Request for Quotationfor the Supply, Installation of life line at northern pier and bussing terminalAt OR Tambo International Airport

.

Tender Number / : / RFQ 58012
Issue Date / : / 09March 2018
Closing Date / : / 22 March 2018
Briefing Session Date and Time / : / 15 March 2018; 9:00 (arrangement for permits) and 10:00(meeting)
Compulsory Briefing/Site Inspection Session Requirements / Detail
Date / 15 March 2018
Time / 9:00 (To arrange Temporary Permits for Airside Site inspection) AND
10:00 (Starts the Site Brief and Inspection)
Venue / OR Tambo International Airport, Airports Company South Africa, Mezzanine floor, ACSA Mechanical Maintenance boardroom.
Access to Restricted Area, Cargo, Airside, Terminal / Need access to Airside, Apron and Cargo Area
Documentation, e.g. ID, Temporary Permit, etc. / ID and Temporary Permit (To get a Temporary permit bring a an ID, Certified ID copy, R500 payment and fill in the temporary permit form)
Personal Protective Equipment, (PPE)e.g. Safety Gear / Safety shoes, Reflector vest,ear plugs (bring your own measurement tape)
Bidding Company Name
Representative Name
Signature
Date

Issue: 1 Issue Date: 27/01/2016

Page 1

INDEX

Section 1: Instructions to Bidders

1.1Collection of RFQ document

1.2Submission of response

1.3Alternative Bids

1.4Late Bids

1.5Clarification and Communication

1.6Compulsory Briefingsession

1.7Bid Responses

1.8Disclaimers

1.9Validity period

1.10 Confidentiality of information

1.11 Anti-Corruption Hotline

Section 2: Local Content and Production

Section 3: Background, Purpose and Scope of work

3.1Background

3.2Purpose

3.3Objective of RFQ

3.4Scope of Work

3.5 Minimum Requirements

Section 4: Preference Points and Price

4.1Preference points claims

4.2Maximum point allocation

4.3Definitions

4.4Adjudication using a point system

4.5Award of business where bidders have scored equal points

4.6Points awarded for price

4.7Points awarded for B-BBEE status level of contribution

B-BBEE Declaration Form

4.8 Bid declaration

4.9 Sub-Contracting

410 Declaration regarding the bidder

Section 5: Evaluation Criteria

5.1Overview

5.2Staged approach

5.3Mandatory Requirements

5.4Functionality/Technical

5.5Price and B-BBEE

Section 6: Returnable documents

6.1Mandatory documents

6.2Other returnable documents

6.3Validity of submitted information

Section 7: Submission of Proposal

7.1Terms and conditions

7.2Response format and content

7.3RFQ Timelines

Appendices

APPENDIX / DOCUMENT
A / Cover Letter
B / Declaration Form
C / Declaration of forbidden practises Form
D / Consent to vetting Form
E / Acceptance of Request for Quotation Terms & Conditions & Bidders Particulars
F / Briefing Session Form- N/A
G / Certificate of Incorporation
H / Proof of company registration documents
I / Company Profile, Executive Summary & Organogram
J / Joint Venture (JV) Agreement (if applicable)
K / Valid B-BBEE Certificate from approved certification body
L / Valid Original Tax Clearance Certificate
M / Project Plan
N / SCHEDULE OF KEY PERSONNEL’S DETAILS FORM:
Accompanied by the key personnel CV and certified copies of qualification as per the functionality criteria
O / Bidder’s experience schedule
P / Minimum of one (1) client reference letters (Must be originals and signed by clients)
Q / Technical approach methodology
R / Technical evaluation criteria
S / Schedule of Applicable Rates and Prices
T / Signed Non-Disclosure Agreement

SECTION 1:INSTRUCTIONS TO BIDDERS

1.1Collection of RFQ documents

Tender documents are available electronically from the 09 March 2018

1.2 Submission of bid documents

Bidders must submit bid documentation bound in envelopes/files. The envelope/file must be clearly marked on the outside with the following details:

