112
NATIONAL LIBRARY OF SOUTH AFRICA 228 Johannes Ramakhoase Street 5 Queen Victoria Street Private Bag X397 Cape Town Pretoria 8001 0001 BID DESCRIPTION READVERTISEMENT - MAJOR REFURBISHMENT OF ELECTRICAL INFRASTRUCTURE CAPE TOWN TENDER NO: NLSA.ELECTRICAL 02/2020 CLOSING DATE: 23 MARCH 2020 TIME: 11H00 COMPULSORY BRIEFING SESSION DATE : 06 MARCH 2020 VENUE : 05 Queen Victoria Street, Cape Town TIME : 10H00 NB. Should you want to deliver bid documents, please note that the NLSA opens at 08H00 and closes at 17H00. Upon the submission of bid documents, Service Providers are requested to sign the register at the Reception. BID DOCUMENTS ARE AVAILABLE ON: o NLSA website (www.nlsa.ac.za) NB. Completed Bid Documents must be deposited in the Tender Box at the NLSA, 05 Queen Victoria Street, Cape Town or 75 Thabo Sehume Street, Pretoria CBD before the closing date and time of 23 MARCH 2020 at 11H00.

NATIONAL LIBRARY OF SOUTH AFRICA

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NATIONAL LIBRARY OF SOUTH AFRICA

NATIONAL LIBRARY OF SOUTH AFRICA

228 Johannes Ramakhoase Street 5 Queen Victoria Street

Private Bag X397 Cape Town

Pretoria 8001

0001

BID DESCRIPTION

READVERTISEMENT - MAJOR REFURBISHMENT OF ELECTRICAL INFRASTRUCTURE

CAPE TOWN

TENDER NO: NLSA.ELECTRICAL 02/2020

CLOSING DATE: 23 MARCH 2020 TIME: 11H00

COMPULSORY BRIEFING SESSION

DATE : 06 MARCH 2020

VENUE : 05 Queen Victoria Street, Cape

Town

TIME : 10H00

NB. Should you want to deliver bid documents, please note that the NLSA opens at 08H00

and closes at 17H00. Upon the submission of bid documents, Service Providers are

requested to sign the register at the Reception.

BID DOCUMENTS ARE AVAILABLE ON:

o NLSA website (www.nlsa.ac.za)

NB. Completed Bid Documents must be deposited in the Tender Box at the NLSA, 05 Queen

Victoria Street, Cape Town or 75 Thabo Sehume Street, Pretoria CBD before the closing

date and time of 23 MARCH 2020 at 11H00.

Page 2: NATIONAL LIBRARY OF SOUTH AFRICA

2

1. OVERVIEW

The National Library of South Africa (NLSA) is a world class African National Library and

information hub. It is the mission of the NLSA to build, record, preserve, conserve and make

available a complete South African documentary heritage fostering a reading nation towards

an informed citizenry.

The NLSA is listed under Schedule 3A of the Public Finance Management Act, Act No. 1 of

1999 as amended (PFMA). The National Library of South Africa’s Cape Town Campus,

located at 5 Queen Victoria Street in Cape Town, is a heritage site.

2. SCOPE OF WORK

Major service of the existing 100kVA standby generator.

Testing of standby generator after service.

Major service of the existing UPS.

Testing of UPS after major service.

Refurbishment of distribution boards with circuit breakers as specified and indicated on the

drawings.

Supply, install and refurbishment of all luminaries and socket outlets as specified and

indicated on the drawings.

Installation of new power skirting and new socket outlet circuits.

Custom-built glass works to refurbish chandeliers as well as custom-built pedestal lights.

Re-bulbing of conventional lighting to LED lighting.

Supply and install automated lighting control system as specified and indicated on drawings

(Only sensors).

New cabling and re-routing of existing cables.

Installation of sleeves in existing walls.

New installation of emergency exit lighting as indicated on drawings.

Complete all 2.5 - and 4mm² wiring in 20- and 25mm conduit.

Install cable racks and cables as specified.

Conduct tests and supply all paperwork as required.

Issue of certificate of compliance for all the distribution boards upon completion of works.

Re-installation of data cables and modules in new power skirting.

Page 3: NATIONAL LIBRARY OF SOUTH AFRICA

Re-commission of entire data installation as well as re-labelling etc.

LOCATION OF WORKS

The building is situated in Cape Town in the Western Cape Province.

Access to the sites is via existing tar roads.

If additional requirements for off-loading by crane, it must be included in the tender.

Off-loading costs must be included in the tender.

2.1 ENGINEERING

2.1.1 ENGINEER’S DESIGN

Although the Engineer has designed the Permanent Works as shown on the Drawings and

has selected Plant and Materials that are suitably sized for the purposes of the Employer, the

Contractor shall be responsible to procure required plant, materials and resources in order to

ensure these are appropriately selected, specified and constructed to meet the particular

installation conditions on site and according to the project specifications. This requirement

shall be specifically applicable to any/all items of an electrical nature included in the contract

e.g. circuit breakers & MV & LV panels, etc.

2.1.2 ALTERNATIVE OFFERS

The Contractor shall complete the tender in terms of the information provided and requested

in the tender document. Failure to complete the tender document, including the schedule of

quantities, may lead to the rejection of the bid.

In evaluating tenders received, and in accordance with its adopted procurement policy, the

Employer is required to satisfy itself as to the competitiveness and cost effectiveness of each

tender received. In addition, as a public entity, the Employer is required to ensure that its

procurement process is fair, equitable and transparent at all times. Accordingly, except for

alternatives requested in the tender documents, any tenderer wishing to submit (an)

alternative offer(s) for the consideration of the Employer shall ensure that the

competitiveness and cost effectiveness of the alternative can easily be determined by the

Employer. Bids that are difficult to compare to the prescribed condition of tender and contract

and/or to the specified technical requirements are likely to be rejected. Even if comparable, a

tender that deviates from the specified conditions or requirements may not be acceptable to

the Employer for reasons of risk apportionment or otherwise. Tenderers are therefore

instructed to price the specified requirements and schedule of quantities before submitting

any alternative offer for the Works.

2.1.3 CONSTRUCTION PERIOD

The construction period will be for nine (9) months

Page 4: NATIONAL LIBRARY OF SOUTH AFRICA

4

2.1.4 DRAWINGS

Forms part of tender document. (See attachment)

Page 5: NATIONAL LIBRARY OF SOUTH AFRICA

2.2 PROCUREMENT

2.2.1 GENERAL CLAUSES AND REQUIREMENTS

2.2.1.1 Bids received shall be evaluated in terms of the tender evaluation criteria

described in the Tender Data, taking the Employer’s preferential procurement

requirements as provided.

2.2.1.2 Notwithstanding other requirements of the Contract, the Contractor shall not sub-

contract any part of the Contract without the prior consent of the Engineer, which

consent shall not be unreasonably withheld.

2.2.1.3 Any consent granted in terms of 2.2.1.2 or appointment of the sub-contractor in

terms of 2.2.1.2 shall not imply a contract between the Employer and the sub-

contractor, or a responsibility or liability on the part of the Employer to the sub-

contractor and shall not imply a contract between the Engineer and the sub-

contractor, or a responsibility or liability on the part of the Engineer to the sub-

contractor and shall not relieve the Contractor from any liability under the Contract

and he (the Contractor) shall be liable for the acts, defaults and neglects of any

subcontractor, his agents or employees as fully as if they were the acts, defaults or

neglects of the Contractor, his agents or employees.

