bid specification template 1635... · web viewthe bidder must be capable of maintaining down-flow,...

103
Annexure 1: BID SPECIFICATION RFB REF. NO: RFB 1635/2017 DESCRIPTION PROCUREMENT OF A SERVICE PROVIDER FOR PREVENTATIVE AND CORRECTIVE MAINTENANCE TO THE SOUTH AFRICAN POLICE SERVICE SWITCHING CENTRES AND NODAL POINT SITES BRIEFING SESSION NO VENDOR BRIEFING SESSION WILL BE HELD CLOSING DATE FOR QUESTIONS / QUERIES 17 NOVEMBER 2017 RFB CLOSING DETAILS DATE: 10 NOVEMBER 2017 TIME: 11:00 (SOUTH AFRICAN TIME) PLACE: TENDER OFFICE, PONGOLA IN APOLLO, 459 TSITSA STREET, ERASMUSKLOOF, PRETORIA (HEAD OFFICE) PUBLIC OPENING OF RFB RESPONSES DATE: 10 NOVEMBER 2017 TIME: 12:00 (SOUTH AFRICAN TIME) PLACE: TENDER OFFICE, PONGOLA IN APOLLO, 459 TSITSA STREET, ERASMUSKLOOF, PRETORIA (HEAD OFFICE) SS VALIDITY PERIOD 120 DAYS FROM THE CLOSING DATE 1 of 103 CONFIDENTIAL

Upload: vonguyet

Post on 06-Mar-2018

216 views

Category:

Documents


4 download

TRANSCRIPT

Page 1: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Annexure 1:BID SPECIFICATION

RFB REF. NO: RFB 1635/2017

DESCRIPTION

PROCUREMENT OF A SERVICE PROVIDER FOR PREVENTATIVE AND

CORRECTIVE MAINTENANCE TO THE SOUTH AFRICAN POLICE

SERVICE SWITCHING CENTRES AND NODAL POINT SITES

BRIEFING SESSION NO VENDOR BRIEFING SESSION WILL BE HELD

CLOSING DATE FOR

QUESTIONS / QUERIES17 NOVEMBER 2017

RFB CLOSING DETAILS

DATE: 10 NOVEMBER 2017

TIME: 11:00 (SOUTH AFRICAN TIME)

PLACE: TENDER OFFICE, PONGOLA IN APOLLO, 459 TSITSA STREET,

ERASMUSKLOOF, PRETORIA (HEAD OFFICE)

PUBLIC OPENING OF RFB

RESPONSES

DATE: 10 NOVEMBER 2017

TIME: 12:00 (SOUTH AFRICAN TIME)

PLACE: TENDER OFFICE, PONGOLA IN APOLLO, 459 TSITSA STREET,

ERASMUSKLOOF, PRETORIA (HEAD OFFICE)

SS VALIDITY PERIOD 120 DAYS FROM THE CLOSING DATE

1 of 80CONFIDENTIAL

Page 2: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ContentsANNEX A: INTRODUCTION................................................................................................................................. 3

1. PURPOSE AND BACKGROUND......................................................................................................................... 3

1.1. PURPOSE........................................................................................................................................................31.2. BACKGROUND................................................................................................................................................31.3. OBJECTIVE......................................................................................................................................................3

2. SCOPE OF BID.................................................................................................................................................. 4

2.1. SCOPE OF WORK.............................................................................................................................................42.2. SCOPE OF EQUIPMENT...................................................................................................................................42.3. ADDITIONAL CLARIFICATION PROVIDED.........................................................................................................42.4. DELIVERY ADDRESS.........................................................................................................................................4

3. TECHNICAL REQUIREMENT OVERVIEW............................................................................................................ 6

4. BID EVALUATION STAGES................................................................................................................................ 6

ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION...............................................................................................7

5. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS..................................................................................7

5.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION...................................................................................75.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS................................................................................7

ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS.......................8

6. TECHNICAL MANDATORY................................................................................................................................ 8

6.1. INSTRUCTION AND EVALUATION CRITERIA....................................................................................................86.2. TECHNICAL MANDATORY REQUIREMENTS.....................................................................................................86.3. DECLARATION OF COMPLIANCE...................................................................................................................10

7. TECHNICAL FUNCTIONALITY.......................................................................................................................... 10

8. PROOF OF CONCEPT...................................................................................................................................... 10

ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC).......................................................................................11

9. SPECIAL CONDITIONS OF CONTRACT.............................................................................................................. 11

9.1. INSTRUCTION...............................................................................................................................................119.2. SPECIAL CONDITIONS OF CONTRACT............................................................................................................119.3. DECLARATION OF ACCEPTANCE...................................................................................................................36

ANNEX A.4: COSTING AND PRICING..................................................................................................................... 38

10. COSTING AND PRICING.................................................................................................................................. 39

10.1. COSTING AND PRICING EVALUATION...........................................................................................................3910.2. COSTING AND PRICING CONDITIONS............................................................................................................4010.3. DECLARATION OF ACCEPTANCE...................................................................................................................4010.4. BID PRICING SCHEDULE................................................................................................................................42

ANNEX A.5: TERMS AND DEFINITIONS................................................................................................................. 53

1. ABBREVIATIONS............................................................................................................................................ 53

ANNEX A.6: BIDDER SUBSTANTIATING EVIDENCE................................................................................................54

2 of 80CONFIDENTIAL

Page 3: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A: INTRODUCTION

1. PURPOSE AND BACKGROUND

1.1. PURPOSE

The purpose of this RFB is to invite Bidders (hereinafter referred to as “bidders”) to submit bids to

provide maintenance services to Electrical, HVAC, Fire suppression and Environmental monitoring

equipment located in all the South African Police Services Switching Centres and Nodal points for a

period of 36 months.

1.2. BACKGROUND

The South African Police Services (SAPS) is commissioned to provide a comprehensive safety and

security services to ensure the safety of the people in South Africa. These services are provided on

a 24x7x365 basis from thousands of SAPS service outlets, including police stations, facilities,

administration offices and border control points that are distributed across South Africa.

Electronic Communication between SAPS service outlets is achieved by means of the SAPS wide

area network (WAN) comprising of approximately 25 major telecommunication Switching Centres

and approximately 38 Nodal (secondary) telecommunication centres throughout South Africa.

A typical Switching Centre is equipped with an electric diesel power generator, interruptible power

supply unit, HVAC unit, fire suppression system and an environmental monitoring and physical

access control system to ensure high availability and security of the telecommunication switching

equipment that are housed inside the Switching Centre.

To ensure that the Switching Centres and Nodal sites maintain its high availability requires a

comprehensive preventative and corrective maintenance to be performed at regular intervals.

1.3. OBJECTIVE

The business objective of the maintenance service is to maintain high availability of the Switching

and Nodal Centres by means of:

(a) Preventative maintenance procedures to reduce the risk or prevent a failure to any component ;

(b) Corrective maintenance procedures to restore/replace any critical failed components;

3 of 80CONFIDENTIAL

Page 4: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

2. SCOPE OF BID

2.1. SCOPE OF WORK

The scope of work by the bidders is to provide comprehensive maintenance and related services, comprising –

(a) Provide preventative maintenance at regular intervals to the equipment in switching and nodal centres as per Section 9 Special Condition of Contract item 16 below;

(b) Replenish diesel fuel to diesel powered electric generators when necessary as per Annex A.5 Section 11.4;

(c) To provide Corrective Maintenance to repair, replace, fix or adjust significant equipment and defects and failures, including the required replacement of significant units, parts, modules and components on an ad-hoc callout basis. See Annex A.5 Section 11.2.

2.2. DELIVERY ADDRESS

The services must be provided at the South African Police Services sites listed as a technical schedule and reference as per section Annex A5 Section Error: Reference source not found .

2.3. CUSTOMER INFRASTRACTURE AND ENVIRONMENT

The scopes of equipment to be maintained are –

(a) Heating, ventilation and air-conditioning (HVAC) subsystem;

(b) Diesel powered Electric Generators and related electric cables, electric switch gear;

(c) Uninterruptable Power Supply subsystem (including batteries);

(d) CCTV systems;

(e) Access Control systems;

(f) Fire suppression systems;

(g) Telecommunication racks and cabinets;

(h) Environmental monitoring system; and

(i) Electrical distribution boards.

See Annex A.5 section 11.3 for complete listing of equipment’s per switching or nodal site.

3. Technical requirement overviewRefer Section 9, Special Conditions of Contract, Statement of Work and Service requirements.

4. BID EVALUATION STAGES

(1) The bid evaluation process consists of several stages that are applicable according to the nature of the bid as defined in the table below.

4 of 80CONFIDENTIAL

Page 5: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Stage Description Applicable for this bid

Stage 1 Administrative pre-qualification verification YES

Stage 2A Technical Mandatory requirement evaluation YES

Stage 2B Technical Functionality requirement evaluation NO

Stage 2C Technical Proof of Concept requirement evaluation NO

Stage 3 Special Conditions of Contract verification YES

Stage 4 Price / B-BBEE evaluation YESThe bidder must qualify for each stage to be eligible to proceed to the next stage of the evaluation.

5 of 80CONFIDENTIAL

Page 6: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A.1: ADMINISTRATIVE PRE-QUALIFICATION

5. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

5.1. ADMINISTRATIVE PRE-QUALIFICATION VERIFICATION

(1) The bidder must comply with ALL of the bid pre-qualification requirements in order for the bid to be accepted for evaluation.

If the Bidder failed to comply with any of the administrative pre-qualification requirements, or if SITA is unable to verify whether the pre-qualification requirements are met, then SITA reserves the right to –

(a) Reject the bid and not evaluate it, or

(b) Accept the bid for evaluation, on condition that the Bidder must submit within 7 (seven) days any supplementary information to achieve full compliance, provided that the supplementary information is administrative and not substantive in nature.

5.2. ADMINISTRATIVE PRE-QUALIFICATION REQUIREMENTS

(1) Submission of bid response: The bidder has submitted a bid response documentation pack

(a) that was delivered at the correct physical or postal address and within the stipulated date and time as specified in the “Invitation to Bid” cover page, and;

(b) in the correct format as one original document, two copies and one CD.

Attendance at compulsory briefing session: If a compulsory briefing session was called, then the bidder has signed the briefing session attendance register using the same information (bidder company name, bidder representative person name and contact details) as submitted in the bidders response document.

Registered Supplier: The bidder is, in terms of National Treasury Instruction Note 3 of 2016/17, registered as a Supplier on National Treasury Central Supplier Database (CSD).

Pre-qualifying statement criteria: Only companies that are defined as SMMEs in accordance with DTI B-BBEE Codes of Good Practice (i.e. EME or QSE or Designated Groups), with a minimum B-BBEE status level One (1) or Two (2) contributor and are Black owned shall participate in this tender/s.

6 of 80CONFIDENTIAL

Page 7: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A.2: TECHNICAL MANDATORY, FUNCTIONALITY AND PROOF OF CONCEPT REQUIREMENTS

6. TECHNICAL MANDATORY

6.1. INSTRUCTION AND EVALUATION CRITERIA

(1) The bidder must comply with ALL the requirements by providing substantiating evidence in the form of documentation or information, failing which it will be regarded as “NOT COMPLY”.

(2) The bidder must provide a unique reference number (e.g. binder/folio, chapter, section, page) to locate substantiating evidence in the bid response. During evaluation, SITA reserves the right to treat substantiation evidence that cannot be located in the bid response as “NOT COMPLY”.

(3) The bidder must complete the declaration of compliance as per section 6.2 below by marking with an “X” either “COMPLY”, or “NOT COMPLY” with ALL of the technical mandatory requirements, failing which it will be regarded as “NOT COMPLY”.

(4) The bidder must comply with ALL the TECHNICAL MANDATORY REQUIREMENTS in order for the bid to proceed to the next stage of the evaluation.

6.2. TECHNICAL MANDATORY REQUIREMENTS

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

(1) CERTIFICATION: CIDB

The Bidder must be registered with the CIDB in a bidder grading designation equal to or higher than a 6-EB and 6-ME class of construction work.

Provide a copy of a valid CIDB Certificate of the bidder indicating clearly (a) the name of the registration authority (i.e. CIDB), (b) the name of the registered bidder, (c) the CIDB grading 6-EB and 6-ME, (d) the date it was issued and (e) if applicable, the expiry date.

7 of 80CONFIDENTIAL

Page 8: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

(2) CERTIFICATION: ELECTRICAL Contractor

The Bidder must be registered at the Department of Labour as an Electrical Contractor.

Provide a copy of a valid Certificate of the bidder indicating clearly (a) the name of the registration authority (i.e. Department of Labour), (b) the name of the registered bidder, (c) the nature of work being an Electrical Bidder, (d) the date it was issued and (e) the expiry date.

