick welded steel rainwater gutter 900mm girth, welded to form slope at bottom, four times bent and fixed to purlins, including painting inside with epoxy tar, welding complete.
10
Welded steel
4NoExtra over for stop end11
2NoExtra for 100 x 75mm outlet12
-174-
Structural SteelBill No. 11SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Structural Steel
Section No. 2
Bill No. 11
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
174
173
172Total Brought Forward from Page No.
-175-
Structural SteelBill No. 11SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 11
METALWORK
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
Annotations at end of description i.e. (D01) refer to the Architect's specification attached to the back of these bills of quantities. Tenderers are advised to study the Architect's specification for the full intent and meaning of the relevant item
DETAIL DESCRIPTION AND SPECIFICATION
SUPPLEMENTARY PREAMBLES
Descriptions of bolts shall be deemed to include nuts and washers
Descriptions of expansion anchors and bolts and chemical anchors and bolts shall be deemed to include nuts, washers and mortices in brickwork or concrete
Metalwork described as "holed for bolt(s)" shall be deemed to exclude the bolts unless otherwise described
____________________
Descriptions
WELDED SCREENS, GATES, BURGLAR BARS ETC
-176-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
5NoAerowing steel panel frame 5712 x 1300mm high overall 1
Hunter Douglas Aerofin System with 200 x 50mm fixed Aerowing 60μm Softcoat standard powder coated finish aluminium louvres blades colour to be confirmed at a pitch of 45° with support rafters all fixed to building. To be designed and installed by approved specialist all in accordance with the manufacturer`s recommendations.
PRESSED STEEL GALVANIZED DOOR FRAMES
3NoFrame for door 686 x 1870mm high 2
1.6mm Standard Pressed Mild Steel rebate frames suitable for half brick walls
24NoFrame for door 813 x 2032mm high 3
1No
Frame for door 813 x 2032mm high including fixed fanlight 300mm high with standard pressed steel glazing beads on one side of fanlight
4
2NoFrame for door 1020 x 2032mm high 5
43NoFrame for door 813 x 2032mm high 6
1.6mm Standard Pressed Mild Steel rebate frames suitable for one brick walls
3No
Frame for door 813 x 2032mm high including fixed fanlight 300mm high with standard pressed steel glazing beads on one side of fanlight
7
22NoFrame for door 1020 x 2032mm high 8
2NoFrame for door 1226 x 2032mm high 9
1NoFrame for door 1511 x 1870mm high 10
1NoFrame for door 1524 x 2134mm high 11
11NoFrame for door 1588 x 2032mm high 12
3No
Frame for door 1588 x 2032mm high including fixed fanlight 300mm high with standard pressed steel glazing beads on one side of fanlight
13
-177-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Take steel frame and cold room door from store, size approximately 1760 x 2200 high and install in new opening
14
Sundries
STEEL DOORS
1No
Steel single transformer door as type MV, size 1525 x 2135mm high, to suit wall 230mm thick. Complete installation as per manufacturer (Mortuary: D15)
15
"Transformer Room" door type composed of louvred unit vent panels with vermin proofing to Manufacturer's Specifications;
STEEL WINDOWS
1NoWindow type NC2, size 1022 x 949mm high (Temporary Mental Health: W01)
16
Standard steel windows with 12mm horizontal mild steel rods welded to frame at 100mm c/c.
1NoWindow type NC2F, size 1022 x 949mm high (Mortuary: W01)
17
5NoWindow type ND2, size 1022 x 1245mm high (Mortuary: W02, W03, W04. Temporary Mental Health: W02, W04)
18
1NoWindow type ND4, size 1511 x 1250mm high (Temporary Mental Health: W03)
19
VENTILATION GRILL
9NoVentilation grill fitted to doors size 350 x 350mm high overall
20
Aluminium ventilation grill complete with chevron louvres type 6240 sub frame typ 6242 and mainframe type 6241 as by Ambient Agencies (Tel. no. 011-618 2336). Installed strictly to manufacturers specifications.
5NoVentilation grill fitted to doors size 450 x 450mm high overall
21
-178-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
NOTE: All aluminium doors, windows, shopfronts, view panels, etc to comply with AAAMSA standards and specifications and to Architect's approval Prices must include for the perimeters of frames to be sealed to the structure with approved sealant
ALUMINIUM DOORS, WINDOWS, ETC
ALUMINIUM DOORS
1NoSingle door size 900 x 2100mm high (Mortuary: D03)22
Purpose made polyester powder coated aluminium shopfronts and frames glazed with 6mm clear normal strength laminated safety glass, hinges, sealant, etc. plugged to brickwork or concrete (Ironmongery measured elsewhere) all in accordance with aluminium door preambles
1NoSingle door size 1000 x 2100mm high (Temporary Mental Health: D04)
23
2NoSingle door size 1000 x 2100mm high overall (Mental Health: D39, D61)
24
1No
Single door size 1000 x 2100mm high with one sidelights size 1300 x 1250mm high overall (Mental Health: D27)
25
1No
Single door size 1000 x 2100mm high with two sidelights size 2200 x 1000mm high on both sides of door overall (Mental Health: D58)
26
3NoSidelights for door above (D58) section size 1000 x 1000mm high overall (Mental Health: D58)
27
1NoSidelights for door above (D58) section size 2800 x 1000mm high overall (Mental Health: D58)
28
1NoSidelights for door above (D58) section size 5500 x 1000mm high overall (Mental Health: D58)
29
10No
Double door size 1650 x 2100mm high (Mental Health: D41, D50, D51, D59, D71, D76. Mortuary: D18. Temporary Mental Health: D01)
30
1No
Double door size 1650 x 2100mm high with one sidelights size 1150 x 1875mm high overall (Mental Health: D25)
31
-179-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Double door size 1650 x 2100mm high with two sidelights size 575 x 1875mm high on both sides of door overall (Mental Health: D13)
32
1No
Double door size 1650 x 2100mm high with two sidelights size 600 x 1875mm high and 2950 x 1875mm high on both sides of door overall (Mental Health: D16)
33
1No
Double door size 1650 x 2100mm with two sidelights size 1100 x 1875mm high and 3000 x 1875mm high on both sides of door overall (Mental Health: D02)
34
1NoDouble door size 1777 x 2100mm high (Mortuary: D01)35
1NoDouble door size 1870 x 2100mm high (Temporary Mental Health: D12)
36
ALUMINIUM WINDOWS
1NoPurpose made Aluminium window, size 600 x 600mm high (Mental Health: W10)
37
Polyester powder coated aluminium windows with 6mm clear safety glass for all panels. All windows with and including standard window furniture complete with screws and bolts installed strictly according to AAAMSA standards and specifications. (projecting out type)
1NoPurpose made Aluminium window, size 900 x 900mm high (Mental Health: W36)
38
1NoPurpose made Aluminium window, size 1500 x 900mm high (Mental Health: W37)
39
1NoPurpose made Aluminium window, size 2533 x 900mm high (Mental Health: W77)
40
1NoPurpose made Aluminium window, size 2733 x 900mm high (Mental Health: W76)
41
1NoPurpose made Aluminium window, size 2400 x 1250mm high (Mental Health: W40)
42
4NoPurpose made Aluminium window, size 2445 x 1250mm high (Mental Health: W39, W46, W74, W75)
43
1NoPurpose made Aluminium window, size 2575 x 1250mm high (Mental Health: W41)
44
-180-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
3NoPurpose made Aluminium window, size 2527 x 1250mm high (Mental Health: W78, W79, W80)
45
1NoPurpose made Aluminium window, size 2733 x 1250mm high (Mental Health: W01)
46
1NoPurpose made Aluminium window, size 2765 x 1250mm high (Mental Health: W02)
47
1NoPurpose made Aluminium window, size 2800 x 1250mm high (Mental Health: W38)
48
6NoPurpose made Aluminium window, size 900 x 600mm high (Mental Health: W23, W25, W26, W30, W43, W44)
49
Polyester powder coated aluminium windows with 6mm clear safety glass for all panels. All windows with and including standard window furniture complete with screws and bolts installed strictly according to AAAMSA standards and specifications. Stainless Steel Mesh to be H Systems Type 316 Stainless Steel Mesh, 0,8mm Wire Diameter, 0.65x1.3mm All sliding panels to have screw fixing, anti-rattle adaptors, anti-lifts, fixed and adjustable rollers, manual 16mm back set hook lock assembly with keyed oval cylinder. (sliding window type)
2NoPurpose made Aluminium window, size 1200 x 600mm high (Mental Health: W46, W63)
50
6No
Purpose made Aluminium window, size 900 x 900mm high (Mental Health: W16, W22, W35. Temporary Mental Health: W07, W08, W15)
51
1NoPurpose made Aluminium window, size 2400 x 600mm high (Mental Health: W15)
52
2NoPurpose made Aluminium window, size 1500 x 900mm high (Mental Health: W24, W34)
53
1NoPurpose made Aluminium window, size 2536 x 900mm high (Mental Health: W32)
54
1NoPurpose made Aluminium window, size 1200 x 1250mm high (Temporary Mental Health: W06)
55
2NoPurpose made Aluminium window, size 1349 x 1250mm high (Temporary Mental Health: W09, W10)
56
-181-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
6NoPurpose made Aluminium window, size 2300 x 1250mm high (Mental Health: W04, W05, W17, W18, W21, W31)
57
6No
Purpose made Aluminium window, size 2400 x 1250mm high (Mental Health: W27, W28. Temporary Mental Health: W05, W12, W13, W14)
58
1NoPurpose made Aluminium window, size 2438 x 1250mm high (Mental Health: W13)
59
3NoPurpose made Aluminium window, size 2445 x 1250mm high (Mental Health: W14, W72, W73)
60
4NoPurpose made Aluminium window, size 2452 x 1250mm high (Mental Health: W06, W07, W11, W12)
61
1NoPurpose made Aluminium window, size 2536 x 1250mm high (Mental Health: W20)
62
1NoPurpose made Aluminium window, size 2700 x 600mm high (Temporary Mental Health: W11)
63
1NoPurpose made Aluminium window, size 2700 x 1250mm high (Mental Health: W29)
64
2NoPurpose made Aluminium window, size 2762 x 1250mm high (Mental Health: W08, W09)
65
2NoPurpose made Aluminium window, size 4000 x 1250mm high (Mental Health: W19, W33)
66
1NoPurpose made Aluminium window, size 4800 x 1250mm high (Mental Health: W03)
67
3No
Purpose made Aluminium window, size 900 x 1200mm high including aluminium ventilation louvre panel size 900 x 415mm high (Mental Health: W47, W53, W54)
68
Polyester powder coated aluminium windows with 6mm clear safety glass for all panels. All windows with and including standard window furniture complete with screws and bolts installed strictly according to AAAMSA standards and specifications. (window including louvre type)
6No
Purpose made Aluminium window, size 1000 x 1200mm high including aluminium ventilation louvre panel size 1000 x 415mm high (Mental Health: W48, W49, W52, W59, W60, W61)
69
-182-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
8No
Purpose made Aluminium window, size 1200 x 1200mm high including aluminium ventilation louvre panel size 1200 x 415mm high (Mental Health: W50, W51, W55, W56, W57, W58, W81, W82)
70
2NoPurpose made Aluminium window, size 1800 x 900mm high (Mental Health: W68, W69)
71
Polyester powder coated aluminium windows with 6mm clear safety glass for all panels. All windows with and including standard window furniture complete with screws and bolts installed strictly according to AAAMSA standards and specifications. (fixed window type)
2NoPurpose made Aluminium window, size 2100 x 900mm high (Mental Health: W70, 7W1)
72
1NoPurpose made Aluminium window, size 1271 x 1105mm high (Mental Health: W66)
73
3NoPurpose made Aluminium window, size 1377 x 1105mm high (Mental Health: W62, W67)
74
1NoPurpose made Aluminium window, size 2350 x 1105mm high (Mental Health: W85)
75
1NoPurpose made Aluminium window, size 1500 x 1250mm high (Mortuary: W05)
76
Polyester powder coated aluminium windows with 6mm clear safety glass for all panels. All windows with and including standard window furniture complete with screws and bolts installed strictly according to AAAMSA standards and specifications
SECURITY GATE
3No
Single security gate 750 x 2000mm high overall frame formed of 30 x 30 x 3mm hollow sections, with infill panel frame consisting of 30 x 30 x 3mm hollow sections split in two sections approximately 700 x 800mm high and 700 x 1000mm high respectively, filled in with security fencing infill panel welded to infill panel security gate fitted with one and a half pair heavy duty hinges and fixed to wall with and including M10 epoxy grouted bolts both sides (lock elsewhere measured) (Mental Health: D28, D68, D77)
77
Mild steel screens and gates to brickwork
-183-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
6No
Single security gate 877 x 2000mm high overall frame formed of 30 x 30 x 3mm hollow sections, with infill panel frame consisting of 30 x 30 x 3mm hollow sections split in two sections approximately 800 x 800mm high and 800 x 1000mm high respectively, filled in with security fencing infill panel welded to infill panel security gate fitted with one and a half pair heavy duty hinges and fixed to wall with and including M10 epoxy grouted bolts both sides (lock elsewhere measured) (Mental Health: D03, D12, D23, D83. Temporary Mental Health: G01)
78
2No
Double security gate 1650 x 2000mm high overall frame formed of 30 x 30 x 3mm hollow sections, with infill panel frame consisting of 30 x 30 x 3mm hollow sections split in two sections approximately 800 x 800mm high and 800 x 1000mm high respectively, filled in with security fencing infill panel welded to infill panel security gate fitted with one and a half pair heavy duty hinges and fixed to wall with and including M10 epoxy grouted bolts both sides (lock elsewhere measured) (Mental Health: D10, D18)
79
SHOWER DOORS
6No
Purpose made 900 x 1830 Shower cubicle doors to be saloon swing doors manufactured using 5mm Cast Acrylic Perspex (colour:Frosted White) fixed between walls using aluminium extrusion. (Mental Health: D29, D30, D63, D64. Temporary Mental Health: D08, D09)
80
Powder coated aluminium corner glazed shower cubicle panel and door complete with magnetic door catch, handles, handle edge rail, receiving wall rail, hinges, etc and toughened safety glass, complying with SANS 1263 Part 1, 2 or 3 with name of manufacturer permanently marked on each sheet visible after glazing, in accordance with NBR N schedule 1 and SANS 10137:2002. Plugged to tiled walls including pointing all round both sides of frame
1NoPurpose made hinged glazed shower door size 966 x 1800mm high (Mortuary: D16)
81
1NoPurpose made hinged glazed shower door size 1225 x 1800mm high (Mortuary: D17)
82
-184-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Metalwork
Section No. 2
Bill No. 12
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
184
183
182
181
180
179
178
177
176Total Brought Forward from Page No.
-185-
MetalworkBill No. 12SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 12
PLASTERING
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
GRANOLITHIC
163m230mm thick on floors 1
Untinted granolithic on concrete with wood float finish
96mCoved skirting 100mm high 2
SCREEDS
2,016m230mm Thick on floors with steel trowelled finish3
1:3 Cement plaster screeds on concrete
SPECIALIST FLOOR COVERINGS
1,912m2On floors (Provisional)4
Substrate to be clean, mechanically sound and free of laitance, dust grease and oil. Prime substrate withone coat FloorworX Acrylic Primer diluted 1:5 with clean water using a brush or roller at a spreadrate of0.11 litres/m². Mechanically mix FloorworX Self Leveller with clean water until a homogenous mix has been achieved. Apply 4 to 20mm thick FloorworX Self Leveller using a pour or pump and spread with skegleveller, all in accordance with the manufacturer`s instructions.
-186-
PlasteringBill No. 13SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
74m2On floors5
All surfaces to be clean, sound, laitance and dust free with a maximum moisture content of 25%. Primesurface with Flowfresh Primer (spread rate - 0,25 kg/m²). Apply one coat (Colour to be confirmed by architect) Flowfresh MF top coat to a minimum 5-6mm thickness and 0,7-1,2mm Natural Quartz scatter layer (spread rate - 5kg/m²) with a maximum overcoating time of 48 hours and apply Flowfresh Coating sealer coat (spread rate - 0,65kg/m²). Applied in accordance with approved Flowcrete specifications by approved applicators.
46mCoved skirting 200mm high6
INTERNAL PLASTER
719m2On existing walls7
One coat 1:4 cement plaster to brickwork with steel trowel to receive an approved high quality paint.
2,643m2On walls8
150m2On narrow widths9
161m2On walls10
One coat 1:4 cement plaster on brickwork to receive wall tiling
5m2On narrow widths11
287m2
1mm Diameter hexagonal wire mesh pinned to brickwork or concrete work to receive plaster (elsewhere measured)
12
Sundries
EXTERNAL PLASTER
720m2On walls13
One coat 1:5 cement plaster on brickwork
DIVIDING STRIPS, NOSING STRIPS ETC.
-187-
PlasteringBill No. 13SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
54mOn floors14
25mm x 3mm Brass dividing strip cast into screed (flush with floor finish)
-188-
PlasteringBill No. 13SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Plastering
Section No. 2
Bill No. 13
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
188
187
186Total Brought Forward from Page No.
-189-
PlasteringBill No. 13SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 13
TILING
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (C2.1 Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
Note: It is the responsibility of the specialist tiler to study the drawings and design and to
allow for the design and execution of special fixing accessories, expansion joints, etc
DETAIL DESCRIPTION AND SPECIFICATION
Samples - With reference to all items and colour schemes: Samples off all items is to be presented forapproval prior to any bulk orders. Please take note that most items will have at least six week deliveryperiod, these approvals will only take place at dates off site meetings, the samples need to be approvedwell in advance to avoid any delays with lead time on orders. All samples must remain in the sample roomfor the duration of the contract.Mock up rooms – all wall and floor finishes must be prepared in advance as part of a mock up room/roomsand at least a 100 square meter of vinyl flooring will serve as a sample floor
GENERAL PREAMBLES
WALL TILING
138m2On walls1
200 x 200 x 8mm thick Johnson or equally approved matt glazed ceramic wall tiles with 3mm joints fixed to walls with approved tile adhesive to plastered walls and waterproof tile grouting to joints
-190-
TilingBill No. 14SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
23m2On walls in splashbacks2
5m2On narrow widths3
18mExternal PVC trimming to corners as by KIRK Marketing PRE or other approved
4
SUNDRIES
-191-
TilingBill No. 14SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Tiling
Section No. 2
Bill No. 14
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
191
190Total Brought Forward from Page No.
-192-
TilingBill No. 14SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 14
INTERNAL PLUMBING AND DRAINAGE (PROVISIONAL)
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
SUPPLEMENTARY PREAMBLES
Pipes shall be jointed with interlocking joints
Concrete pipes
Soil, waste and vent pipes and fittings shall be tempered, chemical resistant pipes with butt welded joints
UPVC pipes and fittings
Pipes for water and fire supply shall be High Impact uPVC of the Class stated
UPVC pressure pipes and fittings
Pipes shall have cast iron clamped joints. Fittings shall be galvanised mild steel with clamped joints
Pipes shall be hard drawn and half-hard pipes of the class stated. Class 0 (thin walled hard drawn) pipes shall not be bent. Class 1 (thin walled half-hard), class 2 (half-hard) and Class 3 (heavy walled half-hard) pipes shall only be bent with benders with inner and outer formers, Capillary solder fittings shall comply with ISO 2016.
Copper pipes
-193-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Unless specifically otherwise stated, descriptions of pipes shall be deemed to include fixing to walls etc, casting in, building in or suspending not exceeding 1m below suspension level
Fixing of pipes
All soldered joints shall be wiped and brass unions shall be used for jointing lead to steel
Lead pipes and fittings
Where fittings have reducing ends or branches they are described as "reducing". In the case of pipes with diameters not exceeding 60mm only the largest end or branch size is given. Should the contractor wish to use other fittings and bushes or reducers he may do so on the understanding that no claim in this regard will be entertained. In the case of pipes with diameters exceeding 60mm all sizes are given and no claim for extra bushes, reducers, etc will be entertained
Reducing fittings
Descriptions of gutter outlets, etc shall be deemed to include wire balloon gratings
Wire gratings
Exposed surfaces of concrete stormwater channels, cover slabs, inspection eye marker slabs, gulley tops, cleaning eye tops, catchpits, inspection chambers, etc shall be finished smooth with plaster
Exposed concrete surfaces
No claim for rock excavation will be entertained unless the contractor has timeously notified the quantity surveyor thereof prior to backfilling
Excavations
"Soft rock" and "Hard rock" shall be as defined in "Earthworks"
Pipes shall be laid and bedded and trenches shall be carefully backfilled in accordance with manufacturers' instructions and the Engineer's drawings.