2.2.1.4 Before the Engineer, in terms of Clause 14.6 [Issue of Interim Payment

Certificates] of the General Conditions of Contract, issues any certificate that

includes any payment in respect of work done or goods supplied by any sub-

contractor in terms and Clauses 4.4 [Subcontractors] and Clause 5 [Nominated

Sub-Contractors] of the General Conditions of Contract, he shall be entitled to call

upon the Contractor to furnish reasonable proof that all payments (less retention

moneys) included in previous certificates in respect of the work or goods of such

sub-contractors have been made or discharged by the Contractor, in default of

which, unless the Contractor

(a) Informs the Engineer in writing that he has reasonable cause for withholding

or refusing such payment, and

(b) Submits to the Engineer reasonable proof that he has so informed such

subcontractor in writing,

the Employer shall be entitled to pay directly such sub-contractor (nominated or

otherwise) on the Engineer’s certificate all payments (less retention moneys) the

Contractor has failed to make to such sub-contractor and to deduct, by way of

settlement, the amount so paid by the Employer from any moneys owing to or that

may become owing to the Contractor.

Page 6: NATIONAL LIBRARY OF SOUTH AFRICA

6

Provided always that where the Engineer has certified and the Employer has paid

directly as aforesaid, the Engineer shall, in issuing any further certificate in favour

of the Contractor, deduct from the amount thereof the amount paid direct as

aforesaid, but shall not withhold or delay the issue of the certificate when due to be

issued in terms of the Contract.

Page 7: NATIONAL LIBRARY OF SOUTH AFRICA

3. TENDER DATA

The conditions of tender are the Standard Conditions of Tender as contained in Annexure F of

SANS 294: 2000, bound into Section 1.3

The Standard Conditions of Tender makes several references to the Tender Data. The Tender

Data shall have precedence in the interpretation of any ambiguity or inconsistency between it

and the Standard Conditions of Tender.

Each item of data given below is cross–referenced to the clause in the Standard Conditions of

Tender to which it applies.

Clause Addition or Variation to Standard Conditions of Tender

The Employer is NATIONAL LIBRARY OF SOUTH AFRICA:

1.3.2

The Standard Conditions of Tender, the Tender Data, List of Returnable

Documents and Returnable Schedules which are required for tender evaluation

purposes, shall also form part of the Contract arising from the invitation to tender.

1.3.3 Interpretation

Add the following new clause

1.3.3 The Tender documents have been drafted in English. The contract arising

from the invitation of tender shall be interpreted and construed in English

2.1 Eligibility

Add the following:

Only those tenderers who satisfy the following eligibility criteria are eligible to

have their tender evaluated:

a) Contractors who are registered with the Construction Industry Development

Board (CIDB) prior to the evaluation of submissions in a contractor grading

designation equal or higher than a contractor grading designation

determined in accordance with the sum tendered, or a value determined in

accordance with Regulation 25(1B) or 25(7A) of the Construction Industry

Page 8: NATIONAL LIBRARY OF SOUTH AFRICA

8

Clause Addition or Variation to Standard Conditions of Tender

Development Regulations, 2004 for a EB class of construction work.

b) Joint ventures provided that:

i) Every member of the joint venture is registered with the CIDB;

ii) The lead partner has a contractor grading designation in the EB class of

construction work; and

iii) The combined contractor grading designation calculated in accordance

with CIDB Regulations is equal to or higher than a contractor grading

designation determined in accordance with the sum tendered for a EB

class of construction work or a value determined in accordance with

Regulation 25(1B) or 25(7A) of the Construction Industry Development

Regulations 2004.

c) Only Tenderer’s who meet the minimum functionality criteria (see 3.11.5

of Tender data)

2.2 Add the following to the clause:

Accept that the Employer will not compensate the tenderer for any costs incurred

in attending interviews in the office of the employer or the employer’s agent (if

required).

2.5 The document “South African National Standards: Standardized Specifications

for Civil Engineering Construction”, (SANS 1200).

2.7 A Compulsory Briefing Session will be held.

2.8 Request clarification of the tender documents, if necessary, by notifying the

Employer’s official or the Employer’s agent indicated in the tender notice and

invitation to tender (section T1.1) in writing at least ten working days before the

closing time stated in clause 2.15.

2.10.5 Add the following new clause:

An electronic copy of the Bill of Quantities is available from the Client’s

Representative for the sole use of the Tenderer, and will not form part of

Tenderers offer.

2.11 Add the following to the clause:

Page 9: NATIONAL LIBRARY OF SOUTH AFRICA

Clause Addition or Variation to Standard Conditions of Tender

To correct errors made, draw a line through the incorrect entry and write

the correct entry above in black ink and place the full signatures of the

authorized signatories next to the correct entry.

Corrections in terms of price may not be made by means of a correction fluid

such as Tipp-Ex or a similar product.

If correction fluid has been used on any specific item price, such item will not be

considered. No correction fluid may be used in a Bill of Quantities where prices

are calculated to arrive at a total amount. If correction fluid has been used the

tender as a whole will not be considered.

The Client Property Group will reject the bid if corrections are not made in

accordance with the above.

2.12.1 All alternative tender offers shall be referred to in Section 2.2.1 – Alterations to

Tender.

2.12.2 Should the Tenderer wish to offer alternative designs and/or construction

materials, he shall include with this Tender full details thereof, including a

complete bill of quantities, formal design calculations, and full details of all

alternative components proposed to be included in the Works. Refer also to

Clause 4.2 of the Contract Data in this regard.

Failure to properly comply with this clause, thereby preventing the Employer

and/or the Engineer to properly assess the full implications of the alternative

tender, is likely to disqualify the alternative offered from further consideration.

No submission by the Contractor after award for additional payment or time for

completion of Works relating to the alternative offer will be considered, the

tendered rates submitted shall be considered to reflect the full and final cost

implications of the alternative offer.

2.13.2 Replace the contents of the clause with the following:

Return all volumes of the tender document to the Employer after completion of

the relevant sections of each volume in their entirety, electronically (if they were

Page 10: NATIONAL LIBRARY OF SOUTH AFRICA

10

Clause Addition or Variation to Standard Conditions of Tender

issued in electronic format) and by writing in black ink.

All volumes are to be left intact in its original format and no pages shall be

removed or re-arranged.

2.13.4 Only authorised signatories may sign the original and all copies of the tender

offer where required.

In the case of a ONE-PERSON CONCERN submitting a tender, this shall be

clearly stated.

In case of a COMPANY submitting a tender, include a certified copy of the

Certificate of Incorporation of such company shall, together with a resolution by

its board of directors authorizing a director or other official of the company to

sign the documents on behalf of the company.

In the case of a CLOSED CORPORATION submitting a tender, include a

certified copy of the Founding Statement of such corporation, together with a

resolution by its members authorizing a member or other official of the

corporation to sign the documents on each member’s behalf.

In the case of a PARTNERSHIP submitting a tender, all the partners shall sign

the documents, unless one partner or a group of partners has been authorized to

sign on behalf of each partner, in which case proof of such authorization shall

be included in the Tender.

In the case of a JOINT VENTURE submitting a tender, include a resolution of

each company of the Joint Venture together with a resolution by its members

authorizing a member of the Joint Venture to sign the documents on behalf of the

Joint Venture.”

Accept that failure to submit proof of authorisation to sign the tender, shall

result in a Tender Offer being regarded as non-responsive.

Page 11: NATIONAL LIBRARY OF SOUTH AFRICA

2.13.5 The Employer’s address for delivery of tender offers and identification details to

be shown on each tender offer package are:

Physical address : NATIONAL LIBRARY OF SOUTH AFRICA

PRETORIA CAMPUS

Page 12: NATIONAL LIBRARY OF SOUTH AFRICA

12

Clause Addition or Variation to Standard Conditions of Tender

228 Johannes Ramokhoase Street

PRETORIA

0001

or

NATIONAL LIBRARY OF SOUTH AFRICA CAPE TOWN CAMPUS 5 Queen Victoria Street

CAPE TOWN

8000

Identification details

NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN CAMPUS: MAJOR REFURBISHMENT OF ELECTRICAL INFRASTRUCTURE: CONTRACTOR

The name and address of the tender shall be entered on the back of the

envelope.

