· Web viewCurrent maintenance intervention has failed to bring them to acceptable standards....
Transcript of · Web viewCurrent maintenance intervention has failed to bring them to acceptable standards....
SUPPLY CHAIN MANAGEMENT
SCOPE OF WORK
PROJECT DESCRIPTION: The Appointment of a Team of Consultants and a 6GB
Contractor on a Turnkey Project for the Upgrade of
Pienaarspoort and Mamelodi Garden Stations
1. Introduction
Pienaarspoort and Mamelodi Garden Stations are critical and support the overall
improvement and acceptance of the Testing Corridor. The Capital Budget was previously
not allocated on the two Stations, mainly because the two station were to be upgraded
and improved under the Modernisation Programme by PRASA Tech. The Modernisation
Programme experienced challenges or delays in implementing Pienaarspoort and
Mamelodi Stations.
The New Train Service is to run between Saulsville Station and Pienaarspoort Station
(via Pretoria) and will start in February 2017 as this is the expected date for the new
rolling stock to set off. With the arrival of new trains, most of the smaller stations in the
Saulsville and Pienaarspoort (via Pretoria) Corridor has recently been upgraded to
ensure that the customer experience is enhanced and that the stations can cope with
future demands. Although the Pienaarspoort and Mamelodi Stations are functional, they
still posed various health, fire and safety hazards due to their poor infrastructural
conditions and as such need to be upgraded as a matter of urgency under NSIP.
PRASA CRES project team scoped the current conditions and subsequently estimated
cost of upgrading the stations in question to fully operational stations which meet the
standards of the proposed new train service. The project team assessed the current
state of the stations to determine the cost of rehabilitating the stations to the respective
Page 1 of 13
operational standard. The estimates were based on the work to be done on the stations
against what was previously paid for similar stations along the same corridor i.e.
improvement and upgrade recently done at Loftus Station in Pretoria
Prasa Cres Executive Management has taken the decision to upgrade Pienaarspoort
and Mamelodi Gardens Stations. The decision was based on aligning the stations along
the Mamelodi corridor to be in upgraded to the same condition as the projects on the
current Testing Corridor in order to be ready to accommodate the rollout of the new
trains.
The assessments and synopsis of the stations facilities at Pienaarspoort and Mamelodi
Gardens Stations have deteriorated to a point where rehabilitation is required. Current
maintenance intervention has failed to bring them to acceptable standards.
2. Background Information
A number of the Metrorail stations within the Northern Gauteng Region have not been
upgraded over a long time and Pienaarspoort and Mamelodi Gardens Stations are
amongst those stations on the Mamelodi/Pretoria Station Corridor that are in a bad state
of repairs and need attention to ensure that it is in a satisfactory condition and are health
and safety compliant and contribute to the commuter experience.
The scope was identified by PRASA internal team and the professional team
commissioned to assess the extent of the upgrade. The works identified for the upgrade
are security wall, storm water, paving and screed on the sub walkway.
The works identified is estimated at R 10 000 000.00
The services required for a turnkey contractor are as follows:
Page 2 of 13
The additional services of a Quantity Surveyor must be engaged because:
A conflict of interest exist as the client cannot be a principal agent as well on a
capital project in terms of the construction contract;
An unbiased and professional review is needed for construction documents
prepared by the DB Contractor’s design team for payment recommendation;
All the skills needed to execute the subject capital projects are not available from
the PRASA personnel;
The volume and extend of the subject capital projects is such that the existing
personnel compliment will not be able to cope with the work load; and
The time available to execute the subject capital projects does not allow for
training and recruitment of personnel resources to execute it in-house.
3. Objective of the Proposed Project
The objective of the submission is to obtain consortium with a CIDB 6GB contractor to
design on a Turnkey Contract.
The turnkey procurement is motivated by the PRASA wants to speed-up project
delivery, which is asking for contractual collaboration among PRASA, PRASA’s
consultants, Design-Built Contractor and tenants to collectively manage and
appropriately share the risk, responsibility and liability of project delivery.
The Turnkey solution is also sought mainly for one point of accountability and the time
constraints.
Page 3 of 13
Parts of the additional benefit of the project are as follows:
Reduction of maintenance and operational costs
Income generation through leasing the building
Portfolio maximisation
Customer satisfaction
Improved employee morale
4. Scope of Works and Areas of Focus
The required Consulting firm will be expected to do an analysis and thorough
assessment on the building regarding the proposed space and occupation thereof.
The preferred bidder, based on the project brief, will amongst others provide the
following services:
Assessment reports
Technical design reports
Preliminary drawings
Detailed designs
Detailed specifications with
Quantify the works and produce working Bills of Quantities
Facilitate procurement process of a building contractor
Monitor construction phase
Issue progress reports
Facilitate and chair project meetings
Ensure health and safety
Update and develop drawings to produce as built
Preparation of final account
Closeout project
In essence the project will have a Design Team and the expectation is to provide the
following services
1. Quantity Surveying Services - Principal Consultant, to quantify the work to be
carried out
2. Architectural Consultant – to do building drawings and align to building regulations
and standards and acquire occupancy certificates
Page 4 of 13
3. Electrical and Mechanical service – Design of electrical and mechanical
requirements as set out by client
4. Structural Engineer - Provide structural integrity reports and advisory on any
losses/gains of structural strength
5. Health and Safety Services – to ensure safety standards are in order throughout
the project
6. Construction Team - The below is a scope of works defining the activities to be
performed in each area.