(3) CERTIFICATION: GAS PRACTITIONER

The Bidder must be registered at the South African Qualification and Certification Committee (SAQCC) as a Refrigerant Gas Practitioner.

Provide a copy of a valid Certificate of the bidder indicating clearly (a) the name of the registration authority (i.e. SAQCC), (b) the name of the registered bidder, (c) the nature of work being a Refrigerant Gas Practitioner, (d) the date it was issued and (e) the expiry date.

(4) PREVIOUS EXPERIENCE AND CAPABILITIES

The Bidder must during the past five (5) years have executed (or currently executing) at least two (2) specialised electrical and mechanical maintenance contracts within a High Availability Environment (i.e. hospital, arrival/departure terminals of an airport, data centre of a bank, government data centre or switching centre).

Provide two (2) signed and dated letter of affirmation or a copy of a signed and dated contract from customers to whom the project or service was delivered. The letter or contract must indicate:(a) The customer Company name and physical address;(b) Customer contact person’s name, telephone number and email address;(c) The high availability environment (i.e. hospital, arrival/departure terminals of an airport, data centre of a bank, government data centre or switching centre)(d) Project or Service scope of work (i.e. Electrical and Mechanical maintenance);

8 of 80CONFIDENTIAL

Page 9: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

TECHNICAL MANDATORY REQUIREMENTS Substantiating evidence of compliance(used to evaluate bid)

Evidence reference(to be completed by bidder)

(e) Product scope;(f) Project Start and End Date;

6.3. DECLARATION OF COMPLIANCE

Comply Not ComplyThe bidder declares by indicating with an “X” in either the “COMPLY” or “NOT COMPLY” column that –

(a) The bid complies with each and every TECHNICAL MANDATORY REQUIREMENT as specified in SECTION 6.2 above; AND

(b) Each and every requirement specification is substantiated by evidence as proof of compliance.

7. TECHNICAL FUNCTIONALITYNOT APPLICABLE FOR THIS BID

8. PROOF OF CONCEPTNOT APPLICABLE FOR THIS BID

9 of 80CONFIDENTIAL

Page 10: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A.3: SPECIAL CONDITIONS OF CONTRACT (SCC)

9. SPECIAL CONDITIONS OF CONTRACT

9.1. INSTRUCTION

(1) The successful bidder will be bound by Government Procurement: General Conditions of Contract (GCC) as well as this Special Conditions of Contract (SCC), which will form part of the signed contract with the successful Bidder. However, SITA reserves the right to include or waive the condition in the signed contract.

(2) SITA reserves the right to –

(a) Negotiate the conditions, or

(b) Automatically disqualify a bidder for not accepting these conditions.

(3) In the event that the bidder qualifies the proposal with own conditions, and does not specifically withdraw such own conditions when called upon to do so, SITA will invoke the rights reserved in accordance with subsection 9.1(2) above.

(4) The bidder must complete the declaration of acceptance as per section 9.3 below by marking with an “X” either “ACCEPT ALL” or “DO NOT ACCEPT ALL”, failing which the declaration will be regarded as “DO NOT ACCEPT ALL”

9.2. SPECIAL CONDITIONS OF CONTRACT

(1) CONTRACTING CONDITIONS

(a) Formal Contract. The bidder must enter into a formal written Contract (Agreement) with SITA.

(b) Right to Audit. SITA reserves the right, before entering into a contract, to conduct or commission an external service provider to conduct a financial audit or probity to ascertain whether a qualifying bidder has the financial wherewithal or technical capability to provide the goods and services as required by this tender.

(2) STATEMENT OF WORK

Preventative Maintenance:

(a) Preventive maintenance comprises of a program of activities, performed periodically, on site. This includes checks, searching for abnormalities, abnormality corrections, adjustments, tests, measurements, internal and external cleaning, surveys, as well as the analysis and replacement / repair of units, parts, modules, components, and spare parts to ensure optimal performance, effective performance, and performance according to the Original Equipment Manufacturer’s specifications. (see Special Conditions of Contracts, item 17)

(b) Note: If any component fails due to lack preventative maintenance, then the cost of repair must be for the account of the bidder.

(c) Provide upgrades and replacement of equipment as per customer requests;

10 of 80CONFIDENTIAL

Page 11: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(d) Provide service management services, including request management, incident management, problem management, configuration management and service performance management;

(e) Provide free in-post training to responsible SAPS and SITA service personnel during scheduled maintenance visits.

(f) Provide maintenance administration service, including maintenance planning, records management, spares and consumable inventory management and equipment warranty management.

(g) The bidder must take note that a full maintenance service agreement means fixes are inclusive of all spares at no additional cost to SITA.

Corrective Maintenance:

(a) Corrective Maintenance is carried out to repair, replace, fix or adjust significant equipment and defects and failures, including the required replacement of significant units, parts, modules and components

(b) Corrective Maintenance refers to the repair of any breakages and replacement of all consumables and infrastructure as follows but not limited to:

UPS batteries PC boards Power supplies Lights Generator mechanical breakages UPS power modules Gas refill Lightning, damage resulting from ordinary use and power spikes (Act of God) Theft The calls for Corrective Maintenance will be logged via a call or when proactively

notified.(c) NOTE: Corrective maintenance service agreement on the listed infrastructure

equipment as per Pricing Schedule 1 is required for a period of 36 months.

Support and Maintenance Requirements:(a) After the award to the successful bidder must ensure that he or she establishes back to

back agreements with OEM’s to ensure any spare parts are available as per maintenance schedule for any SAPS Switching Centre and Nodal point sites equipment that is used by SAPS.

(b) The bidder must be capable to provide the related services in all nine (9) provinces.

(3) Part replacement

(a) The bidder must provide quotation for the replacement of the equipment as per the Replacement Schedule Annex 5.11 List equipment annexure???

11 of 80CONFIDENTIAL

Page 12: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(4) DELIVERY ADDRESS

(a) The services must be provided at the SAPS Switching Centres and SAPS Nodal point sites as per Annex A.5 section 11.1 below

(5) CERTIFICATION, EXPERTISE AND QUALIFICATION

(c) The Bidder represents that,

(i) it has the necessary expertise, skill, qualifications and ability to undertake the work required in terms of the Statement of Work or Service Definition and;

(ii) it is committed to provide the Products or Services; and

(iii) Perform all obligations detailed herein without any service interruption to the Customer.

(iv) at the time of the contracting the intended personnel who will carry out the maintenance have the required qualifications for the following:

Electrical (generator, UPS and power distribution boards)

HVAC systems

Fire detection and prevention system

Access control system

CCTV system

Centralized building and environmental system management system.

(d) The Bidder must provide the service in a good and workmanlike manner and in accordance with the practices and high professional standards used in well-managed operations performing services similar to the Services;

(e) The bidder shall have trained personnel available to fulfil its obligations and ensure the skills level of technicians and support personnel to be of a high standard. The bidder shall be able to maintain all infrastructure equipment as well as provide infrastructure upgrades and service requests as and when required. The maintenance service will be available 24-7-365.

(f) The Bidder must perform the Services in the most cost-effective manner consistent with the level of quality and performance as defined in Statement of Work or Service Definition;

(6) ELECTRICAL WORK

The Bidder must ensure that Electrical Work is performed as prescribed by the Occupation Health and Safety Act (Act 85 of 1993 as amended), Electrical Regulations 2009, including,

(i) The person performing the electrical work is registered at the Department of Labour as an Electrical Bidder;

(ii) The standard of work conforms to SABS SANS 10142-1: The code of practice for wiring of premises; and

12 of 80CONFIDENTIAL

Page 13: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(iii) Any Electrical installation or alteration is certified after completion of work by means of a Certificate of Compliance.

(iv) CIDB 6EB

(7) CARBON FOOTPRINT

The bidder must insure that processes or system in place to monitor carbon footprint impact with specific reference to Air Conditioning and Fire Suppression fugitive gases.

(8) SERVICE HISTORY

The bidder must insure that the processes and/or procedures and/or systems are in place to track work performed and ensure that the following components:

Electrical (generator, UPS and power distribution boards)

HVAC systems

Fire detection and prevention system

Access control system

CCTV system

Centralized building and environmental system management system.

receives the specified periodic services, this information must be readily available to SITA at no extra charge.

(9) SKILLS TRANSFER AND TRAINING RELATED REQUIREMENTS

(i) The Bidder must ensure that the SITA/SAPS technical staff receives the required training to ensure the safe operation of the new equipment.

(ii) The in-post training provided must include the possible primary cause and solutions to all the alarm events that can be encountered on the new equipment.

(iii) Free In-post training must be provided on an on-going basis to ensure that the responsible SITA/SAPS technical staff is acquainted with the safe operation of the equipment and interpretation of all alarm conditions.

(iv) The bidder must provide the required free in-post training material i.e. instruction manual to the responsible SITA/SAPS technical staff.

(10) QUALITY AND STANDARDS

(h) The bidder must adhere to the provisions within the following minimum Standards and Acts during the full period of this contract. It is taken that the bidder is familiar and conversant with these Standards and Acts.

(ii) The Bidder must for the duration of the contract ensure compliance with ISO 9001

13 of 80CONFIDENTIAL

Page 14: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(iii) Occupational Health and Safety Act, inclusive of the Regulations contained within this Act, with specific reference to the Lead Regulations, Environmental Regulations, Driven Machinery Regulations, Electrical Machinery Regulations, Electrical Installation Regulations and SANS 10142, and Pressure Equipment Regulations.

(iv) Registered with Department of Labour as Installation Electrician to oversee changes where changes or extensions are made to the electrical installation and to issue a Certificate of Compliance as prescribed by the Occupational Health and Safety Act.

(v) Registered as a SAQCC Gas registered refrigerant gas practitioner for the installation, repair or modification and/or maintenance of a refrigeration system

(vi) National Key Points Act 1980 as amended.

(vii) Environmental Conservation Act 1989 as amended.

(viii) SAPS site access and security policy.

(ix) SAPS Change Control Policy.

(x) Any approved new site equipment installations and enhancements of Switching Centre Infrastructure must be quality assured and comply with all applicable SABS standards as well as municipality standards.

(i) Electrical Work. The Bidder must ensure that Electrical Work is performed as prescribed by the Occupation Health and Safety Act (Act 85 of 1993 as amended), Electrical Regulations 2009, including,

(ii) The person performing the electrical work is registered at the Department of Labour as an Electrical Bidder;

(iii) The standard of work conforms to SABS SANS 10142-1: The code of practice for wiring of premises; and

(iv) Any Electrical installation or alteration is certified after completion of work by means of a Certificate of Compliance.

(v) CIDB 6EB

(j) Heating, Ventilation and Air Conditioning (HVAC) work. The Bidder must ensure the HVAC work is performed as prescribed by the Occupation Health and Safety Act (Act 85 of 1993 as amended), Pressure Equipment Regulations, including,

(ii) The Bidder is registered at the South African Qualification and Certification Committee (SAQCC) as a Refrigerant Gas Practitioner; and

(iii) The installation, repair, maintenance or modification to HVAC equipment is performed by a Refrigerant Gas Practitioner in accordance with Pressure Equipment Regulation.

14 of 80CONFIDENTIAL

Page 15: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(k) Original Equipment Manufacturer (OEM) work. The Bidder must be certified by the OEM to maintain the equipment. Refer to paragraph 12 “Support and Maintenance Requirement and Annexure A.7 for List of equipment.

(11) PERSONNEL SECURITY CLEARANCE

(l) The bidder shall be responsible for his own personal security, staff security, and security escort when executing Preventive, Corrective and Emergency Maintenance duties. This security cost is deemed part of and included in the contractual rates for full preventive and corrective maintenance.

(m) The bidder personnel who enter into SAPS restricted areas must adhere to SAPS security standards that are applicable.

(n) The Bidders personnel who are required to work with GOVERNMENT CLASSIFIED information or access government RESTRICTED areas must be a South African Citizen and at the expense of the Bidder be security vetted (pre-employment screening, criminal record screening and credit screening).The bidder’s personnel who are required to work with information related to NATIONAL SECURITY must have a valid South African security clearance or must apply within 30 days of the signed contract for a security clearance to the level of CONFIDENTIAL at the expense of the bidder from the South African State Security Agency or duly authorised Personnel Security Vetting entity of SA Government.

(o) The bidder must ensure that the security clearances of all personnel involved in the Contract remains valid for the period of the contract.

(12) CONFIDENTIALITY AND NON-DISCLOSURE CONDITIONS

(p) The bidder, including its management and staff, must before commencement of the Contract, sign a non-disclosure agreement regarding Confidential Information.