2.13.6 A Two – envelope system will not be followed.

2.13.9 Accept that all conditions, which are printed or written upon any stationary used

by the Tenderer for the purpose of or in connection with the submission of a

tender offer for this Contract, which are in conflict with the conditions laid down in

this document shall be waived, renounced and abandoned.

2.14 Add the following to the clause:

The Tenderer is required to enter information in the following sections of the

document:

Section 2.2 : Returnable Schedules

Section 1.1 : Form of Offer

Section 1.2 : Contract Data (Part 2)

Section 2.2 : Bill of Quantities

Section 2.3 : Bank Details

The above sections shall be signed by the Tenderer (and witnesses where

required). Individual pages should only be initialed by the successful Tenderer

and by the witnesses after acceptance by the Employer of the Tender Offer.

Accept that failure on the part of the bidder to complete and sign the form

of offer, shall result in a Tender Offer being regarded as non-responsive.

Accept that failure on the part of the Tenderer to submit the following Returnable

Page 13: NATIONAL LIBRARY OF SOUTH AFRICA

Clause Addition or Variation to Standard Conditions of Tender

Documents listed in clause 2.23 shall result in a tender offer being regarded as

non-responsive:

a) Original valid tax clearance certificate in terms of the Preferential

Procurement Regulations, 2001 published in Government Gazette No

22549 dated 10 August 2001,

b) Certified copy of VAT Registration Certificate,

c) Certified copy of Certificate of Incorporation (if tenderer is a Company),

d) Certified copy of Founding Statement (if tenderer is a Closed Corporation),

e) Certified copy of Partnership Agreement (if tenderer is a Partnership),

f) Certified copy of Identity Document (if tenderer is a One-man concern),

g) Copy of Deed of Trust (if a Trust is involved),

h) Joint venture agreement (if the tenderer is a joint venture).

i) Proof of CIDB Registration. 5EB or 4EB (PEE) (Potentially Emerging

Enterprise. (As per CIDB guide)

j) Site Agent’s CV

k) A copy of the curriculum vitae of the person who prepares the Contractors

Health and Safety Plan, and

l) A copy of the curriculum vitae of the Health and Safety Officer the

successful tenderer intends appointing in accordance with the

Occupational Health and Safety Act (Act 85 of 1993).

m) Certified copy of Workmen’s Compensation Certificate in terms of Act 4 of

2002;

n) Certified copy of Unemployment Insurance Certificate in terms of Act 4 of

2002;

o) Certified copy of latest audited financial statements

p) B-BBEE Status Level Certificate

q) Authority of Signatory (Resolution of the Board of Directors)

The Schedule of Deviations (if applicable) shall be signed by the successful

Tenderer after acceptance by the Employer of the Tender Offer.

Accept that the Employer shall in the evaluation of tender offers take due

account of the Tenderer’s past performance in the execution of similar

engineering works of comparable magnitude, and the degree to which he

possesses the necessary technical, financial and other resources to enable him

to complete the Works successfully within the contract period. Satisfy the

Employer and the Engineer as to his ability to perform and complete the Works

timeously, safely and with satisfactory quality, and furnish details in section

T2.2.2 of contracts of a similar nature and magnitude which they have

Page 14: NATIONAL LIBRARY OF SOUTH AFRICA

14

Clause Addition or Variation to Standard Conditions of Tender

successfully executed in the past.

Accept that the Employer is restricted in accordance with clause 4 of the

Construction Regulations, 2003, to only appoint a contractor whom he is satisfied

has the necessary competencies and resources to carry out the work safely.

2.15.1 The closing time and location for the submission of tender offers are:

Time: As per tender advertisement

Location: NATIONAL LIBRARY OF SOUTH AFRICA PRETORIA CAMPUS

228 Johannes Ramokhoase Street

PRETORIA

0001

or

NATIONAL LIBRARY OF SOUTH AFRICA CAPE TOWN CAMPUS 5 Queen Victoria Street

CAPE TOWN

8000

2.16.1 The tender offer validity period is 120 days.

2.16.2 If the tender validity expires on a Saturday, Sunday or public holiday, the tender

shall remain valid and open for acceptance until the closure of business on the

following working day.

2.16.3 Add the following new clause: Accept that should the Tenderer unilaterally withdraw his tender during this

period, the Employer shall, without prejudice to any other rights he may have, be

entitled to accept any less favourable tender for the Works from those received,

or to call for fresh tenders, or to otherwise arrange for execution of the Works,

and the Tenderer shall pay on demand any additional expense incurred by the

Employer on account of the adoption of the said courses, as well as either the

difference in cost between the tender withdrawn (as corrected in terms of clause

3.9 of the Conditions of Tender) and any less favourable tender accepted by the

Employer, or the difference between the tender withdrawn (as corrected) and the

cost of execution of the Works by the Employer as well as any other amounts the

Employer may have to pay to have the Works completed.

2.17 Provide clarification of a Tender Offer in response to a request to do so from the

Page 15: NATIONAL LIBRARY OF SOUTH AFRICA

Clause Addition or Variation to Standard Conditions of Tender

Employer during the evaluation of Tender Offers. This may include providing a

breakdown of rates or prices and correction of arithmetical errors resulting from

the product of the unit rate and the quantity by the adjustment of certain line item

totals. No change in the unit rate or prices or substance of the Tender Offer is

sought, offered, or permitted. The total of the prices shall be adjusted to reflect

the arithmetically correct summation of corrected line item totals and shall be

binding upon the Tenderer.

2.18.1 Add the following to the clause:

Accept that if requested, the Tenderer shall within 7 days of the date upon which

he is requested to do so, submit a full report from his banker as to his financial

standing. The Employer may, in its discretion, and subject to the provisions of

Section 4(1) (d) of the State Tender Board Act 86 of 1968, condone any failure to

comply with the foregoing condition.

Accept that the Employer or his agent, reserves the right to approach the

Tenderer’s banker or guarantor(s) as indicated in the tender document, or the

bankers of each of the individual members of any joint venture that is constituted

for purposes of this Contract, with a view to ascertaining whether the required

guarantee will be furnished, and for purposes of ascertaining the financial

strength of the Tenderer or of the individual member of such venture.

2.22 Return all retained tender documents prior to the closing time for the submission

of Tender Offers.

3.9.1 Check responsive tender offers for arithmetical errors, correcting them in the

following manner:

a) Where there is a discrepancy between the amounts in figures and in

words, the amount in words shall govern.

b) If a bill of quantities (or schedule of quantities or schedule of rates) applies

and there is an error in the line item total resulting from the product of the

unit rate and the quantity, the line item total shall govern and the unit rate

shall be corrected.

c) Where there is an error in the total of the prices, either as a result of other

corrections required by this checking process or in the tenderer’s addition

of prices, the corrected total of the prices shall govern.

Page 16: NATIONAL LIBRARY OF SOUTH AFRICA

16

Clause Addition or Variation to Standard Conditions of Tender

Consider the rejection of a Tender Offer if the Tenderer does not accept the

correction of the arithmetical errors in the manner described above.”

3.11.1 Only tenders that pass the stated eligibility criteria shall be evaluated. Evaluation

shall be done in terms of Method 4 (Functionality, Financial Offer and

Preferences)

Page 17: NATIONAL LIBRARY OF SOUTH AFRICA

4. EVALUATION CRITERIA

Format of bids

The attached bid documents must be completed by bidders' authorised representatives and

witnesses. All the compulsory documents as listed below must be provided.

