JOHANNESBURG ROADS AGENCY (SOC) LTD TENDER …cidb 1ce or higher) t1.1 tender notice and invitation...
Transcript of JOHANNESBURG ROADS AGENCY (SOC) LTD TENDER …cidb 1ce or higher) t1.1 tender notice and invitation...
-
JOHANNESBURG ROADS AGENCY (SOC) LTD
November 2020 TENDER PROCEDURE 1.1
TENDER DOCUMENT
CONTRACT NO: JRA/20/63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
DATE: NOVEMBER 2020
ISSUED BY:
THE CHIEF EXECUTIVE OFFICER JOHANNESBURG ROADS AGENCY
PRIVATE BAG X70
BRAAMFONTEIN
GAUTENG
2017 NAME OF BIDDER: ……………………………………………………………………………..
ADDRESS: ……………………………………………………………………………………..
………………………………………………………………………………………
TEL: ………………………………………… FAX:……………………………..
EMAIL: ………………………………………………………………………………………
-
JOHANNESBURG ROADS AGENCY (SOC) LTD
November 2020 TENDER PROCEDURE 1.2
CONTRACT NO: JRA 20/63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
PART 1. TENDER PROCEDURE
-
The Tender Part 1 Tender Procedures CONTRACT NO: JRA 20-63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING
ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED
FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE
SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A
PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR
HIGHER))
August 2020
TENDER PROCEDURE 1.3
JOHANNESBURG ROADS AGENCY (SOC) LTD
CONTRACT NO: JRA / 20/ 63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
TABLE OF CONTENTS
CONTENTS PAGE
PART 1.TENDER PROCEDURE ..................................................................................... 1.2
T1.1 TENDER NOTICE AND INVITATION TO TENDER ................................................ 1.5
T1.2 PROJECT DESCRIPTION ...................................................................................... 1.8
T1.3 TENDER DATA..................................................................................................... 1.13
T1.4 SCHEDULE OF CONTRACT DOCUMENTS ........................................................ 1.27
PART 2.RETURNABLE DOCUMENTS AND SCHEDULES ............................................ 2.1
FORM A: MBD 7.1 CONTRACT FORM - PURCHASE OF GOODS/WORKS .................. 2.4
FORM A1:CERTIFICATE OF TENDERER'S ATTENDANCE OF BRIEFING SESSION…2.5
FORM B: CERTIFICATE OF AUTHORITY OF SIGNATORY .......................................... 2.6
FORM C: DETAILS OF BIDDER .................................................................................... 2.8
FORM D: PRICING SCHEDULE & REQUIREMENTS ........................................................... 2.9
FORM D1: FORM OF BID .............................................................................................. 2.13
FORM D2: FORM OF BID 2 ........................................................................................... 2.14
-
The Tender Part 1 Tender Procedures CONTRACT NO: JRA 20-63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING
ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED
FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE
SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A
PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR
HIGHER))
August 2020
TENDER PROCEDURE 1.4
FORM E: RECORD OF ADDENDA TO BID DOCUMENTS .......................................... 2.15
FORM F: COMPANY FINANCIAL REFERENCE AND RATINGS ................................. 2.16
FORM G: MBD 6.1 POINTS CLAIMED FOR B-BBEE STATUS .......................................... 2.18
FORM H: MBD 4 DECLARATION OF INTEREST ................................................................. 2.25
FORM I: MBD 2 TAX COMPLIANCE REQUIREMENTS ............................................... 2.28
FORM J: CURRENT MUNICIPAL CHARGES ...................................................................... 2-29
FORM K: VENDOR NUMBER REGISTRATION WITH CENTRAL SUPPLIER DATABASE 2-31
FORM L: MBD 8 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT 2-32
FORM M: MBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION ................... 2-34
FORM N: REFERENCES (TO BE COMPLETED BY BIDDER) ............................................ 2-37
FORM O: CURRENT CONTRACTS (TO BE COMPLETED BY BIDDER) ........................... 2-38
FORM P: RECORD OF SERVICES PROVIDED TO ORGANS OF STATE (TO BE COMPLETED
BY BIDDER) ............................................................................................................................. 2-39
FORM Q: DECLARATION OF BIDDERS LITIGATION HISTORY ................................. 2-41
FORM R: MBD 3.2 PRICING SCHEDULE – NON-FIRM PRICES (PURCHASES) ........ 2-42
FORM S: DEFAULT CLAUSE ....................................................................................... 2-43
FORM T: MBD 7.1 CONTRACT FORM - PURCHASE OF GOODS/WORKS ................ 2-44
FORM U: SCHEDULE OF PLANT AND EQUIPMENT .......................................................... 2-45
FORM V: DETAILS OF THE SUBCONTRACTORS WHICH WILL BE USED .................... 2-46
FORM W: SCHEDULE OF COMPLIANCE ............................................................................ 2-47
FORM X1: SCHEDULE OF WORK CARRIED BY BIDDER................................................. 2-49
FORM X2: COPY OF REGISTRATION/CERTIFICATION ..................................................... 2-50
FORM X3: SAFETY RELATED DOCUMENTATION TO BE PROVIDED ............................ 2-52
FORM Y: MBD 5 DECLARATION OF PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES INCLUDED) .......................................................................... 2-5311
Form Y2 DECLARATION OF PUBLIC INTEREST SCORE (PIS) SCORE…………………….2-
FORM Z: BIDDERS CAPACITY TO DO ASSIGNMENT ................................................. 2.13
THE CONTRACT (VOLUME 3) ...................................................................................... 2-58
PART 3.AGREEMENT AND CONTRACT DATA ............................................................ 2-58
PART 3.1 GENERAL CONDITIONS OF CONTRACT .................................................... 2.61
PART 3.2: CONDITIONS OF BID FOR BIDDER ........................................................... 2.72
PART 3.3: CONDITIONS PERTAINING TO AFFIRMATIVE PROCURMENT ................ 2.77
PART 3.4: SPECIAL CONDITIONS OF CONTRACT (SCC)........................................... 2.80
ELECTRONIC PAYMENT INTO BANK ACCOUNT ....................................................... 2.86
PART 4:ANNEXURES ................................................................................................... 2.87
STANDARD CONDITIONS OF TENDER ....................................................................... 2.88
-
The Tender Part 1 Tender Procedures
CONTRACT NO: J R A / 20-63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL,
ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR
INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF
REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36
MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.1 PROJECT DESCRIPTION 1.5
JOHANNESBURG ROADS AGENCY (SOC) LTD
CONTRACT NO: JRA-20-63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
T1.1 TENDER NOTICE AND INVITATION TO TENDER
-
The Tender Part 1 Tender Procedures
CONTRACT NO: J R A / 20-63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL,
ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR
INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF
REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36
MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.1 PROJECT DESCRIPTION 1.6
T1.1 TENDER NOTICE AND INVITATION TO TENDER
The Johannesburg Roads Agency invites tenders for the following:
CONTRACT NO: JRA /20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS
(INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED
CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED
MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A
PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE
OR HIGHER)
The Bid document will be available in the form of a download from the JRA official website
(www.jra.org.za/ptocurement/tenders ) starting from the 14th November 2020.