(q) Confidential Information means any information or data, irrespective of the form or medium in which it may be stored, which is not in the public domain and which becomes available or accessible to a Party as a consequence of this Contract, including information or data which is prohibited from disclosure by virtue of:

(ii) the Promotion of Access to Information Act, 2000 (Act no. 2 of 2000);

(iii) being clearly marked "Confidential" and which is provided by one Party to another Party in terms of this Contract;

(iv) being information or data, which one Party provides to another Party or to which a Party has access because of Services provided in terms of this Contract and in which a Party would have a reasonable expectation of confidentiality;

(v) being information provided by one Party to another Party in the course of contractual or other negotiations, which could reasonably be expected to prejudice the right of the non-disclosing Party;

15 of 80CONFIDENTIAL

Page 16: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(vi) being information, the disclosure of which could reasonably be expected to endanger a life or physical security of a person;

(vii) being technical, scientific, commercial, financial and market-related information, know-how and trade secrets of a Party;

(viii) being financial, commercial, scientific or technical information, other than trade secrets, of a Party, the disclosure of which would be likely to cause harm to the commercial or financial interests of a non-disclosing Party; and

(ix) being information supplied by a Party in confidence, the disclosure of which could reasonably be expected either to put the Party at a disadvantage in contractual or other negotiations or to prejudice the Party in commercial competition; or

(x) information the disclosure of which would be likely to prejudice or impair the safety and security of a building, structure or system, including, but not limited to, a computer or communication system; a means of transport; or any other property; or a person; methods, systems, plans or procedures for the protection of an individual in accordance with a witness protection scheme; the safety of the public or any part of the public; or the security of property; information the disclosure of which could reasonably be expected to cause prejudice to the defence of the Republic; security of the Republic; or international relations of the Republic; or plans, designs, drawings, functional and technical requirements and specifications of a Party, but must not include information which has been made automatically available, in terms of the Promotion of Access to Information Act, 2000; and information which a Party has a statutory or common law duty to disclose or in respect of which there is no reasonable expectation of privacy or confidentiality;

(r) Notwithstanding the provisions of this Contract, no Party is entitled to disclose Confidential Information, except where required to do so in terms of a law, without the prior written consent of any other Party having an interest in the disclosure;

(s) Where a Party discloses Confidential Information which materially damages or could materially damage another Party, the disclosing Party must submit all facts related to the disclosure in writing to the other Party, who must submit information related to such actual or potential material damage to be resolved as a dispute;

(t) Parties may not, except to the extent that a Party is legally required to make a public statement, make any public statement or issue a press release which could affect another Party, without first submitting a written copy of the proposed public statement or press release to the other Party and obtaining the other Party's prior written approval for such public statement or press release, which consent must not unreasonably be withheld.

(13) GUARANTEE AND WARRANTIES

16 of 80CONFIDENTIAL

Page 17: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(u) In case infrastructure equipment needs to be replaced all relevant guarantees and warranties must be honoured by the service provider. At expiry of the three year contract, the service provider will transfer the warranty/guarantee to SAPS.

(v) the Product is in good working order, free from Defects in material and workmanship, and substantially conforms to the Specifications, for the duration of the Warranty period;

(w) during the Warranty period any defective item or part component of the Product be repaired or replaced within 3 (three) days after receiving a written notice from SITA;

(x) the Products is maintained during its Warranty Period at no expense to SITA;

(y) the Product possesses all material functions and features required for SITA’s Operational Requirements;

(z) the Product remains connected or Service is continued during the term of the Contract;

(aa) all third-party warranties that the bidder receives in connection with the Products including the corresponding software and the benefits of all such warranties are ceded to SITA without reducing or limiting the bidder’s obligations under the Contract;

(bb) no actions, suits, or proceedings, pending or threatened against it or any of its third party bidders or sub-bidders that have a material adverse effect on the bidder’s ability to fulfil its obligations under the Contract exist;

(cc) SITA is notified immediately if it becomes aware of any action, suit, or proceeding, pending or threatened to have a material adverse effect on the bidder’s ability to fulfil the obligations under the Contract;

(dd) any Product sold to SITA after the Commencement Date of the Contract remains free from any lien, pledge, encumbrance or security interest;

(ee) SITA/SAPS use of the Product and Manuals supplied in connection with the Contract does not infringe any Intellectual Property Rights of any third party;

(ff) the information disclosed to SITA/SAPS does not contain any trade secrets of any third party, unless disclosure is permitted by such third party;

(gg) it is financially capable of fulfilling all requirements of the Contract and that the bidder is a validly organized entity that has the authority to enter into the Contract;

(hh) it is not prohibited by any loan, contract, financing arrangement, trade covenant, or similar restriction from entering into the Contract;

(ii) the prices, charges and fees to SITA as contained in the Contract are at least as favourable as those offered by the bidder to any of its other customers that are of the same or similar standing and situation as SITA/SAPS; and

(jj) any misrepresentation by the bidder amounts to a breach of Contract.

(14) TECHINCAL SUPPORT CALL CENTRE REQUIREMENTS

17 of 80CONFIDENTIAL

Page 18: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(g) The service provider shall have a 24/7/365 Technical Call Centre.

(h) This Call Centre shall have multiple telecommunication lines and shall have a 100% telecommunication uptime and 100% Information Technology uptime. This Call Centre shall be equipped with backup power sources and shall have a 100% power uptime. The bidder shall have a disaster recovery site to which Call Centre operations can be routed, should the primary Call Centre encounter a disaster. The disaster recovery site shall be operational and functional and be able to manage 25% of the operations within 15 minutes, 50% of the operations within 30 minutes, and able to manage full strength within 60 minutes.

(i) The staff manning the bidder’s Call Centre shall have a technical background and understand the Data Centre Environmental system. This Call Centre shall supervise the actions of the technicians on the call out and ensure that the most suitable technical, safe, and economical action is taken to resolve the incident with no risk to SITA and so as to prevent a failure in the SAPS Infrastructure.

(j) In the event that SITA’s email system is down, the above correspondence shall revert to telephonic correspondence with telephonic updates.

(k) The service provider shall have a proper incident management process in place to ensure that the best possible levels of service quality and availability are maintained.

(l) The Maintenance Bidder shall have an External Escalation Matrix in place within one week of contract award to manage external escalations against his Call Centre. The Maintenance Bidder shall also have an Internal Escalation Matrix in place within one week of contract award to indicate to SITA how internal escalations within the Call Centre shall run.

(m) Proper problem management needs to be implemented by the bidder to eliminate recurring incidents, and to minimize the impact of incidents that cannot be prevented.

(n) Configuration management needs to be implemented to ensure the infrastructure equipment performance, and operational information can be measured throughout its life.

(15) SERVICE LEVEL PERFORMANCE REQUIREMENTS

(o) Service providers must adhere strictly to the required maintenance schedules as per OEM requirement:

(i) 1 Hour Maximum Time To Respond (MaxTTResp) will be required.

(ii) 2 Hour Maximum Time To Repair (MaxTTRep) will be required on all infrastructure.

(p) All Service Level metrics indicated are applicable any time of the year.

(16) MAINTENANCE SCHEDULE:

Air Conditioning Units(a) The bidder must provide the following air-conditioning service as per each of the OEM

specifications services:

18 of 80CONFIDENTIAL

Page 19: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(i) The bidder must check service date, recorded run hours, temperature set point and recorded room temperature on a monthly basis.

(ii) The bidder must check for humidity set point, recorded room humidity and visible alarms Y/N and state alarm types on a monthly basis.

(iii) The bidder must clean filter, Rinse Humidifier bottle, Check water supply leaks and Check drains for blockages on a quarterly basis.

(iv) The bidder must check the condensate drain on steam distributor, check discharge pressure and suction pressure C1 & C2 KPA, check coil fins for blockages and check fan vibration/belt tension and bearing noise on a quarterly basis.

(v) The bidder must check the terminals and wiring check for condenser coil cleanliness, check condenser fan, Evap. Fan Amps L1/L2/L3, Compressor No. 1 & 2 Amps L1/L2/L3 and Humidifier Amps L1/L2/L3 on a quarterly basis.

(vi) The bidder must ensure in cases where there is an air-conditioner installed in the UPS battery room that it is fully operational and serviced on a monthly basis.

(vii) The bidder must ensure that the maintenance schedule is followed as non-compliance could invalidate the equipment’s warranty.

(viii) The bidder must on a quarterly basis:

Isolate unit and check for loose electrical connections Check Vacuum circuit board and tighten connections Test and check for leaks Clean outside condenser coil Inspect condition and check operation of condenser fan Inspect and test safety pressure switches Check and clean evaporator coil (inside) Check humidifier. If contaminated, replace evaporator bottle assembly Clean filters, if dust - impregnated, replace Clean supply fan Inspect condensing fan bearings Check condensing fan blade for cracks Inspect evaporator fan bearings Clean drip tray and drain pump (if installed) Clean drain pipe to ensure water runs freely Check unit for signs of rust – clean and paint necessary Straighten fins on coil with fin comb to assist air flow Check and Replace all covers and screws Restart unit and check that refrigerant is charged Clean unit and Re-commission unit

(ix) Full Air-conditioning, Direct Expansion Units

Every One Month inspection and maintenance:

19 of 80CONFIDENTIAL

Page 20: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Do visual and audible check for abnormalities, oil or water leaks, malfunction, etc.

Check abnormal temperature or vibration on bearings. Record details of equipment installed and condition of same. Check alarm history on Controller and record on field report. Rectify alarm conditions and record. The alarm history shall not be reset. Observe any abnormal noise and vibration and rectify. Check and adjust temperature settings as necessary Record damages / malfunctions. Make Recommendations. Issue field report.

(x) Every Three Months inspection and maintenance:

Check / reset differential pressure switches if fitted. Air Supply & Condenser Fan(s) – Check for free running. Clean and lubricate. Compressors – Check and Run Filter Drier – Check temperatures entering / leaving. Replace if necessary.

Confirm that the existing filter dryer is of correct capacity for the unit fitted to. Replace if necessary.

Supply Air – Check for water carry over. Condensate Tray and Drain – Check and clean. Controls – Check function / alarm history / settings and record data. Control – replace controller batteries where required. Grilles / Diffusers – Check for damage and blockages as well as corrosion. Fix

or replace as necessary. Check that condensate water drain in the Pan / Chassis of the unit is clean and

free of any obstructions. And that the unit is mounted to a slight angle to facilitate easy drainage.

Check all belts and belt drives. Adjust as required. Check and inspect fan drive and holding down bolts. Check functioning of fire dampers on each floor, simulate fire conditions. Check operation of expansion valve. Check refrigeration system sight glasses for moisture and refrigerant levels. Cleaning of all ventilation door, ceiling, wall grilles and diffusers on an ongoing

basis.

(xi) Every Six Months inspection and maintenance:

Ensure casing is properly sealed. Seal around window unit with white silicone if required (if applicable). Air Filter(s) – Check condition and / or change / wash if necessary. Test for refrigerant leaks. Refrigerant – Check LP and HP Pressure. In the event that the pressures are

out of specified limits, the bidder shall investigate the root cause and fix. Condensing / Evaporating pressures – check, compare to manufacturer

requirements and record both the value measured and the manufacturer specified operating value.

Check High and Low Pressure Switches for operation. Reset if necessary.

20 of 80CONFIDENTIAL

Page 21: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Air Heaters – Function test. Replace damaged, warped or burnt-out elements. Heater Safety Stat – check function. Reset if tripped. Check thermostat functions. Calibrate / repair / replace as required. Check

that the thermostat bulb is correctly located in front of the Evaporator coil. And replace if required.

Treat for rust as required by wire brushing the affected area to expose bare metal, and touch up with an aerosol-type under-coat and two coats of colour-matched finishing coat of aerosol paint. Report major corrosion on unit to client and make recommendation (e.g. galvanized materials to be used).

When treating for rust the unit must be removed from the vandal cages, in the event that the vandal cages are rusting, clean the rust off with sand paper and wire brush. Paint with cold galvanizing paint and repaint with a silver aluminium paint to ensure protection.

Check Air-conditioner Control Unit thresholds (max 28 Degrees Celsius, min 18 Degrees Celsius, temp settings)

Switch the air conditioner off at the circuit breaker. Switch back on and check if the unit restarts automatically at the previous temperature setting. If the unit does not restart automatically, reprogram for automatic restart at previous temperature.

Record running amps and compare to name plate data. Check and record compressor full load operating amperages Check insulation on chilled piping for signs of deterioration. Repair/ replace as

required. Simulate alarms and test the air conditioner environmental alarms with the NOC.

(xii) Every Twelve Months inspection and maintenance:

Ensure that all electrical connections and wiring is secure. Use proper tools. Check contactors for burned/ pitted contacts. Rectify as required. Check for burnt and discoloured wiring and rectify. Brush clean evaporator coils. Spray clean evaporator and condenser coil Record refrigerant type used. Check for coil damage / air obstructions. Straighten coil fins using 'Fin-Comb'

tool where required, and clean surfaces of the Condenser and Evaporator coils using a portable air-blower tool. Where 'dry' air-blower cleaning action is not effective make use of water and suitable solvent.