Laying, backfilling, bedding, etc of pipes
-194-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Where no manufacturers' instructions exist pipes shall be laid in accordance with clauses 5.1 and 5.2 of each of the following:
SABS 1200 L: Medium-pressure pipelines SABS 1200LD: Sewers SABS1200LE: Stormwater drainage
Pipe trenches etc shall be backfilled in accordance with clauses 3, 5.5, 5.6, 5.7 and 7 of SABS 1200DB : Earthworks (Pipe trenches)
Pipes shall be bedded in accordance with clauses 3.1 to 3.4.1, 5.1 to 5.3 and 7 of SABS 1200LB : Bedding (Pipes)
Flush pans shall have straight or side outlets and "P" or "S" traps as necessary
Flush pans
Units shall have standard aprons on all exposed edges and tiling keys against walls where applicable
Stainless steel basins, sinks, wash troughs, urinals, etc
Descriptions of waste unions shall be deemed to include rubber or vulcanite plugs and chains fixed to fittings
Waste unions
Tanks shall comply with SABS CKS 114
Steel sectional water tanks
Pipes to be taped shall be coated with the appropriate primer and the tape shall be applied with minimum 15mm lap per spiral unless otherwise described
Petrolatum anti-corrosion tape
Couplings and fittings to pipes shall be taped in strict accordance with the manufacturer's instructions including all mastic, tape, "Layflat" sheeting, securing of same, etc
Prices for wrapping of pipes shall include for all work as described to couplings in the length
-195-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Prices for piping must include for all piping not exceeding 30mm to be wrapped with two layers of stout brown paper and tied with wire prior to building in
Paper lagging
NOTE: IT IS A STRICT CONDITION OF THIS PLUMBING CONTRACT THAT THE CONTRACTOR SHOULD CONDUCT QUALITY CONTROL TESTS AND INSPECTIONS ON AN ONGOING BASIS
NOTE: All sanitary fittings shall be sealed next to walls,fitting sides and shelves with an approved type non-fungal sustaining white silicon
___________________
SANITARY FITTINGS
2No
Atlas Plastics rotomoulded polyethylene 65 litre wash trough with galvanised brackets - 371 colour Granite (Code:371AP), overall size 600 x 490mm wide with 40mm waste outlet, plugged and screwed to the wall with galv. screws and fixing brackets
1
Approved
6No
Franke stainless steel HDSSB heavy duty surround basin (Code:2520009), size 390 x 322 x 490mm high with a one piece pressed bowl size 390 x 320 x 250mm deep, 150mm high splashback, 50mm stainless steel outlet pipe, fixed to wall with 4No. 8mm diameter x 250mm long galvanised mild steel treaded rods.
2
1,2mm Stainless steel type 304 (18/10)
4No
Franke Projectline Model PLN611 Grade 304 18/10 polished stainless steel single end bowl inset sink (Code: 1990030), overall size 800 x 460mm with one 340 x 370 x 140mm deep bowl, fitted onto cupboard (elsewhere specified)
3
5No
Franke Projectline Model PLN621 Grade 304 18/10 polished stainless steel double end bowl inset sink (Code: 1990031), overall size 1200 x 460mm with two 340 x 370 x 140mm deep bowls, fitted onto cupboard (elsewhere specified)
4
-196-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2No
Franke stainless steel CH slop hopper (Code: 2630035), size 540 x 540 x 415mm, 100mm high integral splashback, 110mm waste outlet connected to trap (elsewhere measured), integral flushing rim fitted with a 38 x 250mm long vertical flush pipe inlet with Cobra FJ 2,00 flush valve connected to 20mm water supply and Cobra FJT 1,2 straight flush pipe connected to chromium plated adaptor, hinged bucket grid fitted over funnel, fixed to wall with 2No. 40 x 40mm square stainless steel gallows brackets bolted with 4No. anchor bolts 600mm from finished floor level.
5
3No
Franke stainless steel DSG drip sink (Code: 2630023), size 535 x 454 x 255mm with pressed drip sink bowl, 100mm high integral splashback, hinged bucket grid fitted over drip sink, connected to 15mm water supply, fixed to wall on 2No. 40 x 20mm stainless steel brackets and bolted to wall with 4No. anchor bolts 600mm from finished floor level
6
8No
Franke stainless steel T table (Code: 2620100), size 1500 x 650 x 1050mm with 50 x 10mm turndown, stainless steel slatted undershelf (Code: 2620044), size 1500 x 420mm wide, underside sprayed with vermin proof bitumastic sound deadening, fixed to wall with anchor bolts 900mm from finished floor level and supported on Grade 304 (18/10) stainless steel square gallows brackets with detachable front leg (Code: 352664), size 40 x 40 x 1,2mm thick, fitted with chrome plated adjustable flanged foot pieces.
7
2No
Franke stainless steel EL bedpan sluice sink (Code: 2630012), size 1130 x 685 x 1050mm with right hand pressed seamless sluice bowl with integral flushing rim, 150mm high integral splashback, 15mm deep hospital bead, 100mm apron, 110mm waste outlet connected to S or P trap (elsewhere specified), unit supplied complete with factory fitted Cobra FM 1,00 flush valve connected to 35mm water supply, 15mm bedpan and bottle spray nozzle activated by 2No 15mm quarter turn elbow action valves, fixed to wall and supported on Grade 304 (18/10) stainless steel square gallows brackets with detachable front leg (Code: 2120035), size 40 x 40 x 1,2mm thick, fitted with chrome plated adjustable flanged foot pieces.
8
1,6mm Stainless steel type 304 (18/10)
-197-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Franke stainless steel EC6 combination bedpan and wash-up sink (Code: 2630001), size 1830 x 685mm with one pressed seamless sluice bowl with integral flushing rim and one 610 x 460 x 230mm deep left hand pressed seamless rinse bowl, 150mm high integral splashback, 15mm deep hospital bead, 100mm apron, 110mm waste outlet connected to S or P trap (elsewhere specified) on sluice bowl, unit supplied complete with factory fitted Cobra FM 1,00 flush valve connected to 35mm water supply, CP171/041 pillar mixer with over-arm swivel spout, CP297 pillar mixer with retractable hand spray, 15mm bedpan and bottle spray nozzle activated by 2No 15mm quarter turn elbow action valves, fixed to wall and supported on Grade 304 (18/10) stainless steel square gallows brackets with detachable front leg (Code: 2120035), size 40 x 40 x 1,2mm thick, fitted with chrome plated adjustable flanged foot pieces.
9
1No
Franke stainless steel BR4 bedpan and bottle rack (Code: 2630139) for 4No. pans and 5No. bottles, size 660 x 350 x 505mm with rubber grommets fitted to ends of 8mm diameter bottle rods, removable drip tray with 19mm spigot outlet, fixed to wall with 4No. anchor bolts and flat bar mounting brackets.
10
17No
Vaal Sanitaryware Hibiscus vitreous china wall hung basin colour white, overall size 510 x 405mm with two tapholes, including integrated overflow and chainstay hole bolted to wall with 2No.10mm bolts (Code: 8448Z000) and sealed with silicone sealant where basin meets wall.
11
White glazed vitreous china
16No
Vaal Hygia ceramic vitreous china hospital basin colour White (code: 703611), size 585 x 435mm with two tapholes, plugged and screwed to walls with two screws including chromium plated caps (code: 8513Z0) and sealed with silicone sealant where basin meets wall.
12
9No
Vaal Daisy White Semi-close coupled washdown suite (Code: 772403WH) comprising 90° outlet open rim pan (Code 751400WH) including lid and fitments with heavy duty seat (Code: 8517Z020)
13
2No
Vaal Pearl Paraplegic vitreous china floor mounted paraplegic washdown suite colour White (Code: 7300SC) comprising semi close couple 90º outlet open rim washdown pan and matching 9 litre cistern, including lid, fitments with heavy duty seat and purpose-made chromium plated side flush lever.
14
-198-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
11NoVandal Resistant Sanitaryware Gypsy security pan bolted and epoxy grout to wall
15
4NoVandal Resistant Sanitaryware Gypsy disabled security pan bolted and epoxy grout to wall
16
16No
Vandal Resistant Sanitaryware Gypsy security vanity basin with two tap holes, complete with Wirquin trap as recommended by manufacturers, bolted and epoxy grout to wall
17
4No
Vandal Resistant Sanitaryware Gypsy back entry bowl urinal with, flushing valve (elsewhere), complete with Wirquin trap as recommended by manufacturers, bolted and epoxy grout to wall
18
WASTE UNIONS, ETC
6No32mm Unslotted basin waste union with anti-theft plug19
Chromium plated
33No32mm Slotted basin waste union with backnut, anti-theft plug, chain and stay
20
38No40mm Chromium plated unslotted basin waste union and anti-theft plug
21
TRAPS, ETC
81No40mm Deep seal bottle trap with outlet for 50mm PVC22
Chromium plated
2No
Round Shower Drain Plus for vinyl sheeting (SD1v) "Polyflor Polydrain ACO" or equal approved shower drain with 50mm side outlet ABS drain body with removable foul air trap and nylon vinyl clamps (Code 405819) including grade 304 stainless steel perforated grating (Code 403234) connected to 50mm waste pipe and bezel extension (Code SDP-TE)
23
Stainless Steel
10No
Vandal resistant 150mm diameter Stainless steel floor drain with 50mm diameter outlet, complete removable grind, secured with recess tamper proof screws and removable trap as by Coastal Manufacturing code – HB125VNW50.
24
-199-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
TAPS, VALVES, ETC
170No15mm Ball type angle regulating valve stop tap with 350mm flexible hose connection
25
"Cobra Watertech" or other approved
2No22mm 'Cobra' No. 1090/15 chromiun plated 'Ball-o-flo' ballcock
26
5No15mm Chromium plated plain bibtap (code: 3309ST)27
30No15mm Basin pillar tap (Code: 111-15)28
4No
Cobra Watertech Stella 15mm chrome plated pillar tap (Code: 3311ST-15) with hot and cold indices, manufactured in accordance with SANS 226:2009 Type 2 (BS 5412).
29
4No
15mm Medical Elbow Action Chrome pillar tap (Code: 503-21B), manufactured in accordance with SANS 226 Type 2, installed in accordance with the manufacturers recommendations.
30
12No
Cobra Watertech Carina 15mm chrome sink mixer (Code: 171/041CA and S-041) with overarm swivel outlet and adjustable flanges, manufactured in accordance with SANS 226:2004 Type 1 (BS 5412),
31
8No
15mm Chromium plated wall mounted mixer (code: 515/055-21) with aerated swan neck swivel spout, fixed centre bent inlet connections and elbow action lever (San 062)
32
2No
Cobra Watertech Chrome shower set (Code:431) with 2No. underwall stop taps, flanged shower arm andshower rose.
33
10NoWalcro CIRS-V3-6 vandal resistant shower rose, chrome finish
34
2No
Cobra Watertech Chrome trigger spray (Code:T/SPRAY-KIT) with extended 2m hose, wall mounted fitting and cradle
35
9No
Cobra Watertech Chrome Junior Flushmaster exposed flush valve (Code: FJ2-210), installed in accordancewith the manufacturer`s recommendations.
36
-200-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2No
15mm bedpan and bottled spray nozzel activated by 2No 15mm quarter turn elbow action valves, connected to 15mm water supply.
37
16No15mm Chromium plated elbow action wall-type mixer with overarm outlet as "Cobra 515/055-21"
38
15No
Cobra Watertech Cobratron 15mm chrome plated concealed touch sensor (Code: EL-3012-Wc) with 4"x4" Galvanise Box, Adjustable Galvanise Yolk and Stainless Steel Cover Plate. Complete with vandal resistant button, solenoid and 240V to 9V transformer
39
16No
Cobra KIM-BASIN Piazzo Electronic Switch "2"x8" galvanise box with galvanise adjustable yolk with 2"x8" stainless steel cover plate. Complete with 2 x piazzo buttons and solenoids and 2 x 240V to 9B transformers KD2.204 thermostatic control valve
40
16NoCobra Watertech Institutional bib spout with top bobber for drinking purpose (Code KM9.004PR)
41
4No
Cobra Watertech 15mm chrome plated concealed WAVE SWITCH sensor (Code: EL-3012-Wcp) with "4"x4" Galvanise Box, Adjustable Galvanise Yolk and Stainless Steel Cover Plate. Complete with Sensor, Solenoid and 240V to 9V Transformer.
42
10No
Cobra Cobratron Piazzo electronic touch control metering valve (KIM-shower) with "4"x4" PVC Box with adjustable galvanise yolk and stainless steel plate, complete with button, solenoid and 240V to 9V transformer.
43
SANITARY PIPEWORK
74m50mm Pipe44
uPVC Soil and wast pipes for use above ground according to SABS 967
6m50mm Vent Pipe45
79m110mm Pipe46
6m110mm Vent Pipe 47
175No50mm Bend 48
Extra over uPVC pipes for fittings:
-201-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
18No50mm Access bend 49
28No50mm Junction 50
14No50mm Access junction 51
3No50mm Double Juntion 52
12No110mm Bend 53
23No110mm Access bend 54
9No110mm Access bend with anti-syphon horn 55
50No110mm - 50mm Reducing Junction 56
204m50mm Pipes laid in and including trenches not exceeding 1m deep under surface beds
57
uPVC Socketed pipes Class 51 for use under ground in accordance with SABS 791
413m110mm Pipes laid in and including trenches not exceeding 1m deep under surface beds
58
22No50mm Bend 59
Extra over uPVC pipes for fittings:
81No110mm Bend 60
11No110mm Access bend 61
3No110mm Double connection Bend 62
54No110mm Junction63
9No110 x 50mm Access reducing junction 64
26No110mm Straight pan connector 65
52No110mm Straight coupler66
26No110mm Rodding eye67
WATER SUPPLY
-202-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
502m15mm Pipes68
Class 0 copper pipes for compression fittings in accordance with SABS 460
725m15mm Pipes chased into brick walls69
304m22mm Pipes70
276m22mm Pipes chased into brick walls71
364m28mm Pipes72
200m28mm Pipes chased into brick walls73
540m35mm Pipes74
49m42mm Pipes75
Extra over for fittings
758No15mm Fittings 76
Extra over Class 0 copper pipes for brass capillary soldered fittings
256No22mm Fittings 77
49No28mm Fittings 78
23No28mm to 15mm reducing tee79
58No32mm Bend80
36No32mm Tee81
20No32mm to 15mm reducer82
31No32mm to 22mm reducer83
4No32mm to 25mm reducer 84
22No32mm to 15mm reducing tee85
3No32mm to 25mm reducing tee86
15No32mm to 28mm reducing tee87
8No40mm Bend88
-203-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
4No40mm Tee89
8No42mm to 22mm reducing tee90
9No42mm to 35mm reducing tee91
LAGGING
128mInsulation to 15mm pipe and couplings92
Approved pipe insulation suitable for exterior application
82mInsulation to 22mm pipe and couplings93
ELECTRIC WATER HEATERS
7No
Zip stainless steel 7,5 litre Hydroboil (Code: 2610011), size 310 x 180 x 460mm high with instant boiling water, two way tap control and GlobalPlus™ water filtration kit, connected to 15mm cold water supply with service valve, waste for safety valve connected to waste water system and 220 volt 15 amp electrical power supply, plugged and screwed to wall and fitted under 1 year guarantee.
94
Hydroboil
6No
Fire hose reel to SABS 543 complete with 20mm diameter rubber hose 30m long, chromium plated stopcock, shut-off nozzle and wall bracket
95
FIRE EQUIPMENT, ETC ON WALL MOUNTED HANGERS
14No4.5kg Dry chemical powder fire extinguisher including hanger fixed to and including timber backing board.
96
WATER SUPPLIES TO FIRE APPLIANCES
29m
25mm Pipes fixed to walls with M10 rubber lined hanger brackets including M10 threaded rod not exceeding 500mm long and M10 drop-in anchor
97
Galvanised steel pipes
60m
25mm Pipes fixed into fibre cement knock up ceilings with M10 rubber lined hanger brackets including M10 threaded rod not exceeding 500mm long and M10 drop-in anchor
98
-204-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
25No25mm Fittings99
Extra over galvanised steel pipes for steel fittings
5No50 x 25mm Reducing socket100
ItemPressure testing fire pipe system101
TESTING
-205-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Internal Plumbing and Drainage
Section No. 2
Bill No. 15
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
205
204
203
202
201
200
199
198
197
196
195
194
193Total Brought Forward from Page No.
-206-
Internal Plumbing and DrainageBill No. 15SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 15
GLAZING
PREAMBLES
NOTE: Tenderers are advised to study the "GeneralSpecification of Materials and Methods to to be
used"(GP/ASC Rev 2001) before pricing this bill
Preambles for Trades as defined in Pricing Instructions (Item 7)
No reference to trade names shall be made in these Bills of Quantities. Any reference to trade names in the Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
GLAZING TO STEEL WITH PUTTY
7m2Panes not exceeding 0,1 square metre in area 1
4mm Clear float glass
3m2Panes exceeding 0,1 and not exceeding 0,5 square metre in area
2
2m2Panes not exceeding 0,1 square metre in area 3
6mm Clear normal strength PVB Laminated safety glass
12m2Panes exceeding 0,1 and not exceeding 0,5 square metre in area
4
8m2Panes exceeding 0,5 and not exceeding 1,0 square metre in area
5
PANELS, MIRRORS, ETC
-207-
GlazingBill No. 16SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
25NoMirror 450 x 600mm high with four screws 6
6mm Silvered float glass copper backed mirrors with bevelled edges holed for and fixed with chromium plated dome capped mirror screws with rubber buffers to plugs in brickwork or concrete
31NoMirror 500 x 900mm high7
Franke Chronos reflective polished surface mirror with concealed fixings installed strictly to manufacturer's specifications
-208-
GlazingBill No. 16SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Glazing
Section No. 2
Bill No. 16
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
208
207Total Brought Forward from Page No.
-209-
GlazingBill No. 16SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 2
BILL NO 16
PAINTWORK
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
ON FLOATED PLASTER
2,189m2On existing plastered internal walls1
Ensure that surfaces are dry, sound and clean. Remove any oil, grease and other contaminants with Plascon Metalcare Aquasolv Degreaser (GR1) working it well into affected areas with bristle broom or brush. Leave for 20 minutes to react, then rinse thoroughly with fresh water to remove all traces of Plascon Metalcare Aquasolv Degreaser (GR1) using high pressure water jet or scrubbing with brush or broom. Allow to dry completely. Remove fungi and algae by scrubbing with a solution of houselhold bleach (3.5% sodium hypochlorite) 1 part bleach to 2parts water by volume. Leave for 1 hour, then brush off with a bristle brush. Rinse thoroughly with tap water to remove all traces of bleach and allow to dry. Fill cracks and other surface defects with the appropriate Polycell filler. Apply one coat of Plascon Plaster Primer (UC56) to achieve a continuous film. Allow 16 hours to dry. Apply two full coats of Plascon Wall & All to achieve complete obliteration, allowing 2 hours drying between coats. All strictly to manufacturer's detail specification. Colour to Architect’s approval
201m2On existing plastered external walls2
-210-
PaintworkBill No. 17SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
3,340m2On newly plastered internal walls3
Prepare surfaces and remove all loose material and rinse. Surface to be dry, sound and clean and cured for a minium of 14 days, with a moisture content, measured with a Doser Hygrometer of BD 2 scale - 8%. Prime with one coat of Plaster Primer (UC56) with an overcoating time of 16 hours and finish with two coats of Wall and All (WAA) with 2 hours drying time between coats, four a maintenance cycle of 7 years. All to manufacturer’s detail specifications. Colour to Architect’s approval
1,087m2On newly plastered external walls4
ON FIBRE CEMENT
91m2On fibre cement fascia and barge boards5
Prepare and prime with plaster primer (Thinned 1:5 with mineral turpentine) and two coats exterior quality premium polyurethane alkyd paint
1m2On fibre cement cills6
1,822m2On existing fibre cement roof covering7
All roof sheeting to be pressure washed after repair work has been completed (to Architect's approval) and finished with Plascon Professional Roof Paint to exterior new fibre cement. Surface to be assessed and the appropriate surface preparation clauses selected for remedial procedure. Prime with one coat Bonding Liquid (CVI14) with an overcoating time of 4 hours and finish with two coats Professional Roof Paint (PRP) with 2 hours drying time between coats, for a maintenance cycle of 4 years in a C1 - inland environment. Overcoating timefor primer/base coat: 16hours. All to Specification document RD 429. Colours to Architect’s approval.
ON PLASTER BOARD
262m2On ceilings 8
Apply one coat of Plascon Plaster Primer (UC56) to achieve a continuous film. Allow 16 hours to dry. Apply two full coats of Plascon Wall & All to achieve complete obliteration, allowing 2 hours drying between coats. All strictly to manufacturer's detail specification. Colour to Architect’s approval
-211-
PaintworkBill No. 17SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
ON METALWORK
177m2On door frames9
Prepare door and apply one coat Plascon Universal Undercoat, two coats Plascon Velvaglo Polyurethane Enamel paint on new primed steel surface. Colour to Architect approval
28m2On existing door frames10
10m2On new window frames11
229m2On existing window frames12
5m2On transformer doors and frames13
Prepare and prime with one coat Metal Primer (UC501), and finish with two coats Super Universal Enamel (NY1/G) with 16 hours drying time between coats. Colour to Architect's approval
44m2On gates14
321m2On IBR ceilings 15
Prepare and apply one coat Plascoprime PA-10 (BPA410) with an overcoating time of 1 hour and finish with two coats Wall & All (WAA 1) with 2 hours drying time between coats, for amaintenance cycle of 2 years in a C1 - inland environment (Colour to Architect's approval).
382m2On structural steel members 16
Apply one coat (30 micron) zinc chromate primer in accordance with SANS 681, apply by brush or roller one coat (30 micron) multipurpose undercoat in accordance with SANS681, use type II, if paint is applied within 16 hours of application or zinc phosphate primer, otherwise use type I color to differ from colour or final coat
-212-
PaintworkBill No. 17SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
611m2On existing IBR roof covering17
Sand down, clean and apply Plascon Galvanised Iron Cleaner (GIC 1) to all bare galvanised areas. Surface to be dry, sound and clean. Wire brush or hand sand rust areas to bright metal, remove dust and apply Plascon Galvanized Iron primer (GIP1) to bare and repaired areas. Allow 16 hours to dry and finish with two coats of Nuroof Acrylic Roof Paint (TRP) with 1 hour drying time between coats for a maintenance cycle of 7 years in a C1 inland environment
ON WOOD
504m2On doors18
Stop, fill, sand down and prepare wood surface. Apply one coat Plascon Wood Primer, one coat Plascon Universal Undercoat and two coats Plascon Velvaglo Polyurethane Enamel paint to new interior general wood surfaces. Colour to Architects approval
SPECIAL FINISHES
55m2On concrete ceilings19
All surfaces to be clean, sound, laitance and dust free with a maximum moisture content of 4%. Prime surface with Flowseal EPW clear primer (spread rate - 6m²/litre). Apply three coats Flowseal EPW with a minimum dry film thickness of 60 microns thick per coat with a maximum overcoating time of 12 hours. Applied in accordance with approved Flowcrete specifications by approved applicators. Colour to Architect’s approval
87m2On existing plastered internal walls20
All surfaces to be power tool cleaned to St2. Mill scale free (ISO8501-1:1988/SS05 59 00). Thoroughly mix the epoxy and activator together using a mechanical mixer to achieve a completely homogeneous mix.Apply one coat Flowguard HB primer with a minimum dry film thickness of 115 microns thick per coat. Mix separately, then combine and mix thoroughly. Apply two coats Flowcoat UV HB with a minimum dry film thickness of 60 microns thick per coat. Applied in accordance with approved Flowcrete specifications by approved applicators.