NB: Failure to submit the documents listed on requirements shall result in the

disqualification of your bid. All bidders who have state employees as shareholders and

or directors in their companies must submit with the bids the permission to conduct

remunerative work outside the public service as contemplated in Section 30 of the

Public Service Act.

4.1.1 Pre-qualification of Bids (Stage 01)

The following mandatory requirements must be met to qualify for this tender:

Certified copy, not older than 3 months of company registration certificate (CRC)

reflecting active members (Except for Sole traders and partnerships) must be

attached.

CSD registration summary report

Certified ID copies, not older than 3 months of all company directors / members.

Service provider must have CIDB Grading 5EB or 4EB (PEE) (Potentially

Emerging Enterprise. (As per CIDB guide)

COIDA certificate / workman compensation / letter of good standing.

Fully completed SBD 3, SBD 6.1, SBD 8, SBD 4 and SBD 9 forms.

One (1) original and four (4) copies of the tender documents.

NB: Failure to submit the documents listed above shall result in the disqualification of your bid.

In Stage 02, all bids which qualify in Stage 01 would be evaluated on functionality. The bid

documents will be evaluated individually on score sheets, by representatives of the Bid

Evaluation Committee (BEC), according to the evaluation criteria indicated below. The BEC

will allocate points out of 100 for functionality according to the criteria set out below. Bidders

who fail to score 60 points for functionality will be considered as having submitted a non-

responsive bid and will not be considered for further evaluation.

Page 18: NATIONAL LIBRARY OF SOUTH AFRICA

18

Bids will be evaluated on a scale of 0 to 5 in accordance with the criteria below. The rating will be as follows:

0 = No evidence - No Submission

1 = Poor - Unacceptable, does not meet set criteria

2 = Average - Compliant with the requirements

3 = Good - Satisfactory and should be adequate for stated element

4 = Very Good - Above average compliance to the requirements

5 = Excellent - Meets and exceed the functionality requirements

Page 19: NATIONAL LIBRARY OF SOUTH AFRICA

4.1.2 COMPETENCY ASSESSMENT CRITERIA:

Any bidder who fails to score a minimum of 60 points out of 100 points will not be considered for evaluation of price and BBBEE

Level.

CRITERIA FOR FUNCTIONALITY AND REQUIRED EVIDENCE

VALUE WEIGHTING

1. Previous Experience

Provide a portfolio of

evidence for similar types

and size of projects which

have been successfully

No portfolio of evidence

Less than 3 similar projects completed successfully

3 Similar projects completed successfully

4 Similar projects completed successfully

More than 5 projects completed successfully

= 0 points

= 0 points

= 3 points

= 4 Points

= 5 Points

Completed (minimum of 3

projects):

15

Electrical infrastructure

Projects valued at R 1 million each.

Page 20: NATIONAL LIBRARY OF SOUTH AFRICA

20

2. Work Plan

Provide work plan with:

- detailed schedules demonstrating plan to complete the project within nine months

- major milestones

- project team allocation

- implementation of

Occupational Health and

Safety measures (Safety

File)

- Contingency plans for

unforeseen circumstances.

Detailed work plan with 1 requirement addressed = 1 Point

Detailed work plan with 2 requirements addressed = 2 Points

Detailed work plan with 3 requirements addressed = 3 Points

Detailed work plan with 4 requirements addressed = 4 Points

Detailed work plan with all 5 requirements addressed = 5 Points

15

3. Experience of the

Contract Manager

Provide detailed CVs of the

Contract Manager and Site

Foreman indicating

experience in similar

projects with clear work

description, employer,

• Less than 5 years of relevant experience = 0 Points

• 5 years of relevant experience = 1 Point

• 6 years of relevant experience = 2 Points

• 7 years of relevant experience = 3 Points

• 8 years of relevant experience = 4 Points

• 9 and more years of relevant experience = 5 Points

15

Page 21: NATIONAL LIBRARY OF SOUTH AFRICA

period of employment and

contactable references.

Experience of Site

Foreman

Less than 5 years of relevant experience = 0 Points

5 years of relevant experience = 1 Point

6 years of relevant experience = 2 Points

7 years of relevant experience = 3 Points

8 years of relevant experience = 4 Points

9 and more years of relevant experience = 5 Points

10

3.1 Qualification of the

contract manager

No Project Management qualification = 0 Points

Project Management qualification = 5 Points

10

3.2 Qualification of the

site foreman (current,

certified copy of the

qualification must be

attached)

No trade test and wireman’s licence = 0 Points

Trade Test and Wireman’s Licence = 5 Points

10

Financial Position

Bidders to provide Bank Rating from their bank

“D – E “ or lower Bank Rating = 2 Points

“C” Bank Rating = 3Points

“B” or higher Bank Rating = 5Points

10

Page 22: NATIONAL LIBRARY OF SOUTH AFRICA

22

4. Company experience - References

No reference letters = 0 Points

Reference letter/s confirming 0% to less than 75% of the

mentioned requirements = 0 Points

1 Reference letter containing at least 75% of reference letter

requirements = 1 Point

2 Reference letters containing at least 75% of reference letter

requirements = 2 Points

3 Reference letter containing at least 75% of reference letter

requirements = 3 Points

4 Reference letters containing at least 75% of reference letter

requirements = 4 Points

5 Reference letters containing at least 75% of reference letter

requirements = 5 Points

Provide a reference letter on

letterhead for each electrical

Major refurbishment of

electrical completed in the

last five (5) years.

The referees must be

contactable, and the contact

details provided must be

valid and must include:

• Contact Person

15

• Efficiency of the project

team

• Project time frame

• Scope of project

• quality of work done

TOTAL 100

Page 23: NATIONAL LIBRARY OF SOUTH AFRICA

7. Respondent own evaluation sheet (To be completed by the respondent.)

1 Previous Experience 15

o Provide a successful completion of similar types and size of projects

Electrical infrastructure valued at R 1 million each.

Have you (the respondent) substantiated your response? YES NO

Indicate the corresponding paragraph/section/submission that

specifically substantiates the response in your document.

e.g. Annexure

A: Qualification

2 Work plan 15

Provide work plan with:

- detailed schedules demonstrating plan to complete the project within nine months

- major milestones

- project team allocation

- implementation of Occupational Health and Safety measures (Safety File)

- Contingency plans for unforeseen circumstances.

Have you (respondent) substantiated your response? YES NO

Indicate the corresponding paragraph/section/submission that

specifically substantiates the response in your document.

e.g. Annexure

C: Qualification

3 Experience of the contract manager and Site Foreman 15

Experience and project management of individual team members.

o Provide detailed CVs of the team members indicating experience in similar

projects with clear work description, employer, period of employment and

contactable references.

Have you (respondent) substantiated your response? YES NO

Indicate the corresponding paragraph/section/submission that

specifically substantiates the response in your document.

e.g. Annexure

C: Qualification

4 Experience of the Site Foreman 10

Experience and project management of individual team members.

o Provide detailed CVs of the team members indicating experience in similar

Page 24: NATIONAL LIBRARY OF SOUTH AFRICA

24

projects with clear work description, employer, period of employment and

contactable references.