The Employer is the Johannesburg Roads Agency.
Only Tenders complying with the following requirements will be considered:
i) Tenders submitted on the prescribed Form of Tender
ii) Tenders sealed in envelopes conspicuously marked as follows:
Tender Contract No JRA/ 20/63 Johannesburg Roads Agency 75 Helen Joseph Street Johannesburg CBD, Ground Floor 2000
All tenders and supporting documents must be sealed and be placed in the Tender box on the ground floor
of the Johannesburg Roads Agency, 75 Helen Joseph Street, Johannesburg before 11h00 on 10
December 2020.
The Johannesburg Roads Agency is not obliged to accept the lowest or any tender and the JRA
reserves:
- the right not to appoint the Highest Scoring Bidder.
- the right not to appoint any Bidder at all.
- the right to appoint more than one Bidder, if so required
http://www.jra.org.za/ptocurement/tenders
-
The Tender Part 1 Tender Procedures CONTRACT NO:20-63
SUPPLY, DELIVERY, SUPPLY, APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS
INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB
1SK OR HIGHER AND CIDB 1CE OR HIGHER)
August 2020 T1.1 PROJECT DESCRIPTION 1.7
- the right to appoint the bid in part / by item to various bidders, if so required
A valid and binding contract will be concluded once the JRA has awarded the contract.
Failure to quote on all items within a group will render bids ineligible for consideration
For any further enquiries, please contact Johannesburg Roads Agency, at
mailto:[email protected]
-
The Tender Part 1 Tender Procedures CONTRACT NO:20-63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING
ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES
REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS
INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN
REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB
1CE OR HIGHER)
November 2017 T1.1 PROJECT DESCRIPTION 1.8
JOHANNESBURG ROADS AGENCY (SOC) LTD
CONTRACT NO: JRA/20/63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
T1.2 PROJECT DESCRIPTION
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.9
T1.2 DESCRIPTION OF THE SERVICES REQUIRED
T1.2.1 Project Scope
2. PROJECT DESCRIPTION
2.1. The purpose of this Bid is to enable the Johannesburg Roads Agency to integrate aspects of the implementation of new traffic signals as well as the repair, replacement and maintenance of traffic signal equipment as required for SARTSM compliance.
2.2. The advantage of one integrated contract would be that the coordination of tasks and project management as well as the communication between sub-contractor(s) would become the responsibility of the Contractor(s) and not the JRA. It will also increase available resources to meet a variable demand in workflow and improve service delivery.
2.3. Contractor(s) may form consortia to ensure that they have the capabilities required for this contract, however only the prime contractor(s) may be in direct contact with the JRA.
2.4. This contract includes the supply of all required material that is required to execute the works.
2.5. This is an "as and when" contract for a period of 3 years from the date of award of this Bid.
2.6. Activities listed under this bid is ring-fenced for traffic signal related work only and will apply upon appointment. The project manager, Manager TS/ITS Design, Projects can however provide approval to the appointed service provider/s to undertake work on behalf of other department/s within the JRA in accordance to this bid. A copy of this approval must be attached to the official order before the contractor can undertake any such work. In the event where the contractor undertake such work without approval, then the contractor will be in breach of contract.
2.SCOPE
3.1. The project entails the execution of work connected with the installation of traffic lights in accordance with SARTSM, including road crossings (the excavation of trenches), laying of cables, casting of concrete footings, installation of traffic light poles, threading of cables and installation of traffic signal heads and controllers. The work also includes cutting and installation of loops or core drilling and installation magnetometer for traffic signal equipment and all electrical work related to connecting the signal heads with the controller, connection of the traffic signal controller to the main electrical power supply and related electrical and maintenance work. Furthermore, all related road markings including sand blasting as well as road signs related to traffic signals will form part of the works. Horizontal under road drilling where required also forms part of the scope of works. All major electrical work will require a certificate of compliance (CoC) upon completion.
3.2. All labour, supervision, transport, specialized plant, equipment and facilities as well as all material and consumables necessary to execute the Works must be supplied by the Contractor(s).
3.3. The Work has a civil, electrical as well as electronic engineering component. Bidder(s) must ensure that all these competencies are within their company’s capacity. The Bidder(s) may choose to subcontract other competencies that are not within their company’s capacity. Should the Bidder(s) subcontract other competencies, the name and particulars of the specific subcontractor(s) must be
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.10
provided in the necessary form attached. An agreement between the Bidder(s) and subcontractor(s) should be attached to the bid document before submission.
3.4. The location and the detail drawings for the traffic signal installations will be supplied to the Contractor(s) in the form of a works order by the JRA Project Representative for each installation.
3.5. All material and equipment to be installed, must be approved by the JRA before installation commences.
3.6. The Contractor(s)’s insurance should cover any damage caused by the Contractor(s) or his staff to electrical, water, sewer, gas, telephone or any other services or to private or JRA property.
3.7. The description of the work is merely a broad exposition of the work, and will not limit the work carried out by the Contractor(s) under this contract.
3.8. The work connected with traffic signals entail different aspects of work, with the following making up the most important elements of the contract:
a) Crossing of existing streets for the laying of ducts where ducts are not available. This includes cutting of the asphalt, excavation, laying of ducts, backfilling and compaction of material and repairing of asphalt.
b) Obtaining information on the locality of services as well as the way leave from JRA offices.
c) Installation of traffic signal poles, which includes the excavation for and casting of footings and the mounting of the traffic signal poles onto the footings.
d) Assembling and mounting of traffic signal heads.
e) Installation of the traffic signal controller.
f) Excavation of trenches for the laying of cables to the nearest electricity point.
g) Laying of ducts in trenches and threading of cables through ducts.
h) Connection of the signal to the controller.
i) Cutting in asphalt or concrete and installation of inductor loop detectors for vehicle-actuated signals and traffic responsive control systems, eg Split Cycle Offset Optimisation Technique (SCOOT).
j) Installation of magnetometer detection devices (core drilling required)
k) Installation of Video-based detection devices
l) Installation of any type of pushbutton
m) Supply and installation of PVC conduits as alternative to cutting in concrete slabs or roads with block paved surfacing.
n) Reconstruction of existing traffic light controlled intersections, including the removal of signal heads, poles, controller, tracing of existing cables and conduits, etc.
o) Supply and installation of road signs.
