DEPARTMENT OF WATER AFFAIRS AND FORESTRY
NORTHERN PROVINCE
DIRECTORATE PLANNING AND IMPLEMENTATION
RURAL COMMUNITY WATER SUPPLY
AND
RESOURCE MANAGEMENT
TENDER NO.: WF 7642B
DRILLING AND REHABILITATION
OF BOREHOLES
IN THE NORTHERN PROVINCE
CONTENTS LIST
SECTION CONTENTS PAGE
1 Information Provided to Tenderer 1-1 to 1-8
2 Conditions of Tender, Conditions of Contract and Specifications 2-1 to 2-64
3 Information Submitted by Tenderer 3-1 to 3-8
4 Schedule of Rates 4-1 to 4-41
5 Additional Tender / Contract Documentation 5-1 to 5-9
6 Specification Drawings, Data Recordings & Reporting 6-1 to 6-2
Section 1
Information provided to tenderer
SECTION 1
INFORMATION PROVIDED
TO TENDERER
RURAL COMMUNITY WATER SUPPLY
AND
RESOURCE MANAGEMENT
TENDER NO.: WF7642B
DRILLING AND REHABILITATION
OF BOREHOLES
IN THE NORTHERN PROVINCE
SECTION 1 - INFORMATION PROVIDED TO TENDERER
INDEX
1 Particulars of Tender Enquiry
2 Site Inspection / Briefing Session
3 General Scope of Work
4 Terrain Conditions
5 Drilling Conditions
6 Facilities Available
7 Instructions to Tenderer
RURAL COMMUNITY WATER SUPPLY
AND
RESOURCE MANAGEMENT
TENDER NO.: WF 7642B
DRILLING AND REHABILITATION
OF BOREHOLES
IN THE NORTHERN PROVINCE
INFORMATION PROVIDED TO TENDERER
1. PARTICULARS OF TENDER ENQUIRY
Tenders are invited for the drilling and rehabilitation of boreholes associated with the requirements for community water supply and resource management of the Department of Water Affairs and Forestry in Municipal Areas with several operation and maintenance service centres defined by the following information. Note that the drilling services are required for a period of two years from the date of award and that no specific quantity of work has been identified. Different or more than one drilling contractors may be appointed for each service centre as specified in Clauses 1-2 and 1-4 below.
1-1. Province: Northern Province
1-2. The point of service provided shall be to the operation and maintenance offices at specific service centers of the Municipal Areas as specified below.
1-2-1. Waterberg, Witpoort Service Centre
1-2-2. Waterberg, Potgietersrus Service Centre
1-2-3. Vhembe, Thoyohandou Service Centre
1-2-4. Capricorn, Pietersburg Service Centre
1-2-5. Sekhukhune, Lebowakgomo Service Centre
1-2-6. Sekhukhune, Groblersdal Service Centre
1-2-7. Mopani, Giyani Service Centre
1-2-8. Mopani, Tzaneen Service Centre
1-2-9. Eastern, Thulamahashe Service Centre
1-3. Communities: Various rural communities in the specified Municipal and service centre areas.