Scope of Works and Areas of Focus
Existing Structures and Ticket Office Re-paint the building. Install floor tiles. Fix and replace ceiling and skirting. Replace doors and handles Lighting to be improved Work top in the kitchen New kitchen units Hydro boil Install blinds Install chromadek rain water goods Fix and replace door and window frames Replace sanitary fittings Install signage Provide hawkers stalls Install tarmac at the entrance Fix and install aircons Install roller shutter doors
Platform New benches and chair backs on the existing fixed benches New water pump for the water tank Re-marking white lines Install tactile Provide Prasa signage Install new bins Design new ramp for disabled access Paint footbridge Fix and replace paving Fix and install shelters with chromadek roof sheeting and rain water goods Install new LED lights Fix and repaint palisade fence
Public Ablutions Relocate and construct public ablutions
Page 5 of 13
Wall and floor tiles. Plumbing work. Water closets, wash hand basins, and urinals. Lighting to be checked.
Waiting Area
Construct a new waiting area
Electrical Works: Lighting LED
Upgrade of DBs
Cabling and power skirtings’
Relocate KIOSK to plattform
Plumbing Works: Water pressure upgrade
Drainage
Sanitary ware
Air-conditioning Equipment: Installation of Hideaways
Installation of Split units
Central Units
Windows: Blinds
Replace cracked glass
Repair broken frames
Carpentry and Joinery: Doors
High security locking system
Counters (Reception, Kitchen, Serving, etc.)
Signage: Internal Signage
External Signage
5. Specifications of the Work or Products or Services Required
Page 6 of 13
The Specification that will be applied for this project is as per the Prasa Office
specification Blue Print. See attached.
The project will require a Contractor that is graded on the CIBD as 6GB and above. The
contractor required should be able to deliver works as per the drawings below and the
attached office specifications.
The following sample pictures depict the current status of the stations, earmarked for
improvement under NSIP.
Page 7 of 13
Re-wiring of Distribution board Replace lights at the entrance
Replace tiles Replace existing toilet
6. Time Frames / Programs
Contract period
The construction period of this project is anticipated to be 3 months from date of site handover.
7. Evaluation Criteria
Page 8 of 13
The evaluation should be done in three stages as follows:
Stage 1: Compliance Requirements
Bidders shall comply with the following requirements failure to comply may lead to disqualification: [list project specific compliance requirements. i.e. CIDB, PSIRA].
a) Valid BBBEE Certificate from a SANAS accredited rating agency
c) Completed and signed Bid Forms of PRASA with all the annexures thereto;
d) Certificate for Attendance of Compulsory Briefing Session;
e) Retention or Guarantees
f) Company Registration Documents;
g) Letter of Good Standing (i.e. COID);
h) Contents of Register of Directors as issued by CITC;
i) Joint Venture or Consortium Agreement (whichever is applicable);
j) Proof of UIF registration;
k) Proof of Bank Account (i.e. cancelled cheque or letter issued by the bank);
l) Copies of Directors’ ID documents; and
m) Company Letter Head.
n) CSD Registration
m) Professional Team
Quantity Surveyor Architectural Consultant Electrical and Mechanical Engineer Civil and Structural Engineer Occupational Health and Safety Consultants Building Contractor
Stage 2: Technical / Functionality Requirements
Evaluation of Multi-Disciplinary Built Environment Professional Team
Page 9 of 13
CRITERIA SUB-CRITERIA SCORING MAXIMUM POINTS
Completion for building and construction projects of
similar scope and budget (CIDB 6 GB Grading), or
higher. References should be
accompanied by completion
certificates from the Client)
Score will be based on successfully executed and completed similar projects in the Civil Engineering and Construction environment over the last five years of which details are provided:
1. Submit proof of : Appointment letter from client. 2. Final Account 3. Practical Completion certificates
Similar Type – Office Blocks, Tenant Installation, Building Refurbishments, Building Renovation, each project equal or exceeding the CIDB Grading of 6 GB of project on tender
5 = proof of 5 projects and above4 = Proof of 4 Projects3 = Proof of 3 Projects2 = Proof of 2 Projects1 = Proof of 1 Project
20%
Qualifications and
Competencies of Key Staff
Points allocated for qualifications and professional registration for each professional, Design, Engineering, and Technical Category.