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.11
p) Where faults occur within the controller as a result of poor workmanship by the Contractor(s), the Contractor(s) will be notified to repair such faults under supervision of the JRA Project Representative.
q) Installation of equipment into the controller,
r) Maintenance on traffic signals
s) Call outs
t) Permanent marking of the road surface with white, yellow or road painted lines or symbols using thermo-plastic, cold-plastic or water based paint supplied by the Contractors.
u) Installation of Thermo-Plastic, Cold-Plastic or Water Based Road markings The road markings may comprise any of the following types, either separately or in combination:
a. Transverse marking
b. Longitudinal markings
c. Arrows
d. Painted islands
e. Symbols
f. Words, letters and/or numerals
g. Road studs
v) Contractors will be required to supply and apply thermo plastic road marking products.
w) The fixing of retro-reflective road studs supplied by the Contractors.
x) Removal of existing, temporary or permanent road markings
y) Supply of plant, labour, supervision, transport, specialized plant, equipment and facilities as well as consumables (such as nozzles, brushes, measuring tape, chalk, stencils, paint cleaning products, etc) necessary to execute the work.
z) Excavation of pits for under road drilling
aa) Underground horizontal drilling and installation of sleeves (sleeves for this operation to be provided by contractors).
bb) Drawings indicating location of sleeves.
cc) Site meetings to obtain approval for proposed location and layout as well as final sign-off.
dd) Photos before, during and after activities.
ee) Supply measurements / quantities
ff) Supply of material and consumables for all activities
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.12
gg) Traffic engineering related functions
3.9. The JRA reserves the right to order any quantities in accordance with the rates supplied in the Schedule of Quantities.
3.10. Routine maintenance will be carried out by the JRA, but the Contractor(s) will be required to provide hourly rates for work related routine maintenance if required by the JRA.
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.13
JOHANNESBURG ROADS AGENCY (SOC) LTD
CONTRACT NO: JRA/20/63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER) INVITATION TO BID MBD 1
BID NUMBER: JRA 20/63 CLOSING DATE: 10 December 2020 CLOSING TIME: 11H00
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
INVITATION TO BID
The successful bidder will be required to fill in and sign a written Contract Form MBD 7
BID DOCUMENTS MUST BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)
JOHANNESBURG ROADS AGENCY 75 HELEN JOSEPH STREET
JOHANNESBURG CBD, GROUND FLOOR 2000
IMPORTANT NOTICE
Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration.
The bid box is open, 5 days a week, Monday to Friday, between 08h00 – 15h00. The bid box is located in the foyer on the ground floor All bids must be submitted on the official forms – (not to be re-typed) Writing must be in block letters and black ink. No bids will be considered from person in the service of the state (as defined in Regulation 1 of the
Local Government: Municipal Supply Chain Management Regulations). This bid is subject to the Preferential Procurement Policy Framework Act and the Preferential
Procurement Regulations, 2011, the General Conditions of Contract (GCC) and, if applicable, any other special conditions of contract. The JRA reserves the right not to award the bid.
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE JOHANNESBURG ROAD AGENCY (JRA)
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.14
NO
YES
NAME OF BIDDER ………………………………………………………………………………………………
POSTAL ADDRESS ……………………………………………………………………………………………
STREET ADDRESS ……………………………………………………………………………………………
TELEPHONE NUMBER CODE………………………….. NUMBER……………………………………….
CELLPHONE NUMBER ………………………………………………………………………
FACSIMILE NUMBER CODE………………………….. NUMBER…………………………………………
E-MAIL ADDRESS ……………………………………………………………………………………………
VAT REGISTRATION NUMBER………………………………………………………………………………
HAS AN ORIGINAL AND VALID SARS TAX PIN BEEN ATTACHED? MBD 2
HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED?MBD 6.1
IF YES, WHO WAS THE CERTIFICATE ISSUED BY (TICK APPROPRIATE BOX) YES
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)
A VERIFICATION AGENCY ACCREDITED BY THE SA NATIONAL ACCREDITATION SYSTEM (SANAS)
A REGISTERED AUDITOR
(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE) ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA
FOR THE GOODS/SERVICES/WORKS OFFERED? (IF YES ENCLOSE PROOF)
SIGNATURE OF BIDDER ………………………………………………………………………………………
DATE ……………………………………………………………………………………………………….
CAPACITY UNDER WHICH BID IS SIGNED………………………………………………………………
TOTAL BID PRICE R…………………………………………………………………..
TOTAL NUMBER OF ITEMS OFFERED…………………………………………..
ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO: Johannesburg Roads Agency (JRA) Department: Supply Chain Management E-mail address: [email protected]
THE FOLLOWING PARTICULARS MUST BE FURNISHED
(FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)
NO
YES
NO
YES
NO
NO
YES
NO
YES
mailto:[email protected]
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.15
CONTRACT NO: JRA / 20 / 63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
T1.3 TENDER DATA
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.16
T1.3 TENDER DATA
Clause number
The conditions of tender are the Standard Conditions of Tender as contained in Volume 3,
Construction Procurement Processes, Procedures and Methods. (See Volume 3 The Contract,
Part 4 Annexures – Standard Conditions of Tender Annex F).
The standard conditions of tender for procurements 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 tender data given below is cross-referenced to the clause in the standard
conditions of tender to which it mainly applies.