(xiii) The bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any other make of HVAC units that is used

Generators(a) The bidder must provide the following generator services as per each of the OEM

specifications:

21 of 80CONFIDENTIAL

Page 22: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(i) The bidder must change Engine Oil and Replace Oil Filter on a quarterly basis. Use manufacturer specified oil respectively.

(ii) The bidder must check PTO Clutch Adjustment on a quarterly basis. Lubricate PTO Clutch Levers and Linkage if required, on a six monthly basis.

(iii) The bidder must service the generator’s battery; check Manual Belt Tensioner and Belt Wear on a quarterly basis.

(iv) The bidder must clean the Crankcase Vent Tube on a quarterly basis.

(v) The bidder must check and repair if necessary the Air Intake Hoses, Connections on a six monthly basis.

(vi) The bidder must check and replace the Air filter on a six monthly basis.

(vii) The bidder must replace the Fuel Filter Element on a six month basis.

(viii) The bidder must check the Automatic Belt Tensioner and Belt Wear on a quarterly basis.

(ix) The bidder must check the Cooling System and Coolant Solution; analyse and add as require. Pressure Test Cooling System on a six monthly basis.

(x) The bidder must check the Crankshaft Vibration Dampers on a twelve monthly basis. Replace crankshaft damper at 4500 hours or 60 months, whichever occurs first.

(xi) The bidder must flush the Cooling System on a twelve month basis.

(xii) The bidder must test the Thermostats on a twelve month basis.

(xiii) The bidder must check and Adjust Engine Valve Clearance on a twelve monthly basis.

(xiv) The bidder must replace the primary air cleaner element when restriction indicator shows a vacuum of 625 mm (25 in.) H2O.

(xv) The bidder must use COOL-GARD or equivalent and the flushing interval must be done on a twelve monthly basis.

(xvi) The bidder must check for water in the generator’s diesel supply tank, this must be performed on a six monthly basis either by means of “water paste”, or by drawing a small quantity of fuel up a pipe for inspection.

(xvii) The bidder must on a monthly basis perform a visual check for any obvious problems, loose parts, leaks etc. on the Generator, the following will specifically be checked:

Fuel system for any signs of leaks or damage. The pre-heater for operational status. The oil level at the dipstick. Check water level in radiator. Fuel level should be at least one third full. The Alarm Panel and Controls for normal and error - free conditions. The Battery charging current and voltage for between 1 – 2 amps at 24 volts. Battery cables and connections for continuity and absence of corrosion.

22 of 80CONFIDENTIAL

Page 23: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

A general check will be made for any unsafe or hazardous conditions. Check for any leakages on exhaust and for any liquid on the floor. Check the pressure on all the gauges. Keep a log of the start and finish readings on the hour meter for audit and

warrantee purposes. Test the generator’s performance against that of the manufacturer’s specified

performance. Adjust and repair where required. (Full details shall be noted in the service pack of what the initial setting was, and what the adjusted setting is).

The fuel filters shall be replaced. The replacement date shall be indicated on the filter casing (where casings are part of the filter element).

Drain the water sediment (Water Trap) from the fuel filter. Replace all air filters. The replacement date shall be indicated on the filter

casing. Change the Oil and Oil Filters. The replacement date shall be indicated on the

filter casing. Drain and flush the coolant system and renew the coolant mixture and refill to

required operational level. The bidder shall confirm the position of the water supply beforehand.

Replace the water caps on the radiators / heat exchangers. Check Alternator connections and tighten if necessary. Check and set tappet clearances. Check and set the start-up fuel mixture. Check automatic belt tensioner (where applicable) and ensure proper

operation. Pressures test the cooling system. Test / simulate alarms on protection devices and confirm that the generator(s)

stops during these alarm conditions (overheating, low oil pressure, low coolant level, emergency stop).

Test / simulate alarms on the Reverse Power Flow Protection System devices and confirm that the generators are protected against reverse power flow under synchronized conditions.

Check Diesel Level and record. Check General Condition. Check Drive Belts (where applicable). Check for leaks and repair (water, oil, and others). Replace all rubber hoses with new. Replace all rubber couplings (between pump and motor) on all the pumps

with new. Replace all rubber couplings on the heat exchangers with new. Check battery levels, battery terminals, and battery condition. If the battery is

older than 12 months, replace. Check operation of Heaters, Battery Trickle Charger and Control Panel.

Repair / replace if required. Visually inspect the entire Exhaust System and repair where required. (The

bidder does not need to allow for scaffolding). Pressure clean the radiator fins / cooling tower fins.

23 of 80CONFIDENTIAL

Page 24: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

The spray nozzles on the cooling towers shall be inspected for proper operation and be cleaned where required.

Manual operated fuel pumps shall be tested for correct operation. Electrical motorized fuel pumps shall be tested for correct operation. Bulk tank fuel pumps and fuel level controls shall be tested for full operation. Confirm the correct operation and accuracy of the cooling circuit temperature

meters (where applicable). Clean the entire generator system. Clean below the generator system. Clean the generator plant rooms. Replace all faulty light lamps in the generator rooms. Search for abnormalities, correct abnormalities, make required adjustments

so that the plant conform to EOM specifications and operational requirements.

Replace the fuel tank’s diesel level indication pipe.

(xviii) The bidder must make sure the generator is on automatic mode on arrival and ensure it is on automatic mode and operational when leaving the site.

(xix) The bidder must provide runtime specification for generator as per manufacturer’s requirement. Start generator and run generator as per manufacturer’s requirement on a monthly basis.

(xx) The bidder must simulate power failure by switching off the mains auxiliary switches and let the standby generator start up automatically and let it run for at least 30 minutes on a monthly basis.

(xxi) The bidder must be capable of maintaining any other type and make of generator or power generating technology infrastructure that is used by SAPS.

(xxii) Generators fitted on trailers, maintenance must be provided to the lights, brakes, tyres, and rust on the trailers must be checked and treated on a six monthly basis to ensure reliability and availability thereof.

(xxiii) Once the generator service is completed, the bidder shall:

After ensuring that all UPS batteries are in a good condition, and that the UPSs have no active Alarms, conduct an Off-load test run on the generator.

Should the Off-load generator test proof to be successful, conduct a Grid Failure and run the generator plant for 60 minutes. Where the site is fed from a Medium Voltage supply connection, the generator maintenance bidder shall provide a certified high voltage electrician (11 kV and higher) with full protective clothing to conduct the electrical switching for the power failure simulation to test the generators. The associated cost for this MV switching is deemed part of the quoted cost.

Check the fuel level, battery voltage, oil pressure and engine temperature. If any of these are outside of the acceptable parameters, terminate the test and repair.

Check turbochargers for excessive noise. Check for cooling phase being activated when shutting down. The generator cool down cycle shall be set to minimum 7 minutes.

24 of 80CONFIDENTIAL

Page 25: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Ensure there are no leaks (fuel, water and oil) or other visible damage. Ensure that the plant is in Auto Mode before leaving site. The bidder shall perform checks, search for abnormalities, correct

abnormalities, make required adjustments so that the plant conform to OEM specifications and operational requirements, and cleaning to ensure that the entire standby generator system shall perform and operate optimally, efficient, and safely.

Uninterruptible Power Supply (Ups)(a) The bidder must provide the following (UPS) Uninterruptible Power Supply services as

per each of the OEM specifications:

(i) The bidder must record System input: Voltage. S1 /Rectifier & S2/Bypass, Current. S1/Rectifier & S2/Bypass, Frequency, Power factor and Power (kW, kVA, kvars) on a monthly basis.

(ii) The bidder must record System Output: Voltage, Current, Frequency, Power factor, KW Record Dc: Dc Voltage, Rectifier current, Charger current on a monthly basis.

(iii) The bidder must listen for strange noises (Fans, Input and Output transformers), Ensure that no alarms are activated, Check the filters on the front door, Check for dust inside the UPS unit, Ensure Static Bypass supply available, Ensure Total Bypass supply available, Ensure Battery backup available , Check all UPS circuits switched on, on a monthly basis.

(iv) Service provider must ensure that the electronic control and alarm cards are dust free. The bidder must clean the outside of the cabinet with a damp cloth, do not use cleaning solvents such as mentholated spirits, white spirits or benzene as these will damage the paint finish; this must be done on a quarterly basis.

(v) The bidder must listen for strange noises (Fans, Input and Output transformers, Ensure Total Bypass supply available, Ensure Static Bypass supply available, Ensure Battery backup available, Measure and note battery bank voltage, 2.25V per cell for vented cells and 2.27V for sealed cells. A 2% tolerance is acceptable for both types of batteries at 20°C.

(vi) Check general appearance and cleanliness of the battery room. Inspect the batteries for any defects, for e.g. cracks on a monthly basis.

(vii) Sealed Batteries: Please note cell voltages may differ on cells by 0.12V for the first six months

(viii) Check that there are no earth fault currents; this must be done on a monthly basis.

(ix) For separate UPS rooms, the bidder must record room temperature and status of room on a monthly basis.

(x) The bidder must on a monthly basis verify that the equipment is within specifications, perform a visual Inspection and ensure that all system components are clean and functioning as they should be. Any problems or

25 of 80CONFIDENTIAL

Page 26: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

warnings related to the UPS must be recorded and a report must be provided to SITA within the same month.

(xi) The bidder must assess and verify the proper airflow from fans on the UPS on a monthly basis.

(xii) The bidder must where applicable, check and review the UPS event log for any alarms and record such events for evidence on a monthly basis.

(xiii) The bidder must check all power terminals of equipment under load on a monthly basis.

(xiv) The bidder must perform a discharge test on the UPS on a monthly basis.

(xv) The bidder must verify proper switch-over of equipment to battery operation, check the individual battery voltages under float and where possible under mains fail conditions on a monthly basis.

(xvi) The bidder must perform Environmental system Inspection: Conduct an inspection of all capacitor banks for damage. Ensure that all internal control and power wiring is properly seated and free of damage. Where applicable ensure appropriate torque of all internal power connections. Clean UPS and batteries on a monthly basis.

(xvii) The bidder must ensure that on the six monthly preventive maintenance service visits, that the respective authorized representative from the OEM is present at the SAPS Switching Centres.

(xviii) The bidder must be capable of maintaining any other make of UPS infrastructure that may be used.

(xix) The bidder must ensure that the following actions will be performed on all UPS’s on a monthly basis:

Do a visual test for battery leakages and interconnecting cables fastened. Test battery power by switching the power off and evaluate power

distribution to equipment. Once the Diesel Generator is on load, the UPS must be checked to ensure

that the UPS batteries return to 100% capacity within ten minutes. Should they continue to discharge, then the incoming mains power must be turned back on, and the test aborted.

Test and record power reading switch power back on and ensure all equipment has no alarms.

(xx) The battery condition can only be determined under discharge conditions. If tested while the UPS is online, the test result will simply be the UPS charger output. The following is suggested:

Each UPS units’ batteries will be tested once per year. Connect a dummy load to the UPS units and test the performance of the batteries installed on each UPS. The dummy load must have a rating of minimum 10 kW 3-phase. The bidder shall provide a detailed report of the UPS battery performance

CCTV

26 of 80CONFIDENTIAL

Page 27: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(a) The bidder must provide the following CCTV services as per each of the OEM specifications:

(i) The bidder must ensure execution of the following on a monthly basis:

Test all camera links to software. Test remote access software DVR playback examinations are to be conducted to ensure the correct

functioning of the system. Test recordings. Replace faulty lights in all rooms. Focus all cameras. Reposition all cameras as required. Cleaning of lenses on all cameras. Interrogation of system logs to determine anomalies

(ii) The bidder must be capable to service, test and maintain any type of CCTV equipment that may be used by SAPS.

Access Control System(a) The bidder must provide the following Access Control System services as per each of

the OEM specifications:

(i) The bidder must ensure execution of the following on a monthly basis:

Inspection of magnetic door locks for functionality and security. Cleaning of all biometric readers. Integrity testing of biometric readers and card readers. Interrogation of system logs to determine anomalies.

(ii) The bidder must be capable to service, test and maintain any make of access control system that may be used by SAPS.

Fire Protection/Prevention System(a) The bidder must provide the following Fire Protection/Prevention System services as

per each of the OEM specifications:

(i) The bidder must on a quarterly basis ensure that the following must be done:

All smoke detectors will be tested at each inspection. All alarm sounders will be tested to ensure correct operation. The fire alarm panel will be checked and all functions tested. The power supply and batteries will be tested. Break glass points and air conditioning units shut down will be checked and all

functions tested. Gas lock-off and status units will be tested to ensure correct operating

sequence. Auto / Manual functions will be tested to check correct operation. Double knock sequence of events will be tested. Check that system functioning correctly on double knock Evacuation Sounders operation on double knock activation will be tested to

check correct operation. FM200 gas cylinder release solenoid will be checked and tested.