-213-
PaintworkBill No. 17SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
SILOAM HOSPITAL PHASE 2
37m2On newly plastered internal walls21
-214-
PaintworkBill No. 17SECTION 2 - BUILDING WORKSSection No. 2
Carried to Collection R
Paintwork
Section No. 2
Bill No. 17
AmountPageNo
SECTION 2 - BUILDING WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
214
213
212
211
210Total Brought Forward from Page No.
-215-
PaintworkBill No. 17SECTION 2 - BUILDING WORKSSection No. 2
Carried Forward to Summary of Section No. 2 R
SILOAM HOSPITAL PHASE 2
SECTION 2 - BUILDING WORKS
SECTION SUMMARY - SECTION 2 - BUILDING WORKS
BillNo
PageNo
Amount
Section No. 2
116Alterations1
121Foundations2
126Concrete, formwork and reinforcing3
130Masonry4
131Waterproofing5
135Roofcovering6
152Carpentry and Joinery7
158Ceiling, partitioning and access flooring8
162Floorcovering9
171Ironmongery10
175Structural Steel11
185Metalwork12
189Plastering13
192Tiling14
206Internal Plumbing and Drainage15
209Glazing16
215Paintwork17
-216-
SECTION 2 - BUILDING WORKSSection No. 2
Carried to Final Summary R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 3
EXTERNAL WORKS (PROVISIONAL)
BILL NO 1
DEMOLITIONS
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
NOTE :All Civil works to be carried out in accordance
with the standardised SABS 1200 specifications
SUPPLEMENTARY PREAMBLES
Item
Contractors are to fully acquaint themselves with the
position of existing buildings to be demolished on the
hospital complex site, access to these areas, the nature
of structures and contents within the buildings, as no
further claims relating to the above shall be entertained
within the project
1
Item
All material become the property of the Contractor and
are to be removed by him from the site. All debris and
rubbish arising from the alterations are to be
immediately carted away and the site left clear and
unencumbered
2
-217-
DemolitionsBill No. 1SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Item
Any breaking up, breaking down, etc. and removal of
existing work must be done with the greatest care to
prevent any form of structural or other damage to work
or items not due to be removed. If any such damage
may occur it will be made good by the Contractor on his
own expense
3
Item
The Contractor must take cognisance of the fact that the
site is part of an existing fully operational hospital.
Throughout the construction period, the hospital and its
services will have to remain fully operational at all times
and great care should be taken to cause minimal
possible disruptions to the functionality of the facility
4
REMOVAL OF TREES ETC
Taking out and removing, grubbing up roots andfilling in holes
4No
Cutting down and removing trees exceeding 200mm and not exceeding 500mm girth, including grubbing up roots, all necessary filling in of holes, lightly compacted and roughly levelled
5
Removal of trees
6NoDitto, but exceeding 500mm and not exceeding 1000mm girth
6
5NoDitto, but exceeding 1500mm and not exceeding 2000mm girth
7
2NoDitto, but exceeding 2000mm and not exceeding 2500mm girth
8
2NoDitto, but exceeding 2500mm and not exceeding 3000mm girth
9
3No
Cutting down and removing stumps exceeding 1500mm and not exceeding 2000mm girth, including grubbing up roots, all necessary filling in of holes, lightly compacted and roughly levelled
10
Removal of stumps
1NoDitto, but exceeding 2000mm and not exceeding 2500mm girth
11
-218-
DemolitionsBill No. 1SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
108m2
Break up and remove existing mass concrete apron, not exceeding 100mm thick including preparation, roughly levelling ground surfaces, ramming, etc.
12
BREAKING UP AND REMOVING
34m2Ditto, but in various isolated areas, 100mm thick13
16m2
Break down and remove existing one brick screen wall(maximum 1.3m high) complete with brickwork under ground level and mass concrete strip foundation, including necessary excavations, filling, compaction, roughly levelling ground surface, etc.
14
WALLS AND WALL FINISHES
1No
Break down and remove existing single storey building with sloping roof approximately 276m2 on plan and average 3.00m high, comprising of 100mm thick concrete surface bed, one brick external walls, mainly half brick internal walls and sheet steel roof covering on timber structure complete with foundations, windows, doors, internal plumbing, etc, and blind off all existing plumbing and drainage services, including any necessary excavations, filling, compaction, roughly levelling ground surface, carting away, etc (Staff residence)
15
DEMOLITIONS
1No
Break down and remove existing single storey building with sloping roof approximately 120m2 on plan and average 3.00m high, comprising of 100mm thick concrete surface bed, one brick external walls, mainly half brick internal walls and sheet steel roof covering on timber structure complete with foundations, windows, doors, internal plumbing, etc, and blind off all existing plumbing and drainage services, including any necessary excavations, filling, compaction, roughly levelling ground surface, carting away, etc (Staff residence)
16
-219-
DemolitionsBill No. 1SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Break down and remove existing single storey building with sloping roof approximately 30m2 on plan and average 3.00m high, comprising of 100mm thick concrete surface bed, one brick external walls, mainly half brick internal walls and sheet steel roof covering on timber structure complete with foundations, windows, doors, internal plumbing, etc, and blind off all existing plumbing and drainage services, including any necessary excavations, filling, compaction, roughly levelling ground surface, carting away, etc (Staff residence)
17
1No
Break down and remove existing carport wood structure with sloping roof approximately 44m2 on plan and average 3.00m high, comprising of wood structure and sheet steel roof covering on wood structure complete with concrete footings, etc., including any necessary excavations, filling, compaction, roughly levelling ground surface, carting away, etc (Carport)
18
3.00NoDisconnect and make safe electrical connections to the various structures as prescribed above
19
Disconnect existing services
3.00NoDisconnect and make safe water connections to the various structures as prescribed above
20
3.00NoDisconnect and make safe sewer connections to the various structures as prescribed above
21
-220-
DemolitionsBill No. 1SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
Demolitions
Section No. 3
Bill No. 1
AmountPageNo
SECTION 3 - EXTERNAL WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
220
219
218
217Total Brought Forward from Page No.
-221-
DemolitionsBill No. 1SECTION 3 - EXTERNAL WORKSSection No. 3
Carried Forward to Summary of Section No. 3 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 3
BILL NO 2
GENERAL SITE WORKS, ROADS AND PAVING
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
1,051m2
Clean site including digging up and removing rubbish, debris, vegetation, hedges, shrubs and trees not exceeding 200mm girth, bush, etc
1
SITE CLEARANCE ETC
ItemKeeping all excavations external work section free of all water other than subterranean water
2
Keeping excavations free of water
PAVING
446m3Reduced levels under paving etc3
Excavate in earth or compacted filling not exceeding 2m deep below natural or reduced ground level
446m3Exra over all excavations for carting surplus excavated material
4
Extra over all excavations for carting away
893m2
Scarify earth surface to a depth of 150mm, breaking down over size material and reconsolidate to 90% modified AASHTO density
5
Compaction of surfaces
-222-
General Site Works, Roads and PavingBill No. 2SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
134m3Under paving6
Earth filling obtained from the excavations and/or prescribed stock piles on site compacted to 95% Modified AASHTO density
134m3Subbase under paving7
C4 gravel layers supplied by the contractor compacted to 95% Mod AASHTO density in layers not exceeding 150mm
134m3Subbase under paving8
G7 gravel layers supplied by the contractor compacted to 93% Mod AASHTO density in layers not exceeding 150mm
134m3Subbase under paving9
G9 gravel layers supplied by the contractor compacted to 93% Mod AASHTO density in layers not exceeding 150mm
893m2Under pavers10
20mm River sand
893m2Under paving etc including forming and poisoning shallow furrows, etc.
11
Soil insecticide in accordance with SANS 5859
21m2
Corobrik Paver PB clay paving brick, size 200 x 98.5 x 50mm thick laid in Herringbone Bond pattern with a minimum longitudinal fall of 1% on a transverse fall of at least 2% on 20mm sandbed (elsewhere measured) with fine joint sand swept and vibrated into joints, all laid on subgrade. Paving to be inspected and re-sanded after three months.
12
Pavers
871m2
Corobrik Paver PB clay paving brick, size 200 x 98.5 x 80mm thick laid in Herringbone Bond pattern with a minimum longitudinal fall of 1% on a transverse fall of at least 2% on 25mm sandbed (elsewhere measured) with fine joint sand swept and vibrated into joints, all laid on subgrade. Paving to be inspected and re-sanded after three months.
13
8mCircular cutting14
-223-
General Site Works, Roads and PavingBill No. 2SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
108m
Figure 7 barrier precast concrete kerb, size 1000 x 280 x 180mm thick, placed in position, bedded and jointed in (3:1) cement mortar and flush pointed on exposed faces, including 15MPa/19mm unreinforced concrete haunching at back of each joint, excavation, backfilling, ramming, etc.
15
Precast concrete kerbs
13mDitto. but circular on plan not exceeding 4m radius16
104m
Figure 8b mountable precast concrete kerb, size 1000 x 175 x 300mm thick, placed in position, bedded and jointed in (3:1) cement mortar and flush pointed on exposed faces, including 15MPa/19mm unreinforced concrete haunching at back of each joint, excavation, backfilling, ramming, etc.
17
103m
Figure 8c mountable precast concrete kerb, size 1000 x 200 x 300mm thick, placed in position, bedded and jointed in (3:1) cement mortar and flush pointed on exposed faces, including 15MPa/19mm unreinforced concrete haunching at back of each joint, excavation, backfilling, ramming, etc.
18
2mDitto. but circular on plan not exceeding 4m radius19
20No"Modified AASHTO Density" test20
Prescribed density tests on filling
APRONS
24m3Reduced levels under pavings, aprons etc21
Excavate in earth or compacted filling not exceeding 2m deep below natural or reduced ground level
24m3Exra over all excavations for carting surplus excavated material
22
Extra over all excavations for carting away
79m2
Scarify earth surface to a depth of 125mm, breaking down over size material and reconsolidate to 90% modified AASHTO density
23
Compaction of surfaces
-224-
General Site Works, Roads and PavingBill No. 2SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
8m3Subbase under concrete aprons24
C4 gravel layers supplied by the contractor compacted to 95% Mod AASHTO density in layers not exceeding 150mm
8m3Subbase under concrete aprons25
G7 gravel layers supplied by the contractor compacted to 93% Mod AASHTO density in layers not exceeding 150mm
79m2Under aprons including forming and poisoning shallow furrows against foundation walls, etc.
26
Soil insecticide in accordance with SANS 5859
8m3Aprons, paving27
25Mpa/19mm Mass concrete in:
79m2Aprons, ramps28
Finishing top surfaces of concrete to an evenly brushed non-slip surface
53mEdges, risers, ends and reveals not exceeding 300mm high or wide
29
General Formwork
26m8 x 40mm Saw cut joints in top of concrete surface bed 30
Movement joints
26m
10mm Sajex or other approved cane fibre filler board in expansion joint between edge of concrete paving and walls in narrow widths not exceeding 150mm wide including tacking to face of wall and polysulphide sealant between concrete and brickwork
31
79m2Under aprons, paving, steps, ramps32
One layer of 250 micron "Consol Plastics Gunplas Green" waterproof sheeting sealed at laps with "Gunplas Pressure Sensitive Tape"
2No"Modified AASHTO Density" test33
Prescribed density tests on filling
-225-
General Site Works, Roads and PavingBill No. 2SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
GRASS
100m3
Open face excavation to form platform under grass areas etc and depositing excavated material over site including haulage not exceeding 1km from perimeter of excavations
34
Excavation in earth not exceeding 2m deep
100m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor
35
Extra over all excavations for carting away
401m2
Compaction of ground surface under paving etc including ripping of insitu layer for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 95% Mod AASHTO density
36
Compaction of surfaces
401m2To bottoms and sides of trenches etc37
Soil insecticide in accordance with SANS 5859
60m3
Over site of G5 material in accordance with SABS 1200 DM compacted to 93% AASHTO density in 150mm layers
38
Gravel filling supplied by the contractor under paving etc
40m3
Topsoil supplied by the contractor in grassed areas mixed through with 2:3:2 fertilizer in a ratio of 20 kg/ to 150m² topsoil, wet area and compact lightly (210m²)
39
Topsoil, compost, lime and fertilizer
401m2
Plant Kikuyu (Pennisetum Clandistinum) or other approved grass sods, size 500 x 500 x 50mm thick, firmly anchored in the soil with the lowest point at a depth of not less than 75 mm. Care shall be taken not to alter the final levels of the area during planting and no ridges shall be left. Planted areas shall be cleaned and debris and stones removed.
40
Grass
-226-
General Site Works, Roads and PavingBill No. 2SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
General Site Works, Roads and Paving
Section No. 3
Bill No. 2
AmountPageNo
SECTION 3 - EXTERNAL WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
226
225
224
223
222Total Brought Forward from Page No.
-227-
General Site Works, Roads and PavingBill No. 2SECTION 3 - EXTERNAL WORKSSection No. 3
Carried Forward to Summary of Section No. 3 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 3
BILL NO. 3
EXTERNAL PLUMBING AND DRAINAGE
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
STORMWATER DRAINAGE
61m
Open V-shaped stormwater channel, 1000mm wide x, 200mm thick, with top surface worked down to form 1000 x 100mm deep channel in equal legs
1
Mass concrete 25 MPa (20mm stone) stormwater channels, laid to even falls, in sections not exceeding 1m, finished smooth to all visible faces, with slightly rounded external angles including all necessary shallow excavations, formwork, filling and ramming
4NoExtra for angles, intersections, ends, dressing into sides of catchpits, etc
2
2m
Concrete 20MPa/19mm in spreader outlet 2,0m long and x 2,0m wide at open end with 100 x 50mm projecting kerbs along both sides and bricks cast in at 300mm centres and 150mm apart to project 50mm above 75mmm concrete surface bed, including all necessary shallow excavations, formwork and finishing with a wood float
3
Stormwater outlet spreader, culvert headwall, etc.
SUBSOIL DRAINAGE
81m3Pipe trenches4
Excavation in earth not exceeding 2m deep, for:
-228-
External Plumbing and DrainageBill No. 3SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
172m3Pipe trenches5
Excavation in earth exceeding 2m deep and not exceeding 4m deep, for:
50m3Soft rock6
Extra over excavations in earth for excavation in
25m3Hard rock7
3m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor
8
Extra over all excavations for carting away
213m2Sides of trench and hole excavations not exceeding 1,5m deep
9
Risk of collapse of excavations
453m2Sides of trench and hole excavations exceeding 1,5m deep
10
250m3Backfilling to trenches, bases, etc. 11
Selected earth filling obtained from the excavations and/or prescribed stock piles on site in layers of 150mm thick compacted to 93% Mod AASHTO density
250m3Backfilling to trenches, bases, etc. 12
G7 gravel layers supplied by the contractor compacted to 93% Mod AASHTO density in layers not exceeding 150mm
53m160mm Kaypipe Geopipe13
Kaytech Flo-Drain
53m
1000mm High Flo-Drain including a continuous filament needlepunched nonwoven polyester geotextile filter blanket
14
53m
2000mm High Flo-Drain including a continuous filament needlepunched nonwoven polyester geotextile filter blanket including all fixing
15
-229-
External Plumbing and DrainageBill No. 3SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
98m160mm pipe16
Class 34 / uPVC drain pipes for use under ground in accordance with SABS 791 with uPVC couplings
2NoManhole exceeding 2m and not exceeding 3m deep17
Precast concrete manholes, 1000mm internal diameter, complete including all necessary excavations, precast manholes rings, 25MPa in situ bottom slabs, on 50mm blinding, cover slabs, channels, finishes, step irons at 250mm centres, cast iron double seal manhole cover and frame, etc. all joints sealed with Expanded Butyl 300 with root inhibitor or similar approved
2No
SABS 558 Type 4 cast iron double seal manhole cover and frame, with frame bedded in 3:1 cement mortar and cover sealed in tallow
18
Manhole covers, etc.
THE FOLLOWING IN BRICK OUTLET STRUCTURES
2m3Trenches19
Excavation in earth not exceeding 2m deep, for:
1m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor
20
Extra over all excavations for carting away
8m2Sides of trench and hole excavations not exceeding 1,5m deep
21
Risk of collapse of excavations
1m3Backfilling to trenches, holes, etc22
Approved earth filling supplied and carted on by the Contractor, well watered and compacted in layers not exceedind 150mm to a density of 90% modified AASHTO
1m3Under Ground Slab, etc 23
1m3Strip footings24
25 MPa/ 19mm Concrete in
-230-
External Plumbing and DrainageBill No. 3SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1m3Ground Slabs25
6mEdges, risers, ends and reveals not exceeding 300mm high or wide
26
Rough formwork to sides of:
2m2Ground Slabs27
Finishing top surfaces of concrete smooth with a wood float
2m2Type 395 fabric reinforcement in concrete surface beds, slabs, etc
28
Fabric reinforcement
5m2One brick walls 29
Brickwork of extra hard burnt clay bricks in 5:1 cement mortar
2m2Extra over brickwork for face brickwork pointed on all exposed surfaces
30
External facings in approved face bricks (FBX) with a PC Amount of R7,000.00 per thousand bricks delivered to site (excluding VAT) manufactured in accordance with SANS 227:2007, bedded and jointed in Class II mortar and pointed with recessed vertical and recessed horizontal joints.
4mBrick-on-edge header course coping on one brick wall, pointed on top and both faces
31
SOIL DRAINAGE
28m110mm Pipe and fixing vertically or raking in ramps (no excavation)
32
uPVC Socketed pipes Class 51 for use under ground in accordance with SABS 791
208m110mm Pipe and excavations not exceeding 1m deep33
125m110mm Pipe and excavations exceeding 1m and not exceeding 2m deep
34
83m110mm Pipe and excavations exceeding 2m and not exceeding 3m deep
35
-231-
External Plumbing and DrainageBill No. 3SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
60m3Soft rock36
Extra over excavations in earth for excavation in
30m3Hard rock37
9No110mm Bend38
Extra over Free Flow uPVC pipe for fittings
4No110mm End cap39
6No110mm Junction40
2No110mm Access Junction41
10No
Cast iron "A.B.C" straight or bent cleaning eye, with removable cover, jointed to top of 110mm uPVC pipe and set in and including 15Mpa (20mm stone) mass concrete surround, finished smooth to exposed surfaces and rounded on salient angles
42
Sundries
10No150mm Diameter cast iron cover and frame placed over cleaning eye with frame cast into concrete
43
28m
15MPa/19mm Mass concrete encasing around 110mm vertical or raking drain pipe to cleaning eye including all necessary formwork
44
Sundries
10No15MPa/19mm Mass concrete in precast I.E. marker block set flush with the ground or paving
45
4No
Search, find existing 110mm uPVC pipe, excavate in earth as necceasary for and cut in existing pipe for and including precast concrete manhole, cover, etc.not exceeding 2m deep internally, including all precast rings, concrete bottom slab and channels, cover slabs, finishes, etc.
46
Connect to existing sewer line
Pre-fabricated manholes
-232-
External Plumbing and DrainageBill No. 3SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
14NoManhole size 1000 x 1000mm internally not exceeding 1m deep
47
Excavate in earth for and build manhole formed of one brick walls plastered on the inside with cement plaster (5:1), on 150mm thick 20Mpa / 19mm mass concrete bottom with fine mass concrete benching in bottom, floated smooth with falls to and including 150mm vitrified clay channels, all necessary bends, junctions etc., 150mm thick 20Mpa / 19mm mass concrete cover slab with opening for cast iron coverand frame (measured elsewhere) set in cement mortar and sealed in tallow and smooth finishing on all exposed surfaces with 25mm thick granolithicwith angles rounded including all necessary step irons, formwork to slab, etc.
4NoManhole size 1000 x 1000mm internally exceeding 1m and not exceeding 2m deep
48
3NoManhole size 1000 x 1000mm internally exceeding 2m and not exceeding 3m deep
49
21No
760 x 600mm Type "10B" cast iron double seal manhole cover and frame, with frame bedded in 3:1 cement mortar and cover sealed in tallow
50
Manhole covers, etc.
Item
Provide all the necessary apparatus, etc. and test the whole of the soil drainage (new and existing) in working areas to the satisfaction of the Representative/Agent replace any defective work free of charge and leave perfect.
51
TESTING
-233-
External Plumbing and DrainageBill No. 3SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
External Plumbing and Drainage
Section No. 3
Bill No. 3
AmountPageNo
SECTION 3 - EXTERNAL WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
233
232
231
230
229
228Total Brought Forward from Page No.
-234-
External Plumbing and DrainageBill No. 3SECTION 3 - EXTERNAL WORKSSection No. 3
Carried Forward to Summary of Section No. 3 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 3
BILL NO. 4
FENCING
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (Item 7)
Any reference to trade names in the Bills of Quantities or Architect's specification or drawings shall deem to mean "or similar and approved"
TRADE NAMES
NOTE: The following items shall be deemed to fall into Work Group No 136 for JBCC CPAP purposes
_____________________
FENCING
144mFencing 1000mm high1
Cochrane ClearVu high density anti-climbing and anti-cut pressed mesh panel fencing, formed of 3mm diameter horizontal and 4mm diameter vertical high tensile wires galvanised with alu-galv coating with aperture size 76,2mm x 12,7mm and reinforcing V-section ribs, bolted with vandal resistant bolts andclamping plates to 85 - 45mm Taper locking posts including Locking Recess Mechanism at maximum 3,382m centres with sealed end caps and 30 x 3mm x 250mm long angle section base anchors with posts bedded in 15MPa concrete bases size 400 x 400 x 600mm deep.