  • ACSA Location where the tender will close
  • Bidding entity’s name
  • Bidding entity’s return address
  • Full description of the tender and tender reference number

The documents must be kept in the sequence and format they have been issued, signed and completed by a person who has been given authority to act on behalf of the bidding entity. The bottom of each page of the bid documents must be signed or stamped with the bidder’s stamp as proof that the bidder has read the tender documents. Bid documents must be submitted on 22 March 2018, at12h00 using the following method(s):

a)Tender Box:

The hardcopy of the bid documents must be delivered to the 4th floor acsa offices, north wing of the airport. at the below person

Name of buyer: Jabu Mawila

Telephone: +27 11 921 2881

1.3Alternative Bids

ACSA only accepts bids which have been prepared in response to the tender invitation/advertised.

1.4Late Bids

Bids which are submitted after the closing date and time will not be accepted.

1.5Clarification and Communication

Name: / Jabu Mawila
Designation: / Tactical Buyer
Tel: / +27 11 921 2881
Email: /

Request for clarity or information on the tender may only be requested until10h00 (AM),19thof March 2018. Any responses to queries or for clarity sought by a bidder will also be sent to all the other entities which have responded to the Request for Quotation invitation.

Bidders may not contact any ACSA employee on this tender other than those listed above. Contact will only be allowed between the successful bidder and ACSA Business Unit representatives after the approval of a recommendation to award this tender. Contact will also only be permissible in the case of pre-existing commercial relations which do not pertain to the subject of this tender.

1.6Compulsory Briefing Session

A compulsory briefing/site inspection session will be held on the ` (arrangement of permits) and 10:00(meeting). The session will be held at the following location:

Compulsory Briefing/Site Inspection Session Requirements / Detail
Date / 15 March 2018
Time / 9:00 (To arrange Temporary Permits for Airside Site inspection) AND
10:00 (Starts the Site Brief and Inspection)
Venue / OR Tambo International Airport, Airports Company South Africa, Mezzanine floor, ACSA Mechanical Maintenance boardroom.
Access to Restricted Area, Cargo, Airside, Terminal / Need access to Airside, Apron and Cargo Area
Documentation, e.g. ID, Temporary Permit, etc. / ID and Temporary Permit (To get a Temporary permit bring a an ID, Certified ID copy, R500 payment and fill in the temporary permit form)
Personal Protective Equipment, (PPE)e.g. Safety Gear / Safety shoes, Reflector vest,ear plugs (bring your own measurement tape)

Please do indicate if whether you will be able to attend this briefing or not

1.7 Bid Responses

Bid responses must be strictly prepared and returned in accordance with this tender document. Bidders may be disqualified where they have not materially complied with any of ACSA’s requirements in terms of this tender document. Changes to the bidder’s submission will not be allowed after the closing date of the tender. All bid responses will be regarded as offers unless the bidder indicates otherwise.No bidder or any of its consortium/joint venture members may have an interest in any of the other bidder/joint venture/consortium participating in this bid.

1.8Disclaimers

It must be noted that ACSA may:

a)Award the whole or a part of this tender;

b)Split the award of this tender;

c)Negotiate with all or some of the shortlisted bidders;

d)Award the tender to a bidder other than the highest scoring bidder where objective criteria allow; and/or

e)Cancel this tender.

1.9Validity Period

ACSA requires a validity period of Onehundred and twenty (120) business/working days for this tender. During the validityperiod the prices which have been quoted by the bidder must remain firm and valid. It is only in exceptional circumstances where ACSA would accommodate a proposal to change the price.

1.10 Confidentiality of Information

ACSA will not disclose any information disclosed to ACSA through this tender process to a third party or any other bidder without any written approval form the bidder whose information is sought. Furthermore,ACSA will not disclose the names of bidders until the tender process has been finalised.Bidders may not disclose any information given to the bidders as part of this tender process to any third party without the written approval from ACSA. If the bidder requires to consult with third parties on the tender, such third parties must complete confidentiality agreements, which should also be returned to ACSA with the bid.