Have you (respondent) substantiated your response? YES NO

Indicate the corresponding paragraph/section/submission that

specifically substantiates the response in your document.

e.g. Annexure

C: Qualification

5 Qualification of the contract manager 10

o Provide qualifications

Have you (respondent) substantiated your response? YES NO

Indicate the corresponding paragraph/section/submission that

specifically substantiates the response in your document.

e.g. Annexure

C: Qualification

6 Qualification of the Site Foreman 10

o Provide qualifications

Have you (respondent) substantiated your response? YES NO

Indicate the corresponding paragraph/section/submission that

specifically substantiates the response in your document.

e.g. Annexure

C: Qualification

7 Financial position 10

o Bidders to provide Bank Rating from their bank

Have you (respondent) substantiated your response? YES NO

Indicate the corresponding paragraph/section/submission that

specifically substantiates the response in your document.

e.g. Annexure

C: Qualification

8 Company experience - References 15

o Provide a reference letter on letterhead for each Major refurbishment for

electrical infrastructure successfully completed in the last five (5) years.

o Reference letter to include quality of work done; Scope of project; efficiency of

project team and whether the project time line was met.

Have you (respondent) substantiated your response? YES NO

Indicate the corresponding paragraph/section/submission that

specifically substantiates the response in your document.

e.g. Annexure

C: Qualification

Page 25: NATIONAL LIBRARY OF SOUTH AFRICA

8. NOTE TO BIDDERS

• No upfront payment will be done by NLSA.

• Heritage consultant shall be responsible to ensure that heritage work permit

requirements are adhered to.

9. SUBMISSION OF BIDS

Bidders are required to submit their bids (both technical and financial) in one envelope. Five

(5) copies of the bid must be submitted comprising of one (1) original and four (4) copies.

NLSA may request clarification or further information regarding any aspect of the bid. The

bidder must provide bids documents within twenty-four (24) hours after the request has been

made; otherwise the bidder may be disqualified.

The following information must be endorsed on the envelopes:

Bid number

Closing date

Name of the bidder

Page 26: NATIONAL LIBRARY OF SOUTH AFRICA

26

10. ENQUIRIES

Please refer all enquiries pertaining to the technical specification to:

Manager: Admin & Facilities Management

Mr Daniel Tladi

NLSA (012) 401 9768 /

064 645 5296

[email protected]

All enquiries regarding bid documents must be directed to the SCM Office:

Director: Finance and Supply Chain Management

Ms Zama Adegboyega NLSA (012) 401 9773 [email protected]

Page 27: NATIONAL LIBRARY OF SOUTH AFRICA

BOQ & SPECIFICATIONS

Page 28: NATIONAL LIBRARY OF SOUTH AFRICA

28

NATIONAL LIBRARY OF SOUTH AFRICA

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

ELECTRICAL BILL NO. 1

ELECTRICAL WORK

This Bill shall be read in conjunction with the Detailed Electrical

Specification as well as the electrical drawings.

The project comprises the supply, delivery, installation, testing

and commissioning of all the electrical equipment together with

other services as specified in the Detailed Specification.

The Tenderer shall be deemed to have perused the above-

mentioned document and considered fully conversant with the

contents and allow for it in his price.

No allowance has been made in the measurement of conductors

for additional lengths at connection points and prices for the

measured conductors shall be deemed to be included.

All DB's, Switch control boxes and draw boxes shall be of 3CR12,

1.6mm thick construction.

Conduits described as "fixed" shall be deemed to include for

fixing to all types of surfaces, in chases or casting in or building

into walls, etc., and prices shall include for the above.

Price for cables shall be deemed to include installation as well as

termination of all cables.

TOTAL CARRIED FORWARD

Page 29: NATIONAL LIBRARY OF SOUTH AFRICA

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

1

1.1

1.2

1.3

1.4

2

2.1

2.2

3

3.1

MAIN SUPPLY/ EARTHING

Arrange for outage and coordination with electrical maintenance

staff. Allow for labour to do work after normal working hours.

Supply and install a earth mat with the following specifications:

To be buried 1m below NGL and be 1.6m x 1.6m overall

dimensions. The grid will consists of 16mm² bare copper

conductor and will be spaced in 400mm grids. All joints will be

crimped with a suitable crimping tool. Two leads of bare copper

conductor will be connected to the earth busbar and will be

connected separately of at least 500mm apart on the grid. The

connections on the earth busbar will be done with crimp lugs.

The tails will be 20m each.

Allow for a earth busbar of 500mm x 80mm x 10mm solid copper

connected to the wall spaced 40mm away and drilled holes every

50mm (10,5mm) on the center line.

Make provision for lifting of paving, excavations, re-fill & compact

and re-installation of paving bricks for earth mat installation.

EXISTING STANDBY GENERATOR

Provide major service for the existing 100kVA standby generator

installed in the basement of the building. This includes changing

of oil, oil filter, cooling system coolant mixture, cleaning of

radiator fins, changing of fuel filters, replacement of perished

piping and hoses, new battery for starting system, check battery

charging system, sand and paint, cleaning of any oil drips,

repairing of any gasket or welding leaks in the exhaust line, air

filter replacement, AVR controllers and entire sensor system to

ensure the generator is still kept in sync for phasing, frequency

and voltage.

Supply 200 liter of diesel for testing and re-fuel

EXISTING UNINTERUPTABLE POWER SUPPLY

Provide major service for the existing uninterruptable power

supply (Blue Ginger) installed in the basement of the building.

The UPS has a battery bank consisting of 16 batteries. This service

includes replacing of batteries, cleaning of UPS system, batteries

and accessories. Check cooling fans for operation and ageing.

Check and adjust all electrical connections. Test that all functions

operate correctly. Check that all voltage and current meters are

correct and in specification. Check the transfer from inverter to

static bypass and back. Simulate a mains failure and check system

stability. Batteries are lead acid 100A/h.

Sum

No

No

Sum

sum

l

sum

1

1

1

1

1

200

1

TOTAL CARRIED FORWARD

Page 30: NATIONAL LIBRARY OF SOUTH AFRICA

30

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

4

4.1

4.1.1

4.1.2

4.1.3

4.1.4

4.1.5

4.1.6

4.1.7

4.1.8

4.1.9

4.1.10

4.2

4.2.1

4.2.2

4.2.3

4.2.4

4.2.5

DISTRIBUTION BOARDS

Supply and install sub distribution boards (1.6mm 3CR12 sheet

metal and powder coated - white), complete with sheet metal

trays, frames, sub-frames, busbars, provision for additional 30%

space, legend cards, circuit breakers (Hydraulic Magnetic),

switches, relays, earth leakage units, etc. and as detailed on the

schematic wiring diagrams. As follows:

EXISTING DB's

Clean outside and inside of DB.

Neaten wiring inside DB.

Re-label entire DB and update legend card for DB on laminated

A4 paper.

Neatly supply and install legend holder and pop rivet to inner

door of DB.

Install Perspex cover over all phase busbars.

Allow for Certificate of Compliance for each existing DB in terms

of the Occupational and Health Safety Act, OSHACT of 1993.

Install phase busbars to current SANS requirements

Sand and respray existing DB cover plate to red/purple to

indicate back-up power supply.

Sand and respray existing DB doors with colours (White/Red/

Orange)

Remove conductors moving through cut out in DB, install sheet

metal to close cut out in DB back plate and install correct

wireways between DB compartments before reconnecting

conductors.

NEW EQUIPMENT FOR EXISTING DB's (ALL BREAKERS WILL BE

MANUFACTURED BY CBI)

100A 3 Pole 10kA Circuit Breaker.

80A 3 Pole 10kA Circuit Breaker.

60A 3 Pole 10kA Circuit Breaker.

60A 2 Pole 6kA Earth Leakage.

50A 2 Pole 6kA Circuit Breaker.

No

No

No

No

No

No

No

No

No

No

No

No

No

No

No

14

14

14

14

28

14

28

2

14

14

14

14

8

28

10

TOTAL CARRIED FORWARD

Page 31: NATIONAL LIBRARY OF SOUTH AFRICA

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

4.2.6

4.2.7

4.2.8

4.2.9

4.2.10

4.2.11

4.2.12

4.2.13

5

5.1

5.2

5.3

5.4

5.5

5.6

5.7

5.8

5.9

5.10'

5.11

5.12

5.13

5.14

5.15

40A 3 Pole 6kA Circuit Breaker.