30mFencing 2100mm high2
191mFencing 2400mm high3
22mFencing 3000mm high4
-235-
FencingBill No. 4SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
390m
100mm High galvanized 'shark tooth' type spike rails bolted to 50mm wide Clearvu mesh flange bent along fence top and on 50mm wide galvanized flat bar bolted to roof sheeting all in accordance with manufacturer's specification.
5
1No
Single leaf entrance gate 3000 x 2100m high overall, frame consisting of 76 x 76 x 3mm square hollow section stiles, top rail and bottom rail, with 76 x 76 x 3mm square hollow section vertical supports welded to gate frame rail at 3788mm centres, middle upright to consist of two (2) 76 x 76 x 3mm uprights welded and bolted together with jointing plates, two (2) on both sides of top, bottom rail and vertical upright, panels filled in with "Clearvue" mesh; including 50 x 5mm anti-lift flat bar gate guide, guide wheel with standard rollers, 2 x 100mm diameter standard wheels on 16mm Diameter round bar fixed to 100IPE standard gate rail welded to 50 x 50 x 5mm angle fish tail lugs at 300mm c/c cast in concrete including stopper and 50 x 50 x 5mm base pin; including T-slide lock with lock box 243 x 250mm bolted to gate frame with five (5) M8x30 x1.25 x 4.8 CUP SQ bolt with shear nuts and grab handle both sides
6
2No
Single leaf entrance gate 3600 x 3000m high overall, frame consisting of 76 x 76 x 3mm square hollow section stiles, top rail and bottom rail, with 76 x 76 x 3mm square hollow section vertical supports welded to gate frame rail at 3788mm centres, middle upright to consist of two (2) 76 x 76 x 3mm uprights welded and bolted together with jointing plates, two (2) on both sides of top, bottom rail and vertical upright, panels filled in with "Clearvue" mesh; including 50 x 5mm anti-lift flat bar gate guide, guide wheel with standard rollers, 2 x 100mm diameter standard wheels on 16mm Diameter round bar fixed to 100IPE standard gate rail welded to 50 x 50 x 5mm angle fish tail lugs at 300mm c/c cast in concrete including stopper and 50 x 50 x 5mm base pin; including T-slide lock with lock box 243 x 250mm bolted to gate frame with five (5) M8x30 x1.25 x 4.8 CUP SQ bolt with shear nuts and grab handle both sides
7
1No
Pedestrian gate 1200 x 2100mm high overall consisting of 60 x40 x 3mm mild steel hollow section filled in with "Clearvue" wire mesh including and 40 x 3mm Mild steel flat fixed to gate leaf frame including heavy duty hinges supplied by manufacturer
8
2No
Pedestrian gate 1200 x 3000mm high overall consisting of 60 x40 x 3mm mild steel hollow section filled in with "Clearvue" wire mesh including and 40 x 3mm Mild steel flat fixed to gate leaf frame including heavy duty hinges supplied by manufacturer
9
-236-
FencingBill No. 4SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1No
Pedestrian gate 1500 x 3000mm high overall consisting of 60 x40 x 3mm mild steel hollow section filled in with "Clearvue" wire mesh including and 40 x 3mm Mild steel flat fixed to gate leaf frame including heavy duty hinges supplied by manufacturer
10
10m
25Mpa Reinforced concrete 440 wide x 250mm high for steel gliding track including all excavations, formwork, etc
11
Sundries
3No
Centurion Systems light industrial D10 Turbo™ 24V DC sliding gate operator, capable of handling a gate mass of 240kg - 1000kg at opening speed of 40 metres per minute with 2A 24V SM charger 2 x 7Ah battery and 2 x sets safety beams with 2 metre passive sensitive edge with anti lift cage and with P36 passive edge, complete with steel rack, including foundation plate. System to include Photon wireless infrared vehicle detection beams, installed in accordance with manufacturer`s recommendations
12
-237-
FencingBill No. 4SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Collection R
Fencing
Section No. 3
Bill No. 4
AmountPageNo
SECTION 3 - EXTERNAL WORKS
SUMMARY
SILOAM HOSPITAL PHASE 2
237
236
235Total Brought Forward from Page No.
-238-
FencingBill No. 4SECTION 3 - EXTERNAL WORKSSection No. 3
Carried Forward to Summary of Section No. 3 R
SILOAM HOSPITAL PHASE 2
SECTION 3 - EXTERNAL WORKS
SECTION SUMMARY - SECTION 3 - EXTERNAL WORKS
BillNo
PageNo
Amount
Section No. 3
221Demolitions1
227General Site Works, Roads and Paving2
234External Plumbing and Drainage3
238Fencing4
-239-
SECTION 3 - EXTERNAL WORKSSection No. 3
Carried to Final Summary R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 4
MECHANICAL INSTALLATION
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (C2.1 Item 7)
Refer to Mechanical technical specification in Volume 2
SUPPLEMENTARY PREAMBLES
BILL NO. 1
HVAC
Note: All bill items to be priced to include the supply, installation and commissionig services for all equipment. (including shipping costs)
PART 1
Note: All bill items to be priced to include the supply, installation and commissioning services for all equipment. (including shipping costs) All condensate piping supply to nearest drainage point included in cooling coil equipment pricing.
Air conditioning installation and refrigeration installation
2.00No
Air-Air DX RoofTop external Unit with plug fans and scroll compressorCooling capacity: 16 kW3600 m3/Hr - 250 Pa
1
Mental ward facility
-240-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1.00No
Split Indoor Unit - for Switch RoomWall mounted with external Outdoord mounted condenser, refrigerant and drain piping. (LG or equivalent)
Unit with Cooling capacity: 2.2 kWHeating capacity: 2.4Evaporator : 7 - 12 degrees CCondenser: 40 - 45 degrees COutdoor ambient design temp 35 degrees C
2
3.00No
Cassette 4-way blower Indoor Unit - 2x for Isolation rooms & 1x managers office
Wall mounted with external Outdoord mounted condenser, refrigerant and drain piping. (LG or equivalent)Unit with Cooling capacity: 3.5 kWHeating capacity: 3.8 kWEvaporator : 7 - 12 degrees CCondenser: 40 - 45 degrees COutdoor ambient design temp 35 degrees C
3
1.00No
Cassette 4-way blower Indoor Unit - 1x Lecture Room
Wall mounted with external Outdoord mounted condenser, refrigerant and drain piping. (LG or equivalent)Unit with Cooling capacity: 5.1 kWHeating capacity: 5.5 kWEvaporator : 7 - 12 degrees CCondenser: 40 - 45 degrees COutdoor ambient design temp 35 degrees C
4
4.00NoWall mounted temperature control, cooling & heating5
SUMDecommissiong of existing AC Infrastructure. (Spilt units)
6
SUMTemperary body refrigerated shippingcontainer, standalone plug and play type
7
Mortuary fasciltiy
SUMRefurbish cold room evaporator units (2 of)8
SUMRemove and reroute new equivalent refrigerant copper piping
9
-241-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
SILOAM HOSPITAL PHASE 2
SUM
Decommision compressor, vacuum, Nitrogen fill and preserve for recommissioning. Confirm with installers to obtain permission to retain warranty on newly installed unit.
10
SUMRecommission compressor, nitrogen rinse, system vacuum, 24 hr vacuum test and recharge of system
11
3.00mAdditional power cable for relocating unit12
SUMRelocating compressor labour13
SUMRelocate cold room evaporator units in cold room (2 of)14
1.00NoSupply and install Magnahelic cold room temp guage (100mm diameter)
15
1.00NoSupply install and commission 3 tier body freeze cabinet (Standard size)
16
1.00NoSupply install and commission 3 tier body freeze cabinet (Obese size)
17
SUMRelocate body racking from temporary mortuary to permanent facility
18
SUMPovide BMS monitoring points as per specification19
SUMInstallation of 1 to 1 midwall split type AC unit, 5.5kW, incl wall mount controller
20
Ventilation Installation
Mental ward fcilty
Note: All Fans units to include: primary pleat washable filters, condensate drainage to nearest applicable sewer stack, drain. Air handling units to have air economiser function controller.
Main Natural Ventilation Supply Fan
1.00No
Axial Inline Fan
200 L / s, air supply fan for Isolation roomoutdoor wall mounted at least 1.9 mm high.
1x Switch room
21
-242-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
SILOAM HOSPITAL PHASE 2
3.00No
Ablution Fan Type 1Axial Inline TypeAir Flow: 500 m3/Hr @ 150 Pa
22
Ablution Extraction Fan System
2.00No
Ablution Fan Type 2Axial Inline TypeAir Flow: 210 m3/Hr @ 150 Pa
23
8.00No
Ablution Fan Type 3Axial Inline TypeAir Flow: 90 m3/Hr @ 150 Pa
24
Note
Supply Duct works
Duct works and duct fittings as per General specification chapter 4.09.00
Duct works are measured according to Standard Systemof Measuring Building works categories.
Categories are determined as follows:
Category One: Width or height not exceeding 750mmand the sum of the two adjacent sides not exceeding 1150mm.
Category Two: Width or height not exceeding 750mmand the sum of the two adjacent sides exceeding 1150mm.
Exhaust Air Ducts
152.40m2Category 125
Round Ducting - No Insulation
62.00NoCategory 126
Fittings
19.00NoAluminium Directional Door Louvres 400 x 300mm - 200 L/s
27
Air terminals & Louvres
19.00NoBelow Window Air Grill 300 x 300mm - 200 L/s28
-243-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
SILOAM HOSPITAL PHASE 2
12.00NoVermin prrofing of toilet extraction fan ø800mm29
29.00NoToilet Extraction Grill30
Mortuary fixed furniture
7.00No3 tier standard stainless steel racks - standard31
Mortuary faciltiy
1.00No3 tier standard stainless steel racks - obese32
21.00NoStainless steel pressed body tray - standad 2095 * 56733
3.00NoStainless steel pressed body tray - obese 2095 * 66834
1.00No
Hydraulic liting trolley (2005*667),Min height 360mmMax height 1850mm
35
SUMCost saving : material recovery - exisitng racking installed in mortuary
36
SUMDecommissioning and removal of exisitng body trays37
1.00NoBody trolley 2005mm*667mm38
1.00NoBody tilting trolley39
1.00No
Procure, deliver and train users of battery operated golf-type cart complete to transport bodies from Hospital facility to Mortuary facility
40
Body transpotation equipement
1.00No
Supply, install and commission complete one(1) battery cart battery charger inclusive of MCC for charger unit. (Provision of Isolator to chrager MCC by others)
41
1.00NoProvide COC for electrical installation from Isolator to battery charger
42
PART 2
Note: All bill items to be priced to include the supply, installation and commissioning services for all equipment. (including shipping costs)
Ventilation Installation
-244-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2.00No
Ablution Fan Type 1Axial Inline TypeAir Flow: 2250 m3/Hr @ 150 Pa
43
Ablution Extraction Fan System
1.00No
Ablution Fan Type 2Axial Inline TypeAir Flow: 465 m3/Hr @ 150 Pa
44
2.00No
Ablution Fan Type 3Axial Inline TypeAir Flow: 540 m3/Hr @ 150 Pa
45
Supply Duct works
Duct works and duct fittings as per General specification chapter 4.09.00
Duct works are measured according to Standard Systemof Measuring Building works categories.
Categories are determined as follows:
Category One: Width or height not exceeding 750mmand the sum of the two adjacent sides not exceeding 1150mm.
Category Two: Width or height not exceeding 750mmand the sum of the two adjacent sides exceeding 1150mm.
Note
Exhaust Air Ducts
17.00m2Category 146
Round Ducting - No Insulation
26.00NoCategory 147
Elbows
5.00NoVermin prrofing of toilet extraction fan ø800mm48
Air terminals & Louvres
12.00NoToilet Extraction Grill49
-245-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
SILOAM HOSPITAL PHASE 2
PART 3
Note: All bill items to be priced to include the supply, installation and commissioning services for all equipment. (including shipping costs)
Note: All bill items to be priced to include the supply, installation and commissioning services for all equipment. (including shipping costs) All condensate piping supply to nearest drainage point included in cooling coil equipment pricing.
Air Conditioning installation
2.00No
Air-Air DX RoofTop external Unitwith plug fans and scroll compressorCooling capacity: 16 kW3600 m3/Hr - 250 Pa
50
1.00No
Split Indoor Unit - for Switch Room
Wall mounted with external Outdoord mounted condenser, refrigerant and drain piping. (LG or equivalent)Unit with Cooling capacity: 2.2 kWHeating capacity: 2.4Evaporator : 7 - 12 degrees CCondenser: 40 - 45 degrees COutdoor ambient design temp 35 degrees C
51
3.00No
Cassette 4-way blower Indoor Unit - 2x for Isolation rooms & 1x managers office
Wall mounted with external Outdoord mounted condenser, refrigerant and drain piping. (LG or equivalent)Unit with Cooling capacity: 3.5 kWHeating capacity: 3.8 kWEvaporator : 7 - 12 degrees CCondenser: 40 - 45 degrees COutdoor ambient design temp 35 degrees C
52
1.00No
Cassette 4-way blower Indoor Unit - 1x Lecture Room
Wall mounted with external Outdoord mounted condenser, refrigerant and drain piping. (LG or equivalent)Unit with Cooling capacity: 5.1 kWHeating capacity: 5.5 kWEvaporator : 7 - 12 degrees CCondenser: 40 - 45 degrees COutdoor ambient design temp 35 degrees C
53
-246-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
SILOAM HOSPITAL PHASE 2
4.00NoWall mounted temperature control, cooling & heating54
SUMDecommissiong of existing AC Infrastructure. (Spilt units)
55
Ventilation Installation
Note: All Fans units to include: primary pleat washable filters, condensate drainage to nearest applicable sewer stack, drain. Air handling units to have air economiser function controller.
Main Natural Ventilation Exhaust Fan
1.00No
Axial Inline Fan
200 L / s, air supply fan for Isolation roomoutdoor wall mounted at least 1.9 mm high.
1x Switch room
56
3.00No
Ablution Fan Type 1Axial Inline TypeAir Flow: 500 m3/Hr @ 150 Pa
57
Ablution Extraction Fan System
2.00No
Ablution Fan Type 2Axial Inline TypeAir Flow: 210 m3/Hr @ 150 Pa
58
8.00No
Ablution Fan Type 3Axial Inline TypeAir Flow: 90 m3/Hr @ 150 Pa
59
Supply Duct works
-247-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Duct works and duct fittings as per General specification chapter 4.09.00
Duct works are measured according to Standard Systemof Measuring Building works categories.
Categories are determined as follows:
Category One: Width or height not exceeding 750mmand the sum of the two adjacent sides not exceeding 1150mm.
Category Two: Width or height not exceeding 750mmand the sum of the two adjacent sides exceeding 1150mm.
Note
Exhaust Air Ducts
152.40m2Category 160
Round Ducting - No Insulation
62.00NoCategory 161
Elbows
19.00NoAluminium Directional Door Louvres 400 x 300mm - 200 L/s
62
Air terminals & Louvres
19.00NoBelow Window Air Grill 300 x 300mm - 200 L/s63
12.00NoVermin prrofing of toilet extraction fan ø800mm64
29.00NoToilet Extraction Grill65
-248-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Collection R
HVAC
Section No. 4
Bill No. 1
AmountPageNo
SECTION 4 - MECHANICAL INSTALLATION
SUMMARY
SILOAM HOSPITAL PHASE 2
248
247
246
245
244
243
242
241
240Total Brought Forward from Page No.
-249-
HVACBill No. 1SECTION 4 - MECHANICAL INSTALLATIONSection No. 4
Carried to Final Summary R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 5
ELECTRICAL INSTALLATION
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (C2.1 Item 7)
Refer to Elcetrical technical specification in Volume 2
SUPPLEMENTARY PREAMBLES
BILL NO. 1
FIRE DETECTION SYSTEM
MENTAL HEALTH
Allow for all items required to provide the new fire detection system, complete with all peripherals. Also included is the UPS. All as shown on the drawings and as specified
ADDRESSABLE ANALOGUE FIRE DETECTION SYSTEM (Note: All quantities are provisional)
Design, supply, installation, testing, commissioning, etc. of:
1.00NoSupply1
Remote fire control panel (addressable) at the nurse`s station (2 loop) complete with flat screen monitor display, mounted in purpose made cupboard as per detail
1.00NoInstall2
1.00NoSupply3
Remote field fire control panel (addressable) at the nurse`s station (2 loop) complete with flat screen monitor display, mounted in purpose made cupboard as per detail
-250-
Fire DetectionBill No. 1SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1.00NoInstall4
85.00NoSupply5
Optical smoke detectors complete with baseplate as specified fixed to suspended ceiling tiles, fixed ceiling boarding, concrete slab soffit forming a hole through the ceiling board for wiring, fixed to trunking, fixed to round conduit boxes, etc. as specified.
85.00NoInstall6
19.00NoSupply7
Heat detector complete with baseplate as specified fixed to suspended ceiling tiles, fixed ceiling boarding, concrete slab soffit forming a hole through the ceiling board for wiring, fixed to tranking, fixed to round conduit bocxes,etc. as specified.
19.00NoInstall8
8.00NoSupply9
Breakglass units, including connection
8.00NoInstall10
6.00NoSupply11
Combined audible and visual signal, including connection
6.00NoInstall12
12.00NoSupply13
LED extensions for detectors located in ceiling voids
12.00NoInstall14
4.00NoSupply15
Fire Shutdown relays complete with contacts as specified for shutdown of A/C units and extract and supply air fans complete installed as specified.
4.00NoInstall16
-251-
Fire DetectionBill No. 1SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
4.00NoSupply17
Floor mounted magnetic door controllers to close doors in case of fire
4.00NoInstall18
SUMAny other materials, labour, etc. to complete the installation and not included for in items above
19
SUMMaintenance and repair during the 12 month defects liability period
20
SUMMaintenance and repair during the 12 months following the completion of the guarantee period
21
630.00mSupply22
Fire resistant cable
630.00mInstall23
Rate Only1.00mSupply24
16 x 16mm PVC trunking
Rate Only1.00mInstall25
SUMThe supply, delivery, installation and commissoning of the Electronic Mimic panel with indicating zones.
26
Mimic panel
2NoSupply27
Complete UPS as per specification
2NoInstall28
6NoSupply29
Complete Operations and maintenance manual, neatly bounded in an indexed file.
MORTUARY
-252-
Fire DetectionBill No. 1SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1.00NoSupply30
Remote field fire control panel (addressable) at the main office (2 loop) complete with flat screen monitor display, mounted in purpose made cupboard as per detail
1.00NoInstall31
12.00NoSupply32
Optical smoke detectors complete with baseplate as specified fixed to suspended ceiling tiles, fixed ceiling boarding, concrete slab soffit forming a hole through the ceiling board for wiring, fixed to trunking, fixed to round conduit boxes, etc. as specified.
12.00NoInstall33
8.00NoSupply34
Heat detector complete with baseplate as specified fixed to suspended ceiling tiles, fixed ceiling boarding, concrete slab soffit forming a hole through the ceiling board for wiring, fixed to tranking, fixed to round conduit bocxes,etc. as specified.
8.00NoInstall35
2.00NoSupply36
Breakglass units, including connection
2.00NoInstall37
2.00NoSupply38
Combined audible and visual signal, including connection
2.00NoInstall39
3.00NoSupply40
LED extensions for detectors located in ceiling voids
3.00NoInstall41
-253-
Fire DetectionBill No. 1SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2.00NoSupply42
Fire Shutdown relays complete with contacts as specified for shutdown of A/C units and extract and supply air fans complete installed as specified.
2.00NoInstall43
Rate Only1.00NoSupply44
Floor mounted magnetic door controllers to close doors in case of fire
Rate Only1.00NoInstall45
SUMAny other materials, labour, etc. to complete the installation and not included for in items above
46
SUMMaintenance and repair during the 12 month defects liability period
47
SUMMaintenance and repair during the 12 months following the completion of the guarantee period
48
150.00mSupply49
Fire resistant cable
150.00mInstall50
Rate Only1.00mSupply51
16 x 16mm PVC trunking
Rate Only1.00mInstall52
SUMThe supply, delivery, installation and commissoning of the Electronic Mimic panel with indicating zones.
53
Mimic panel
1NoSupply54
Complete UPS as per specification
1NoInstall55
3NoSupply56
Complete Operations and maintenance manual, neatly bound in an indexed file.
-254-
Fire DetectionBill No. 1SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
Fire Detection
Section No. 5
Bill No. 1
AmountPageNo
SECTION 5 - ELECTRICAL INSTALLATION
SUMMARY
SILOAM HOSPITAL PHASE 2
254
253
252
251
250Total Brought Forward from Page No.