1.11Anti-corruption Hot-Line

ACSA subscribes to fair and just administrative processes. ACSA therefore urges its clients, suppliers and the public to report any fraud or corruption to:

Airports Company South Africa Anti-Corruption Hotline

Number: 0800 00 80 80

Website address:

Email address:

SECTION 2: LOCAL CONTENT AND PRODUCTION

N/A

SECTION 3: BACKGROUND, PURPOSE AND SCOPE OF WORK

3.1 Background

Since inception approximately 20 years ago, Airports Company South Africa Limited (ACSA) has transformed into a focused, profitable and commercial enterprise that is market-driven and customer service oriented. The principal ACSA sites comprise of major international airports namely O.R. Tambo (ORTIA), Cape Town (CTIA) and King Shaka (KSIA). The other sites are, Bram Fischer (Bram), Upington (UTN), Port Elizabeth (PLZ), East London Airport (EL), George Airport (GRG), Kimberley Airport (KIM) and the Corporate Office (COR).

The sustained growth in traffic over the years, coupled with a creative and performance focused management and leadership team have contributed to the Company’s excellent financial performance over time. This has enabled the Company to transform South Africa’s airports into world-class airports, delivering value for customers, stakeholders, shareholders and employees.

ACSA is focused on creating and operating world-class airports measuring up to international standards. Numerous international awards won by certain of its airports over the years confirm that the Company has largely succeeded in this aim. This is also shown in the latest ratings for example, O.R. Tambo, Cape Town and King Shaka international airports rated first, second and third respectively in the Best Airport ACI-ASQ awards for Africa.

3.2Purpose of this Tender

In brief, the Supplier will be responsible for the Design, Supply and Installation of a Fall Protection System at the International Bussing Terminal and Northern International Pier of the O. R. Tambo International Airport. This shall include the supply of all required materials and tools to complete the delivery of the goods and the provision of all required associated services to design and certify the fall protection system for safe use. The Supplier shall also provide all required training of maintenance personnel in the safe usage of the fall protection system, as well as all pertinent handover documentation of the fall protection system. This shall include but not be limited to; All required certification of the system for safe use, All required Maintenance and Usage Manuals for the system.

3.3Objective of the RFQ

The aim of this RFQis to obtain bids for the appointment of acontractor that willDesign, Supply and Installation of a Fall Protection System at the International Bussing Terminal and Northern International Pier of the O. R. Tambo International Airport. This shall include the supply of all required materials and tools to complete the delivery of the goods and the provision of all required associated services to design and certify the fall protection system for safe use. The Supplier shall also provide all required training of maintenance personnel in the safe usage of the fall protection system, as well as all pertinent handover documentation of the fall protection system. This shall include but not be limited to; All required certification of the system for safe use, All required Maintenance and Usage Manuals for the system.

This must be done in a sustainable manner and cost effectively while ensuring compliance to general safety, environmental and aviation related legislation.

3.4Scope of Work

To design, install and certify a compliant fall protection system that meets the requirements:

The Supplier shall, prior to the design and installation of the fall protection system, fully investigate the structure of the buildings where the fall protection is required to be installed to ensure that no disruption or damage to any hidden services which include but are not limited to; electrical reticulation, water services, communication cabling, structural/load-bearing members, etc. is incurred during the installation of the fall protection system. To this end, while some technical and engineering drawings can be made available to the Supplier by the Supply Manager on behalf of the Purchaser, confirmation of the presence of hidden services (as listed above) shall be carried out by the Supplier and a report provided to the Supply Manager for approval before any services or installations required under this contract may be approved for commencement.