1-4. Project names:
1-4-1. Drilling of boreholes for rural communities in the Waterberg Municipal area, Witpoort Service Centre
1-4-2. Drilling of boreholes for rural communities in the Waterberg Municipal area, Potgietersrus Service Centre
1-4-3. Drilling of boreholes for rural communities in the Vhembe Municipal area, Thoyohandou Service Centre
1-4-4. Drilling of boreholes for rural communities in the Capricorn Municipal area, Pietersburg Service Centre
1-4-5. Drilling of boreholes for rural communities in the Sekhukhune Municipal area, Lebowakgomo Service Centre
1-4-6. Drilling of boreholes for rural communities in the Sekhukhune Municipal area, Groblersdal Service Centre
1-4-7. Drilling of boreholes for rural communities in the Mopani Municipal area, Giyani Service Centre
1-4-8. Drilling of boreholes for rural communities in the Mopani Municipal Area, Tzaneen Service Centre
1-4-9. Drilling of boreholes for rural communities in the Eastern Municipal Area, Thulamahashe Service Centre
1-5. Tender number: WF 7642B
1-6. Implementing Authority: Department of Water Affairs and Forestry - Northern Province, Directorate Planning and Implementation
1-7. Address of Implementing Authority Chief Director
Private Bag X9506
PIETERSBURG
0700
1-8. Contact person – Director Planning and Mr. S Musetsho
Implementation Tel: (015) 290-1216
Fax: (015) 295-3217
1-8-1 Service Centre Contact Persons
Witpoort Service Centre Mr. D Mphahlele
Tel: (015) 491-4200
Fax: (015) 491-4283
Potgietersrus Service Centre Mr. D Mphahlele
Tel: (015) 491-4200
Fax: (015) 491-4283
Thoyohandou Service Centre Mr. S Maluleke
Tel: (015) 962-5473
Fax: (015) 962-4481
Pietersburg Service Centre Mr. W Mutate
Tel: (015) 297-0244
Fax: (015) 297-1841
Giyani Service Centre Mr. Modiba
Tel: (015) 812-0091/7
Fax: (015) 812-5037
Lebowakgomo Service Centre Mr. R Hlomela
Tel: (015) 632-6096/5882
Fax: (015) 632-4387
Thulamahashe Service Centre Mr. N Mukhwane
Tel: (013) 773-0947
Fax: (013) 773-0948
Tzaneen Service Centre Mr. J Venter
Tel: (015) 307-3627/8
Fax: (015) 307-3823
Groblersdal Service Centre Mr. C Pretorius
Tel: (013) 262-2079
Fax: (013) 262-3541
1-9. Executive Agencies Area Consultants
1-10. Tender Enquiries Mr. W. Mutate
Tel: (015) 290-1271
Fax: (015) 295-3217
Or
Mr. F.S. Botha
Tel: (015) 290-1398
Fax: (015) 295-3249
Or
Mr. W.H. du Toit
Tel: (012) 3336-8226
Fax: (012) 328-6397
Or
Mr. C.J. Deysel
Tel: (012) 336-8463
Fax: (012) 336-8713
1-11. Validity period of Tender (days) 90 days
1-12. Address for submission of Tender Director-General
Private Bag X313, Pretoria,
0001
Or
To be deposited in the Tender Box in
the entrance of zwaMadaka Building
157 Schoeman Street, Pretoria
1-13. Closing date and time for submission 11:00
1-14. No submissions by telephone, telex, fax, telegram or e-mail will be accepted.
1-15. Issuing of Documents. Two complete sets of tender documents, one set of drawings, and one copy of the Schedule of Quantities are issued to a prospective Tenderer. These documents are obtainable for a deposit of R200.00 per set from:
Assistant Director: Tenders and Stores
Room 26, zwaMadaka Building or Private Bag X313
157 Schoeman Street Pretoria
0002 0001
Tel: 012 336-7694
1-16. Cheques. All payments and deposits are to be made in the currency of the Republic of South Africa and cheques are to be made payable to the Director-General of Water Affairs and Forestry who shall be entitled to cash any cheques.