-255-
Fire DetectionBill No. 1SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried Forward to Summary of Section No. 5 R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 5
BILL NO. 2
ELECTRICAL INSTALLATION
MENTAL HEALTH
CABLING INFRASTRUCTURE
250.00mSupply1
4 core 70mm² PVC SWA Cu cable
250.00mInstall2
150.00mSupply3
4 core 50mm² PVC SWA Cu cable
150.00mInstall4
200.00mSupply5
4 core 35mm² PVC SWA Cu cable
200.00mInstall6
85.00mSupply7
4 core 16mm² PVC SWA Cu cable
85.00mInstall8
160.00mSupply9
2 core 16mm² PVC SWA Cu cable
160.00mInstall10
85.00mSupply11
4 core 10mm² PVC SWA Cu cable
85.00mInstall12
-256-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
250.00mSupply13
25mm² earth conductor
250.00mInstall14
150.00mSupply15
16mm² earth conductor
150.00mInstall16
200.00mSupply17
10mm² earth conductor
200.00mInstall18
240.00mSupply19
6mm² earth conductor
240.00mInstall20
145.00mSupply21
4mm² earth conductor
145.00mInstall22
2.00No4 core 70mm² SWA PVC Cu cable23
Cable terminations
2.00No4 core 50mm² SWA PVC Cu cable24
2.00No4 core 35mm² SWA PVC Cu cable25
2.00No4 core 16mm² SWA PVC Cu cable26
4.00No2 core 16mm² SWA PVC Cu cable27
2.00No4 core 10mm² SWA PVC Cu cable28
4.00No2 core 10mm² SWA PVC Cu cable29
2.00No25mm² earth conductor30
Earthing conductor termination
-257-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2.00No16mm² earth conductor31
4.00No10mm² earth conductor32
8.00No6mm² earth conductor33
4.00No10mm² earth conductor34
2.00No6mm² earth conductor35
231.00mSupply36
Cable Trays - Light duty galvanized 100mm wide including hangers and supports as per suppliers requirements for a complete installation (Bandit typestrapping at 1.5m intervals to be allowed for cables in meter rate of cable tray)
231.00mInstall37
2NoSupply and Install38
100mm wide horizontal bends
10NoSupply and Install39
100mm wide T-off
2NoSupply and Install40
100mm wide Internal/External bend
150.00mSupply and Install41
76mm x 76mm galvanized P8000 wiring trunking complete with all hangers, covers, etc. for a complete installation - Electrical
ELECTRICAL SLEEVES
Cable sleeves
120.00mSupply42
110mmø HDPE Sleeves with 1,5mm² galvanized draw wire
120.00mInstall43
-258-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
8NoSupply and Install44
110mmø HDPE Sleeves - 45° Bends
Rate Only1.00mSupply45
75mmø HDPE Sleeves with 1,5mm² galvanized draw wire
Rate Only1.00mInstall46
Rate Only1NoSupply and Install47
75mmø HDPE Sleeves - 45° Bends
80.00mSupply48
50mmø HDPE Sleeves with 1,5mm² galvanized draw wire
80.00mInstall49
Rate Only1NoSupply and Install50
50mmø HDPE Sleeves - 45° Bends
Telephone and Data sleeves
120.00mSupply51
110mmø HDPE Sleeves with 1,5mm² galvanized draw wire
120.00mInstall52
8NoSupply and Install53
110mmø HDPE Sleeves - 45° Bends
20.00mSupply54
50mmø HDPE Sleeves with 1,5mm² galvanized draw wire
20.00mInstall55
1NoSupply and Install56
50mmø HDPE Sleeves - 45° Bends
EXCAVATIONS
-259-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
170.00mCables and Sleeves: 600mm deep and 400mm wide in soft ground
57
This item allows for the excavation, backfilling and compaction of cable trenches as per specification:
50.00mCables and Sleeves: 600mm deep and 400mm wide in hard ground
58
30.00mCables and Sleeves: 600mm deep and 400mm wide in solid rock
59
DISTRIBUTION BOARDS AND PANELS AS PER SPECIFICATION: SCHEDULES OF LV CABLES AND DISTRIBUTION BOARDS
Distribution Boards (Normal, Emergency & UPS) as per schedule
1.00NoSupply60
DB-MH1 (N & E) (Main DB)
1.00NoInstall61
2.00NoSupply62
DB-MH1-1 & DB-MH1-2 (N & E)
2.00NoInstall63
2.00NoSupply64
DB-MH1-3 & DB-MH1-4 (N & E)
2.00NoInstall65
1.00NoSupply66
DB -T-MH (N & E)
1.00NoInstall67
1.00NoSupply68
DB -T-MH1-1 (N & E) (Outdoor)
1.00NoInstall69
-260-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
The supply of individual components for distribution boards and the installation thereof in boards with sufficient space for this (Prices required for alterations to boards and as such all quantities are provisional)
Rate Only1.00NoSupply70
100 A 1 Phase Electronic kwh Meter
Rate Only1.00NoInstall71
Rate Only1.00NoSupply72
100 A 3 Phase Electronic kwh Meter
Rate Only1.00NoInstall73
5 kA 1 P Circuit Breakers
Rate Only1.00NoSupply74
5 A - 20 A
Rate Only1.00NoInstall75
Rate Only1.00NoSupply76
25 A - 60 A
Rate Only1.00NoInstall77
Rate Only1.00NoSupply78
70 A - 80 A
Rate Only1.00NoInstall79
Rate Only1.00NoSupply80
90 A - 100 A
Rate Only1.00NoInstall81
5 kA 3 P Circuit Breaker
Rate Only1.00NoSupply82
5 A - 20 A
-261-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1.00NoInstall83
Rate Only1.00NoSupply84
25 A - 60 A
Rate Only1.00NoInstall85
Rate Only1.00NoSupply86
70 A - 80 A
Rate Only1.00NoInstall87
Rate Only1.00NoSupply88
90 A - 100 A
Rate Only1.00NoInstall89
5 kA 1 P + N Circuit Breaker
Rate Only1.00NoSupply90
5 A - 20 A
Rate Only1.00NoInstall91
Rate Only1.00NoSupply92
25 A - 60 A
Rate Only1.00NoInstall93
Rate Only1.00NoSupply94
70 A - 80 A
Rate Only1.00NoInstall95
Rate Only1.00NoSupply96
90 A - 100 A
Rate Only1.00NoInstall97
Switch Disconnector 5 kA
-262-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1.00NoSupply98
60 A 1 P
Rate Only1.00NoInstall99
Rate Only1.00NoSupply100
100 A 1 P
Rate Only1.00NoInstall101
Rate Only1.00NoSupply102
60 A 3 P
Rate Only1.00NoInstall103
Rate Only1.00NoSupply104
100 A 3 P
Rate Only1.00NoInstall105
30 mA 5 kA Earth Leakage Protection Device
Rate Only1.00NoSupply106
1 P + N 63 A without overload protection
Rate Only1.00NoInstall107
Rate Only1.00NoSupply108
1 P + N 30 A to 60 A with overload protection
Rate Only1.00NoInstall109
Rate Only1.00NoSupply110
1 P + N 80 A - 100 A with overload protection
Rate Only1.00NoInstall111
LIGHTNING PROTECTION
Lightning Protection
-263-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1.00mAlm, alloy roof conductor112
Supply and Install
22.00NoAlm, alloy brackets113
Rate Only1.00NoAlm, alloy loops114
55.00mAlm, alloy down conductor115
22.00NoTest Connectors116
66.00m50mm² PVC insulated conductor117
22.00NoEarth rods 1200mm with 6mmø118
27.00No20mmø galv. Conduit 2,5m with 3-space saddle119
Rate Only1.00No20mmø galv. Conduit 1m in concrete120
22.00m3Excavations and back fillingGround
121
Rate Only1.00m3Soft Rock122
ItemTest of installation123
LIGHTING CIRCUITS
540.00mSupply124
20mm ø PVC conduit recessed wall mounted
540.00mInstall125
715.00mSupply126
20mm ø PVC conduit ceiling mounted
715.00mInstall127
2,786.00mSupply128
2,5mm² PVC insulated stranded conductor
2,786.00mInstall129
1,377.00mSupply130
2,5mm² earth conductor
-264-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1,377.00mInstall131
303.00NoSupply132
65mm ø round ceiling box with 20mm ø conduit
303.00NoInstall133
40.00NoSupply134
5A Socket Outlets
40.00NoInstall135
34.00NoSupply136
Single lever one way switch with 100x50x50mm recessed galvanized wall box with base at 1400mm AFFL on emergency power.
34.00NoInstall137
3.00NoSupply138
Four lever one way switch with 100x50x50mm recessed galvanized wall box with base at 1400mm AFFL on emergency power
3.00NoInstall139
4.00NoSupply140
Single lever two way switch with 100x50x50mm recessed galvanized wall box with base at 1400mm AFFL on emergency power.
4.00NoInstall141
48.00NoSupply142
Single load Occupancy Sensor without remote, 230V-10A,360° - Lux and time adjustable. Supplied by Clipsal Cat No.: SAE-UE-MS-CSAWE or similar and approved.
48.00NoInstall143
7.00NoSupply144
16 A Industrial type photo cell switch in weather proof luminaire casing
-265-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
7.00NoInstall145
LIGHTING LUMINAIRES
TYPE A1
50.00NoSupply146
Decorative surface type, 1260mm x 175mm x 53mm LED luminaire, with mild steel powder coated body, MIR04 louvre. Supplied by Voltex Lighting Cat No.: SL95-37W-LED \ SL95-S-37W-LED or similar and approved.
50.00NoInstall147
TYPE A2
8.00NoSupply148
Decorative surface type, 1260mm x 175mm x 53mm LED luminaire, with mild steel powder coated body, MIR04 louvre. Supplied by Voltex Lighting Cat No.: SL95-27W-LED \ SL95-S-27W-LED or similar and approved.
8.00NoInstall149
TYPE A7
36.00NoSupply150
Vandal proof luminaire, designed for psychiatric hospitals / prison cells / high security areas, tridonic LED module and driver, tamper proof screws, optic diffuser, complete with additional night (on second electrical circuit) light and available emergency options. Both light circuits be controlled from nursing station. Supplied by Lighting Innovation Cat: TP LED or similar and approved.
36.00NoInstall151
TYPE A8
-266-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
25.00NoSupply152
Decorative recessed type luminaire, high power LED, low glare diffuser, 4000k colour temperature complete with adequately sized wattage LEDs (REFER TO ELECTRICAL DRAWINGS), 595mm x 595mm x 82mm, SABS approved, Dali & motion sensor & emergency option as required and indicated on drawings. Supplied by Lighting Innovations Cat.: Allure LED or similar and approved.
25.00NoInstall153
TYPE A9
6.00NoSupply154
Decorative recessed type luminaire, high power LED, low glare diffuser, 4000k colour temperature complete with adequately sized wattage LEDs (REFER TO ELECTRICAL DRAWINGS), 1195mm x 595mm x 82mm, SABS approved, Dali & motion sensor & emergency option as required and indicated on drawings. Supplied by Lighting Innovations Cat.: Allure LED or similar and approved.
6.00NoInstall155
TYPE A10
10.00NoSupply156
Vandal proof luminaire, designed to operate LED light sources of up to 53W in an ambient temperature (Tq) environment of up to 35°C, without reducing the useful lifetime of up to 50 000 hours, Corrosion-resistant high-pressure die-cast aluminium body, One-piece injection-moulded clear polycarbonate diffuser, Removable gear tray for ease of maintenance. Supplied by Beka lighting, Cat No: BEKA ROUGHGUARD LED 53W
10.00NoInstall157
TYPE A11
-267-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
7.00NoSupply158
Clean, stylish and high quality LED luminaire. High powered LED, low energy consumption, SABS approved, low maintenance, low glare, Dali system optional, 1195mm x 595mm x 27mm. Supplied by Lighting Innovation Cat.: FIERO SLIP or similar and approved.
7.00NoInstall159
TYPE B1
56.00NoSupply160
Ceiling / Surface mounted decorative bulkhead fitting with IP65 rating, high pressure die-cast aluminium base, high impact acrylic, complete with 21W LED Lamp and control gear. Supplied by Beka Lighting Cat No.: Series 300 Bulkhead LED 21W or similar and approved.
56.00NoInstall161
TYPE B3
1.00NoSupply162
Surface red indicator light to be mounted on a 65mm round box with a 7W 230V lamp
1.00NoInstall163
TYPE C1
60.00NoSupply164
Wall mounted decorative bulkhead fitting with IP65 rating, high pressure die-cast aluminium base, high impact acrylic, complete with 21W LED Lamp and control gear. Supplied by Beka Lighting Cat No.: Series 300 Bulkhead LED 21W or similar and approved.
60.00NoInstall165
TYPE D1
-268-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
13.00NoSupply166
Recessed mounted downlighter, die-cast aluminium trim, good heat dissipation with aluminium heat sink, option for DALI dimmable, 4000K colour temperature, PF 0.98 – THD < 10% – Ripple (Flicker) < 5%, Emergency Battery Backup options, 5 Year Guarantee, Lifetime > 50 000 Hrs. Supplied by Lighting Innovations Cat No. Atom Mini or similar and approved.
13.00NoInstall167
TYPE D2
24.00NoSupply168
Recessed mounted downlighter, die-cast aluminium trim, good heat dissipation with aluminium heat sink, option for DALI dimmable, 4000K colour temperature, PF 0.98 – THD < 10% – Ripple (Flicker) < 5%, Emergency Battery Backup options, 5 Year Guarantee, Lifetime > 50 000 Hrs. Supplied by Lighting Innovations Cat No. Atom Maxi or similar and approved.
24.00NoInstall169
TYPE F1
6.00NoSupply170
Outdoor weatherproof ground mounted spotlight with IP66 rating, removable control gear, separate connector block compartment, easy lamp and control gear replacement and corrosion resistant aluminium complete with 24 x LEDs and control gear. Supplied by BEKA Lighting Cat.: BEKAFOCUS LED 38W wide or similar and approved.
6.00NoInstall171
TYPE J1
1.00NoSupply172
Wall mounted 820mm x 240mm x 170mm, medical examining light, IP54, 4500K, as supplied by HUTZ Cat.: Hugo-W complete with extendable arm and fixing plate with electrical male/ female adapter plug and capable of operation from 230V and 12V/12W lamp or similar approved type luminaire
-269-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1.00NoInstall173
TYPE J2
2.00NoSupply174
Ceiling mounted 1030mm x 530mm x 180mm, medical examining, IP54, 4500K, light as supplied by HUTZ Cat.: Hugo-C complete with extendable arm and mounting requirements and capable of operation from 230V and 12V/12W lamp or similar approved type luminaire
2.00NoInstall175
SOCKETS
Main Power
236.00mSupply176
20mm ø PVC conduit recessed wall mounted
236.00mInstall177
889.00mSupply178
20mm ø PVC conduit recessed floor mounted
889.00mInstall179
Rate Only1.00mSupply180
20mm ø PVC conduit recessed ceiling mounted
Rate Only1.00mInstall181
1,225.00mSupply182
4mm² PVC insulated conductor
1,225.00mInstall183
889.00mSupply184
6mm² PVC insulated conductor
889.00mInstall185
-270-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
211.00mSupply186
10mm² PVC insulated conductor
211.00mInstall187
663.00mSupply188
2,5mm² earth conductor
663.00mInstall189
445.00mSupply190
4mm² earth conductor
445.00mInstall191
106.00mSupply192
6mm² earth conductor
106.00mInstall193
Emergency Power
54.00mSupply194
20mm ø PVC conduit recessed wall mounted
54.00mInstall195
225.00mSupply196
20mm ø PVC conduit recessed floor mounted
225.00mInstall197
Rate Only1.00mSupply198
20mm ø conduit recessed ceiling mounted
Rate Only1.00mInstall199
510.00mSupply200
4mm² PVC insulated conductor
510.00mInstall201
-271-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
265.00mSupply202
2,5mm² earth conductor
265.00mInstall203
Rate Only1.00mSupply204
2,5mm² insulated earth conductor
Rate Only1.00mInstall205
Socket Outlets and Special Power Points
Type F4
17.00NoSupply206
Complete 16Amp 3-pin, 240V dedicated switch socket outlet with shaved earthpin in the 12° clock position on power skirting with red cover plate.
17.00NoInstall207
Type F3
16.00NoSupply208
Complete 16Amp 3-pin, 240V NORMAL switch socket outlet in power skirting with white cover plate.
16.00NoInstall209
Type A1.1 - A1.4
38.00NoSupply210
Complete 16A 3pin slimline switched socket outlet with 3-pin switched 6A euro combo switched socket outlet with white cover plate and 100x100x50mm recessed galvanized wall box on normal power.
38.00NoInstall211
Type A2.1 - A2.6
-272-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
2.00NoSupply212
Complete 16A 3pin slimline switched socket outlet with 3-pin switched 6A euro combo switched socket outlet with red cover plate and 100x100x50mm recessed galvanized wall box on emergency power.
2.00NoInstall213
TYPE B2
9.00NoSupply214
Complete Classic Quatro Socket outlet, 2x 16Amp standard SA sockets, 2x16A Slimline sockets, 240V with white steel cover plate. Dimensions: height 100mm and width 150mm
9.00NoInstall215
TYPE F8
Rate Only1.00NoSupply216
100mm x 100mm x 50mm surface galvanised wall box and cover plates with RJ-11 and RJ-14 - Telephone and Data outlets - Multigang type
Rate Only1.00NoInstall217
42.00mLength218
2 Compartment power skirting
6.00NoBends219
26.00NoEnd Caps220
16.00NoRJ-45 on Power Skirting221
16.00NoRJ-11 on Power Skirting222
Type D2
26.00NoSupply223
30A double pole isolator with white cover plate in 100x100x50mm recessed wall box with 2x4mm² PVC conductors + 1x2.5mm² BCEW in 20mm ø conduit within 1m from unit on normal power.
-273-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
26.00NoInstall224
Type D3
2.00NoSupply225
60A triple pole isolator with white cover plate in 100x100x50mm recessed wall box with 3x4mm² PVC conductors + 1x2.5mm² BCEW in 25mm ø conduit within 1m from unit on normal power.
2.00NoInstall226
TYPE UF - UNDERFLOOR HEATING
6.00m2Supply227
This item allows for the supply, installation, testing and commissioning of a complete under-tile/vinyl heating system, with the following specifications:> 750W, normal 7-strand flexible standard heating cable> Pre-spaced on resin-coated fibreglass mesh> Thermostat control, remotely installed at Nurse`s base
6.00m2Install228
ItemTest229
ItemCommission230
29.00NoElectrical connection of above units (Type D2, D3 & UF)231
TELEPHONE INSTALLATION (DB ONLY)
1.00NoSupply232
460 x 460 x 150mm surface Telkom DB completewith wooden back plate and hinged door
1.00NoInstall233
ICT INSTALLATION (CONDUIT ONLY)
57.00NoSupply & Install234
100 x 100 x 50mm galvanised recessed wall boxescomplete with blank cover plates
-274-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
230.00mSupply & Install235
25mm ø PVC conduit with draw wire:
FIRE DETECTION INSTALLATION (CONDUIT ONLY)
7.00NoSupply & Install236
100 x 100 x 50mm galvanised recessed wall boxescomplete with blank cover plates
610.00mSupply & Install237
25mm ø PVC conduit with draw wire:
110.00NoSupply238
65mm dia. draw boxes
110.00NoInstall239
SECURITY INSTALLATION (CONDUIT ONLY)
23.00NoSupply & Install240
100 x 100 x 50mm galvanised recessed wall boxescomplete with blank cover plates
140.00mSupply & Install241
25mm ø PVC conduit with draw wire:
VOICE EVACUATION INSTALLATION (CONDUIT ONLY)
15.00NoSupply & Install242
100 x 100 x 50mm galvanised surface wall boxescomplete with blank cover plates
150.00mSupply & Install243
25mm ø PVC conduit with draw wire:
UNINTERRUPTIBLE POWER SUPPLIES (UPS)
-275-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1NoSupply244
Stand-alone single off-line UPS units, 5KVA 230V with 30min standby capacity as supplied by APC Smart-UPS 5000VA 230V Rackmount/ Tower or similar and approved.
Rate Only1NoInstall245
Rate Only1NoCommission246
11NoSupply247
Stand-alone single off-line UPS units per PC workstation, 1,4KVA 230V with 25min standby capacity as supplied by Mecer ME-1400-BK or equal and approved
11NoInstall248
11NoCommission249
SPECIAL ITEMS
3.00Noa) Record Drawings of Complete LV Installation250
Items not specifically mentioned but, whichtenderers want listed separately and required forcomplete installation
3.00Nob) Operation and Maintenance Manuals251
7NoTESTING OF COMPLETE ELECTRICAL INSTALLATION
252
1No
Redundant existing electrical installation - Electrical contractor to allow for the making safe of the existing electrical installation, complete removal and storage of redundant electrical wiring, sleeves, outlets and conduits.