40A 2 Pole 6kA Circuit Breaker.

30A 3 Pole 6kA Circuit Breaker.

20A 2 Pole 6kA Circuit Breaker.

20A 1 Pole 6kA Circuit Breaker.

16A 1 Pole 6kA Circuit Breaker.

10A 1 Pole 6kA Circuit Breaker.

3 Phase + N Class 2 surge protection (Dehn guard & Dehn Gap)

LV CABLES

All cables to be installed as per specifications, fastened to walls,

cable racks etc.

3 and 4 Core PVC insulated PVC bedded SWA PVC sheathed

600/1000V to SANS 1507-3

95mm² 4 Core Copper cable.

70mm² Insulated Earth conductor for above

70mm² Single core insulated (Black) earth conductor

50mm² 4 Core Copper cable.

50mm² Insulated Earth conductor for above

50mm² Single core insulated (Black) earth conductor

50mm² 3 Core Copper cable.

50mm² Insulated Earth conductor for above

25mm² 4 Core Copper cable.

25mm² Insulated Earth conductor for above

25mm² Single core insulated (Black) earth conductor

25mm² 3 Core Copper cable.

25mm² Insulated Earth conductor for above

16mm² 4 Core Copper cable.

16mm² Insulated Earth conductor for above

No

No

No

No

No

No

No

No

m

m

m

m

m

m

m

m

m

m

m

m

m

m

m

10

10

10

10

40

40

40

14

150

150

250

195

195

195

55

55

65

65

65

70

70

70

70

TOTAL CARRIED FORWARD

Page 32: NATIONAL LIBRARY OF SOUTH AFRICA

32

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

5.16

5.17

5.18

5.19

5.20'

5.21

5.22

5.23

6

6.1

6.2

6.3

6.4

6.5

6.6

6.7

6.8

6.9

6.10

6.11

6.12

6.13

6.14

6.15

10mm² 4 Core Copper cable.

10mm² Insulated Earth conductor for above

10mm² 3 Core Copper cable.

10mm² Insulated Earth conductor for above

6mm² 4 Core Copper cable.

6mm² Insulated Earth conductor for above

Make provision for the scan of concrete floor slabs and walls for

cable routes (2 Full Days)

Make provision for the re-routing of existing cables

LV CABLE TERMINATIONS

Cable terminations to supply cables and earth continuity

conductor, to include - cable glands, lugs and connections at

Main DB and SDB's.

95mm² 4 Core Cable (Indoor)

50mm² 4 Core Cable (Indoor)

50mm² 3 Core Cable (Indoor)

25mm² 4 Core Cable (Indoor)

25mm² 3 Core Cable (Indoor)

16mm² 4 Core Cable (Indoor)

10mm² 4 Core Cable (Indoor)

10mm² 3 Core Cable (Indoor)

6mm² 4 Core Cable (Indoor)

70mm² Insulated Earth conductor (Indoor)

50mm² Insulated Earth conductor (Indoor)

25mm² Insulated Earth conductor (Indoor)

16mm² Insulated Earth conductor (Indoor)

10mm² Insulated Earth conductor (Indoor)

6mm² Insulated Earth conductor (Indoor)

m

m

m

m

m

m

days

m

No

No

No

No

No

No

No

No

No

No

No

No

No

No

No

45

45

20

20

25

25

2

30

10

10

10

10

10

10

10

10

10

10

10

10

10

10

10

TOTAL CARRIED FORWARD

Page 33: NATIONAL LIBRARY OF SOUTH AFRICA

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

7

7.1

7.1.1

7.1.2

7.2

7.2.1

8

8.1

8.2

9

9.1

10

10.1

10.2

10.3

10.4

10.5

RETICULATION

SLEEVES / MAN HOLES

Supply and install the following PVC Sleeves including short

lengths and jointing, laid in trench (trenching and backfilling

measured elsewhere). PVC fittings with "Safe lock" seal ring

joints

SLEEVES

110 mm Diameter PVC sleeve (Install in wall)

50 mm Diameter PVC sleeve (Install in wall)

MAN HOLES

Install manholes as per specifications.

EXCAVATIONS

Excavate trenching 700mm deep for cable and sleeves in pick-

able soil. Import virgin soil of 100mm below and above cable.

Install cable warning type 100mm above cable. Backfill and

compact. Make neat and re-instate 40mm Bitumen layer.

Excavate trenching 700mm deep for cable and sleeves in non pick-

able soil (Jack hammer). Import virgin soil of 100mm below and

above cable. Install cable warning tpe 100mm above cable.

Backfill and compact. Make neat and re-instate 40mm Bitumen

layer.

ELECTRICAL CONNECTION

Allow to arrange for the isolation of the electrical supply of the

library. Install breakers as specified in existing Main DB and

service the back-up generator.

FIBRE OPTIC & DATA INSTALLATION

4-Core Fibre Optic Cable (Multi Mode)

Splicing of 4-Core Fibre Optic Cable (Multi Mode)

Cat5 networking cable, including splicing etc.

Cut off old RJ45 module in existing power skirting and re-install

(Crimp) new RJ45 module in new power skirting. Complete

Remove data, communication, power cables and wires from

power skirting and re-install in new power skirting (Measured per

m power skirting).

m

m

No

m

m

No

m

each

m

each

m

10

10

1

10

10

1

200

40

1000

500

400

TOTAL CARRIED FORWARD

Page 34: NATIONAL LIBRARY OF SOUTH AFRICA

34

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

10.6

10.7

11

11.1

11.2

12

12.1

12.2

12.3

12.4

12.5

12.6

13

13.1

13.1.1

13.1.2

13.2

13.2.1

Re-commission entire data installation to ensure all the data

points is in a working condition.

Re-label entire data installation to ensure all the data points are

labelled.

CONDUIT

Supply and install steel conduit with support fixings

(saddles/couplings/ adaptors), cast in concrete,

surface bed screed, fixed to wood, roof members

suspended ceiling, steel, etc., run in roof space

chased and/or fixed in brickwork including bends

if required.

20 mm diameter steel conduit (Lighting Circuits, Intercom

Data)

25 mm diameter steel conduit (Socket & Isolator circuits)

CONDUIT ACCESSORIES AND DRAW BOXES

Supply and install steel conduit accessories, outlet

boxes and cover plate to suit number, size or type

of entries, fixed onto conduit.

100mm x 100mm x 50mm deep box (Flush)

100mm x 100mm x 50mm deep box (Surface)

100mm x 50mm x 50mm deep box (Flush)

100mm x 50mm x 50mm deep box (Surface)

65mm Round steel box

85mm x 130mm Fiberglass IP54 York box

TRUNKING/CABLE TRAY

Supply and install trunking installation complete with fixings,

example hangers, caddy clips, nuts, washers, rivets, splices, Tee-

pieces, 4 way cross overs, elbows, clamps, anchors, etc.

TRUNKING

16 x 16mm PVC white compact mini-trunking.

40 x 25mm PVC white compact mini-trunking.

CABLE TRAY

Supply and install wire mesh cable tray, 200mm x 50mm.

sum

each

m

m

No

No

No

No

No

No

m

m

m

1

500

3000

1500

88

205

130

130

1700

10

300

300

100

TOTAL CARRIED FORWARD

Page 35: NATIONAL LIBRARY OF SOUTH AFRICA

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

14

14.1

14.2

14.3

14.4

14.5

14.6

14.7

14.8

14.9

15

15.1

15.2

16

16.1

16.2

16.3

16.4

16.5

16.6

16.7

16.8

16.9

WIRING

Supply and install wiring for power circuits. All light

circuits will be wired with 1.5mm², plugs with 2.5mm² and

isolators with 4mm² for phase wiring.