2. SITE INSPECTION / BRIEFING SESSION
2-1. Compulsory (yes)
2-2. Date …………
2-3. Time 10:00
2-4. Place / venue DWAF, Azmo Building, 49 Joubert Street, Pietersburg
2-5. For further information contact Mr. F.S. Botha
Tel: (015) 290-1398
3. GENERAL SCOPE OF WORK
3-1. Drilling of new boreholes for exploration, monitoring and production
purposes (yes)
Estimated number Unspecified
3-1-1. Type of drilling method considered suitable Rotary air percussion with foam (yes) Odex (yes)
3-2. Rehabilitation of existing boreholes
Estimated number Unspecified
3-2-1. Type of drilling method considered suitable (yes)
Rotary air percussion with foam (yes)
Cable tool (jumper) percussion (yes)
4. TERRAIN CONDITIONS
4-1. Topography
Flat surface, plain (yes)
Gently rolling (yes)
Moderately rolling (yes)
Hilly (yes)
Mountainous (yes – limited)
4-2. Vehicle accessibility
Dry weather conditions (Fair)
Wet weather conditions (Poor)
Four- or six-wheel drive required in wet conditions
4-3. Access to be established (yes)
Nature of access:
Light bush clearing (yes)
Heavy bush clearing (yes)
Rudimentary road-building (yes)
Dismantling of borehead superstructure for rehabilitation
of existing boreholes (yes)
5. DRILLING CONDITIONS
5-1. Geology
Unconsolidated sediments (e.g. loose sand, gravel
and/or boulders)
Consolidated sediments (e.g. sandstone, mudstone, siltstone, shale, tillite)
Igneous rocks (e.g. granite, diabase, dolerite) Metamorphic rocks (e.g. gneiss, gabbro, norite, marble, schist)
Highly abrasive rocks (e.g. quartzite)
Carbonate rocks (e.g. dolomite, limestone, chert)
5-2. Expected rock conditions
Hard
Moderately hard
Soft
Weathered
Fractured
Weathered and fractured
Cavities
5-3. Expected drilling conditions
Good to excellent
Fair to poor
Difficult to very difficult
6. FACILITIES AVAILABLE
6-1. Camping site / depot (no)
6-2. Water supply (no)
6-3. Power supply (no)
6-4. Ablution facilities (no)
6-5. Housing / accommodation (no)
7. INSTRUCTIONS TO TENDERER
Tenderers are requested to complete those of the following list of documents as are indicated hereunder.
7-1. Section 3 (all subsections) of this Document
7-2. Section 4 (subsection 2-0, Schedule) of this Document
7-3. Form C2 (Invitation toTender) in Section 5 of this Document
7-4. Form C3 (Declaration of Good Standing Regarding Tax) in Section 5 of this Document
7-5. Form C4 (Tender) in Section 5 of this Document
7-6. Form C6 (Important Conditions) in Section 5 of this Document
7-7. Form C8 (Equipment Questionnaire) in Section 5 of this Document
7-8. Form C9 & C9.1 (Preference Certificate) in Section 5 of this Document
7-9. Form C10 (Declaration of Interest) in Section 5 of this Document
7-10. Form C11 (Credit Order Instructions) in Section 5 of this Document
7-11. Certificate of Tenderer’s Attendance of Briefing session in Section 5 of this Document
7-12. Form of Tender in Section 5 of this Document
7-13. Appendix to Tender in Section 5 of this Document
7-14. Agreement in Section 5 of this Document
1-6
Section 2
Conditions of Tender, Conditions of Contract and Specifications
SECTION 2
CONDITIONS OF TENDER,
CONDITIONS OF CONTRACT AND
SPECIFICATIONS
RURAL COMMUNITY WATER SUPPLY
AND
RESOURCE MANAGEMENT
TENDER NO.: WF7642B
DRILLING AND REHABILITATION
OF BOREHOLES
IN THE NORTHERN PROVINCE
SECTION 2 – CONDITIONS OF TENDER, CONDITIONS OF CONTRACT AND SPECIFICATIONS
INDEX
1 Conditions of Tender
2 General Conditions
3 Special Conditions
4 Project Specifications
5 Standard Specifications for borehole drilling
2-1
Section 2
Conditions of Tender, Conditions of Contract and Specifications
RURAL COMMUNITY WATER SUPPLY
AND
RESOURCE MANAGEMENT
TENDER NO.: WF7642B
DRILLING AND REHABILITATION
OF BOREHOLES
IN THE NORTHERN PROVINCE
CONDITIONS OF TENDER, CONDITIONS OF CONTRACT AND SPECIFICATIONS
1. CONDITIONS OF TENDER
1-1 SITE INSPECTION/BRIEFING SESSION
A Representative from the offices of the Engineer will meet prospective Tenderers at the time and place stated in Clause 2 of the Information Provided to Tenderers (Section 1 of the Tender Documents) to conduct a Briefing Session. The Representative will not be available at any other time for the Briefing Session.
Representation of the Tenderer at the Site Inspection/Briefing Session must be by a person who is suitably qualified and experienced to comprehend the implications of the work involved. If attendance at the Site Inspection/ Briefing Session is indicated in Sub-Clause 2.1 of the Information Provided to Tenderers as being “compulsory” and the Tenderer or his representative does not attend the Site Inspection/Briefing Session, the Tender will be disregarded, unless -
(a) The Tenderer has, prior to the time and date set for the Briefing Session, made a written and motivated application to the Engineer for exemption from attendance, and
(b) The Engineer has, prior to the time and date set for the Site Inspection, exempted the Tenderer, in writing, from attendance, and
(c) The Engineer’s original exemption certificate is attached to the Certificate of Tenderer’s Visit to the Site in Section 5 of the Tender Documents.