27 of 80CONFIDENTIAL

Page 28: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Pressure gauges on gas cylinders checked and gas control status units checked and tested to ensure functioning correctly.

Gas pressure will be checked The VESDA fire monitoring systems filters will be cleaned and re-calibrated. Mains to control panel. (check that "Power fault" appears on alarm panel in

the event of a mains fail)

(ii) The bidder must on a yearly basis and as per fire chief requirement; provide certification and reporting on functionally of the system and rectify failures, fill gas if required, pressure levels, etc. The cost for this certification will not be for SITA or the client’s account.

(iii) The bidder must be capable of maintaining any other make or model of fire prevention system that is used.

Cabinets(a) The bidder must provide the following Cabinets services as per each of the OEM

specifications:

(i) The bidder must on a six monthly basis; check the functionality of the built-in power distribution units installed inside the cabinets.

(ii) The bidder must on a six monthly basis; check the functionality of the built-in extractor fans and replace faulty fans.

Centralized Building And Environmental Management System(a) The bidder must provide the following Centralized Building and Environmental system

Management System services as per OEM specifications:

(i) The bidder must on a monthly basis; check the functionality of all components of the Centralized Building and Environmental system management system.

(ii) The bidder must be capable of maintaining any other make or model of Centralized Building and Environmental system management system that is used by SAPS.

(iii) The bidder must check and test the Environmental system monitoring system inclusive of all sensors and replace/calibrate if necessary. The bidder must also provide a log report to SITA for all alarms generated over the period on a monthly basis.

(iv) The service provided must provide a test confirmation report to the NOC confirm that they have received the tested alarms.

Servicing Of Electrical Distribution Board(a) The bidder must provide the following Electrical Distribution Board services:

(i) Ensure all earth cables are securely connected inside the distribution board.

28 of 80CONFIDENTIAL

Page 29: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(ii) Report any obvious missing earths within the distribution board or within two meters from the distribution board.

(iii) Remove the cover on the distribution board to ensure that no cabling has become damaged and that there’s no exposed copper at terminal connections.

(iv) Report any burnt or discoloured wiring inside the distribution board.

(v) Clear any dust built up on the equipment.

(vi) Clean all components inside distribution boards with electrical cleaning agent (use electrical contact cleaner aerosol; use insulated brushes to remove thick dust).

(vii) Measure respective voltages and record values (especially between Neutral and Earth).

(viii) Ensure all distribution boards are fitted with front panel circuit breaker opening blanks.

(ix) Ensure distribution board covers are closing properly and fastening properly. Replace missing nuts and/or missing/broken closing mechanisms.

(x) Ensure that all circuits are labelled and noted on the legend card or distribution board.

(xi) Ensure that the distribution board labelling is present and indicate the service and conforms to SANS10142 requirements.

(xii) Ensure that the distribution board is fed as indicated by the existing/new label.

(xiii) Inspect distribution board: paintwork, seal, mounting, rust, and water ingress.

(xiv) Touch-up paintwork; fix seal; mounting; rust etc. of distribution boards.

(xv) Torque all electrical and earth connections in distribution boards.

(xvi) The bidder must scan the electrical connections inside the distribution board by means of an Infra-Red scanner while the distribution boar is on load. The coloured thermal images must be placed in the As Built Pack.

(xvii) The bidder must scan each Switchgear unit or Switchgear Cluster inside the distribution board while the distribution boar is on load by means of an Infra-Red scanner. The coloured thermal images of each Switchgear unit or Switchgear Cluster must be placed in the As Built Pack.

(xviii) The bidder must issue a Certificate of Compliance as per SANS10142 for the work done on the distribution board and to certify that the relevant electrical distribution board conform to the SANS requirements.

Diesel Replenishment Services(a) The bidder must provide the following Diesel Replenishment services:

(i) The bidder will be expected to supply diesel “as and when” required on a 24 hour basis to all existing SAPS Switching centres and Nodal point sites.

(ii) Due to the mission critical nature of the Diesel Generator Set, it is essential to ensure a constantly available supply of diesel fuel for replenishment, and the 24-

29 of 80CONFIDENTIAL

Page 30: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

hour service for actual replenishment of the diesel should the generator run for a period of time. The bidder will ensure diesel replenishment contracts are in place for the supply of diesel as and when required without SITA submitting such a request.

(iii) 3 Hour Maximum Time To Refill (MTTRefill) will be required for diesel replenishment.

Detail Scope Of Work: Room Maintenance Requirements(i) The bidder must ensure that all lights are fully functional in the room. Blown lamps

must be replaced by the bidder.

(ii) The bidder must meticulously clean the entire room (including walls, doors and floor) upon completion of any service or major works.

(iii) The bidder must repaint the floor to match the existing floor colour, with epoxy floor paint. The bidder must paint demarcation areas on the floor as well, to meet the requirements of the Occupation Health and Safety Act.

Sub-Contracting (i) Where work is sub contracted to a specialist third party bidder, the Bidder must

supervise the work continuously to ensure acceptable quality and to ensure that no risk exist to SITA and ensure no service interruptions to SITA or its clients. The Support Bidder remain fully responsible for the sub bidder’s actions or omission of actions. Penalties or claims for damages caused by the sub-bidder shall be applied to the Support Bidder in full.

Human Resources(i) The Bidder must ensure the skill sets of its staff. Personnel must be well trained

with adequate knowledge and experience, be in possession of the relevant trade certificate, and equipped with all necessary tools and testing facilities to ensure correct and professional operation on all equipment and works to comply with this Scope of Work.

(ii) The Bidder must be responsible for its staff and they must be equipped with adequate individual safety equipment and personal protective equipment when executing the task.

Change Control (i) Due to the mission critical SAPS infrastructure that must be available 24x7x365

days, all services or repairs to any SAPS infrastructure equipment that could have an negative impact on service delivery will first have to be approved by the SAPS Change Control committee.

(ii) After written approval is received from SITA the service provider may proceed with the required work.

Losses

30 of 80CONFIDENTIAL

Page 31: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(i) The bidder shall be held responsible for any losses caused to SAPS due to the bidder’s or his sub bidder’s actions or absence thereof. Damages shall be recovered from outstanding money’s owed to the bidder. Where outstanding moneys are not sufficient to cover the full loss experienced by SITA, the bidder shall be invoiced for the outstanding moneys.

(ii) Losses to SAPS shall be determined and be assigned to the maintenance bidder where the balance of probability is more than 50% that the failure or incident was caused by the maintenance bidder’s actions or absence of action.

(iii) Examples of losses caused to SAPS that shall be recovered from the Contract, could include:

Fire suppression system triggered by the actions of the bidder and subsequent a fruitless discharge of gas is resulted.

Work is being performed by the bidder inside the SAPS Switching Centre environment and intentionally or unintentionally Network cabling are damaged which causes Network Traffic loss.

Damage to property during the execution of work.

(iv) The bidder must have the required insurance cover in place within two weeks from contract commencement and of sufficient value to cover these types of incidences. SITA shall not interact with the maintenance bidder’s underwriter and shall deduct moneys directly as indicated above.

Penalties(i) Should the maintenance bidder not adhere to the SLA time frame specified to

Respond (MaxTTResp) to an incident, the penalty to the maintenance bidder shall be equal to 2% of the full value of the Scheduled Maintenance cost for that month for the relevant site (labour and equipment).

(ii) Should the maintenance bidder not adhere to the SLA time frame specified to Repair (MaxTTRep) of an incident, the penalty to the maintenance bidder shall be equal to 5% of the full value of the Scheduled Maintenance cost for that month for the relevant site (labour and equipment).

(iii) Should the maintenance bidder not adhere to the SLA time frame specified to Refill (MaxTTRefill) of an incident, the penalty to the maintenance bidder shall be equal to 4% of the full value of the Scheduled Maintenance cost for that month for the relevant site (labour and equipment).

(iv) Should the maintenance bidder not adhere to the Report timelines, the penalty to the maintenance bidder shall be equal to 2% of the full value of the Preventive Maintenance cost for that month (if submitted but late), and continue to be applied each month for which the called for document has not been submitted.

(v) Should any component found, not to be serviced or not fully serviced as called for in this document, the full Preventive Maintenance rate for the relevant site shall be credited.

31 of 80CONFIDENTIAL

Page 32: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(vi) The penalty for late submission of a RCAs or RFO document shall be equal to 2% of the full value of the Scheduled Maintenance cost for that month for the relevant site (labour and equipment).

(vii) The above penalties shall be applied at SITA’s discretion, following the breach of a Service Level Agreement. The bidder shall have the opportunity to provide a report, within seven calendar days following the incident or SITA’s notice of penalty, indicating why the bidder deem the penalty not to be applied. SITA shall take this into consideration, but SITA’s decision shall be final and shall deduct penalty values from the monthly invoices for the relevant site(s).

(viii) Penalties for not adhering to the specified SLA timelines shall be calculated on a sliding scale, and be as follow:

Second time not adhering to, for the same site in a three month period: two times the initial penalty.

Third time not adhering to, for the same site in a three month period: four times the initial penalty.

Fourth time not adhering to, for the same site in a three month period: six times the initial penalty.

Fifth and more times time not adhering to, for the same site in a three month period: ten times the initial penalty.

Delivery Time-Frames

(i) The full Corrective and Preventative maintenance solution must be implemented within thirty (30) days after receipt of an official Purchase Order from SITA.

Scope Of Work Changes(i) SITA reserves the right to add or remove any SAPS Switching Centre and Nodal

points from contract.

Service History And Inventory Services(i) The service provider must at the end of the contract hand over to SITA the

complete maintenance history data set. This will include a complete inventory of all assets and associated service history of all inventory items, engineering drawings and changes thereto, and the condition of each inventory item with regards to its life cycle stage.

Route Cause Analysis And Reason For Outage Reports(i) The Reason for Outage (RFO) for SAPS infrastructure failures shall be issued

within 12 hours of the failure, by the maintenance bidder.

(ii) A detailed engineering Root Cause Analysis (RCA) shall be issued within 36 hours of the SAPS infrastructure failure. The following minimum points shall be addressed in the RCA:

Background leading to the failure

32 of 80CONFIDENTIAL

Page 33: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Engineering reason for failure, which is supported by the Original Equipment Manufacturer?

If a component failure, why it hasn’t been detected and repaired during Preventive Maintenance

If a SLA failure, why the SLA has been breached Moneys that shall be credited by the maintenance bidder to SITA as penalty

for failure How similar failures shall be prevented for this site and other sites under the

maintenance bidder’s responsibility Time required for permanent repairs How the restored system (and other similar systems) shall be tested to make

sure similar failures shall not occur. How lessons learned shall be incorporated into the Preventive Maintenance,

Corrective Maintenance, and Emergency Maintenance Standard Operating Procedures during the remainder of the maintenance contract.

Upon SITA’s prior approval, and nature of the component failure, the 36 hour SLA may be extended by SITA to cater for detailed analysis.

(iii) Technically poor and sub-standard RCAs shall not be accepted and shall be referred back to the maintenance bidder, with the 36hour SLA still intact.

(iv) Technically acceptable RCAs requiring further explanation shall be referred back to the maintenance bidder, after which another 12 hour window shall be allowed for elaboration on the requested areas.

Financials – Invoices And Job Cards (i) The service provider will be expected on a monthly basis to provide two separate

invoices:

One invoice for the contractual maintenance work carried out. One invoice for diesel replenishments. The invoice amount will be based on

the unit rates as per the costing model.(ii) All Corrective Maintenance requests from SITA will be based on a works

instruction, once the bidder has submitted a quote for the corrective maintenance works. Where Emergency Maintenance is required, the works shall be executed upon a verbal instruction from SITA followed by a written instruction. Hourly tariff rates to start once bidder is on site.

(iii) Once the scoped work is completed, the bidder shall present the respective job cards to the local SITA manager for quality and completeness verification. The bidder must make the necessary arrangements with the SAPS or SITA representative in advance to ensure his presence on site when the work is completed, so that the bidder can present the job card(s) for verification. This would allow the bidder to remedy any quality concerns while his technical team is still on site. Only once the job card has been signed off by the SITA manager, may the bidder issue an invoice for payment to SITA.

33 of 80CONFIDENTIAL

Page 34: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(iv) Should SITA not be satisfied with the quality of the work performed by the bidder, SITA has the right to reject the work. The Bidder must then redo the work to SITA’s satisfaction at his own cost.

Performance Management Meetings(i) The bidder must meet with SITA at least once per month during the contract

period, during which the progress of the contract and issues under this contract must be discussed.