1.5mm² Wiring for light circuits (Red)

1.5mm² Wiring for light circuits (Black)

1.5mm² Wiring for light circuits (Green)

2.5mm² Wiring for plug circuits (Red)

2.5mm² Wiring for plug circuits (Black)

2.5mm² Wiring for plug circuits (Green)

4mm² Wiring for isolator circuits (Red)

4mm² Wiring for isolator circuits (Black)

4mm² Wiring for isolator circuits (Green)

ISOLATORS

20A Isolator 2 Pole

10A Isolator 2 Pole

SWITCHES

Supply, install and connect switches complete with steel cover

plates (colour - white)

Single lever 1 way light switch.

Single lever 2 way light switch.

Double lever 2 x 1 way light switch.

Double lever 1 x 1 way & 1 x 2 way light switch.

Double lever 2 x 2 way light switch.

Day light switch installed in york box with transparent lid.

Ambient light sensor and motion detector (Max. installation

height of 5m). Including a lux sensitivity sensor to adjust

minimum lux before light switches on.

Rope light switch

2 x 4 White steel blanking cover plate

m

m

m

m

m

m

m

m

m

No

No

No

No

No

No

No

No

No

No

No

0

0

0

13000

13000

13000

1000

1000

1000

40

40

140

100

14

1

2

10

750

6

260

TOTAL CARRIED FORWARD

Page 36: NATIONAL LIBRARY OF SOUTH AFRICA

36

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

17

17.1

17.2

17.3

18

18.1

18.2

18.3

18.4

18.5

19

19.1

19.2

19.3

19.4

20

20.1

POWER SKIRTING

Supply and install power skirting complete with

covers, fixed to brickwork or concrete.

Power Skirting (White, Powder Coated Metal, 3 channel, 2 cover

plate, 244mm x 55mm).

Power Skirting End Caps (White Powder Coated Metal)

Power Skirting 90 degree internal bend

POWER SKIRTING ACCESSORIES

16A 3 Pin Socket outlet in power skirting complete with cradle

and other brackets.

16A 3 Pin Dedicated socket outlet in power skirting complete

with cradle and other brackets.

16A 2 Pin Socket outlet in power skirting complete with cradle

and other brackets.

RJ45 Socket outlet installed in power skirting complete with

cradle and other brackets.

RJ11 Socket outlet installed in power skirting complete with

cradle and other brackets.

SOCKET OUTLETS

Supply and install switched socket outlets and

isolators, etc. with cover plates fixed to flush box

(steel cover plates - colour to match power skirting)

1 x Double 16A Normal socket outlet flush which includes 1 x

SANS 164-2 (Euro) socket outlet. (Install new complete with

metal cover, white with screws)

1 x Double 16A Dedicated socket outlet (Install new complete

with metal cover, red with screws)

1 x Single 16A Dedicated socket outlet (Install new complete

with metal cover, red with screws)

Under Floor Power box to be installed in floor screed. To be used

as draw box for power skirting.

GEYSERS

Replace 200l kwikot geyser including all valves, pans, piping,

element (Complete)

m

No

No

No

No

No

No

No

No

No

No

No

No

400

60

50

100

100

100

100

100

180

23

18

22

2

TOTAL CARRIED FORWARD

Page 37: NATIONAL LIBRARY OF SOUTH AFRICA

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

21

21.1

21.2

21.3

21.4

21.5

21.6

21.7

21.8

21.9

21.10

21.11

21.12

21.13

21.14

21.15

LUMINARIES

Supply and install luminaries fixed to structures e.g.:

concrete ceiling; Rhino board ceiling and walls.

Price shall include lamps and the connecting thereof.

All fittings will be fitted with an electronic ballast. NOTE: ALL

PRICES TO INCLUDE REMOVAL OF EXISTING FITTING

Carefully re-wire all chandeliers (If chandelier gets damaged by

contractor a new chandeliers shall be custom built to replace

damaged chandelier). See photos (Average of 3 bulbs each, but a

maximum of 44)

Manufacture and install a custom made outside light. 15W LED

Bollard on a small pedestal to match existing lights on site.

Pedestal to be specially cast of cast iron average 500mm long and

400mm diameter at largest point. See photo

Supply and replace existing, 1.5m Surface mounted 2 x 30W LED

light with prismatic diffuser (1554mm x 240mm x 80mm). To look

like Lascon FOS

Supply and replace existing, 1.5m Flush mounted 2 x 30W LED

light with prismatic diffuser

Supply and replace existing, 1200 x 600mm, 3 x 30W LED flush

mounted with prismatic diffuser

Replace 60W incadescent rectangular bulkhead with new 10W

LED square bulkhead. Typical: Vesta LED

18W LED 235mm diameter surface mounted alluminium round

bulkhead (Cheese Cake). Typical: Venus LED

Re-bulb and clean 20W LED Chandelier

Re-bulb and clean 10W LED Bollard

Re-bulb and clean 20W LED Half chandelier mounted against wall

Re-bulb and clean 17W x 6 LED Chandelier

110mm Diameter 15W LED Downlighter installed in bulkhead,

Replace in total

Re-bulb and clean 15W LED Surface mounted downlighter (Ice

Bucket)

4W LED Downlighter above counter, replace in tota

10W LED Spot light on tracks, replace in total

No

No

No

No

No

No

No

No

No

No

No

No

No

No

No

63

4

354

20

15

1

880

46

11

10

6

11

66

15

35

TOTAL CARRIED FORWARD

Page 38: NATIONAL LIBRARY OF SOUTH AFRICA

38

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

21.16

21.17

21.18

21.19

21.20

21.21

21.22

21.23

21.24

21.25

21.26

21.27

21.28

21.29

21.30

21.31

21.32

21.33

Chandelier with 23 x 3W LED Candle type bulbs (Brass). Replace

bulbs only and rewire.

Chandelier with glass cover, 18 x 3W LED each. Replace bulbs

only and rewire.

3W LED x 44 Chandelier (G14). Replace bulbs only and rewire.

15W Outside lights on front pillars, replace with manufactured

pedestal bollard priced in item 21.2.

Re-bulb and clean 15W LED Outside lights at front entrance

Supply and install, 10W LED Spotlight outside against public

toilets

Replace 15W Uplighter in floor at reading room

Replace 32W Old fashion area light with 20W LED floodlight.

Re-bulb, clean and paint pole of 15W Outside bollard on a pole

Supply and install 20W LED floodlight

Replace large bulkhead with 20W LED floodlight

Replace Mercury Vapour area light with 20W LED floodlight

Make provision for custom made chandelier glass features for the

amount of R400 000.00.