If attendance at the Site Inspection/Briefing Session is not indicated as “Compulsory” as aforesaid and the Tenderer does not attend or is not represented thereat as aforesaid and his tender is subsequently accepted, it will be deemed that the Tenderer has otherwise acquainted himself with all information and data as provided by the Engineer at the Site Inspection/Briefing Session.
Attendance at the Site Inspection, or exemption therefrom, shall not in any way relieve the successful Tenderer of his obligations and liabilities in terms of Sub-Clause 3.(2) of the Conditions of Contract.
1-2 SCHEDULE AND FORMS TO BE COMPLETED
Tenderers must complete the forms indicated in Clause 7 of the Information Provided to Tenderers (Section 1 of the Tender Documents) in indelible black ink.
Mistakes made by the Tenderer in completing the said forms shall not be erased. A line must be drawn through the incorrect entry, the correct entry must be written above, and corrections must be initialed by the Tenderer. Failure to observe this rule may cause the Tender to be disqualified.
Where space is provided for the entry of information other than signatures, such entries must be in clearly legible block letters.
1-3 FAILURE TO RETURN TENDER DOCUMENTS
A Tenderer who does not submit a Tender must return the Tender Documents (i.e., the Project Document and the Book of Drawings (if applicable) to the Engineer by the closing date of the Tender, failing which he will forfeit his deposit of two hundred rands (R200,00).
1-4 ALTERNATIVE TENDERS
Alternative Tenders will not be accepted.
1-5 SIGNING OF TENDER
The Tender must be signed by a duly authorised person. A Tender submitted by a joint venture of two or more firms must be accompanied by the document of establishment of the joint venture (duly registered and authenticated by a notary public or other official deputed to witness sworn statements) defining the conditions under which the joint venture will function, its duration, the persons authorised to represent it and who are obligated thereby, the participation of the several firms forming the joint venture, and any other information necessary to permit a full appraisal of its functioning.
1-6 AMENDMENTS TO OR QUALIFICATIONS OF TENDER DOCUMENTS
No unauthorized amendment or addition shall be made to the Forms to be completed in accordance with Clause 7 of the Information Provided to Tenderers (Section 1 of the Tender Documents) or any other part of the Tender Documents. If any such amendment, alteration or addition is made, this will be regarded as a qualification of the Tender and will not only be ignored when Tenders are compared, but may also cause the Tender to be disqualified. If the Schedule of Rates is not properly completed, the Tender may be rejected.
Tenders submitted in accordance with these Tender Documents shall not have any qualifications. Any point of difficulty in their interpretation must be resolved with the Engineer as early as possible during the Tender Period. If a query is found to be of significance, the Engineer will inform all Tenderers accordingly as soon as possible.
If the Tenderer, notwithstanding the above, wishes to amend or qualify the Tender Documents, such amendment or qualification shall be set out explicitly in a covering letter submitted with his Tender. Any amendment or qualification contained in or appearing in or to be inferred from a programme submitted with a Tender, will be invalid unless the covering letter and the programme are identifiably in the said covering letter.
1-7 CONFIDENTIAL NATURE OF DOCUMENTS
All recipients of the Tender Documents (whether or not a Tender is submitted) shall treat the details of the documents as private and confidential.
1-8 COSTS INCURRED BY TENDERER
The Employer will neither be responsible for nor pay for costs incurred by a Tenderer in preparing the Tender or in visiting the Site in this connection.
1-9 ADJUDICATION AND ACCEPTANCE OF TENDER
1-9.1 Acceptance of Tender
The Employer is not bound to accept the lowest or any Tender.
1-9-2 Basis of Tender Adjudication
(a) Assumption of Quantities for Adjudication Purposes
The Contract will be executed on the basis of Schedules of Rates. No specific quantity of work has been identified. No guarantee can be given regarding the expenditure of this contract.