F.1.1 The employer is the Johannesburg Roads Agency
F.1.2 THE TENDER DOCUMENTS ISSUED BY THE EMPLOYER COMPRISE:
THE TENDER
PART 1: TENDER PROCEDURES (VOLUME 1)
T1.1 TENDER NOTICE AND INVITATION TO TENDER
T1.2 PROJECT DESCRIPTION
T1.3 TENDER DATA
PART 2: RETURNABLE DOCUMENTS AND SCHEDULES (VOLUME 2)
T2.1 LIST OF RETURNABLE DOCUMENTS
T2.2 RETURNABLE SCHEDULES
1) FORM A: CONTRACT FORM - PURCHASE OF GOODS/WORKS
1.1 FORM A1: CERTIFICATE OF TENDERER'S ATTENDANCE OF
BRIEFING SESSION
2) FORM B: CERTIFICATE OF AUTHORITY OF SIGNATORY
3) FORM C: DETAILS OF BIDDER
4) FORM D: PRICING SCHEDULE & REQUIREMENTS
5) FORM D1: FORM OF BID
5) FORM E: RECORD OF ADDENDA TO BID DOCUMENTS
6) FORM F: COMPANY FINANCIAL REFERENCE AND RATINGS
7) FORM G: POINTS CLAIMED FOR B-BBEE STATUS
8) FORM H: DECLARATION OF INTEREST
9) FORM I: TAX COMPLIANCE REQUIREMENTS
10) FORM J: CURRENT MUNICIPAL CHARGES
11) FORM K: VENDOR NUMBER REGISTRATION
12) FORM L: DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
13) FORM M: CERTIFICATE OF INDEPENDENT BID DETERMINATION
-
The Tender Part 1 Tender Procedure CONTRACT NO:20-63 APPOINTMENT OF CONTRACTORS FOR ALL
TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND
ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND
MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD
INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR
HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
November 2020 T1.3 TENDER DATA 1.17
14) FORM N: REFERENCE PAGE
15)FORM O: CURRENT CONTRACTS
17) FORM P: RECORD OF SERVICES PROVIDED TO ORGANS OF STATE
18) FORM Q: DECLARATION OF BIDDERS LITIGATION HISTORY
19) FORM R: PRICING SCHEDULE – NON FIRM PRICES
20) FORM S: DEFAULT CLAUSE
21) FORM T: CONTRACT FORM - PURCHASE OF GOODS/WORKS
23) FORM U: Schedule of Plant and equipment
24) FORM V: Details of Subcontractors which will be used
25) FORM W CHECK LIST FOR DOCUMENTATION TO BE RETURNED
26) FORM X1: SCHEDULE OF WORK CARRIED OUT BY BIDDER
27) FORM X2: COPY OF REGISTRATION/CERTIFICATION
28) FORM X3: SAFETY RELATED DOCUMENTATION TO BE PROVIDED
29) FORM X4:DECLARATION OF Public Interest Score (PIS)
30) FORM Y: MBD 5 DECLARATION OF PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES INCLUDED)
FORM Z: BIDDERS CAPACITY TO DO ASSIGNMENT
PART 3: AGREEMENT AND CONTRACT DATA
GENERAL CONDITIONS OF CONTRACT
CONTRACT DATA/SPECIAL CONDITIONS OF CONTRACT SPECIFICATION
PRO FORMA – FORM OF GUARANTEE
ELECTRONIC PAYMENT INTO BANK ACCOUNT
PART 4: ANNEXURES
C4.1 STANDARD CONDITIONS OF TENDER ANNEX F
-
The Tender Part 1 Tender Procedure
CONTRACT NOJRA /:20 /63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
August 2020 T1.4 SCHEDULE OF CONTRACT DOCUMENTS 1.18
F.1.4 The Employer’s agent is:
Name: The Chief Executive Officer, JOHANNESBURG ROADS AGENCY (SOC)
LTD Address: Private Bag X70
BRAAMFONTEIN
2017
E-mail: : [email protected]
F.2.1.1
Only those bidders who satisfy the following eligibility criteria are eligible to submit bids:
(a) Availability of resources
(b) Availability of skills to manage and perform the contract – including staff which
satisfies EPWP requirements (if applicable)
(c) Previous experience on contracts of a similar value and nature
F2.2
Cost of
Tendering
The Employer will not compensate the tenderer for any costs incurred in attending interviews
or making any submissions in the office of the Employer
F.2.7
There is no compulsory clarification meeting for this bid.
2.8.1 Clarifications may be requested in writing not later than Five (5) working days before the
deadline of submission date.
The address for requesting clarifications is:
Johannesburg Roads Agency
75 Helen Joseph Street,
Johannesburg CBD
Or email to [email protected]
2.8.2 While JRA will make reasonable efforts to communicate any changes to this procurement,
Amendments and Clarifications to this procurement will be communicated to bidders. Any
queries must be submitted to [email protected]
F.2.13
One-envelope procedure will be followed.
This is a ONE Envelope submission system.
The Bidder shall submit a signed and complete BID comprising the Returnable documents and forms in accordance with the requirements of submission (Documents Comprising BID).
No electronic submission is permitted.
mailto:[email protected]:[email protected]:[email protected]
-
The Tender Part 1 Tender Procedure
CONTRACT NOJRA /:20 /63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
August 2020 T1.4 SCHEDULE OF CONTRACT DOCUMENTS 1.19
An authorized representative of the Bidder shall sign the original submission letters in the required format.
The authorization shall be in the form of a written Power of Attorney (Board Resolution).
A Bid submitted by a Joint Venture shall be signed by all members so as to be legally binding on all members, or by an authorized representative who has a written Power of Attorney signed by each member’s authorized representative.
Any modifications, revisions, interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Bid.
The signed Bid shall be marked “Original”, and its copies marked “Copy” as appropriate.
The number of copies shall be One (1) Original and One (1) Copy.
All copies shall be made from the signed original. If there are discrepancies between the original and the copies, the original shall prevail.
The original and all the copies of the BID shall be placed inside of a sealed single envelope clearly marked “Name of the Tender”, “[Name of the Tender] “, reference number, name and address of the Bidder, and with a warning “Do Not Open until [insert the date and the time of the BID submission deadline].”
If the envelopes and packages with the BID are not sealed and marked as required, the Client
will assume no responsibility for the misplacement, loss, or premature opening of the Bid.
BIDDERS ARE REQUESTED TO DO COMBO (SPIRAL) BINDING IN THE BID
DOCUMENTS
F.2.13.3
Parts of each tender offer communicated on paper shall be submitted as an original, plus one
copy.
F.2.13.5
Bidders are requested to deliver the submission in one envelope. 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: Ground Floor of the Johannesburg Roads Agency
Physical address: 75 Helen Joseph Street, Johannesburg
Identification details: TENDER BOX
Title to appear on the envelope:
CONTRACT NO: JRA/20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
This envelope must contain the Bid Documentation and returnable.
-
The Tender Part 1 Tender Procedure
CONTRACT NOJRA /:20 /63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
August 2020 T1.4 SCHEDULE OF CONTRACT DOCUMENTS 1.20
For identification purposes, bidders are requested to ensure that the envelopes containing the
company’s bids are clearly marked, and are easily identifiable by the company’s logo or name.
F.2.15
The closing time for submission of tender offers is 11h00 on 10 December 2020.
The Johannesburg Roads Agency is not obliged to accept the lowest or any tender and
reserves the right to accept any tender in whole or in part.
BIDDERS ARE REQUESTED TO DO COMBO (SPIRAL) BINDING IN THE BID
DOCUMENTS
F.2.15
Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.
F.2.16
The tender offer validity period is 120 days from bid closing date
F2.22
Return all retained tender documents within 28 days after the expiry of the tender validity
period.
F.2.23
The Tenderer is required to submit with his tender:
1) A unique security personal identification number (PIN) from SARS which enables JRA
to access online real-time verification of a person’s tax compliance status with the
electronic Tax Compliance Status (TCS) system.
2) An original bank rating from the Tenderers relevant bank.
3) Refer to Part T2.1 of this Procurement Document for a list of all additional documents
that are to be returned with the tender.
4) Vendor Number Registration with Central Supplier Database.
Add the
following new
clause
F2.24
Canvassing and obtaining of additional information by tenderers
The Tenderer shall not make any attempt either directly or indirectly to canvass any of the
Employer’s officials or the Employer’s agent in respect of his tender, after the opening of the
tenders but prior to the Employer arriving at a decision thereon.
The Tenderer shall not make any attempt to obtain particulars of any relevant information,
other than that disclosed at the opening of tenders.