253
MORTUARY
CABLES AND TERMINATIONS
100.00mSupply254
4 core 35mm² PVC SWA Cu cable
100.00mInstall255
-276-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
150.00mSupply256
4 core 25mm² PVC SWA Cu cable
150.00mInstall257
130.00mSupply258
4 core 16mm² PVC SWA Cu cable
130.00mInstall259
100.00mSupply260
16mm² earth conductor
100.00mInstall261
100.00mSupply262
10mm² earth conductor
100.00mInstall263
180.00mSupply264
6mm² earth conductor
180.00mInstall265
2.00No4 core 35mm² SWA PVC Cu cable266
Cable terminations
4.00No4 core 25mm² SWA PVC Cu cable267
2.00No4 core 16mm² SWA PVC Cu cable268
2.00No16mm² earth conductor269
Earthing conductor termination
4.00No10mm² earth conductor270
2.00No6mm² earth conductor271
-277-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
75.00mSupply272
Cable Trays - Light duty galvanized 100mm wide including hangers and supports as per suppliers requirements for a complete installation (Bandit typestrapping at 1.5m intervals to be allowed for cables in meter rate of cable tray)
75.00mInstall273
1NoSupply and Install274
100mm wide horizontal bends
3NoSupply and Install275
100mm wide T-off
Rate Only1NoSupply and Install276
100mm wide Internal/External bend
50.00mSupply and Install277
76mm x 76mm galvanized P8000 wiring trunking complete with all hangers, covers, etc for a complete installation - Electrical
MANHOLES AND SLEEVES
Cable sleeves
60.00mSupply278
110mmø HDPE Sleeves with 1,5mm² galvanized draw wire
60.00mInstall279
6NoSupply and Install280
110mmø HDPE Sleeves - 45° Bends
Rate Only1.00mSupply281
75mmø HDPE Sleeves with 1,5mm² galvanized draw wire
Rate Only1.00mInstall282
-278-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1NoSupply and Install283
75mmø HDPE Sleeves - 45° Bends
10.00mSupply284
50mmø HDPE Sleeves with 1,5mm² galvanized draw wire
10.00mInstall285
Rate Only1NoSupply and Install286
50mmø HDPE Sleeves - 45° Bends
Telephone and Data sleeves
60.00mSupply287
110mmø HDPE Sleeves with 1,5mm² galvanized draw wire
60.00mInstall288
6NoSupply and Install289
110mmø HDPE Sleeves - 45° Bends
20.00mSupply290
50mmø HDPE Sleeves with 1,5mm² galvanized draw wire
20.00mInstall291
1NoSupply and Install292
50mmø HDPE Sleeves - 45° Bends
EXCAVATIONS
120.00mCables and Sleeves: 600mm deep and 400mm wide in soft ground
293
This item allows for the excavation, backfilling and compaction of cable trenches as per specification:
60.00mCables and Sleeves: 600mm deep and 400mm wide in hard ground
294
-279-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
30.00mCables and Sleeves: 600mm deep and 400mm wide in solid rock
295
DISTRIBUTION BOARDS AND PANELS AS PER SPECIFICATION: SCHEDULES OF LV CABLES AND DISTRIBUTION BOARDS
Distribution Boards (Normal, Emergency & UPS) as per schedule
1.00NoSupply296
DB - MORT1 N&E [Recessed]
1.00NoInstall297
1.00NoSupply298
DB - COMPRESSOR N&E [Surface mounted]
1.00NoInstall299
The supply of individual components for distribution boards and the installation thereof in boards with sufficient space for this (Prices required for alterations to boards and as such all quantities are provisional)
Rate Only1.00NoSupply300
100 A 1 Phase Electronic kwh Meter
Rate Only1.00NoInstall301
Rate Only1.00NoSupply302
100 A 3 Phase Electronic kwh Meter
Rate Only1.00NoInstall303
5 kA 1 P Circuit Breakers
Rate Only1.00NoSupply304
5 A - 20 A
Rate Only1.00NoInstall305
-280-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1.00NoSupply306
25 A - 60 A
Rate Only1.00NoInstall307
Rate Only1.00NoSupply308
70 A - 80 A
Rate Only1.00NoInstall309
Rate Only1.00NoSupply310
90 A - 100 A
Rate Only1.00NoInstall311
5 kA 3 P Circuit Breaker
Rate Only1.00NoSupply312
5 A - 20 A
Rate Only1.00NoInstall313
Rate Only1.00NoSupply314
25 A - 60 A
Rate Only1.00NoInstall315
Rate Only1.00NoSupply316
70 A - 80 A
Rate Only1.00NoInstall317
1.00NoSupply318
90 A - 100 A
1.00NoInstall - COMPLETE WITH TAILS AND TERMINATIONS
319
5 kA 1 P + N Circuit Breaker
Rate Only1.00NoSupply320
5 A - 20 A
-281-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1.00NoInstall321
Rate Only1.00NoSupply322
25 A - 60 A
Rate Only1.00NoInstall323
Rate Only1.00NoSupply324
70 A - 80 A
Rate Only1.00NoInstall325
Rate Only1.00NoSupply326
90 A - 100 A
Rate Only1.00NoInstall327
Switch Disconnector 5 kA
Rate Only1.00NoSupply328
60 A 1 P
Rate Only1.00NoInstall329
Rate Only1.00NoSupply330
100 A 1 P
Rate Only1.00NoInstall331
Rate Only1.00NoSupply332
60 A 3 P
Rate Only1.00NoInstall333
Rate Only1.00NoSupply334
100 A 3 P
Rate Only1.00NoInstall335
30 mA 5 kA Earth Leakage Protection Device
-282-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1.00NoSupply336
1 P + N 63 A without overload protection
Rate Only1.00NoInstall337
Rate Only1.00NoSupply338
1 P + N 30 A to 60 A with overload protection
Rate Only1.00NoInstall339
Rate Only1.00NoSupply340
1 P + N 80 A - 100 A with overload protection
Rate Only1.00NoInstall341
LIGHTNING PROTECTION
Lightning Protection
Rate Only1.00mAlm, alloy roof conductor342
Supply and Install
4.00NoAlm, alloy brackets343
Rate Only1.00NoAlm, alloy loops344
10.00mAlm, alloy down conductor345
4.00NoTest Connectors346
12.00m50mm² PVC insulated conductor347
4.00NoEarth rods 1200mm with 6mmø348
5.00No20mmø galv. Conduit 2,5m with 3-space saddle349
Rate Only1.00No20mmø galv. Conduit 1m in concrete350
4.00m3Ground351
Excavations and back filling
Rate Only1.00m3Soft Rock352
ItemTest of installation353
-283-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
LIGHTING CIRCUITS
105.00mSupply354
20mm ø PVC conduit recessed wall mounted
105.00mInstall355
149.00mSupply356
20mm ø PVC conduit ceiling mounted
149.00mInstall357
720.00mSupply358
2,5mm² PVC insulated stranded conductor
720.00mInstall359
300.00mSupply360
2,5mm² earth conductor
300.00mInstall361
49.00NoSupply362
65mm ø round ceiling box with 20mm ø conduit
49.00NoInstall363
3.00NoSupply364
Single lever one way weather proof switch
3.00NoInstall365
10.00NoSupply366
Single lever one way switch with 100x50x50mm recessed galvanized wall box with base at 1400mm AFFL on emergency power.
10.00NoInstall367
-284-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1.00NoSupply368
Two lever one way switch with 100x50x50mm recessed galvanized wall box with base at 1400mm AFFL on emergency power
1.00NoInstall369
4.00NoSupply370
Single lever two way switch with 100x50x50mm recessed galvanized wall box with base at 1400mm AFFL on emergency power.
4.00NoInstall371
7.00NoSupply372
Single load Occupancy Sensor without remote, 230V-10A,360° - Lux and time adjustable. Supplied by Clipsal Cat No.: SAE-UE-MS-CSAWE or similar and approved.
7.00NoInstall373
1.00NoSupply374
16 A Industrial type photo cell switch in weather proof luminaire casing
1.00NoInstall375
LIGHTING LUMINAIRES
TYPE A1
24.00NoSupply376
Decorative surface type, 1260mm x 175mm x 53mm LED luminaire, with mild steel powder coated body, MIR04 louvre. Supplied by Voltex Lighting Cat No.: SL95-37W-LED \ SL95-S-37W-LED or similar and approved.
24.00NoInstall377
TYPE A3
-285-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
6.00NoSupply378
Corrosion Proof Luminaires, IP65, Colour temperature 4000k, UV stabilised, self-extinguishing polycarbonate diffuser with photoengravedinterior and smooth outer surface, Anti-tamper polycarbonate snap-lock latches, Complete with mounting accessories, Emergency options available, LED Driver Average Rated Life > 100,000 hrs, LED life > 60,000 hrs, 37W LED , Supplied by Voltex Lighting Cat No.: C10-37W-LED or similar and approved.
6.00NoInstall379
TYPE B1
3.00NoSupply380
Ceiling / Surface mounted decorative bulkhead fitting with IP65 rating, high pressure die-cast aluminium base, high impact acrylic, complete with 21W LED Lamp and control gear. Supplied by Beka Lighting Cat No.: Series 300 Bulkhead LED 21W or similar and approved.
3.00NoInstall381
TYPE B3
1.00NoSupply382
Surface red indicator light to be mounted on a 65mm round box with a 7W 230V lamp
1.00NoInstall383
TYPE C1
10.00NoSupply384
Wall mounted decorative bulkhead fitting with IP65 rating, high pressure die-cast aluminium base, high impact acrylic, complete with 21W LED Lamp and control gear. Supplied by Beka Lighting Cat No.: Series 300 Bulkhead LED 21W or similar and approved.
10.00NoInstall385
TYPE D1
-286-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
4.00NoSupply386
Recessed mounted downlighter, die-cast aluminium trim, good heat dissipation with aluminium heat sink, option for DALI dimmable, 4000K colour temperature, PF 0.98 – THD < 10% – Ripple (Flicker) < 5%, Emergency Battery Backup options, 5 Year Guarantee, Lifetime > 50 000 Hrs. Supplied by Lighting Innovations Cat No. Atom Mini or similar and approved.
4.00NoInstall387
D2
8.00NoSupply388
Recessed mounted downlighter, die-cast aluminium trim, good heat dissipation with aluminium heat sink, option for DALI dimmable, 4000K colour temperature, PF 0.98 – THD < 10% – Ripple (Flicker) < 5%, Emergency Battery Backup options, 5 Year Guarantee, Lifetime > 50 000 Hrs. Supplied by Lighting Innovations Cat No. Atom Maxi or similar and approved.
8.00NoInstall389
SOCKETS
Main Power
27.00mSupply390
20mm ø PVC conduit recessed wall mounted
27.00mInstall391
86.00mSupply392
20mm ø PVC conduit recessed floor mounted
86.00mInstall393
Rate Only1.00mSupply394
20mm ø PVC conduit recessed ceiling mounted
Rate Only1.00mInstall395
-287-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
219.00mSupply396
4mm² PVC insulated conductor
219.00mInstall397
32.00mSupply398
6mm² PVC insulated conductor
32.00mInstall399
125.00mSupply400
2,5mm² earth conductor
125.00mInstall401
Rate Only1.00mSupply402
2,5mm² insulated earth conductor
Rate Only1.00mInstall403
Emergency Power
29.00mSupply404
20mm ø PVC conduit recessed wall mounted
29.00mInstall405
47.00mSupply406
20mm ø PVC conduit recessed floor mounted
47.00mInstall407
Rate Only1.00mSupply408
20mm ø PVC conduit recessed ceiling mounted
Rate Only1.00mInstall409
86.00mSupply410
4mm² PVC insulated conductor
86.00mInstall411
-288-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
108.00mSupply412
6mm² PVC insulated conductor
108.00mInstall413
86.00mSupply414
2,5mm² earth conductor
86.00mInstall415
Rate Only1.00mSupply416
2,5mm² insulated earth conductor
Rate Only1.00mInstall417
Socket Outlets and Special Power Points
Type F4
2.00NoSupply418
Complete 16Amp 3-pin, 240V dedicated switch socket outlet with shaved earthpin in the 12° clock position on power skirting with red cover plate.
2.00NoInstall419
Type F3
2.00NoSupply420
Complete 16Amp 3-pin, 240V NORMAL switch socket outlet in power skirting with white cover plate.
2.00NoInstall421
Type A1.1 - A1.4
6.00NoSupply422
Complete 16A 3pin slimline switched socket outlet with 3-pin switched 6A euro combo switched socket outlet with white cover plate and 100x100x50mm recessed galvanized wall box on normal power.
6.00NoInstall423
-289-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only1.00NoSupply424
100mm x 100mm x 50mm surface galvanised wall box and cover plates with RJ-11 and RJ-14 - Telephone and Data outlets - Multigang type
Rate Only1.00NoInstall425
5.00mLength426
2 Compartment power skirting
2.00NoBends427
4.00NoEnd Caps428
2.00NoRJ-45 on Power Skirting429
2.00NoRJ-11 on Power Skirting430
Type D1
4.00NoSupply431
60A double pole isolator with white cover plate in 100x100x50mm recessed wall box with 2x4mm² PVC conductors + 1x2.5mm² BCEW in 20mm ø conduit within 1m from unit on normal power.
4.00NoInstall432
Type D2
6.00NoSupply433
30A double pole isolator with white cover plate in 100x100x50mm recessed wall box with 2x4mm² PVC conductors + 1x2.5mm² BCEW in 20mm ø conduit within 1m from unit on normal power.
6.00NoInstall434
Type D3
1.00NoSupply435
60A triple pole isolator with white cover plate in 100x100x50mm recessed wall box with 3x4mm² PVC conductors + 1x2.5mm² BCEW in 25mm ø conduit within 1m from unit on normal power.
-290-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1.00NoInstall436
11.00NoElectrical connection of units specified above (Type D1-D3)
437
TELEPHONE INSTALLATION (DB ONLY)
1.00NoSupply438
460 x 460 x 150mm surface Telkom DB completewith wooden back plate and hinged door
1.00NoInstall439
ICT INSTALLATION (CONDUIT ONLY)
27.00NoSupply & Install440
100 x 100 x 50mm galvanised recessed wall boxescomplete with blank cover plates
284.00mSupply & Install441
25mm ø PVC conduit with draw wire:
10.00NoSupply442
65mm dia. draw boxes
10.00NoInstall443
FIRE DETECTION INSTALLATION (CONDUIT ONLY)
2.00NoSupply & Install444
100 x 100 x 50mm galvanised recessed wall boxescomplete with blank cover plates
85.00mSupply & Install445
25mm ø PVC conduit with draw wire:
21.00NoSupply446
65mm dia. draw boxes
21.00NoInstall447
-291-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
SECURITY INSTALLATION (CONDUIT ONLY)
11.00NoSupply & Install448
100 x 100 x 50mm galvanised recessed wall boxescomplete with blank cover plates
49.00mSupply & Install449
25mm ø PVC conduit with draw wire:
SECURITY INSTALLATION (CONDUIT ONLY)
Rate Only1.00NoSupply & Install450
100 x 100 x 50mm galvanised surface wall boxescomplete with blank cover plates
Rate Only1.00mSupply & Install451
25mm ø PVC conduit with draw wire:
UNINTERRUPTIBLE POWER SUPPLIES (UPS)
Rate Only1NoSupply452
Stand-alone single off-line UPS units, 5KVA 230V with 30min standby capacity as supplied by APC Smart-UPS 5000VA 230V Rackmount/ Tower or similar and approved
Rate Only1NoInstall453
Rate Only1NoCommission454
2NoSupply455
Stand-alone single off-line UPS units per PC workstation, 1,4KVA 230V with 25min standby capacity as supplied by Mecer ME-1400-BK or equal and approved
2NoInstall456
2NoCommission457
SPECIAL ITEMS
-292-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
SILOAM HOSPITAL PHASE 2
3.00Noa) Record Drawings of Complete LV Installation458
Items not specifically mentioned but, whichtenderers want listed separately and required forcomplete installation
3.00Nob) Operation and Maintenance Manuals459
2NoTESTING OF COMPLETE ELECTRICAL INSTALLATION
460
1No
Redundant existing electrical installation - Electrical contractor to allow for the making safe of the existing electrical installation, complete removal and storage of redundant electrical wiring, sleeves, outlets and conduits.
461
-293-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Collection R
276
275
274
273
272
271
270
269
268
267
266
265
264
263
262
261
260
259
258
257
256Total Brought Forward from Page No.
Electrical Installation
Section No. 5
Bill No. 2
AmountPageNo
SECTION 5 - ELECTRICAL INSTALLATION
SUMMARY
SILOAM HOSPITAL PHASE 2
-294-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried Forward R
Electrical Installation
Section No. 5
Bill No. 2
AmountPageNo
SECTION 5 - ELECTRICAL INSTALLATION
SUMMARY
Brought Forward R
SILOAM HOSPITAL PHASE 2
293
292
291
290
289
288
287
286
285
284
283
282
281
280
279
278
277Total Brought Forward from Page No.
-295-
Electrical InstallationBill No. 2SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried Forward to Summary of Section No. 5 R
SILOAM HOSPITAL PHASE 2
SECTION 5 - ELECTRICAL INSTALLATION
SECTION SUMMARY - SECTION 5 - ELECTRICAL INSTALLATION
BillNo
PageNo
Amount
Section No. 5
255Fire Detection1
295Electrical Installation2
-296-
SECTION 5 - ELECTRICAL INSTALLATIONSection No. 5
Carried to Final Summary R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 6
IT INSTALLATION
PREAMBLES
Preambles for Trades as defined in Pricing Instructions (C2.1 Item 7)
Refer to IT technical specification in Volume 2
SUPPLEMENTARY PREAMBLES
BILL NO 1
IT INSTALLATION
Cabinets
1.00NoSupply1
47U Floor standing cabinet: 600mm x 1000mm with plinth and cooling fans, including 10x power distributor
1.00NoInstall2
Rate OnlyNoSupply3
47U slack racks
Rate OnlyNoInstall4
Rate OnlyNoSupply5
25U Floor standing cabinet: 600mm x 1000mm
Rate OnlyNoInstall6
2.00NoSupply7
15U Wall Mount swing frame cabinet: 19" x 600mm, 200mm collar including 5x power distributor
2.00NoInstall8
-297-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate OnlyNoSupply9
9U Wall Mount swing frame cabinet: 19" x 600mm, 200mm collar including 5x power distributor
Rate OnlyNoInstall10
Cabling
Optical Fibre
Rate OnlymSupply11
8-core Multimode Optical fibre
Rate OnlymInstall12
Rate OnlymSupply13
8-core Single mode Optical fibre
Rate OnlymInstall14
Data - CAT6
Rate Only50.00NoSupply15
Data, Tele + IP Clock
Rate Only50.00NoInstall16
Rate OnlyNoSupply17
Nurse Call Points
Rate OnlyNoInstall18
Rate Only74.00NoSupply19
Security
Rate Only74.00NoInstall20
Rate Only34.00NoSupply21
Fire Detection Points
Rate Only34.00NoInstall22
-298-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate Only22.00NoSupply23
Clinical Eng BMS
Rate Only22.00NoInstall24
180.00NoSupply25
Total: CAT6 Network point incl: CAT6 Data cables, Krone certified outlet, faceplate and all related clips, screws, etc.
180.00NoInstall26
Rate Only360.00NoSupply27
Krone certified outlet, faceplate and all related clips, screws, etc.
Rate Only360.00NoInstall28
360.00NoSupply29
Wrap around labels on CAT6 both ends
360.00NoInstall30
180.00NoSupply31
Brother labels on patch panels and outlets
180.00NoInstall32
Leads
192.00NoSupply33
CAT6 2m patch leads - Colour coded
192.00NoInstall34
180.00NoSupply35
CAT6 3m Fly leads
180.00NoInstall36
-299-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
17.00NoSupply37
CAT6 1m Telephone leads - from VoIP telephone to computer
17.00NoInstall38
Data Equipment - Switch Rooms
8.00NoSupply39
HP 24 port POE switch with fibre uplink ports (HP 2620)
8.00NoInstall40
Rate OnlyNoSupply41
HP 48 port POE switch with fibre uplink ports (HP2620)
Rate OnlyNoInstall42
1.00NoSupply43
HP 24 port POE switch with 10 gig fibre uplink ports (HP 2920)
1.00NoInstall44
Rate OnlyNoSupply45
HP 48 port POE switch with 10 gig fibre uplink ports (HP 2920)
Rate OnlyNoInstall46
9.00NoSupply47
24 port patch panel
9.00NoInstall48
Rate OnlyNoSupply49
48 port patch panel
Rate OnlyNoInstall50
-300-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
21.00NoSupply51
1U Brush panel
21.00NoInstall52
2.00NoSupply53
1500VA rackmount UPS with 20 minutes full load back up time
2.00NoInstall54
2.00NoSupply55
3kVA Rackmount UPS with 20 minutes full load back up time
2.00NoInstall56
27.00NoSupply57
Blank plate - 1U
27.00NoInstall58
Rate OnlyNoSupply59
Blank plate - 2U
Rate OnlyNoInstall60
Rate OnlyNoSupply61
Blank plate - 4U
Rate OnlyNoInstall62
3.00NoSupply63
SNMP card and software - UPS monitor
3.00NoInstall64
5.00NoSupply65
Dual Radio Access Point (HP MSM460 / latest)
5.00NoInstall66
-301-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Install functions
180.00NoSupply67
DTX1800 test result printout per point
180.00NoInstall68
48.00NoSupply69
Fusion splice of unjacketed pigtail onto fibre cable
48.00NoInstall70
Rate OnlyNoSupply71
Fibre test result per core
Rate OnlyNoInstall72
180.00NoSupply73
Termination of CAT6 cables behind patch panels and termination outlets
180.00NoInstall74
180.00NoSupply75
Miscellaneous items per point such as cable ties and mounting screws
180.00NoInstall76
Extended Warranties
Applicable to edge equipment
Rate OnlyNoSupply77
2620 POE 24port - 5 year 24x7 coverage for hardware - 4 hour hardware fix, software updates
8.00NoSupply78
2620 POE 24port - 5 year 24x7 software support - Next Business Day hardware fix, software updates
-302-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate OnlyNoSupply79
2620 POE 48port - 5 year 24x7 coverage for hardware - 4 hour hardware fix, software updates
Rate OnlyNoSupply80
2620 POE 48port - 5 year 24x7 software support - Next Business Day hardware fix, software updates
Rate OnlyNoSupply81
2920 24port - 5 year 24x7 coverage for hardware - 4 hour hardware fix, software updates
1.00NoSupply82
2920 24port - 5 year 24x7 software support - Next Business Day hardware fix, software updates
Rate OnlyNoSupply83
2920 48port - 5 year 24x7 coverage for hardware - 4 hour hardware fix, software updates
Rate OnlyNoSupply84
2920 48port - 5 year 24x7 software support - Next Business Day hardware fix, software updates
Main Server equipment
HP DL385 Server; Rack; SAN; Software; Vmware; Veeam
KVM Switch and monitor
1.00NoSupply85
AZ884A: HP TFT7600 KVM Console Intl Kit
1.00NoInstall86
1.00NoSupply87
AF611A: HP 1x4 USB/PS2 KVM Cnsl Switch
1.00NoInstall88
-303-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
1.00NoSupply89
AF613A: HP 1x4 KVM Console 6ft USB Cable
1.00NoInstall90
Servers
2.00NoSupply91
HPE ProLiant ML10 Gen9 - Xeon E3-1225V5 3.3 GHz - 8 GB - 2 TB
2.00NoInstall92
1.00NoSupply93
HPE ProLiant DL60 Gen9 - Xeon E5-2603V3 1.6 GHz - 8 GB - 0 GB
1.00NoInstall94
Software
3.00NoSupply95
P-BMSPLS-VS-P0000-00: Windows Server Including 1 Cal
3.00NoInstall96
Other
Rate Only1.00NoSupply97
Items to be listed that is required to provide a fully operational system
Rate Only1.00NoInstall98
Telephone System
1.00NoSupply99
Telephone Installation (using exsiting system)
1.00NoInstall100
Security Equipment
-304-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
ACCESS CONTROL
16.00NoSupply101
Keypad Access Control System
16.00NoInstall102
Rate OnlyNoSupply103
Stainless Steel Robust Weather Proof Enclosure with Perspex Shroud & goosneck
Rate OnlyNoInstall104
16.00NoSupply105
Keypad Mounting Bracket - Mounting of reader onto Concrete/Brick Mounts with space for network connections and cable. To be used with 16x25 ega trunking
16.00NoInstall106
5.00NoSupply107
Push button Heavy Duty R/ST-17 NO
5.00NoInstall108
11.00NoSupply109
Heavy Duty Maglock 600kg inc Z bracket
11.00NoInstall110
12.00NoSupply111
Door Closer Heavy Duty
12.00NoInstall112
3.00NoSupply113
PSU Vepac Power Supply 12DC
3.00NoInstall114
-305-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
48.00NoSupply115
Power box R5 - J3
48.00NoInstall116
12.00NoSupply117
Timer PCB 3 Seconds to 3 Hours
12.00NoInstall118
12.00NoSupply119
Green Call Point resetable
12.00NoInstall120
Rate OnlyNoSupply121
RFID Reader
Rate OnlyNoInstall122
Access control head end equipment
1.00NoSupply123
PC System for access control inc Windows to specification
1.00NoInstall124
Registration Point for RFID System
Rate OnlyNoSupply125
PC System for access control inc Windows to specification
Rate OnlyNoInstall126
Rate OnlyNoSupply127
USB RFID Enrollment Access Control & T/A Readers.