1. Certified qualifications 2. Certified professional registration 3. CV
B Degree (B Tech or B Eng) plus 10 years of Experience and above ( extra year for Diploma )
B Degree (B Tech or B Eng) plus 8 years of Experience and above ( extra year for Diploma )
B Degree (B Tech or B Eng) plus 6 years of Experience and above ( extra year for Diploma )
B Degree (B Tech or B Eng) plus 4 years of Experience and above ( extra year for Diploma )
B Degree (B Tech or B Eng) plus 2 years of Experience and above ( extra year for Diploma )
5-Professionally Registered personnel for all categories ( Evidence is CV + certified Proof of Qualifications + certified Proof of Professional registration) with SACPCMP and/or SACQSP and/or ECSA and/or SACAP or similar endorsed in RSA4-Professionally for all categories un-Registered personnel with minimum of Bachelor's Degree in the built environment ( CV + Certified Proof of Qualifications )3-Professionally for all categories un-Registered personnel with National Diploma in the built environment (CV + Certified Proof of Qualifications)2-Professionally for all categories un-Registered personnel with Certificate in the built environment (CV + Certified Proof of Qualifications)1-No relevant qualifications in the built environment
10%
Approach and Methodology
Points allocated for submission of Methodology that is detailed , project specific and have milestones
5-Submission of approach and methodology plus 1. Detailed 2. Project Specific 3. Milestones4-Submission of approach and methodology plus 1. Detailed and any 1 of 2. Project Specific or 3. Milestones3-Submission of approach and methodology plus any 2 of the three requirements met 1. Detailed 2. Project Specific or 3. Milestones2-Submission of approach and methodology plus any of 1. Detailed 2. Project Specific or 3. Milestones1-Submission of 1 requirement
5%
Client Satisfaction
Letter
Points allocated for a submitted Client Satisfaction Letters
5-Submission of letter from at least 5 + clients4-Submission of letter from at least 4-5 clients
5%
Page 10 of 13
3-Submission of letter from at least 2-3 clients2-Submission of letter from at least 2 clients1-Submission of letter from at least 1 client
Professional Team Sub-Total 40%
Main Building Construction Evaluation (6GB or higher )CRITERIA SUB-CRITERIA SCORING MAXIMUM POINTS
Organisational Experience Projects)
At least a minimum of 5 completed projects of grade 6 GB with contactable reference
Attach Completion Certificates or any proof of completion certified by the Client
Similar Type – Office Blocks, Tenant Installation, Houses, Building Refurbishments, Building Renovation, each project equal or exceeding the CIDB Grading of 6 GB of project on tender
Attach letters of Appointment and Completion Certificates5 = proof of 5 projects and above4 = Proof of 4 Projects3 = Proof of 3 Projects2 = Proof of 2 Projects1 = Proof of 1 Project
25%
Plant and Equipment
Proof of ownership of plant and equipment or proof of account to hire [100% = 1 Tipper Truck, 1 Tonne Bakkie, Power Tools, Laser levelling tools, Ladder, Hand Tools(shovels, chisels, scrapers, hammers, Hands Saws, measuring tools, trowels, floats and knives)
Ownership = Certified Asset Register
5 = 100% Proof of all owned equipment4 = 80% Proof of owned or 100% Proof of account to Hire3 = 70% Proof of owned or 80% Proof of account to hire2 = 50% Proof of ownership or 70% account to hire1 = Less than 50% and no proof of account to hire
20%
Health and Safety Report
1. Provide a competent Safety Officer with a minimum of 3 years industry experience and registered with the SACPCMP(Attach CV and qualifications)
2. Provide a project specific and comprehensive baseline risk assessment.
3. Complete (S&H evaluation Sheet)
4. Provide a valid Workman’s compensation registration certificate
5 = All required information4 = 1,2,3 and 4 without the registration with the SACPCMP3 =Provision of item 1 and 2, without 3 and/or 4.2 = Provision of 2 and 3 without 1 and / or 41 = Provision of only 1 requirement
“Kindly note that you are required to submit a comprehensive safety file for approval on appointment as the preferred bidder.”
15%
Construction Team Sub-Total 60%
TOTAL 100%
Stage 3: Pricing and BBBEE
The formula for calculating price scores is as follows:
Page 11 of 13
Only Bidders who have achieved the 70% minimum threshold for Technical / Functional
evaluation will be evaluated for the Price and B-BBE components.
Pricing Evaluation: A maximum of 80 points is allocated for price. The evaluation for price will be done based on
the following formula:
Ps=80[1−Pt−PminPmin]
Where:Ps = Points scored for price of tender under considerationPt = Rand value of tender under considerationPmin = Rand value of lowest acceptable tender
B-BBEE Evaluation:
A maximum of 20 points is allocated for B-BBEE. The allocation of points for B-BBEE is as
follows:
B-BBEE Status Level of
Contributor
Number of points( 90/10
system) above R50 Million
Number of points (80/20
system) below R50 Million
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
Evaluation criteria Weighting
Page 12 of 13
Stage 1: Compliance Requirements
Security Screening Compliance
CIDB Grading 6 GB
Bank Rating Compliance
Stage 2: Technical / Functionality Requirements
Technical Threshold of 70 %
Stage 3: Pricing and B-BBEE
BBBEE 20
Price 80
TOTAL 100
Page 13 of 13