-
The Tender Part 1 Tender Procedure
CONTRACT NOJRA /:20 /63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
August 2020 T1.4 SCHEDULE OF CONTRACT DOCUMENTS 1.21
Add the
following new
clause
F2.25
Prohibitions on awards to persons in service of the state
The Employer is prohibited to award a tender to a person -
a) who is in the service of the state; or
b) if that person is not a natural person, of which any director, manager, principal
shareholder or stakeholder is a person in the service of the state; or
c) A person who is an advisor or consultant contracted with the municipality or municipal
entity.
In the service of the state means to be -
a) a member of: -
• any municipal council;
• any provincial legislature; or
• the National Assembly or the National Council of Provinces;
b) a member of the board of directors of any municipal entity;
c) an official of any municipality or municipal entity;
d) an employee of any national or provincial department;
e) provincial public entity or constitutional institution within the meaning of the Public
Finance Management Act, 1999 (Act No.1 of 1999);
f) a member of the accounting authority of any national or provincial public entity; or
g) An employee of Parliament or a provincial legislature.
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.
-
The Tender Part 1 Tender Procedure
CONTRACT NOJRA /:20 /63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
August 2020 T1.4 SCHEDULE OF CONTRACT DOCUMENTS 1.22
F.3.9.2 The arithmetical errors shall be corrected 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.
The Tender Offer will be rejected if the tenderer does not correct or accept the Correction of the arithmetical error in the manner described above.
F.3.11 The procedure for the evaluation of responsive tenders will be a Pass or Fail for scoring
system as laid down in the evaluations criteria section.
F.3.11
The procedure for the evaluation of responsive tenders is Method 2.
The financial offer will be scored using Formula 2 (option 1) where the value of W1 is 90 where
the financial value inclusive of VAT of all responsive tenders received have a value in excess
of R 50 000 000
Up to 10 tender evaluation points will be awarded to Tenderers who complete the referencing
schedule and who are found to be eligible for the preference claimed.
F.3.13.1 Bid offers will only be accepted on condition that:
a) the bidder has in his or her possession a unique security personal identification number (PIN) issued by the South African Revenue Services;
b) the bidder or any of its directors is not listed in the Register of Bid 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; and
c) the bidder has not:
i. abused the Employer’s Supply Chain Management System; or
ii. failed to perform on any previous contract and has been given a written notice to this effect; and
d) Has completed the Compulsory Enterprise Questionnaire and there are no conflicts of interest which may impact on the bidder’s ability to perform the contract in the best interests of the employer or potentially comprise the bid process.
e) He bidder is not in the service of the state
Evaluation Criteria:
i) This Project is estimated to have a cost of more than R50 million and consequently the
Tender proposals will be evaluated in accordance with the 90/10 preference point system,
as contemplated in the Preferential Procurement Policy Framework Act (Act 5 of 2000).
ii) The points out of 90 will be calculated on the basis of price and 10 points on BBB-BEE
status as shown below.
iii) The Functionality Evaluation is indicated below and a full Assessment schedule is on
-
The Tender Part 1 Tender Procedure
CONTRACT NOJRA /:20 /63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
August 2020 T1.4 SCHEDULE OF CONTRACT DOCUMENTS 1.23
F.3.11.2
page 1.24, F3.11.3
iv) Experience of the Company in terms of the stated requirements of the project.
v) Company must have three (3) or more, years‟ experience in the manufacturing of hot
asphalt
vi) The B-BBEE Preference Benefit and Financial Plans of the Bidders who pass the Phase
1 and 2 will be evaluated for ward of the contract.
vii) The point out of 10 will be allocated as contemplated in (MBD 6.1) in the Preferential
Procurement Policy Framework Act, 2011.
viii) The evaluation of Bids will be undertaken in terms of the MFMA
ix) The tender process requires the technical and pricing proposals to be submitted. Weighting
with respect to response evaluation will be applied according to the following broad
guidelines:
SECTION A (PHASE 1: ): SUPPLY CHAIN MANAGEMENT PRE-COMPLIANCE
Bidders must submit the following documents. Failure to submit these forms will lead to
disqualification of your bid.
i. Attendance of compulsory briefing session. Bidders must submit an originally STAMPED and signed certificate of attendance to briefing session that will be issued after the briefing session. (Not applicable to contract no JRA/20/63)
ii. Signed all pages of Tender document.
iii. All required documents attached:
Completed and signed invitation to bid (MBD1)
Completed and signed Tax clearance compliance requirements (MBD 2)
Completed and signed Pricing Schedule (Non-Firm Prices- Purchases) (MBD 3.2)
A unique security personal identification number (PIN) issued by the South African
Revenue Services
Current municipal rates for the Entity and all Directors of the entity not older than 90
days and not more than 3 months in arrears (submit proof of lease agreement where
premises are rented and latest invoice)
Completed and signed Declaration of interest (MBD 4)
Complete and signed Declaration of Procurement above R10 Million (all applicable
taxes included) (MBD 5)
Completed and signed Declaration Of Public Interest Score (PIS) Score
Completed and Signed Preference Points Claim Form in terms of the Preferential
Procurement Regulations 2011 (MBD 6.1)
Completed and Signed Contract Form - Purchase of Goods/Works (MBD 7.1)
Complete and signed Declaration of Bidders past Supply Chain Practices (MBD 8)
Completed and signed Certificate of Independent Bidder determination (MBD 9)
Proof of registration with the Central Supplier Database (CSD).
Latest three (3) year audited financial statements (In case of Close Corporation
Financials must be signed by the Managing Member of the CC).
Proof of CIDB Grading of 6EP or Higher , 1SK or Higher and 1CE or Higher
Letter of Good standing from department of labor (COIDA)
Certified Joint Venture Agreement (In case of Joint Ventures and Consortium, if
applicable
FAILURE TO COMPLETE AND SUBMIT ALL THE MBD DOCUMENTS/FORMS MAY
RESULT IN THE BID BEING DISQUALIFIED]
-
The Tender Part 1 Tender Procedure
CONTRACT NOJRA /:20 /63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
August 2020 T1.4 SCHEDULE OF CONTRACT DOCUMENTS 1.24
Other Pre-Compliance Documents to be submitted with the bid document
The completed tender document shall be scanned page by page and saved in .pdf
format on a CD submitted with the documents. (Soft Copy) OR
Copy of the completed tender document (Hard Copy)
Originally Certified Copy of B-BBEE Certificate issued by SANAS accredited
verification agent
Bank stamped Bidder’s Financial References and Ratings (Form F) ( as per
Financial Intelligence Centre Act (38 of 2001)
Company registration Document
F.3.18 The number of paper copies of the signed contract to be provided by the employer is
ONE.