(ii) A monthly report must be submitted to SITA on the first business day of the following month, with the following information:

(iii) Status of equipment as per maintenance schedule

Problems, solutions and risks. Where any downtime occurred the following must be shown: Reason for Outage Date of Outage Time of Outage Total repair time

(iv) Any irregularities or faults encountered with regards to any component that is a part of the Switching Centre and Nodal point sites must be reported to the responsible SITA representative.

(v) A formal report must be submitted to the SITA representative after every service, maintenance or repair; including the relevant job sign-off sheets signed by SITA and the service provider.

(vi) The service provider must provide a detailed schedule that will be used per site for inspections and maintenance, as well as the processes that will be followed to perform the above mentioned tasks.

Occupational Health And Safety(i) The bidder must provide within one month of contract commencement all his

technical staff used on the SITA contract’s Occupational Health and Safety Training Certificates.

(ii) The bidder must provide within one week of contract commencement the details of his occupational health and safety representative for this contract.

(iii) The bidder must submit a Health and Safety plan to SITA covering the full scope of work under this document for approval within three weeks after signature of the contract. Any changes and or improvements as requested by SITA must be resubmitted within two weeks.

(iv) A document and agreement as described under Section 37.2 of the Occupational Health and Safety Act must be signed with SITA within two weeks after signature of the contract.

(v) The safety of SAPS personnel and visitors to SAPS premises must be placed first, at all times and great care must be taken not to damage any infrastructure or equipment.

34 of 80CONFIDENTIAL

Page 35: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(17) TARGETED PROCUREMENT / TRANSFOMATION

SITA, in terms of the PPPFA Regulation 2017 section 9(1), has an obligation to advance designated groups which includes black SMMEs (i.e. Exempted Micro Enterprises (EME) and Qualifying Small Enterprises (QSE)) for the supply of certain ICT goods or services where feasible to subcontract for a contract above R30 million, an organ of state must apply subcontracting to advance designated groups.

a) The bidder is required to subcontract a minimum of 30% of the value of the contract to an EME or QSE which is at least 51% owned by black people, or to EMEs and/ or QSEs which are at least 51% owned by black people”.

b) The bidder must at time of bid provide proof of intent to subcontract either via a joint venture agreement or subcontracting agreement.

c) The prime contractor must subcontract SMME’s in the province where the sites are allocated.

d) SMME’s being subcontracted must be registered and have presence in the province where the SAPS S/CENTRE are located

9.3. DECLARATION OF ACCEPTANCE

ACCEPT ALL DO NOT ACCEPT ALL

(1) The bidder declares to ACCEPT ALL the Special Condition of Contract as specified in section 9.2 above by indicating with an “X” in the “ACCEPT ALL” column, OR

(2) The bidder declares to NOT ACCEPT ALL the Special Conditions of Contract as specified in section 9.2 above by -

(a) Indicating with an “X” in the “DO NOT ACCEPT ALL” column, and;

(b) Provide reason and proposal for each of the conditions that is not accepted.

Comments by bidder:Provide reason and proposal for each of the conditions not accepted as per the format:Condition Reference:Reason:Proposal:

35 of 80CONFIDENTIAL

Page 36: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A.4: COSTING AND PRICING

QUALIFICATION NOTICE

To safeguard the integrity of the bidding process, the technical and financial proposals should be submitted in separate sealed envelopes, as per “National

Treasury: Supply Chain Management a guide for Accounting Officers / Authorities, 2004”, section 5.9.4; therefore

All bid Pricing Schedules, as indicated in section 10 COSTING AND PRICING, must be

submitted in a SEPARATE SEALED ENVELOPE, failing which the bid WILL BE DISQUALIFIED.

36 of 80CONFIDENTIAL

Page 37: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

10. COSTING AND PRICING

10.1.COSTING AND PRICING EVALUATION

(1) ALL PRICING SCHEDULES MUST BE SUBMITTED IN A SEPARATE SEALED ENVELOPE, failing which the BID will be DISQUALIFIED.

(2) In terms of Preferential Procurement Policy Framework Act (PPPFA) Regulations 2017, the following preference point system is applicable to all Bids:

(a) the 80/20 system (80 Price, 20 B-BBEE) for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); or

(b) the 90/10 system (90 Price and 10 B-BBEE) for requirements with a Rand value above R50 000 000 (all applicable taxes included).

(3) This bid will be evaluated using the PPPFA preferential points scoring system of 90/10.

(a) whereas the B-BBEE points are calculated as follows:

B-BBEE Status Level of Contributor

Number of points(90/10 system)

Number of points(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

(a) and whereas the Price points are calculated as follows:

Number of points(80/20 system)

Number of points(90/10 system)

WherePs = Points scored for price of tender under consideration;Pt = Price of tender under consideration; andPmin = Price of lowest acceptable tender.

37 of 80CONFIDENTIAL

Page 38: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(4) The bidder must complete the declaration of acceptance as per section 10.3 below by marking with an “X” either “ACCEPT ALL”, or “DO NOT ACCEPT ALL”, failing which the declaration will be regarded as “DO NOT ACCEPT ALL” and the bid will be disqualified.

(5) Bidder will be bound by the following general costing and pricing conditions and SITA reserves the right to negotiate the conditions or automatically disqualify the bidder for not accepting these conditions. These conditions will form part of the Contract between SITA and the bidder. However, SITA reserves the right to include or waive the condition in the Contract.

10.2.COSTING AND PRICING CONDITIONS

(1) The bidder must submit the Pricing Schedule(s) as prescribed in section 10.4 as well as the relevant enclosed Standard Bidding Document SBD 3.1, 3.2 or 3.3.

(2) SOUTH AFRICAN PRICING. The total price must be VAT inclusive and be quoted in South African Rand (ZAR).

(3) TOTAL PRICE

(kk) All quoted prices are the total price for the entire scope of required services and deliverables to be provided by the bidder.

(ll) The cost of delivery, labour, S&T, overtime, etc. must be included in this bid.

(mm) All additional costs must be clearly specified.

(4) BID EXCHANGE RATE CONDITIONS. The bidders must use the exchange rate provided below to enable SITA to compare the prices provided by using the same exchange rate:

Foreign currency South African Rand (ZAR) exchange rate

1 US Dollar

1 Euro

1 Pound

10.3.DECLARATION OF ACCEPTANCE

ACCEPT ALL DO NOT ACCEPT ALL

(1) The bidder declares to ACCEPT ALL the Costing and Pricing conditions as specified in section 10.2 above by indicating with an “X” in the “ACCEPT ALL” column, or

(2) The bidder declares to NOT ACCEPT ALL the Costing and Pricing Conditions as specified in section 10.2 above by -

(a) Indicating with an “X” in the “DO NOT ACCEPT ALL” column, and;

(b) Provide reason and proposal for each of the condition not accepted.

Comments by bidder:

38 of 80CONFIDENTIAL

Page 39: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ACCEPT ALL DO NOT ACCEPT ALL

Provide the condition reference, the reasons for not accepting the condition.

39 of 80CONFIDENTIAL

Page 40: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

10.4. BID PRICING SCHEDULE

Note:

a) Bidder must complete the PRICING SCHEDULES and complete the summarised schedule below.

b) Line Prices are all VAT EXCLUDING, and TOTAL PRICE is VAT INCLUSIVE

Important notes:

a) A full Preventative and Corrective maintenance service agreement on the listed sites is required for a period of 36 months.

b) Pricing for maintenance must be based on the Maintenance Schedules, scope of work and Service Metrics as defined in the Special Conditions of Contract for all SAPS Switching Centres and Nodal Point sites.

c) The bidder must take note that a full maintenance service agreement means fixes are inclusive of all spares at no additional cost to SITA.

Pricing Schedule 1: P reventative Maintenance

Description Costs Year 1(Vat Excl.)

Costs Year 2(Vat Excl.)

Costs Year 3(Vat Excl.)

1 Air Conditioning Air Conditioning Air Conditioning Air Conditioning

1.2 Air Conditioning: Full service R R R

2 Generator Generator Generator Generator

2.1 Generator: Full service R R R

40 of 80CONFIDENTIAL

Page 41: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Description Costs Year 1(Vat Excl.)

Costs Year 2(Vat Excl.)

Costs Year 3(Vat Excl.)

3 UPS UPS UPS UPS

3.1 UPS: Full service R R R

4 CCTV system CCTV system CCTV system CCTV system

4.1 CCTV: Full service R R R

5 Access Control system Access Control system Access Control system Access Control system

5.1 Access control: Full service R R R

6 Fire Detection and Prevention system Fire Detection and Prevention system

Fire Detection and Prevention system

Fire Detection and Prevention system

6.1 Fire system: Full service R R R

7 Cabinets Cabinets Cabinets Cabinets

7.1 Cabinets: Full Service R R R

8 Environmental monitoring system Environmental monitoring system

Environmental monitoring system

Environmental monitoring system

8.1 Environmental System: Full Service R R R

9 Electrical Distribution board Electrical Distribution board

Electrical Distribution board

Electrical Distribution board

9.1 Electrical Distribution board: Full Service R R R

41 of 80CONFIDENTIAL

Page 42: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Description Costs Year 1(Vat Excl.)

Costs Year 2(Vat Excl.)

Costs Year 3(Vat Excl.)

10 Total Sub Costs per Year (Vat Excl.)

42 of 80CONFIDENTIAL

Page 43: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Pricing Schedule 2: Diesel replenishment

a) The diesel price must be based on the Department of Energy rates. The monthly average rates as published on the Department of minerals and energy website shall be used as the diesel reimbursement cost for that specific month. The diesel replenishment reimbursement will comprise two portions:

b) The diesel price (based on the rates as published on the AA website for that particular month).

The following tables as reflected on the AA website will be used, as applicable:

1. 500 ppm sulphur grade diesel price (Diesel, Reef, 0.05%)

2. 500 ppm sulphur grade diesel price (Diesel, Coast, 0.05%)

c) A diesel replenishment call out price, which must include labour fee to refuel, travel and transport fee to site, etc.

Year 1

Year 1

Service Description

Quantity (Litres)

Diesel unit price [A]

Replenishment unit price [B]

Total Unit Price[A+B]

Year 1Total Cost (Vat Exclusive))

Diesel replenishment 240 000

Year 2

Year 2

Service Description

Quantity (Litres)

Diesel unit price [A]

Replenishment unit price [B]

Total Unit Price[A+B]

Year 2Total Cost (Vat Exclusive))

Diesel replenishment 240 000

Year 3

Year 3

Service Description

Quantity (Litres)

Diesel unit price [A]

Replenishment unit price [B]

Total Unit Price[A+B]

Year 3Total Cost (Vat Exclusive))

Diesel replenishment 240 000

43 of 80CONFIDENTIAL

Page 44: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Pricing Schedule 3: Corrective Maintenance summary

a. Use Annex A.5 section 11.2 to complete the amounts below;

b. Quoted prices are binding for the duration of contract; and

c. The award of the tender will not include the price for corrective maintenance. It will

however be compared during the evaluation process.

Year 1 Year 2 Year 3 Total for 36 Months

Corrective Maintenance Sub Total (Vat Excl.)

Pricing Schedule 4: Total Bid Pricing Summary

Year 1 Year 2 Year 3 TotalPreventative Maintenance Sub Total (Vat Excl.)Diesel Replenishment Services Sub Total (Vat Excl.)

Plus 14 % Vat

BID TOTAL (VAT Incl.)

44 of 80CONFIDENTIAL

Page 45: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

SBD 3.1PRICING SCHEDULE – FIRM PRICES

(PURCHASES)

NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of bidder: ………………………………………………………… Bid number:

Closing Time: 11:00 Closing date:

OFFER TO BE VALID FOR ……… DAYS FROM THE CLOSING DATE OF BID._______________________________________________________________________________ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCYNO. ** (ALL APPLICABLE TAXES INCLUDED)

_______________________________________________________________________________

- Required by: THE STATE INFORMATION TECHNOLOGY AGENCY SOC LTD

- At: …………………………………………………

…………………………………………………

- Brand and model: …………………………………………………

- Country of origin: …………………………………………………

- Does the offer comply with the specification(s)? *YES/NO

- If not to specification, indicate deviation(s) ………………………………….

- Period required for delivery ………………………………….*Delivery: Firm/not firm

- Delivery basis ……………………………………

Note:All delivery costs must be included in the bid price, for delivery at the prescribed destination.

** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.*Delete if not applicable

45 of 80CONFIDENTIAL

Page 46: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A.5: TECHNICAL SCHEDULES

11.Technical Schedules

11.1LOCATION SCHEDULE

No Site Name (SAPS Switching Centres sites)1 East London Switching Centre2 Mthatha Switching Centre3 Port Elizabeth Switching Centre4 Bloemfontein Switching Centre5 Welkom Switching Centre6 Brixton Switching Centre7 Germiston Switching Centre8 Krugersdorp Switching Centre9 Vereeniging Switching Centre10 Durban Switching Centre11 Empangeni Switching Centre12 Hilton Switching Centre13 Newcastle Switching Centre14 Port Shepstone Switching Centre15 Modimolle Switching Centre16 Polokwane Switching Centre17 Middelburg Switching Centre18 Nelspruit Switching Centre19 Kimberley Switching Centre20 Upington Switching Centre21 Potchefstroom Switching Centre22 Rustenburg Switching Centre23 Maitland Switching Centre24 George Switching Centre25 Worcester Switching Centre

No Site Name (SAPS Nodal point sites)1 Jeffereysbay bldg. Eastern Cape2 Zwelitsha bldg. Eastern Cape3 Benoni 10111 bldg. East Rand Gauteng4 Honeydew bldg. Roodepoort Gauteng5 Lyttelton SAPS bldg. Centurion Gauteng6 Boschkop bldg. Bronkhorstspruit Gauteng7 Tulbach bldg. Pretoria Gauteng8 Dube bldg. Pretoria Gauteng9 Erasmuskloof bldg. Pretoria Gauteng10 Garsfontein bldg. Pretoria Gauteng11 JHB Provincial bldg. Johannesburg Gauteng12 Mamelodi bldg. Pretoria Gauteng13 Midrand 10111 bldg. Midrand Gauteng14 Mobile JOCC 1 trailer Johannesburg South15 Mobile JOCC 2 trailer Johannesburg South16 Newlands bldg. Menlyn Pretoria Gauteng17 Pretoria Radio Tech bldg. Pretoria Gauteng18 Wagthuis bldg. Pretoria Gauteng19 PTA Hawks bldg. Pretoria Gauteng

46 of 80CONFIDENTIAL

Page 47: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

20 NAT JOCC bldg. Snake Valley Centurion Gauteng21 Persequor Park bldg. Pretoria Gauteng22 Silverton Logistics bldg. Silverton Pretoria Gauteng23 KZN JOCC bldg. Durban KwaZulu-Natal24 Richardsbaai SAPS bldg. KwaZulu-Natal25 Servamus bldg. Durban KwaZulu-Natal26 Duiwelskloof container. Limpopo27 Polokwane 10111 bldg. Polokwane28 Seshego container. Polokwane29 Middelburg Radio Tech bldg. Mpumalanga30 Middelburg SAPS bldg. Mpumalanga31 Middelburg 10111 bldg. Mpumalanga32 Witrivier 10111 bldg. Mpumalanga33 Nelspruit Radio Tech Mpumalanga34 Mobile JOCC 5 trailer Eastern Cape35 East London 10111 bldg. Eastern Cape36 Port Elizabeth 10111 bldg. Eastern Cape37 Plattekloof bldg. Cape Town38 WC JOCC bldg. Cape Town

11.2 REPLACEMENT PRICE SCHEDULE

Replacement Schedule:

d. Quoted prices are binding for the duration of contract.

e. The award of the tender will not include the price for corrective maintenance. It will

however be compared during the evaluation process.

f. SITA reserves the right to obtain competitive quotes from other service providers for

Replacement/Corrective Maintenance works.

Equipment Type Qty Unit of Measure

Year 1: Unit Price(Vat Excl.)

Year 2: Unit Price(Vat Excl.)

Year 3: Unit Price(Vat Excl.)

1. Air Conditioning Unit Air Conditioning Unit

Air Conditioning Unit

Air Conditioning Unit

1.1 LG 24000 BTU Split unit 1 Each R R R

1.2 Uniflair 80000BTU down blower 1 Each R R R

1.3 Samsung 18000BTU Split unit 1 Each R R R

1.4 LG 35000BTU Split unit 1 Each R R R

1.5 Carrier 12000BTU Split unit 1 Each R R R

47 of 80CONFIDENTIAL

Page 48: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

1.6 Carrier 24000BTU Split unit 1 Each R R R

1.7 LG Split unit 12000BTU 1 Each R R R

1.8 Samsung Split unit 12000BTU 1 Each R R R

1.9 Carrier Split unit 18000BTU 1 Each R R R

1.10 Jetair Split unit 18000BTU 1 Each R R R

1.11 LG Split unit 18000BTU 1 Each R R R

1.12 Samsung Split unit 24,000 BTU 1 Each R R R

1.13 Samsung Split unit 50000BTU 1 Each R R R

2. Generator Generator Generator Generator

2.1 John Deere 350 KVA 1 Each R R R

2.2 John Deere500 KVA 1 Each R R R

2.3 Volvo 650 KVA 1 Each R R R

2.4 Perkins 250 KVA 1 Each R R R

2.5 Mitsubishi 800 KVA 1 Each R R R

2.6 Rolls Royce 150KVA 1 Each R R R

2.7 Perkins 1600KVA 1 Each R R R

2.8 John Deere 250KVA 1 Each R R R

2.9 Scania 250KVA 1 Each R R R

2.10 Volvo 20 KVA 1 Each R R R

2.11 Volvo 250KVA 1 Each R R R

2.12 John Deere 200KVA 1 Each R R R

2.13 Perkins 300KVA 1 Each R R R

2.14 Volvo 350KVA 1 Each R R R

2.15 John Deere 400KVA 1 Each R R R

2.16 Perkins 400KVA 1 Each R R R

2.17 Perkins 500KVA 1 Each R R R

2.18 Cummings 500KVA 1 Each R R R

2.19 John Deere 600KVA 1 Each R R R

2.20 Perkins 600KVA 1 Each R R R

48 of 80CONFIDENTIAL

Page 49: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

2.21 Volvo 650KVA 1 Each R R R

2.22 Mitsubishi 800 KVA 1 Each R R R

2.23 Mitsubishi 800 KVA 1 Each R R R

2.24 PANDA 5KVA 1 Each R R R

2.25 MTU 1000KVA 1 Each R R R

2.26 - KAIAO 10KVA 1 Each R R R

3. UPS UPS UPS UPS

3.1 Tescom 600kva 1 Each R R R

3.2 APC 10 KVA 1 Each R R R

3.3 Eaton 100 KVA 1 Each R R R

3.4 Gamatronics 100 KVA 1 Each R R R

3.5 Socomec 100 KVA 1 Each R R R

3.6 APC 100KVA 1 Each R R R

3.7 APC Galaxy 80KVA 1 Each R R R

3.8 Eaton 80KVA 1 Each R R R

3.9 Gamatronics 10KVA 1 Each R R R

3.10 APC 120KVA 1 Each R R R

3.11 APC 5KVA 1 Each R R R

3.12 TESCOM 600 KVA 1 Each R R R

3.13 Gamatronic 80KVA 1 Each R R R

4. CCTV CCTV CCTV CCTV

4.1 Geovision 1 Each R R R

4.2 Hikvision DVR system 1 Each R R R

5. Access Control system Access Control system

Access Control system

Access Control system

5.1 Sagem access control (Biometric) 1 Each R R R

5.2 Verdi access control system 1 Each R R R

6. Fire System Fire System Fire System Fire System

6.1 FM 200/Technoswitch 1 Each R R R

7. Cabinets Cabinets Cabinets Cabinets

49 of 80CONFIDENTIAL

Page 50: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

7.1 43U cabinets with power distribution units and extractor fans on top

1 Each R R R

8. Environmental monitoring system

Environmental monitoring system

Environmental monitoring system

Environmental monitoring system

8.1 BusiCor 1 Each R R R

9. Electrical Distribution boardElectrical Distribution board

Electrical Distribution board

Electrical Distribution board

9.1 Electrical Distribution board 1 Each R R R

11.3 EQUIPMENT INVENTORY SCHEDULE

a. List of equipment at SAPS Switching Centre

Site Name QTY

(1) East London Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

650KVA Volvo 2

UPS

600 KVA TESCOM 2

(2) Mthatha Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner 3

50 of 80CONFIDENTIAL

Page 51: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

80000BTU Uniflair down blower

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

350KVA 1

UPS

80KVA Gamatronic1

(3) Port Elizabeth Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

650KVA Volvo 2

UPS

600 KVA TESCOM 2

(4) Bloemfontein Switching Centre 2

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

51 of 80CONFIDENTIAL

Page 52: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

250KVA - Perkins 1

UPS

80 KVA Gamatronic 1

(5) Welkom Switching Centre

Air-conditioner

24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

250KVA - Perkins 1

UPS

80 KVA Gamatronic 1

(6) Brixton Switching Centre

Air-conditioner

24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system 1

52 of 80CONFIDENTIAL

Page 53: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

BUSICOR

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

350KVA John Deere 1

UPS

100 KVA Socomec 2

(7) Germiston Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

350KVA John Deere 1

UPS

100 KVA Socomec 2

(8) Krugersdorp Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

53 of 80CONFIDENTIAL

Page 54: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

350KVA John Deere 1

UPS

100 KVA Sokomec 2

(9) Vereeniging Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

500 KVA John Deere 1

UPS

100 KVA Socomec 2

(10) Durban Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system 1

54 of 80CONFIDENTIAL

Page 55: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

FM 200/Technoswitch

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

500KVA - Perkins 1

UPS

100 KVA – Gamatronics 2

(11) Empangeni Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

500KVA - John Deere 1

UPS

100 KVA Eaton 2

(12) Hilton Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

55 of 80CONFIDENTIAL

Page 56: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

500KVA - John Deere 1

UPS

100 KVA Eaton 2

(13) Newcastle Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

33000 BTU 1

Air-conditioner

80000BTU Uniflair down blower 2

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

400KVA - John Deere 1

UPS

100 KVA - Gamatronics 1

(14) Port Shepstone Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system 1

56 of 80CONFIDENTIAL

Page 57: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

FM 200/Technoswitch

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

400KVA John Deere 1

UPS

100 KVA Gamatronics 1

(15) Modimolle Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

400KVA John Deere 1

UPS

100 KVA Gamatronic 1

(16) Polokwane Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Airdale down blower 3

Environmental system

BUSICOR 1

Fire system 1

57 of 80CONFIDENTIAL

Page 58: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

FM 200/Technoswitch

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

400KVA John Deere 1

UPS

80KVA Eaton 2

(17) Middelburg Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

400KVA John Deere 1

UPS

100KVA Socomec 2

(18) Nelspruit Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system 1

58 of 80CONFIDENTIAL

Page 59: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

FM 200/Technoswitch

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

400KVA John Deere 1

UPS

100KVA Gamatronic 1

(19) Kimberley Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

350KVA John Deere 1

UPS

100KVA - Eaton 1

(20) Upington Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system 1

59 of 80CONFIDENTIAL

Page 60: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

FM 200/Technoswitch

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

250KVA John Deere 1

UPS

80KVA EATON 2

(21) Potchefstroom Switching Centre

Air-conditioner

18000 BTU Split unit 2

Air-conditioner

80000BTU Airdale down blower 3

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

400KVA John Deere 1

UPS

100KVA Eaton 1

(22) Rustenburg Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 3

Environmental system

BUSICOR 1

Fire system 1

60 of 80CONFIDENTIAL

Page 61: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

FM 200/Technoswitch

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

400KVA John Deere 1

UPS

80KVA Eaton 2

(23) Maitland Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

350KVA - Perkins 1

UPS

100 KVA Gamatronics 1

(24) George Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system 1

61 of 80CONFIDENTIAL

Page 62: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Site Name QTY

FM 200/Technoswitch

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

350KVA - Perkins 1

UPS

100 KVA – Eaton 2

(25) Worcester Switching Centre

Air-conditioner

LG 24000 BTU Split unit 2

Air-conditioner

80000BTU Uniflair down blower 4

Environmental system

BUSICOR 1

Fire system

FM 200/Technoswitch 1

CCTV

Geovision 1

Biometrics

Sagem access control 3

Generator

350KVA - John Deere 1

UPS

100 KVA Gamatronic 1

b. List of Equipment at SAPS Nodal Points

SITE NAME QTY

(1) Jeffereysbay bldg.

Generator

250KVA Volvo1

(2) Zwelitsha bldg.

Generator

600KVA John Deere1

62 of 80CONFIDENTIAL

Page 63: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

SITE NAME QTY

(3) Benoni 10111 bldg.

Generator

400KVA Perkins1

Fire system

FM 200/Technoswitch1

UPS

80KVA APC Galaxy1

Air-conditioner

18000 BTU LG Split unit2

(4) Honeydew bldg.

Generator

250KVA Volvo1

UPS

80KVA APC Galaxy2

Air-Con

24,000 BTU Samsung Split unit2

(5) Lyttelton SAPS bldg.

Air-conditioner

18000BTU Samsung Split unit1

UPS

5KVA APC1

Generator

500KVA Cummings1

(6) Boschkop bldg.