The Supplier shall design and install a fall protection system that meets or exceeds all the following technical requirements:

Item / Work Description of Work
1 / Supply of a stainless-steel life lines (certified for at least 300 kg for a 100m life line)
2 / Supply of all anchors and attachments points for the 100m life lines
3 / Installation andcertification of the lifeline, anchors and attachment points
4 / Training material and training of on-site Maintenance Personnel in the correct use of the system
5 / The fall protection system shall allow for completely unrestricted and undeterred access to all maintainable equipment installed on the roof of the International Northern Pier Building and the International Bussing Terminal Building

Additionally, the Supplier shall ensure that the fall protection system complies with the following

Proof of all applicable Quality Assurance certification for the manufacturing processes of the OEM (that are required by law) shall be provided

The system shall comply with all applicable laws and standards for the installation, testing and certification of the Supplier-suggested type of fall protection, which includes but is not limited to the following (where these and other applicable standards differ, the more stringent requirement shall be applied):

  • EN795:2012
  • TS16415:2013
  • SANS 50795:1993

To provide a safe working procedure for the Maintenance of Equipment installed on the roofs of the International Bussing Terminal and Northern International Pier buildings:

All relevant certification of the fall protection system and drafting of the safe working procedure (or fall protection plan) shall be performed by an independent and approved Fall Protection Professional to be appointed by the Supplier. Any costs associated with this service are to be carried by the Supplier and be reimbursed by the Purchaser in line with the Price Schedule provided by the Supplier in Section C2 of this contract. This fall protection plan shall become the sole property of the Purchaser (intellectually, and in every other sense) upon the complete Delivery of the goods and associated services.

The fall protection plan shall be drafted in cooperation with and for the approval of the Supply Manager.

To train all ACSA and ACSA-appointed maintenance contractors in the correct usage of the fall protection system:

The Supplier shall train all ACSA and ACSA-appointed contractor maintenance staff on the contents of the fall protection plan, which shall include but not be limited to:

The purpose of the fall protection system

The safe and correct use of the fall protection system

The training shall be conducted in as many as 4, but not less than 2, separate training sessions conducted on the premises of the Purchaser, specifically the O. R Tambo International Airport.

3.4.1 Overview

Airports Company South Africa SOC Ltd (ACSA) was formed to own and operate South Africa’s nine principal airports, including the three main international gateways of ORTIA, CTIA and KSIA. The other 6 regional airports are PLZ, BFN, UTN, and ELS, GRJ and KIM. Its head office is situated at Bedfordview about 10km away from O.R. Tambo international airport.

3.4.2 Scope of Services

As per the scope of work and the price schedule stipulated in this document.

Special Conditions:

The site is at the restricted airside within a fully operational environment with member’s different stakeholders and various service providers within the area at any point in time.

Working hours are day time hours for most general tasks unless required to be otherwise.The Main contractor will need to work hours that are conducive to the completion of the project in the airport environment.

3.5Minimum Requirements

Only bidders meeting the following criteria will be considered for this tender:

a)Bidders must have a minimum of one (1) year proven experience in a similar project and provide 1 or more reference letters with the relevant company letterhead,

b)Bidders acceptance of terms and conditions ofbid,

c)Bidders should submit a Valid OriginalTax Clearance Certificate or a SARS issued Pin,

d)Company, its Directors and employees agree to be vetted by Airports Company South Africa (ACSA),

e)Bidder to be registered on the National Treasury’s Central Supplier Database ( Please attach your CSD Registration summary.

Pre-qualification

To advance certain designated groups in line with regulation 4 of the 2017 PPPFA Regulations, only bidders having a minimum BBBEE level 2 and who are QSE or EME which is 51% black owned will be considered for this bid.

SECTION 4: PREFERENCE POINTS AND PRICE

4.1Preference Points Claims

In terms of the PPPFA and its regulations only a maximum of 20 points may be awarded for preference. The preferential point systems are as follows:

a)The 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxes included); and

b)The 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxes included).

The value of this bid is estimated to be below R1 000 000 (all applicable taxes included) and therefore the 80/20 system shall be applicable. Preference points for this bid shall be awarded for:

4.2The maximum points for this bid are allocated as follows:

Points

4.2.1Price 80

B-BBEE Status Level of Contribution20

Total Points for Price and B-BBEE must not Exceed100

4.2.2Failure on the part of a bidder to fill in and/or sign this form and submit a B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA), an affidavit in the case of Qualifying Small Enterprises and an Emerging Micro Enterprises or an Auditor/Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.