-
JOHANNESBURG ROADS AGENCY (PTY) LTD
JRA 20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS_________________________________________________________________
25 T1.4 SCHEDULE OF CONTRACT DOCUMENTS
F.3.11.3 EVALUATION CRITERIA
EVALUATION PROCESS
1. This bid will be evaluated in terms of the 90/10 principle as indicated in the bid conditions. 2. The JRA reserves the right to appoint one, more or no bidders at all. 3. Bidders to note that JRA reserves the right to visit the premises of the bidders for due
diligence before appointment is made. 4. Evaluation will be conducted in the following phases:
Phase 1: Pre-compliance: Step 1- It is Mandatory Compliance and bidder will be disqualified
if not complying fully. Step 2- A pre-compliance will be done
Phase 2: Functionality: Bidders need to score a minimum of 70% on functionality here to be
considered for further evaluation. Bidders that score less than the required 70% for phase 2 will be eliminated.
Phase 3: Price and B-BBEE Certificate points. All bids that qualify in terms of phase 1 and
phase 2 will be evaluated here.
a. Prices submitted will be compared to the benchmark completed by the JRA.
b. Only bidders whose price is within 30%, above or below, of benchmark will be
taken into consideration for further evaluation.
c. Bidders that are above bench marked total cost but not exceeding 30%, will be
approached to negotiate rates that are within 5% of the benchmark.
d. Only bidders that are within 30% of benchmark below or up to 5% above of
benchmark, after negotiation will be considered for further evaluation.
e. If no bidder is within 30% of benchmark then JRA reserves the right to consider
the bidder with the highest points for appointment.
f. The B-BBEE Preference Benefit and Financial Plans of the Bidders who fulfilled
all the Functionality Criteria will be evaluated for award of the contract.
g. The JRA will allocate points to the prices using the 90 / 10 formula.
h. The financial plans will be scored using Formula A below.
Formula A: N𝑝 = 90 × (1 − 𝑃𝑡 − 𝑃𝑚𝑖𝑛
𝑃𝑚𝑖𝑛)
-
JOHANNESBURG ROADS AGENCY (PTY) LTD
JRA 20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS_________________________________________________________________
26 T1.4 SCHEDULE OF CONTRACT DOCUMENTS
Bidder to complete the following; failure will result in disqualification Phase 1, Step 1 – Mandatory Compliance (100% Compliance required)
Item Minimum Requirement
Bidder to comply to requirements (Yes/No). If “Yes” ensure the evidence are submitted
Format of evidence
1. Registration
Registered with Department of Labour as an
Electrical Contractor
Proof of registration
2. CIDB
The bidder should have a
CIDB level of at least 6EP
Copy of CIDB registration
3. Wireman’s License
Company to have a person in employment
with a wireman’s
license
Copy of wireman’s license card
Phase 2, Functional Evaluation [(points/300)*100] = ____%
Criteria Form of Evidence
Company Experience
Experience in the installation, maintenance and commissioning of traffic signals
5 years and more experience
35 List of traffic signal bid related projects indicating timeframes and values and,
Copies of completion certificates or close out
3 years and more but less than 5 years’ experience
25
-
JOHANNESBURG ROADS AGENCY (PTY) LTD
JRA 20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS_________________________________________________________________
27 T1.4 SCHEDULE OF CONTRACT DOCUMENTS
Less than 3 years’ experience
0 report for project that are bid related
Project manager Experience
Experience in the installation, maintenance and commissioning of traffic signals
5 years and more experience
25 Comprehensive CV with contactable referees
3 years and more but less than 5 years’ experience
18
Less than 3 years’ experience
0
Previous contracts
Value of previous traffic signal related contracts in last 5 Years
R12 million and more
40 Copies of close out reports or completion certificates or written confirmation from employers
R9 million and more but less than R12 million
28
Less than R9 million
0
Transport Number of vehicles (ldv’s/trucks)
6 vehicles (ldv’s/trucks) or more
40 Poof of existing vehicles available by means of copies of registration certificates, or,
Proof of lease arrangement with a Fleet lease company, or,
Letter of undertaking to obtain additional vehicles.
4 vehicles (ldv’s/trucks) and more but less than 6 vehicles (ldv’s/trucks)
28
less than 4 vehicles (ldv’s/trucks)
0
-
JOHANNESBURG ROADS AGENCY (PTY) LTD
JRA 20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS_________________________________________________________________
28 T1.4 SCHEDULE OF CONTRACT DOCUMENTS
Specialised vehicle
Number of Tower wagons
2 Tower wagons or more
40 Poof of existing vehicles available by means of copies of registration certificates, or,
Proof of lease arrangement with a Fleet lease company, or,
Letter of undertaking to obtain additional vehicles.
1 tower wagon 28
No tower wagon 0
Staff Number of Technicians with trade test in electrical / electronics
6 Technicians or more
40 Copies of trade test certificates in electrical or electronic background or,
Letter of undertaking to obtain technicians within two weeks after award of contract with trade test in electrical or electronic background
4 or 5 technicians
28
Less than 4 technicians
0
Drilling Ability to perform under road, horizontal drilling as per bid requirements
Bidder currently has the ability to perform under road drilling or has an agreement with a subcontractor to perform such work
40 Proof of ability to perform under road drilling indicating completed projects as evidence for evaluation including registration with CIDB for this activity (code CE) or,
Proof of arrangement with a subcontractor with ability to perform under road drilling indicating completed projects as evidence for evaluation including registration with CIDB for this activity (code CE).
No proof submitted of ability required as above
0
-
JOHANNESBURG ROADS AGENCY (PTY) LTD
JRA 20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS_________________________________________________________________
29 T1.4 SCHEDULE OF CONTRACT DOCUMENTS
Road Markings (Thermo Plastic)
Ability to perform Road markings (thermo plastic) as per bid requirements
Bidder currently has the ability to perform road markings (thermo plastic) or has an agreement with a subcontractor to perform such work
40 Proof of ability to perform road markings (thermo plastic) indicating completed projects as evidence for evaluation, including registration with CIDB for this activity (code SK) or,
Proof of arrangement with a subcontractor with ability to perform road markings (thermo plastic) indicating completed projects as evidence for evaluation, including registration with CIDB for this activity (code SK).
No proof submitted of ability required as above
0
-
JOHANNESBURG ROADS AGENCY (PTY) LTD
JRA 20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS_________________________________________________________________
30 T1.4 SCHEDULE OF CONTRACT DOCUMENTS
20. PHASE 3: SCHEDULE OF RATES JRA 20
PREAMBLE TO THE SCHEDULE OF RATES 1. GENERAL
(a) This preamble to the Schedule of Rates provides the Bidder(s) with guidelines and requirements with regard to the completion of the Schedule of Rates. The Schedule has to be completed in black ink.
(b) The Schedule of Rates shall be read with all the documents which form part of this Contract.
(c) The following words shall have the meanings hereby assigned to them:
Unit: The unit of measurement for each item of work. Rate: The payment per unit of work at which the Bidder(s) bids to do the
work. Lump sum: An amount bidded for an item, the extent of which is described in the
Schedule of Quantities and the Special Conditions and Specifications, but the quantity of work of which is not measured in any units.