Rate OnlyNoInstall128
-306-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate OnlyNoSupply129
Zone Expander
Rate OnlyNoInstall130
Other
Rate OnlyNoSupply131
Time Delayed egress door system complete /alarm & siren, batt back-up
Rate OnlyNoInstall132
Rate OnlyNoSupply133
Standard Autoclose Barrier C/W Stainless steel 304 & all saftey loops + 220vac power reticulatuin
Rate OnlyNoInstall134
Rate OnlyNoSupply135
Items to be listed that is required to provide a fully operational system
Rate OnlyNoInstall136
INTRUSION DETECTION SYSTEM
Rate OnlyNoSupply137
PIR Indoor Dual to spec
Rate OnlyNoInstall138
Rate OnlyNoSupply139
Cable 6 core Stranded
Rate OnlyNoInstall140
Rate OnlyNoSupply141
Zone Expander
Rate OnlyNoInstall142
-307-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate OnlyNoSupply143
Conduit PVC in Buildings, install sleeving inc bends, lock nut hex, couplings & fixings.
Rate OnlyNoInstall144
Rate Only1.00NoSupply145
Alarm Control Panel
Rate Only1.00NoInstall146
Rate OnlyNoSupply147
Alarm Control Panel IP Expander
Rate OnlyNoInstall148
Rate OnlyNoSupply149
Alarm Keypads
Rate OnlyNoInstall150
Rate OnlyNoSupply151
Power Supply incl surge protector & batt 120 min Operation
Rate OnlyNoInstall152
Rate OnlyNoSupply153
Push button Heavy Duty R/ST-17 NO
Rate OnlyNoInstall154
Rate Only27.00NoSupply155
Panic Remotes
Rate Only27.00NoInstall156
Other
Rate OnlyNoSupply157
Items to be listed that is required to provide a fully operational system
-308-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate OnlyNoInstall158
CCTV SYSTEM
Rate Only16.00NoSupply159
IP Camera 2 MP Ceiling mount
Rate Only16.00NoInstall160
Rate Only2.00NoSupply161
IP Camera 2 MP 360 deg Ceiling mount
Rate Only2.00NoInstall162
13.00NoSupply163
Intercom SystemIP Intercoms hand held and wall mount
13.00NoInstall164
Rate OnlyNoSupply165
Other:Items to be listed that is required to provide a fully operational system
Rate OnlyNoInstall166
MAIN CONTROL & EQUIPMENT ROOMS
Head end equipment: supply and install - DVR / NVR
Rate OnlyNoSupply167
19" Rack Master 43U to spec to accommodate equipment
Rate OnlyNoInstall168
Rate OnlyNoSupply169
Rack Master (SURGE PROTECTION FOR ELECTRICAL AND VIDEO EQUIPMENT)
Rate OnlyNoInstall170
-309-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate OnlyNoSupply171
Rack Master UPS MODULE to spec
Rate OnlyNoInstall172
Rate OnlyNoSupply173
Rack Master DETECTOR MODULE (Alarm Pannel)
Rate OnlyNoInstall174
Rate OnlyNoSupply175
NVR IP Recorders to spec and recording duration time
Rate OnlyNoInstall176
6.00NoSupply177
SATA HARD DRIVES to spec & capacity
6.00NoInstall178
2.00NoSupply179
Monitor 19" LED
2.00NoInstall180
Rate OnlyNoSupply181
Monitor 40" LED
Rate OnlyNoInstall182
2.00NoSupply183
PC, super without monitor to spec
2.00NoInstall184
2.00NoSupply185
Software, Latest Windows operating system
2.00NoInstall186
-310-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Control consoles: supply and install consoles and associated fittings
Rate OnlyNoSupply187
Operator monitoring console & Special Chair X 3 to detail specification
Rate OnlyNoInstall188
Rate OnlyNoSupply189
Console electrical connections via isolators
Rate OnlyNoInstall190
Rate OnlyNoSupply191
Surge Protection
Rate OnlyNoInstall192
Rate OnlyNoSupply193
Site commissioning and operator training
Rate OnlyNoInstall194
Other
Rate OnlyNoSupply195
Items to be listed that is required to provide a fully operational system
Rate OnlyNoInstall196
X-RAY & METAL DETECTORS
Head end equipment: supply and install - DVR / NVR
Rate OnlyNoSupply197
X-Ray Inspection System c/w Monitor, Keypad, 2 x Exit Run off Rollers, Stand,
Rate OnlyNoInstall198
-311-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
SILOAM HOSPITAL PHASE 2
Rate OnlyNoSupply199
Walk Through Metal Detector
Rate OnlyNoInstall200
Rate OnlyNoSupply201
Rack Master UPS MODULE to spec
Rate OnlyNoInstall202
Rate OnlyNoSupply203
Rack Master DETECTOR MODULE (Alarm Pannel)
Rate OnlyNoInstall204
Rate OnlyNoSupply205
Garret Handheld Metal Detector (AT Pro)
Rate OnlyNoInstall206
Other
Rate OnlyNoSupply207
Items to be listed that is required to provide a fully operational system
Rate OnlyNoInstall208
-312-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Collection R
IT Installation
Section No. 6
Bill No. 1
AmountPageNo
SECTION 6 - IT INSTALLATION
SUMMARY
SILOAM HOSPITAL PHASE 2
312
311
310
309
308
307
306
305
304
303
302
301
300
299
298
297Total Brought Forward from Page No.
-313-
IT InstallationBill No. 1SECTION 6 - IT INSTALLATIONSection No. 6
Carried to Final Summary R
AmountItemNo
Quantity Rate
SILOAM HOSPITAL PHASE 2
SECTION 7
PROVISIONAL SUMS
The Contractor may allow under the "profit" item for any profit he considers necessary. If the contractor allows an amount for profit, the amount will be adjusted in direct proportion to the final value of the specialist work.
BILL NO 1
Each provisional sum in this bill is followed by an item under which the Contractor may allow for attendance on the specific sub-contractor.
3,000,000.00ItemProvide the sum of Three Million Rand (R 3 000 000.00) net for Health Technology
1
HEALTH TECHNOLOGY
ItemAllow for profit if required 2
ItemAllow for attendance3
2,750,000.00Item
Provide the sum of Two Million, Seven Hundred and Fifty Thousand Rand (R 2 750 000.00) net for Buying of Priest Houses
4
PRIEST HOUSES
ItemAllow for profit if required 5
ItemAllow for attendance6
130,000.00ItemProvide the sum of One Hundred and thirty Thousand Rand (R 130 000.00) net for monthly payment of CLO
7
CLO
ItemAllow for profit if required 8
ItemAllow for attendance9
-314-
Provisional SumsBill No. 1SECTION 7 -PROVISIONAL SUMSSection No. 7
Carried to Collection R
SILOAM HOSPITAL PHASE 2
PageNo
FINAL SUMMARY
SectionNo
Amount
94SECTION 1 - PRELIMINARIES AND GENERAL1
216SECTION 2 - BUILDING WORKS2
239SECTION 3 - EXTERNAL WORKS3
249SECTION 4 - MECHANICAL INSTALLATION4
296SECTION 5 - ELECTRICAL INSTALLATION5
313SECTION 6 - IT INSTALLATION6
314SECTION 7 -PROVISIONAL SUMS7
RSUB TOTAL
1,500,000.00R
Allow the Amount of One Million, Five Hundred Thousand Rand (R 1 500 000.00) for Contingencies to be used at the discretion of the Employer, or to be deducted in whole or in part if not required
ALLOWANCE FOR CONTINGENCIES
RSUB TOTAL
2,200,000.00R
Allow the Amount of Two Million, Two Hundred Thousand Rand (R 2 200 000.00) for Escalation to be used at the discretion of the Employer, or to be deducted in whole or in part if not required
ALLOWANCE FOR ESCALATION
RSUB TOTAL (EXCLUDING VAT @ 15%)
RVAT @ 15%
-315-
CARRIED TO FORM OF OFFER AND ACCEPTANCE(INCLUDING VAT@ 15%)
R
T2.2: RETURNABLE SCHEDULES REQUIRED FOR TENDER EVALUATION
PURPOSES
316
T2.2a: RESOLUTION FOR SIGNATORY
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No. NDOHF01/2019-2020
MUST BE ON COMPANY LETTERHEAD A: CERTIFICATE OF AUTHORITY FOR SIGNATORY Signatory for companies shall confirm their authority hereto by attaching a duly signed and dated copy of the relevant resolution of the board of directors to this form. This must be on a company letterhead. An example is given below: “By resolution of the board of directors passed at a meeting held on _________ Mr/Ms , whose signature appears below, has been duly authorised to sign all documents in connection with the tender for Contract No. and any Contract which may arise there from on behalf of (Block Capitals) SIGNED ON BEHALF OF THE COMPANY: IN HIS/HER CAPACITY AS: DATE: SIGNATURE OF SIGNATORY: WITNESSES: 1. SIGNATURE: 2. SIGNATURE:
317
T2.2b: RESOLUTION OF BOARD OF DIRECTORS TO ENTER INTO CONSORTIA OR JOINT VENTURES
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No. NDOHF01/2019-2020
RESOLUTION of a meeting of the Board of *Directors / Members / Partners of: _____________________________________________________________________ _____________________________________________________________________ (Legally correct full name and registration number, if applicable, of the Enterprise) Held at ______________________________________________ (place) On _________________________________________________ (date) RESOLVED that: 1. The Enterprise submit a Bid /Tender, in consortium/Joint Venture with the following Enterprises: _____________________________________________________________________ _____________________________________________________________________ (List all the legally correct full names and registration numbers, if applicable, of the Enterprises forming the Consortium/Joint Venture) to the Eastern Cape Department of Health in respect of the following project: _____________________________________________________________________ _____________________________________________________________________ (Project description as per Bid /Tender Document) Bid Number: ______________________________________________( Bid Number as per Document) 2. *Mr/Mrs/Ms: _____________________________________________________________________ in *his/her Capacity as: __________________________________________(Position in the Enterprise) and who will sign as follows: ___________________________________________ be, and is hereby, authorised to sign a consortium/joint venture agreement with the parties listed under item 1 above, and any and all other documents and/or correspondence in connection with and relating to the consortium/joint venture, in respect of the project described under item 1 above. 3. The Enterprise accepts joint and several liability with the parties listed under item 1 for the due fulfilment of the obligations of the joint venture deriving from, and in any way connected with, the Contract to be entered into with the Department in respect of the project described under item 1 above.
318
4. The Enterprise chooses as its domicilium citandi et executandi for all purposes arising from this joint venture agreement and the Contract with the Department in respect of the project under item 1 above: Physical address: _______________________________ _______________________________ _______________________________ Postal Code _____________ Postal Address: _______________________________ _______________________________ _______________________________ Postal Code _____________ Telephone number: _____ ____________________ Fax number: _____ ____________________ NAME CAPACITY SIGNATURE
1 2 3 4 5 6 7 8 9 10 11 12 13
ENTERPRISE STAMP
Note: 1. * Delete which is not applicable 2. NB. This resolution must be signed by all the
Directors / Members / Partners of the Bidding Enterprise
3. Should the number of Directors /
Members/Partners exceed the space available above, additional names and signatures must be supplied on a separate page
319
T2.2c: SCHEDULE OF PROPOSED SUB-CONTRACTORS
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No. NDOHF01/2019-2020
We notify you that it is our intention to employ the following Subcontractors for work in this
contract. If we are awarded a contract we agree that this notification does not change the requirement for us to submit the names of proposed Subcontractors in accordance with requirements in the contract for such appointments. If there are no such requirements in the contract, then your written acceptance of this list shall be binding between us. We confirm that all subcontractors who are contracted to construct a house are registered as home builders with the National Home Builders Registration Council.
Name and address of proposed Subcontractor
Nature and extent of work
Value of Work Subcontractor CIDB Grading
1.
2.
3.
4.
5.
Signed
Date
Name
Position
Tenderer
320
T2.2d: SCHEDULE OF KEY PERSONNEL: CONSTRUCTION MANAGER Project Name:
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
The tenderer is referred to clause F.2.1.2 of the Tender Data and shall insert in the spaces provided below details of the key personnel required to be in the employment of the tenderer or a specialist consultant/firm, in order for the Tenderer to be eligible to submit a tender for this project. The Curriculum Vitae of the individual must be appended to this schedule. Notwithstanding having appended the Curriculum Vitae of the key personnel to this schedule, the Tenderer must also append to this schedule in terms of clause F.2.1.2, a statement for the individual identified, which indicates any field(s) of specialization and any recent experience that is relevant to this particular project (which may or may not have formed part of the individual’s CV). Tenderers should indicate what particular aspect of the project the specialization or experience is relevant to.
Name Qualifications No. of Years
Specified Experience
Signed
Date
Name
Position
Tenderer
321
T2.2e: SCHEDULE OF KEY PERSONNEL: CONSTRUCTION SUPERVISOR
Project Name:
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
The tenderer is referred to clause F.2.1.3 of the Tender Data and shall insert in the spaces provided below details of the key personnel required to be in the employment of the tenderer or a specialist consultant/firm, in order for the Tenderer to be eligible to submit a tender for this project. The Curriculum Vitae of the individual must be appended to this schedule. Notwithstanding having appended the Curriculum Vitae of the key personnel to this schedule, the Tenderer must also append to this schedule in terms of clause F.2.1.3, a statement for the individual identified, which indicates any field(s) of specialization and any recent experience that is relevant to this particular project (which may or may not have formed part of the individual’s CV). Tenderers should indicate what particular aspect of the project the specialization or experience is relevant to.
Name Qualifications No. of Years
Specified Experience
Signed
Date
Name
Position
Tenderer
322
T2.2f: BANK RATING
Project Name:
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Tenderers must submit a bank rating from a recognized financial institution as required in clause F.2.1.4 of the Tender Data. The bank rating must be attached to this schedule. Failure to comply with the requirements of F.2.1.4 shall results in the tender not being evaluated further.
Signed
Date
Name
Position
Tenderer
323
T2.2g: RECORD OF ADDENDA TO TENDER DOCUMENTS
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer:
Date Title or Details 1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Attach additional pages if more space is required.
Signed
Date
Name
Position
Tenderer
*This document must form part of the returnable schedules as it is referenced in the offer portion of the Form of Offer and Acceptance.
324
T2.2h: SCHEDULE OF PLANT AND EQUIPMENT
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Signed ………………………………………………….. Date …………………………………………. Name …………………………………………………… Position ……………………………………. Tenderer …………………………………………………………………………………………………………………….
The following are lists of major items of relevant equipment that I/we presently own or lease and will have available for this contract or will acquire or hire for this contract if my/our tender is accepted. (a) Details of major equipment that is owned by and immediately available for this contract. Quantity Description, size, capacity, etc.
Attach additional pages if more space is required. (b) Details of major equipment that will be hired, or acquired for this contract if my/our tender is
acceptable. Quantity Description, size, capacity, etc.
Attach additional pages if more space is required.
325
T2.2j: COMPULSORY ENTERPRISE QUESTIONNAIRE
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
The following particulars must be furnished. In the case of a joint venture, separate enterprise questionnaires in respect of each partner must be completed and submitted.
Section 1: Name of enterprise: . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .
Section 2: VAT registration number: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 3: CIDB/CRS registration number: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 4: Particulars of sole proprietors and partners in partnerships
Name* Identity number* Personal income tax number*
* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
Section 5: Particulars of companies and close corporations Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Section 6: Record of service of the state Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months in the service of any of the following: � a member of any municipal council � a member of any provincial legislature � a member of the National Assembly or
the National Council of Province � a member of the board of directors of
any municipal entity � an official of any municipality or
municipal entity
� an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)
� a member of an accounting authority of any national or provincial public entity
� an employee of Parliament or a provincial legislature
326
If any of the above boxes are marked, disclose the following:
Name of sole proprietor, partner,director, manager, principal shareholder or stakeholder
Name of institution, public office, board or organ of state and position held
Status of service (tick appropriate column)
Current Within last 12 months
*insert separate page if necessary Section 7: Record of spouses, children and parents in the service of the state Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months been in the service of any of the following: � a member of any municipal
council � a member of any provincial
legislature � a member of the National
Assembly or the National Council of Province
� a member of the board of directors of any municipal entity
� an official of any municipality or municipal entity
� an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)
� a member of an accounting authority of any national or provincial public entity
� an employee of Parliament or a provincial legislature
Name of spouse, child or parent
Name of institution, public office, board or organ of state and position held
Status of service (tick appropriate column) current Within
last 12 months
*insert separate page if necessary
327
The undersigned, who warrants that he/she is duly authorised to do so on behalf of the enterprise: i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue
Services that my / our tax matters are in order; ii) confirms that the neither the name of the enterprise or the name of any partner, manager,
director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;
iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears, has within the last five years been convicted of fraud or corruption;
iv) confirms that I / we are not associated, linked or involved with any other tendering entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest;
iv) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct.
Signed
Date
Name
Position
Enterprise
name
* The schedule should be used where tenders are subject to the Local Government: Municipal Finance Management Act
328
T2.2k: CIDB GRADING CERTIFICATE – PROOF OF REGISTRATION Project Name:
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Tenderers must attach a CIDB registration certificate as per F.2.1.1 of the Tender Data (T1.2)
329
T2.2l: Letter of Good Standing Project Name:
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Tenderers must attach a Letter of Good Standing as per F.2.23.4 of the Tender Data (T1.2)
330
T2.2m: PARTICULARS OF MECHANICAL CONTRACTOR
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Bidders are required to provide contactable references as below.
NAME OF EMPLOYER
NAME OF PROJECT
CONTRACT PERIOD
(Start and End Date)
VALUE OF WORK
REFERENCE NAME AND CONTACT NUMBER
Signed ………………………………………………….. Date …………………………………………. Name …………………………………………………… Position ……………………………………. Tenderer……………………………………………………………………………………………………………………
Name of Mechanical Contractor:
Address:
Mechanical Contractor registration number:
331
T2.2n: PARTICULARS OF ELECTRICAL CONTRACTOR
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Bidders are required to provide contactable references as below.
NAME OF EMPLOYER
NAME OF PROJECT
CONTRACT PERIOD
(Start and End Date)
VALUE OF WORK
REFERENCE NAME AND CONTACT NUMBER
Signed ………………………………………………….. Date …………………………………………. Name …………………………………………………… Position ……………………………………. Tenderer……………………………………………………………………………………………………………………
Name of Electrical Contractor:
Address:
Electrical Contractor registration number at the Electrical Contracting Board of S.A.:
332
T2.2p: PARTICULARS OF IT AND SECURITY CONTRACTOR
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Bidders are required to provide contactable references as below.
NAME OF EMPLOYER
NAME OF PROJECT
CONTRACT PERIOD
(Start and End Date)
VALUE OF WORK
REFERENCE NAME AND CONTACT NUMBER
Signed ………………………………………………….. Date …………………………………………. Name …………………………………………………… Position ……………………………………. Tenderer……………………………………………………………………………………………………………………
Name of IT and Security Contractor:
Address:
IT and Security Contractor registration number:
333
T2.2q: REFERENCES
Project title: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Bid No: NDOHF01/2019-2020
Bidders are required to provide contactable references as per the attached forms below.