Generator

20 KVA Volvo1

UPS

10 KVA APC1

Air-conditioner

18000 BTU Carrier Split unit1

(7) Tulbach bldg.

Air-conditioner

80000BTU Airdale down blower2

Air-conditioner

12000 BTU LG Split unit15

Fire system

FM 200/Technoswitch1

Generator 6

63 of 80CONFIDENTIAL

Page 64: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

SITE NAME QTY

550KVA Mitsubishi

Generator

350KVA Volvo2

Biometric System

Sagem access control20

UPS

100KVA APC2

(8) Dube bldg.

Generator

10KVA KAIAO1

(9) Erasmuskloof bldg.

Air-conditioner

35000BTU LG Split unit3

Generator

600KVA Volvo and Perkins2

UPS

100KVA Gamatronics1

(10) Garsfontein bldg.

Generator

250KVA John Deere1

(11) JHB Provincial bldg.

Generator

600KVA Perkins1

(12) Mamelodi bldg.

Generator

350KVA Volvo1

(13) Midrand 10111 bldg.

Air-conditioner

80000BTU Uniflair down blower3

Air-conditioner

24000BTU Samsung Split unit2

UPS

40KVA Meissner2

UPS

250KVA APC4

Generator

800 KVA Mitsubishi2

64 of 80CONFIDENTIAL

Page 65: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

SITE NAME QTY

(14) Mobile JOCC 1 trailer

Air-conditioner

12000BTU LG Split unit1

Generator

5KVA Panda1

UPS

5KVA APC1

(15) Mobile JOCC 2 trailer

Air-conditioner

12000BTU Carrier Split unit1

Generator

5KVA Panda1

UPS

5KVA APC1

(16) Newlands bldg.

Air-conditioner

18000BTU Carrier Split unit2

Generator

300KVA Perkins2

(17) Pretoria Radio Tech bldg.

Air-conditioner

18000BTU LG Split unit4

Generator

150KVA Rolls Royce1

(18) Wagthuis bldg.

Air-conditioner

80000BTU Airdale down blower3

Air-conditioner

50000BTU Samsung Split unit3

UPS

120KVA APC2

Fir system

FM200/ Technoswitch1

Biometrics

Verdi access control system1

(19) PTA Hawks bldg.

Air-conditioner 2

65 of 80CONFIDENTIAL

Page 66: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

SITE NAME QTY

18000BTU Samsung Split unit

Generator

200KVA John Deere1

(20) NAT JOCC bldg.

Air-conditioner

24000BTU Carrier Split unit10

Air-conditioner

18000BTU Carrier Split unit2

Generator

350KVA Mindu1

UPS

60KVA APC1

(21) Persequor Park bldg.

Air-conditioner

18000BTU LG Split unit5

Generator

500KVA - Perkins1

UPS

100KVA - APC1

(22) Silverton Logistics bldg.

Fire system

FM 200/Technoswitch1

Air-conditioner

80000BTU Airdale down blower1

Air-conditioner

18000BTU LG Split unit2

Generator

1600KVA Perkins1

Security

Verdi access control system1

UPS

20KVA – APC5

(23) KZN JOCC bldg.

Air-conditioner

12000BTU LG Split unit1

(24) Richardsbaai SAPS bldg.

Generator

350KVA John Deere1

66 of 80CONFIDENTIAL

Page 67: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

SITE NAME QTY

(25) Servamus bldg.

Air-conditioner

18000BTU Samsung Split unit1

Biometric

Sagem access control1

Generator

1000KVA - MTU1

UPS

Gamatronic UPS (Not commissioned)3

(26) Duiwelskloof container

Air-conditioner

18000BTU Samsung Split unit2

Generator

Serviced by another SP

UPS

10KVA - Gamatronics1

(27) Polokwane 10111 bldg.

Air-conditioner

18000BTU Jetair Split unit2

(28) Seshego container

Air-conditioner

18000BTU Jetair Split unit2

Generator

Serviced by another SP1

UPS

10KVA – Gamatronics1

(29) Middelburg Radio Tech bldg.

Generator

10KVA - KAIAO1

(30) Middelburg SAPS bldg.

Generator

500KVA - Perkins1

UPS

80KVA - APC2

(31) Middelburg 10111 bldg.

Generator

60KVA – John Deere1

67 of 80CONFIDENTIAL

Page 68: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

SITE NAME QTY

(32) Witrivier 10111 bldg.

Generator

60KVA - Volvo1

(33) Nelspruit Radio Tech

Generator

Not connected

(34) Mobile JOCC 5 trailer

Air-conditioner

12000BTU Samsung Split unit1

Generator

5KVA PANDA1

UPS

5KVA APC1

(35) East London 10111 bldg.

Generator

250KVA Scania1

(36) Port Elizabeth 10111 bldg.

Generator

800KVA Perkins2

UPS

600 KVA TESCOM1

CCTV

32ch Hikvision DVR system1

(37) Plattekloof bldg.

UPS

400KVA APC2

(38) WC JOCC bldg.

Air-conditioner

24000BTU LG Split unit35

Air-conditioner

80000BTU Uniflair down blower4

Generator

500KVA John Deere1

Biometric

Sagem access control6

UPS

450KVA APC2

68 of 80CONFIDENTIAL

Page 69: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

11.4DIESEL REPLINISHMENT SITE

Diesel replenishment

SAPS Switching Centres:

(1) East London Switching Centre

(2) Mthatha Switching Centre

(3) Port Elizabeth Switching Centre

(4) Bloemfontein Switching Centre

(5) Welkom Switching Centre

(6) Brixton Switching Centre

(7) Germiston Switching Centre

(8) Krugersdorp Switching Centre

(9) Vereeniging Switching Centre

(10) Durban Switching Centre

(11) Empangeni Switching Centre

(12) Hilton Switching Centre

(13) Newcastle Switching Centre

(14) Port Shepstone Switching Centre

(15) Modimolle Switching Centre

(16) Polokwane Switching Centre

(17) Middelburg Switching Centre

(18) Nelspruit Switching Centre

(19) Kimberley Switching Centre

(20) Upington Switching Centre

(21) Potchefstroom Switching Centre

(22) Rustenburg Switching Centre

(23) Maitland Switching Centre

(24) George Switching Centre

(25) Worcester Switching Centre

SAPS Nodal Point sites:

(1) Jeffereysbay bldg.

(2) Zwelitsha bldg.

(3) Benoni 10111 bldg.

69 of 80CONFIDENTIAL

Page 70: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

(4) Honeydew bldg.

(5) Lyttelton SAPS bldg.

(6) Boschkop bldg.(7) Tulbach bldg.

(8) Dube bldg.

(9) Erasmuskloof bldg.

(10) Garsfontein bldg.

(11) JHB Provincial bldg.

(12) Mamelodi bldg.

(13) Midrand 10111 bldg.

(14) Mobile JOCC 1 trailer

(15) Mobile JOCC 2 trailer

(16) Newlands bldg.

(17) Pretoria Radio Tech bldg.

(18) PTA Hawks bldg.

(19) NAT JOCC bldg.

(20) Persequor Park bldg.

(21) Silverton Logistics bldg.

(22) Richardsbaai SAPS bldg.

(23) Servamus bldg.

(24) Duiwelskloof container

(25) Seshego container

(26) Middelburg Radio Tech bldg.

(27) Middelburg SAPS bldg.

(28) Middelburg 10111 bldg.

(29) Witrivier 10111 bldg.

(30) Nelspruit Radio Tech

(31) Mobile JOCC 5 trailer

(32) East London 10111 bldg.

(33) Port Elizabeth 10111 bldg.

(34) WC JOCC bldg.

70 of 80CONFIDENTIAL

Page 71: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

11.5PROJECT AND DELIVERY SCHEDULE

NOT APPLICABLE

71 of 80CONFIDENTIAL

Page 72: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A.6: TECHNICAL SCHEDULES

72 of 80CONFIDENTIAL

Page 73: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A.7: Terms and definitions

1. ABBREVIATIONSA AmpCAD Computer Aided DesignCD Compact DiscCIDB Construction Industry Development BoardExcl ExcludingHz HertzICT Information and Communication TechnologyIncl IncludingISO International Organization for Standardization kVA Kilo Volt AmperekVAr Kilo Volt Ampere reactivekW Kilo WattOEM Original Equipment ManufacturerPPPFA Preferential Procurement Policy Framework ActRpm Revolutions per MinuteSABS South African Bureau of StandardsSANS South African National StandardsSITA State Information Technology AgencySLA Service Level AgreementUPS Uninterruptable Power SupplyUSB Universal Serial BusV VoltSAPS South African Police Service

73 of 80CONFIDENTIAL

Page 74: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX A.8: BIDDER SUBSTANTIATING EVIDENCE

This section is reserved for the bidder to provide information related to the substantiating evidence or comments in the format as required by the bid specification (e.g. text, graphical representation, diagrams, statistical reports, lists, reference letters, copies of product of solution documentation, certificates, licences, memberships, etc.).

Note: The evidence provided in this section will be used by the bid evaluation committee to evaluate the bid. Therefore, each piece of substantiating evidence must be cross referenced to requirements specification section.

74 of 80CONFIDENTIAL

Page 75: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

ANNEX B: LOCAL CONTENT REQUIREMENTS (SBD 6.2)DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

This Standard Bidding Document (SBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011, the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the promotion of local production and content.

1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:

LC = [1 - x / y] * 100

Wherex is the imported content in Randy is the bid bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as indicated in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.

75 of 80CONFIDENTIAL

Page 76: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

1.6 A bid may be disqualified if –

(a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not submitted as part of the bid documentation; and

(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct.

2. Definitions

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign” means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour or intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content, provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS 1286:2011) for this bid is/are as follows:

76 of 80CONFIDENTIAL

Page 77: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Description of services, works or goods Stipulated minimum threshold

_______________________________ _______%

_______________________________ _______%

_______________________________ _______%

4. Does any portion of the services, works or goods offered have any imported content?

(Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in paragraph 1.5 of the general conditions must be the rate(s) published by SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za.

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Currency Rates of exchangeUS DollarPound SterlingEuroYenOther

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

5. Were the Local Content Declaration Templates (Annex C, D and E) audited and certified as correct?(Tick applicable box)

YES NO

5.1. If yes, provide the following particulars:

(a) Full name of auditor: ………………………………………………………(b) Practice number:………………………………………………………………………..(c) Telephone and cell number: ……………………………………………………………….(d) Email address: ………………………………………………………………………..

(Documentary proof regarding the declaration will, when required, be submitted to the satisfaction of the Accounting Officer / Accounting Authority)

77 of 80CONFIDENTIAL

Page 78: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

6. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the AO/AA provide directives in this regard.

LOCAL CONTENT DECLARATION(REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. .................................................................................

ISSUED BY: (Procurement Authority / Name of Institution):

.........................................................................................................................

NB

1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder.

2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thdti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract.

I, the undersigned, …………………………….................................................... (full names),do hereby declare, in my capacity as ……………………………………… ………..of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and

(ii) the declaration templates have been audited and certified to be correct.

(c) The local content percentage (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C:

78 of 80CONFIDENTIAL

Page 79: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

Bid price, excluding VAT (y) RImported content (x), as calculated in terms of SATS 1286:2011 RStipulated minimum threshold for local content (paragraph 3 above)Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above.The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

(d) I accept that the Procurement Authority / Institution has the right to request that the local content be verified in terms of the requirements of SATS 1286:2011.

(e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Institution imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ___________

WITNESS No. 1 DATE: ___________

WITNESS No. 2 DATE: ___________

END OF SBD 6.2

79 of 80CONFIDENTIAL

Page 80: Bid Specification Template 1635... · Web viewThe bidder must be capable of maintaining down-flow, up-flow, cassette split and chiller plant Air-Conditioning systems; as well as any

LOCAL CONTENT TARGETS

The table below depicts the sectors/sub-sectors/industry goods that have been designated by the DTI with a minimum threshold for local content.

No. Sector/sub-sector/ industry Minimum thresholds for local content

Bid specification requirements designated by

DTI (indicate with “X”)

SITA local content target

(%)

1 Buses (bus body) 80%2 Textiles, clothing, leather and

footwear100%

3 Power pylons 100%4 Canned/processed vegetables 80%5 Pharmaceutical products:

OSD tender Family planning tender

70% volumes50% value

6 Rolling stock 65%7 Set top boxes 30%8 Furniture products:

Office furniture School furniture Base and mattress

85%100%90%

9 Solar water heater components 70%10 Electrical and telecom cables 90% X 90%11 Valves products and actuators 70%12 Residential electricity meter:

Prepaid electricity meters Post-paid electricity meters Smart meters

70%70%50%

13 Working vessels/boats (all types):Components

60%10%-100%

80 of 80CONFIDENTIAL