(d) Where Provisional Costs Sums are specified, the Contractor(s) will be required to submit a quotation from the service provider for the cost and indicate the handling fee that he will be charge on this amount.
(e) No separate amount is allowed for establishment on site. The rates shall make provision for establishment on site at each location / installation.
(f) The schedule of Rates makes provision for a typical traffic light intersection and includes sections for reconstruction and maintenance. The total of the summary is not the contract value - the total value of the contract will depend on the number of new traffic signal installations, the layout of each intersection, the number of intersections reconstructed/altered and the extent of routine maintenance required by the Employer.
2. PAY ITEMS
(a) The abbreviated descriptions of the payment items given in the Schedule of Rates are only for the purposes of identifying the items and providing specific details. Reference shall be made, inter alia, to the Special Conditions and Specifications, General Conditions of Contract and Conditions of Bid for more detailed information regarding the extent of the work entailed under each item.
(b) The item numbers appearing in the Schedule of Rates do not correspond to the item numbers in the Special Conditions and Specifications.
-
JOHANNESBURG ROADS AGENCY (PTY) LTD
JRA 20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS_________________________________________________________________
31 T1.4 SCHEDULE OF CONTRACT DOCUMENTS
(c) The units of measurement indicated in the Schedule of Rates are metric units. The following abbreviations are used in the pay items of the Schedule of Rates: lm = Linear metre m² = square metre m³ = cubic metre l = litre h = hour No = number % = percent prov sum = provisional sum The Lot = all equipment on TS pole
3. RATES
(a) Bidder shall submit a rate for each item and sub-item, failure will lead to bid not being considered for further evaluation.
(b) The Bidder(s) must fill in a rate for each item in the Schedule of Rates. Items against which no rate is entered or where a word or phrase such as “included” or “provided elsewhere” has been entered, will be accepted as a rate of nil (R0,00) having been entered against such items. Any work executed to which such a pay item applies, shall be measured under the appropriate items in the Schedule of Rates and valued at a rate of nil (R0,00). The rate of nil shall be valid irrespective of the quantities during the execution of the Contract.
(c) The Bidder(s) shall not group together a number of items and bid one rate for such group of items.
(d) All rates and sums of money quoted in the Schedule of Rates shall be in rands and
whole cents. Fractions of a cent shall be discarded.
(e) The rates submitted must exclude VAT
(f) Rates to be inclusive of all transport costs.
(g) The pricing schedule allows for some items to be linked to SEIFSA price adjustments. The bidder however need to state the percentage of the rate quoted that are linked to SEIFSA. If the bidder fails to state the percentage then it will be taken that the bidder does not require price adjustments for the specific item.
-
JOHANNESBURG ROADS AGENCY (PTY) LTD
JRA 20/63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS_________________________________________________________________
32 T1.4 SCHEDULE OF CONTRACT DOCUMENTS
4. METHOD OF MEASUREMENT
(a) The work shall be measured in accordance with the methods described in the documents which form part of this Contract. Attention is directed to the provisions of the Special Conditions and Specifications regarding the measurement of quantities.
(b) Unless otherwise stated, items are measured nett in accordance with the JRA drawings and Project Specifications and no allowance is made for waste or work in excess of that specified.
-
JOHANNESBURG ROADS AGENCY (SOC) LTD (JRA)
CONTRACT NO: JRA 20/63 CONDITIONS OF BID – APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
33
FORM OF BID SCHEDULE OF RATES NB Any alterations to the bid documents must be signed in full by the bidder(s)’s authorised
signatory and an accompanying letter from the bidder(s) on their official letterhead will indicate such alterations. Failure to observe this might disqualify the bid.
Any completion of the bid document in pencil or erasable ink shall not be accepted and shall disqualify the bid.
At the discretion of the JRA Project Representative, the Contractor(s) must carry out any of the tasks listed below, payment will be certified for actual measured quantities during the execution of the contract
-
JOHANNESBURG ROADS AGENCY (SOC) LTD (JRA)
CONTRACT NO: JRA 20/63 CONDITIONS OF BID – APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS (CIDB GRADING 6EP OR HIGHER AND CIDB 1SK OR HIGHER AND CIDB 1CE OR HIGHER)
34
SIGNED ON BEHALF OF THE BIDDER(S): ...............................................................
NAME OF SIGNATORY (IN CAPITALS): ........................................................................
SIGNED ON THIS THE ......................……. DAY OF ......................................……….. 20__
ON BEHALF OF: ...............................................................................................
ADDRESS: ...............................................................................................
...............................................................................................
TELEPHONE NUMBER: ............................................................
TELEX NUMBER: ............................................................
FAX NUMBER: ........................................................................
AS WITNESS: ........................................................................
(NAME IN CAPITALS)
SIGNATURE: ........................................................................
-
JOHANNESBURG ROADS AGENCY (SOC) LTD (JRA)
CONTRACT NO: JRA/20/63 - CONDITIONS OF BID – APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36
MONTHS
35
JRA 23
REFERENCE PAGE (To be completed by bidder)
Company and reference number
Duration of contract
Description of services provided
Budget of Project
Cost management (poor, fair, good)
Quality of work (poor, fair, good)
On time (Y/N)
Contact person that can provide information on the products
Telephone number
e-mail address of contact person
-
JOHANNESBURG ROADS AGENCY (SOC) LTD (JRA)
CONTRACT NO: JRA/20/63 - CONDITIONS OF BID – APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36
MONTHS
36
JRA 24 CURRENT CONTRACT (To be completed by bidder)
JRA 25
RECORD OF SERVICES PROVIDED TO ORGANS OF STATE (To be completed by bidder) Bidders are required to complete this record in terms of the Supply Chain Management Regulations issued in terms of the Municipal Finance Management ACT OF 2003.
Company and reference number
Duration of contract Description of services provided
Budget of Project Contact person that can provide information on the contract
Telephone number e-mail address of contact person
-
JOHANNESBURG ROADS AGENCY (SOC) LTD (JRA)
CONTRACT NO: JRA/20/63 - CONDITIONS OF BID – APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36
MONTHS
37
Include only those contracts where the bidder identified in the signature block below was directly contracted by the Employer. Bidders must not include services provided in terms of a sub-contract agreement. Where contracts were awarded in the name of a joint venture and the bidder formed part of that joint venture, indicate in the column entitled “Title of the contract for the service” that the contract was in joint venture and provide the name of the joint venture that contracted with the employer. In the column for the value of the contract for the service, record the value of the portion of the contract performed (or to be performed) by the bidder. Complete the record or attach the required information in the prescribed tabulation.
All goods delivered / services commenced or completed to an organ of state in the last 5 years
Organ of state, i.e. national or provincial department, public entity, municipality or municipal entity.
Title of contract for the service / goods delivered
Value of contract incl VAT (Rand)
Date completed (State current if not yet completed).
1.
2.
3.
4.
5.