334
Reference Nr. 1
Project title: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Bid No: NDOHF01/2019-2020
Sir/Madam, We, _________________________________ (insert bidding company name), are in the process of bidding for the above project. We have listed you as a reference. Please evaluate our performance on the criteria listed below by ticking the appropriate boxes. Please return upon completion as soon as possible. If you have any questions please do not hesitate to contact us. NAME OF EMPLOYER NAME OF PROJECT CONTRACT PERIOD
(Start and End Date) VALUE OF WORK
1. QUALITY
EXCELLENT VERY GOOD GOOD FAIR POOR
2. TIME PERFORMANCE
EXCELLENT VERY GOOD GOOD FAIR POOR
3. FINANCIAL PERFORMANCE
EXCELLENT VERY GOOD GOOD FAIR POOR
4. COMMENTS: __________________________________________________________________________________________________________________________________________________________
Project Manager/Principal Agent: ___________________________ Place company stamp here: Tel. Nr: ___________________________ E-mail Address: ___________________________ Signature: ___________________Date: ___________________________
335
Reference Nr. 2
Project title: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Bid No: NDOHF01/2019-2020
Sir/Madam, We, _________________________________ (insert bidding company name), are in the process of bidding for the above project. We have listed you as a reference. Please evaluate our performance on the criteria listed below by ticking the appropriate boxes. Please return upon completion as soon as possible. If you have any questions please do not hesitate to contact us. NAME OF EMPLOYER NAME OF PROJECT CONTRACT PERIOD
(Start and End Date) VALUE OF WORK
1. QUALITY
EXCELLENT VERY GOOD GOOD FAIR POOR
2. TIME PERFORMANCE
EXCELLENT VERY GOOD GOOD FAIR POOR
3. FINANCIAL PERFORMANCE
EXCELLENT VERY GOOD GOOD FAIR POOR
4. COMMENTS: __________________________________________________________________________________________________________________________________________________________
Project Manager/Principal Agent: ___________________________ Place company stamp here: Tel. Nr: ___________________________ E-mail Address: ___________________________ Signature: ___________________Date: ___________________________
336
Reference Nr. 3
Project title: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Bid No: NDOHF01/2019-2020
Sir/Madam, We, _________________________________ (insert bidding company name), are in the process of bidding for the above project. We have listed you as a reference. Please evaluate our performance on the criteria listed below by ticking the appropriate boxes. Please return upon completion as soon as possible. If you have any questions please do not hesitate to contact us. NAME OF EMPLOYER NAME OF PROJECT CONTRACT PERIOD
(Start and End Date) VALUE OF WORK
1. QUALITY
EXCELLENT VERY GOOD GOOD FAIR POOR
2. TIME PERFORMANCE
EXCELLENT VERY GOOD GOOD FAIR POOR
3. FINANCIAL PERFORMANCE
EXCELLENT VERY GOOD GOOD FAIR POOR
4. COMMENTS:
__________________________________________________________________________________________________________________________________________________________
Project Manager/Principal Agent: ___________________________ Place company stamp here: Tel. Nr: ___________________________ E-mail Address: ___________________________ Signature: ___________________Date: ___________________________
337
Reference Nr. 4
Project title: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Bid No: NDOHF01/2019-2020
Sir/Madam, We, _________________________________ (insert bidding company name), are in the process of bidding for the above project. We have listed you as a reference. Please evaluate our performance on the criteria listed below by ticking the appropriate boxes. Please return upon completion as soon as possible. If you have any questions please do not hesitate to contact us. NAME OF EMPLOYER NAME OF PROJECT CONTRACT PERIOD
(Start and End Date) VALUE OF WORK
1. QUALITY
EXCELLENT VERY GOOD GOOD FAIR POOR
2. TIME PERFORMANCE
EXCELLENT VERY GOOD GOOD FAIR POOR
3. FINANCIAL PERFORMANCE
EXCELLENT VERY GOOD GOOD FAIR POOR
4. COMMENTS: __________________________________________________________________________________________________________________________________________________________
Project Manager/Principal Agent: ___________________________ Place company stamp here: Tel. Nr: ___________________________ E-mail Address: ___________________________ Signature: ___________________Date: ___________________________
338
T2.2r: FUNCTIONALITY CLAIMED BY BIDDER Project Name:
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
A FINANCIAL CREDIBILITY
Description of Criteria Points Points claimed
Credit Rating of A 15
Credit Rating of B 12
Credit Rating of C 10
Credit Rating of D or below 5
The tenderer has failed to address the question and has not provided proof 0
TOTAL 15
B KEY PERSONNEL B1 Project manager / Contract Manager
Description of Criteria Experience Points Points claimed
Five (5) or more projects management experience on projects with minimum value of R10 million of above of similar nature (repair and renovations) appointed as project / contract manager
10
Four (4) to Three (3) projects management experience on projects with minimum value of R10 million of above of similar nature (repair and renovations) appointed as project / contract manager
6
Two (2) to One (1) project (s) management experience on projects with minimum value of R5 million of above of similar nature (repair and renovations) appointed as project / contract manager
2
The tenderer has failed to address the question and has not proved competency of the proposed project manager
0
Sub-Total 10
Description of Criteria Qualifications Points Points claimed
Qualification : BTech/Degree in the Built Environment field of study 5
Qualification : National Diploma in the Built Environment field of study 3
The tenderer has failed to address the question and has not proved qualification of the proposed project manager
0
Sub-Total 5
TOTAL B1 15
339
B2 Site Agent
Description of Criteria Points Points claimed
Five (5) or more projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as Site Agent/ foreman
15
Four (4) to Three (3) projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as Site Agent/ foreman
10
Two (2) to One (1) project (s) management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as Site Agent/ foreman
5
The tenderer has failed to address the question and has not proved competency of the proposed Site Agent/ foreman
0
TOTAL B2 15
B3 Site SHEQ Officer
Description of Criteria Experience Points Points claimed
Five (5) or more projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as Site SHEQ Officer 3
Four (4) to One (1) projects management experience on projects with minimum value of R20 million of above of similar nature (repair and renovations) appointed as SHEQ Officer 2
The tenderer has failed to address the question and has not proved competency of the proposed SHEQ Officer 0
Sub-Total 3
Description of Criteria Qualifications Points Points claimed
Qualification : BTech/Degree or National Diploma in Safety Management or similar approved 2
Qualification : Certificate in Safety Management or similar approved 1
The tenderer has failed to address the question and has not proved qualification of the proposed SHEQ Officer 0
Sub-Total 2
TOTAL B3 5
NB: Tenders are encouraged to submit CV's with contactable references and certified qualifications od proposed key personnel. Failure to submit will result in the tenderer not being awarded points on the above criteria. All copies of qualifications must be certified.
340
C EXPERIENCE OF BIDDER
Successful completion similar and comparative projects in the last tender (5) years
Description of Criteria Points Points claimed
Five (5) or more similar and or comparative projects (Health Projects) successfully executed by the tenderer in the past 5 years for the minimum value of R 30 million and above.
50
Three (3) to Four (4) or more similar and or comparative projects (Health Projects) successfully executed by the tenderer in the past 5 years for the minimum value of R 30 million and above.
30
One (1) to Two (2) or more similar and or comparative projects (Health Projects) successfully executed by the tenderer in the past 5 years for the minimum value of R 30 million and above.
10
The Tenderer has failed to address the question and has not provided proof of completing similar building construction projects
0
TOTAL C 50
GRAND TOTAL 100
NB: Tenders are required to attach practical completion certificates. Failure to submit/attach practical completion certificates for the projects will result in the bidder not being awarded points.
341
SBD 1: INVITATION TO BID – PART A
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE EC DEPARTMENT OF HEALTH BID NUMBER: NDOHF01/2019-2020 CLOSING DATE: 28 JUNE 2019 CLOSING TIME: 11:00
DESCRIPTION SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7). BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS) Tender Box
Civitas Building Cnr Thabo Sehume & Struben Street Pretoria 0001
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
TCS PIN: OR CSD No:
B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE [TICK APPLICABLE BOX]
Yes
No
B-BBEE STATUS LEVEL SWORN AFFIDAVIT
Yes
No IF YES, WHO WAS THE CERTIFICATE ISSUED BY? AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA) AND NAME THE APPLICABLE IN THE TICK BOX
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)
A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS)
A REGISTERED AUDITOR NAME: [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] I. ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ENCLOSE PROOF]
II. ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ANSWER PART B:3 BELOW ]
III. SIGNATURE OF BIDDER ……………………………… IV. DATE V. CAPACITY UNDER WHICH THIS BID IS SIGNED (Attach proof of authority to sign this bid; e.g. resolution of directors, etc.) VI. TOTAL NUMBER OF ITEMS OFFERED
VII. TOTAL BID PRICE (ALL INCLUSIVE)
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO: DEPARTMENT Department of Health CONTACT PERSON SD Dlamini CONTACT PERSON SD Dlamini TELEPHONE NUMBER 012 395 8930 TELEPHONE NUMBER 012 395 8930 FACSIMILE NUMBER 086 362 3481
342
FACSIMILE NUMBER 086 632 3481 E-MAIL ADDRESS [email protected] E-MAIL ADDRESS [email protected]
PART B TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE
ACCEPTED FOR CONSIDERATION. 1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR ONLINE
1.3. BIDDERS MUST REGISTER ON THE CENTRAL SUPPLIER DATABASE (CSD) TO UPLOAD MANDATORY
INFORMATION NAMELY: (BUSINESS REGISTRATION/ DIRECTORSHIP/ MEMBERSHIP/IDENTITY NUMBERS; TAX COMPLIANCE STATUS; AND BANKING INFORMATION FOR VERIFICATION PURPOSES). B-BBEE CERTIFICATE OR SWORN AFFIDAVIT FOR B-BBEE MUST BE SUBMITTED TO BIDDING INSTITUTION.
1.4. WHERE A BIDDER IS NOT REGISTERED ON THE CSD, MANDATORY INFORMATION NAMELY: (BUSINESS
REGISTRATION/ DIRECTORSHIP/ MEMBERSHIP/IDENTITY NUMBERS; TAX COMPLIANCE STATUS MAY NOT BE SUBMITTED WITH THE BID DOCUMENTATION. B-BBEE CERTIFICATE OR SWORN AFFIDAVIT FOR B-BBEE MUST BE SUBMITTED TO BIDDING INSTITUTION.
1.5. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT 2000 AND THE
PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT AND, IF APPLICABLE, ANY OTHER LEGISLATION OR SPECIAL CONDITIONS OF CONTRACT.
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 VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.
2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS TOGETHER WITH THE BID.
2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE PROOF OF TCS / 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.
3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
3.1. IS THE BIDDER A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO 3.2. DOES THE BIDDER HAVE A BRANCH IN THE RSA? YES NO
3.3. DOES THE BIDDER HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
3.4. DOES THE BIDDER HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN, IT IS NOT A REQUIREMENT TO OBTAIN A TAX COMPLIANCE STATUS / TAX COMPLIANCE SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.
343
SBD 4: DECLARATION OF INTEREST
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
1. Any legal person, including persons employed by the state¹, or persons having a
kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes an advertised competitive bid, a limited bid, a proposal or written price quotation). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-
- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a
relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.
2. In order to give effect to the above, the following questionnaire must be
completed and submitted with the bid. 2.1 Full Name of bidder or his or her representative: …………………………………………. …………………………………………………………………………………………………… 2.2 Identity
Number:…………………………………………………………………………………………. 2.3 Position occupied in the Company (director, trustee, shareholder², member):
…………………………………………………………………………………………………….
2.4 Registration number of company, enterprise, close corporation, partnership agreement
or trust:……………………………………………………………………..………….……………
2.5 Tax Reference Number:………………………………………………………………………… 2.6 VAT Registration Number: ……………………………………………………………….... 2.6.1 The names of all directors / trustees / shareholders / members, their individual identity
numbers, tax reference numbers and, if applicable, employee / PERSAL numbers must be indicated in paragraph 3 below.
¹“State” means – (a) any national or provincial department, national or provincial public entity or
constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999);
(b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament.
344
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 attach 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:
…………………………………………………………………..
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
345
2.9.1 If 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 Income Tax Reference Number
State Employee Number / Persal Number
346
4 DECLARATION
I, THE UNDERSIGNED
(NAME)…………………………………………………..………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………….. ..…………………………………………… Signature Date …………………………………. ……………………………………………… Position Name of bidder
347
SBD 6.1: PREFERENCE POINTS CLAIM FORM IN TERMS OF THE
PREFERENTIAL PROCUREMENT REGULATIONS 2017
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
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 b) The 90/10 preference point system will be applicable to this tender
1.3 Points for this bid shall be awarded for: (a) Price; and (b) B-BBEE Status Level of Contributor.
1.4 The maximum points for this bid are allocated as follows:
POINTS PRICE 80
B-BBEE STATUS LEVEL OF CONTRIBUTOR 20
Total points for Price and B-BBEE must not exceed
100
1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor
together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.
2. DEFINITIONS (a) “B-BBEE” means broad-based black economic empowerment as defined in section
1 of the Broad-Based Black Economic Empowerment Act;
348
(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
−−=
minmin180
PPPtPs or
−−=
minmin190
PPPtPs
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:
349
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 20 points)
(Points claimed in respect of paragraph 6.1 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:
350
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 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;
351
ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;
iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;
iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –
(a) disqualify the person from the bidding process; (b) recover costs, losses or damages it has incurred or suffered as a
result of that person’s conduct; (c) cancel the contract and claim any damages which it has suffered as
a result of having to make less favourable arrangements due to such cancellation;
(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and
(e) forward the matter for criminal prosecution.
………………………………………. SIGNATURE(S) OF BIDDERS(S) DATE: …………………………………..
ADDRESS……………………………..…..……………………………
…….…………………………………………………………………..…
……………………………………………………………………………
WITNESSES 1. ……………………………………..
2. …………………………………….
352
SBD 6.2: DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT OR DESIGNATED SECTORS
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD
AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
This Standard Bidding Document (SBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably).
Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2017,the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].
1. General Conditions
1.1. Preferential Procurement Regulations, 2017 (Regulation 8) make provision for the
promotion of local production and content.
1.2. Regulation 8.(2) prescribes that in the case of designated sectors, organs of state must advertise such tenders with the specific bidding condition that only locally produced or manufactured goods, with a stipulated minimum threshold for local production and content will be considered.
1.3. Where necessary, for tenders referred to in paragraph 1.2 above, a two stage bidding
process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.
1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in
such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.
1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in
accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:
LC = [1 -x / y] * 100
Where
x is the imported content in Rand y is the bid price in Rand excluding value added tax (VAT)
Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by South African Reserve Bank (SARB) on the date of advertisement of the bid as indicated in paragraph 3.1 below. The SABS approved technical specification number SATS 1286:2011 is accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.
1.6. A bid may be disqualified if this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule)are not submitted as part of the bid documentation;
353
2. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS 1286:2011) for this bid is/are as follows: Description of services, works or goods Stipulated minimum threshold
Item reference Description Threshold Item 13 – 16 / P125 Reinforcing steel 100% Item 17 – 18 / P125 Mesh Reinforcing 100% Item 1 / P132 – 6 / P133 Roof coverings and flashings 100% Item 7 / P133 – 10 / P134 Rainwater disposal 100% Item 1 / P173 – 12 / P 174 Structural Steel 100% Item 2 – 13 / P177 Steel door frames 100% Item 16 – 19 / P178 Steel windows 100% Item 22 / P179 – 76 / P183 Aluminium doors and
windows 100%
Item 77 / P183 – 79 / P184 Security gates 100% Item 68 / P 203 – 91 / P204 Copper pipes and fittings 100% Item 97 / 204 – 100 / P205 Galvanise steel pipes and
fittings
Item 18 / P230 Manhole cover 100% Item 28 / P231 Mesh Reinforcing 100% Item 50 / P253 Manhole cover 100% Item 1 – 4 / P235 Fencing 100% Item 5 / P236 – 10 / P237 Gates 100% Electrical BOQ Item 22 / 252 + 49 / 254 Cabling 90% Item 1 / P256 – 22 / P257 Cabling 90% 3. Does any portion of the goods or services offered have any imported content? (Tick applicable box)
YES NO 3..1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as
prescribed in paragraph 1.5 of the general conditions must be the rate(s) published by SARB for the specific currency on the date of advertisement of the bid.
The relevant rates of exchange information is accessible on www.resbank.co.za
Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):
Currency Rates of exchange US Dollar Pound Sterling Euro Yen Other
NB: Bidders must submit proof of the SARB rate (s) of exchange used.
4. Where, after the award of a bid, challenges are experienced in meeting the stipulated
minimum threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the AO/AA provide directives in this regard.
354
LOCAL CONTENT DECLARATION
(REFER TO ANNEX B OF SATS 1286:2011) LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)
IN RESPECT OF BID NO. .................................................................................................. ISSUED BY: (Procurement Authority / Name of Institution): ............................................................................................................................................... NB 1 The obligation to complete, duly sign and submit this declaration cannot be
transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder.
2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thedti.gov.za/industrial_development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract.
I, the undersigned, …………………………….................................................... (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:
(a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that:
(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and
(c) The local content percentage (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 3.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C:
Bid price, excluding VAT (y) R Imported content(x), as calculated in terms of SATS 1286:2011 R Stipulated minimum threshold for local content (paragraph 3 above) Local content %, as calculated in terms of SATS 1286:2011
If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 3.1 above and the information contained in Declaration D and E.
355
(d) I accept that the Procurement Authority / Institution has the right to request that the
local content be verified in terms of the requirements of SATS 1286:2011. (e) I understand that the awarding of the bid is dependent on the accuracy of the
information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Institution imposing any or all of the remedies as provided for in Regulation 14 of the Preferential Procurement Regulations, 2017 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).
SIGNATURE:_________________________ DATE: ___________ WITNESS No. 1 ____________________ DATE: ___________ WITNESS No. 2 ____________________ DATE: ___________
356
SATS
1286
.2011
Anne
x C
Loca
l Con
tent
Dec
larat
ion -
Sum
mar
y Sch
edule
(C1)
Tend
er N
o.(C2
)Te
nder
desc
riptio
n:
(C3)
Desig
nate
d pro
duct(
s)(C4
)Te
nder
Aut
horit
y:(C5
)Te
nder
ing En
tity n
ame:
(C6)
Tend
er Ex
chan
ge Ra
te:
Pula
EUGB
P(C7
)Sp
ecifie
d loc
al co
nten
t %Ca
lculat
ion
of lo
cal c
onte
ntTe
nder
sum
mar
y
Tend
er ite
m
no's
Tend
er pr
ice -
each
(e
xcl V
AT)
Exem
pted
im
porte
d va
lue
Tend
er va
lue
net o
f ex
empt
ed
impo
rted
cont
ent
Impo
rted
value
Loca
l valu
eLo
cal
cont
ent %
(p
er ite
m)
Tend
er
Qty
Tota
l tend
er va
lueTo
tal e
xem
pted
im
porte
d con
tent
Tota
l Impo
rted
cont
ent
(C8)
(C10)
(C11)
(C12)
(C13)
(C14)
(C15)
(C16)
(C17)
(C18)
(C19)
(C20
) To
tal te
nder
valu
eR
0Sig
natu
re of
tend
erer
from
Ann
ex B
(C21
) Tot
al Ex
empt
impo
rted c
onte
ntR
0(C
22) T
otal
Tend
er va
lue ne
t of e
xem
pt im
porte
d con
tent
R 0
(C23
) Tot
al Im
porte
d con
tent
R 0
(C24
) Tot
al loc
al co
nten
tR
0Da
te:
(C25
) Ave
rage
loca
l con
tent
% of
tend
er
Note
: VAT
to be
exclu
ded f
rom
all
calcu
lation
s
List o
f item
s
(C9)
357
SBD 8: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
Project Name:
SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
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
358
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?
Yes
No
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?
Yes
No
4.4.1 If so, furnish particulars:
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
359
SBD 9: CERTIFICATE OF INDEPENDENT BID DETERMINATION
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
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.
360
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
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.
361
7. In particular, without limiting the generality of paragraphs 6 above, there has been no
consultation, communication, agreement or arrangement with any competitor regarding:
(a) prices;
(b) geographical area where product or service will be rendered (market
allocation)
(c) methods, factors or formulas used to calculate prices;
(d) the intention or decision to submit or not to submit, a bid;
(e) the submission of a bid which does not meet the specifications and
conditions of the bid; or
(f) bidding with the intention not to win the bid.
8. In addition, there have been no consultations, communications, agreements or
arrangements with any competitor regarding the quality, quantity, specifications and
conditions or delivery particulars of the products or services to which this bid invitation
relates.
9. The terms of the accompanying bid have not been, and will not be, disclosed by the
bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid
opening or of the awarding of the contract.
10. I am aware that, in addition and without prejudice to any other remedy provided to
combat any restrictive practices related to bids and contracts, bids that are suspicious will
be reported to the Competition Commission for investigation and possible imposition of
administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and
or may be reported to the National Prosecuting Authority (NPA) for criminal investigation
and or may be restricted from conducting business with the public sector for a period not
exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities
Act No 12 of 2004 or any other applicable legislation.
………………………………………………… …………………………………
Signature Date
…………………………………………………. …………………………………
Position Name of Bidder
³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.
362
T2.2: OTHER DOCUMENTS REQUIRED FOR TENDER EVALUATION PURPOSES
363
T2.2s: BBBEE Certificate or Sworn Affidavit
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Tenderers must attach BBBEE Certificate or Sworn Affidavit as per clause F.2.23.1 of the Tender Data (T1.2)
364
T2.2t: Proof of Registration with Centralized Supplier Database
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
365
T2.2u: ELECTRICAL SUB-CONTRACTOR’S WIREMAN’S LICENCE
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Attach certified certificate here
366
Annexure A: Company Experience
Project Name: SILOAM HOSPITAL UPGRADING OF MENTAL HEALTH WARD AND MORTUARY PHASE 2
Tender No: NDOHF01/2019-2020
Tenderers are required to submit proof of company experience as described in clause F.3.11.1 of the Tender Data (T.1.2). The portfolio of evidence must be distinguished between that submitted for projects awarded currently under construction and for those projects that are completed. Bidders shall note the requirements for projects awarded currently under construction and those that are completed
3 Projects and with a value of or exceeding R30,000, 000.00 completed or awarded
Portfolio of Evidence: For each current project claimed:
1. Letter of Award 2. Site Possession
Certificate 3. Reference form for the
specific project claimed For each completed project claimed:
1. Letter of Award 2. Site Possession
Certificate 3. Completion Certificate 4. Reference form for the
specific projects claimed
367