6.
7.
8.
(Attach additional pages if more space is required). The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise, confirms that the contents of this schedule are within my personal knowledge and are to the best of my belief both true and correct.
NAME ……………………………………………………… SIGNATURE……………………………………………………… DATE ……………………………………… CAPACITY …………………………………………….. SIGNED AT ………………………………………………………………………….. ON THIS DAY OF …………………………………………………………………………………………………………………………………… WITNESS 1 FULL NAME ………………………………………………………. SIGNATURE …………………………………………………………………………… WITNESS 2 FULL NAME ……………………………………………………….. SIGNATURE ……………………………………………………………………………..
-
JOHANNESBURG ROADS AGENCY (SOC) LTD (JRA)
CONTRACT NO: JRA/20/63 - CONDITIONS OF BID – APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES
REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS
38
-
JOHANNESBURG ROADS AGENCY (SOC) LTD (JRA)
CONTRACT NO: JRA/20/63 - CONDITIONS OF BID – APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES
REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS
39
JOHANNESBURG ROADS AGENCY (SOC) LTD
CONTRACT NO: JRA / 20 / 63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS
T1.4 SCHEDULE OF CONTRACT DOCUMENTS
-
The Tender Part 1 Tender Procedure
CONTRACT NO:20-63
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS
August 2020 T1.4 SCHEDULE OF CONTRACT DOCUMENTS 1.28
T1.4 SCHEDULE OF CONTRACT DOCUMENTS
This bid is one complete document that includes all the necessary documents indicated under “Contents”
on page 3.
Bidders should take note that if they submit their own conditions attached to the proposal for consideration
it will not be accepted as forming part of this contract. In such a case the bidder will be disqualified.
The following documents form part of this Contract:
THE TENDER (VOLUME 1)
PART 1: TENDER PROCEDURE
SANS 294: 2004 – Standard Conditions of Tender (Annex F). This publication is available from Standards
South Africa (a division of SABS) Tel (012) 428-6929/33.
THE TENDER (VOLUME 2)
PART 2: RETURNABLE DOCUMENTS AND SCHEDULES
Schedule of Returnables
THE CONTRACT (VOLUME 3)
PART 3: AGREEMENT AND CONTRACT DATA
The General Conditions of Contact for Construction Works (2010), published by the South African Institution
of Civil Engineering. This publication is available from the South African Institution of Civil Engineering (Tel:
(011) 805-5949).
PART 4: ANNEXURES
SANS 294: 2004 – Standard Conditions of Tender. This publication is available from Standards South Africa
(a division of SABS) Tel (012) 428-6929/33.
-
August 2020 RETURNABLE DOCUMENTS AND SCHEDULES 2.1
JOHANNESBURG ROADS AGENCY (SOC) LTD
CONTRACT NO:JRA / 20/ 63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS
THE TENDER (VOLUME 2)
PART 2. RETURNABLE DOCUMENTS AND SCHEDULES
-
The Tender Part 2
Returnable Documents and Schedules CONTRACT NO: JRA / 20 /63 APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS
August 2020 RETURNABLE DOCUMENTS AND SCHEDULES 2.2
CONTRACT NO: JRA /20/ 63
FOR
APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS
TABLE OF CONTENTS PAGE
PART 1.TENDER PROCEDURE ..................................................................................... 1.2
T1.1 TENDER NOTICE AND INVITATION TO TENDER ................................................. 1.5
T1.2 PROJECT DESCRIPTION ...................................................................................... 1.8
T1.3 TENDER DATA ..................................................................................................... 1.13
T1.4 SCHEDULE OF CONTRACT DOCUMENTS ......................................................... 1.27
PART 2.RETURNABLE DOCUMENTS AND SCHEDULES ............................................ 2.1
FORM A: MBD 7.1 CONTRACT FORM - PURCHASE OF GOODS/WORKS .................. 2.4
FORM B: CERTIFICATE OF AUTHORITY OF SIGNATORY .......................................... 2.6
FORM C: DETAILS OF BIDDER ..................................................................................... 2.8
FORM D: PRICING SCHEDULE & REQUIREMENTS ........................................................... 2.9
FORM D1: FORM OF BID .............................................................................................. 2.13
FORM D2: FORM OF BID 2 ........................................................................................... 2.14
FORM E: RECORD OF ADDENDA TO BID DOCUMENTS .......................................... 2.15
FORM F: COMPANY FINANCIAL REFERENCE AND RATINGS ................................. 2.16
FORM G: MBD 6.1 POINTS CLAIMED FOR B-BBEE STATUS .......................................... 2.18
FORM H: MBD 4 DECLARATION OF INTEREST ................................................................. 2.25
FORM I: MBD 2 TAX CLEARANCE COMPLIANCE REQUIREMENTS ........................ 2.28
FORM J: CURRENT MUNICIPAL CHARGES ....................................................................... 2-29
FORM K: VENDOR NUMBER REGISTRATION WITH CENTRAL SUPPLIER DATABASE ......................................................................................................................... 2-31
FORM L: MBD 8 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT. ......................................................................................................................... 2-32
FORM M: MBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION ................... 2-34
FORM N: REFERENCES (TO BE COMPLETED BY BIDDER) ............................................ 2-37
FORM O: CURRENT CONTRACTS (TO BE COMPLETED BY BIDDER) ........................... 2-38
FORM P: RECORD OF SERVICES PROVIDED TO ORGANS OF STATE (TO BE COMPLETED BY BIDDER) ........................................................................................... 2-39
FORM Q: DECLARATION OF BIDDERS LITIGATION HISTORY ................................. 2-41
FORM R: MBD 3.2 PRICING SCHEDULE – NON-FIRM PRICES (PURCHASES) ........ 2-42
FORM S: DEFAULT CLAUSE ....................................................................................... 2-43
-
The Tender Part 2
Returnable Documents and Schedules CONTRACT NO: JRA / 20 /63 APPOINTMENT OF CONTRACTORS FOR ALL TRAFFIC SIGNAL ACTIVITY FUNCTIONS (INCLUDING ELECTRICAL, ROAD MARKING AND DRILLING) AND ASSOCIATED CONSTRUCTION ACTIVITIES REQUIRED FOR INSTALLATIONS, MODIFICATIONS AND MAINTENANCE OF TRAFFIC SIGNALS INCLUDING THE SUPPLY OF REQUIRED MATERIALS ON JRA ROAD INFRASTRUCTURE AS AND WHEN REQUIRED FOR A PERIOD OF 36 MONTHS
August 2020 RETURNABLE DOCUMENTS AND SCHEDULES 2.3
FORM T: MBD 7.1 CONTRACT FORM - PURCHASE OF GOODS/WORKS ................ 2-44
FORM U: DELIVERY TIMES\QUANTITIES ............................................................................ 2-45
FORM V: HOLIDAY PERIOD ARRANGEMENTS..............................................................