Make provision to replace existing bulbs in chandelier with 3W

LED bulbs

Emergency exit lighting: Double sided illuminated with battery

back-up, ceiling mounted bracket. (Horizontal arrow left and right

with man, green) (Dimensions: 330 x 145 x 92mm)

Emergency exit lighting: Single sided illuminated with battery

back-up, wall mounted bracket. (Horizontal arrow left with man,

green) (Dimensions: 330 x 145 x 46mm)

Emergency exit lighting: Single sided illuminated with battery

back-up, wall mounted bracket. (Horizontal arrow right with man,

green) (Dimensions: 330 x 145 x 46mm)

Emergency exit lighting: Double sided illuminated with battery

back-up, ceiling mounted bracket. (Exit sign) (Dimensions: 330 x

145 x 46mm)

No

No

No

No

No

No

No

No

No

No

No

No

Sum

No

No

No

No

No

1

3

1

2

6

6

4

2

7

4

3

2

1

100

40

40

40

40

R 400,000.00

R 400,000.00

TOTAL CARRIED FORWARD

Page 39: NATIONAL LIBRARY OF SOUTH AFRICA

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

21.34

21.35

21.36

21.37

22

22.1

23

23.1

24

24.1

25

25.1

25.2

25.3

25.4

25.5

25.6

Emergency exit lighting: Single sided illuminated with battery

back-up, wall mounted bracket. (Horizontal arrow left with man

running down stairs, green) (Dimensions: 330 x 145 x 46mm)

Emergency exit lighting: Single sided illuminated with battery

back-up, wall mounted bracket. (Horizontal arrow right with man

running down stairs, green) (Dimensions: 330 x 145 x 46mm)

Replace Ice Bucket lights with 18W LED round bulkhead. Typical:

Venus LED

Supply and install 2 x 18W 1.5m LED open channel

EARTHING

Ensure that all metal pipes, roofing, structures etc. are bonded

and earthed. Also provide a separate 1.2m earth peg for DB. See

details in specifications. All earth wire to be insulated.

CHASE AND MAKE NEAT

Chase, install conduit and plaster. Make neat

CORE DRILLING

Make provision for core drill of 60 - 80mm holes in floor slabs

and walls

PRELIMINARIES & GENERAL / TESTING & COMMISSIONING

Compliance with OH SACT : Compiling and implementing of

Safety Plan and issuing of safety clothes, shoes, gloves etc., as

required.

Labelling of all circuits and draw boxes with permanent screw on

type labels as described in Project Detailed Specifications.

Allow for testing, balancing of Phases and commissioning of the

whole electrical installation - lighting and power including COC

Allow for providing detailed manuals and marked up drawings of

the electrical services installation to the Engineer

Supply and install 35mm locally manufactured padlocks and

locking devices as well as master keys.(3 sets) with purpose-made

pvc labels to lock and unlock all DB's, SDB's and lockable draw

boxes.

Contractual requirements including sureties and insurance.

No

No

No

No

Sum

m

No

Sum

Sum

Sum

Sum

Sum

Sum

40

40

66

40

1

145

10

1

1

1

1

28

1

TOTAL CARRIED FORWARD

Page 40: NATIONAL LIBRARY OF SOUTH AFRICA

40

ITEM № DESCRIPTION UNIT QUANTITY RATE AMOUNT

AMOUNT BROUGHT FORWARD

25.7

25.8

25.9

Liason and co-operation with employer including Attendance of

site meetings.

All other obligations, including: establishment/de-establishment

of site facilities, maintenance of site facilities.

Make provision for the amount of R5000.00 for the usage of

electricity and water on the employers account

Sum

Sum

Sum

1

1

1

R 5,000.00

R 5,000.00

Page 41: NATIONAL LIBRARY OF SOUTH AFRICA

AMOUNT CARRIED OVER TO SUMMARY

Page 42: NATIONAL LIBRARY OF SOUTH AFRICA

42

NATIONAL LIBRARY OF SOUTH AFRICA ELECTRICAL

SUMMARY OF SCHEDULE OF QUANTITIES

1 NLSA Electrical Installation

GRAND TOTAL ELECTRICAL

15% VAT

GRAND TOTAL ELECTRICAL (INCL. VAT)

AMOUNT IN WORDS

Above amount to be reflected on form SBD 3.1 - Form of offer and acceptance.

NAME SIGNATURE DATE

Page 43: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

PART C3.4

ELECTRICAL PROJECT SPECIFICATIONS

INDEX

DESCRIPTION REQ

1 SCOPE OF WORKS √

2 DISTRIBUTION / TRANSFORMERS √

3 STANDBY GENERATOR AND CONTROL PANEL √

4 UPS AND CONTROL PANELS √

5 CABLES √

6 LIGHT FITTINGS AND LAMPS √

7 POWER CIRCUITS √

8 DISTRIBUTION BOARDS AND CIRCUIT BREAKERS √

9 MANHOLES √

10 DATA CABLING √

Page 44: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

44

1. SCOPE OF WORKS

This specification covers the contract engineering, manufacture, supply, delivery, erection, wiring, commissioning, testing and handing over in complete working condition for immediate use. Guarantee for twelve months will be applicable on all equipment and workmanship, calculated from the final completion date, for the following:

The Contract consists of the construction of the following works:

Major service of the existing 100kVA standby generator. Testing of standby generator after service. Major service of the existing UPS. Testing of UPS after major service. Refurbishment of distribution boards with circuit beakers as specified and indicated on the drawings. Supply, install and refurbishment of all luminaries and socket outlets as specified and indicated on the drawings. Installation of new power skirting and new socket outlet circuits. Custom-built glass works to refurbish chandeliers as well as custom-built pedestal lights. Re-bulbing of conventional lighting to LED lighting. Supply and install automated lighting control system as specified and indicated on drawings (Only sensors). New cabling and re-routing of existing cables. Installation of earth wires to conform to SANS. Installation of sleeves in existing walls. New installation of emergency exit lighting as indicated on drawings. Complete all 2.5 - and 4mm² wiring in 20- and 25mm conduit. Install cable racks and cables as specified. Install under counter geyser complete with piping as indicated. Conduct tests and supply all paperwork as required. Issue of certificate of compliance for all the distribution boards upon completion of works. Re-installation of data cables and modules in new power skirting. Re-commission of entire data installation as well as re-labelling etc.

Page 45: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

2. DISTRIBUTION/TRANSFORMERS

The specification below must be read in conjunction with the Department of Public Works general electrical specifications PW 354.

2.1 TRANSFORMER EARTHNG

Supply, manufacture and install earth mats for each transformer. The earth mat must be manufactured from 10mm solid copper rod. The rods will be cad welded in 40cm x 40cm blocks. The outside diameter will be 4.0m x 4.0m. Two separate tails will be connected from the earth mat to the earth bar in the MV Room. All equipment will be interconnected with 16mm² stranded copper conductors. The earth mat will be installed at a depth of 1.5m below the ground level. The tails will be covered from 0.5m below the ground level to the level of entering the room with a 25mm galvanized pipe. The pipe will be saddled to the outside wall with galvanized saddles and 85mm “hilti” type screws.

The earth bar will be solid copper and connected to the wall with 20mm x 200mm raw bolts and nylon spacers of 60mm at 3 positions. The bar will be 500mm long 60mm wide and 15mm thick. 16mm holes will be drilled through the bar on the centre line at intermediate spacing of 40mm apart. Each hole will be fitted with a 15mm x 45mm galvanized steel bolt, 3 flat washers and a single spring washer.

Page 46: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

46

3. STANDBY GENERATOR AND CONTROL PANEL

3.1 GENERAL

Provide major service for the existing 100kVA standby generator installed in the basement of the building. This includes changing of oil, oil filter, cooling system coolant mixture, cleaning of radiator fins, changing of fuel filters, replacement of perished piping and hoses, new battery for starting system, check battery charging system, sand and paint, cleaning of any oil drips, repairing of any gasket or welding leaks in the exhaust line, air filter replacement, AVR controllers and entire sensor system to ensure the generator is still kept in sync for phasing, frequency and voltage.

3.2 MAINTENANCE

The successful tenderer shall be required to maintain the plant in good running condition to the approval of the Engineer for a period of 12 months after the plant has been taken over by the Client.

The cost of this maintenance must be excluded from the tender price of the Contractor, but shall be noted clearly on the form of tender.

All rates shall be as specified on the form of tender.

3.3 INSTRUCTION OF OPERATOR

After completion of the service, and when the plant is in running order, the successful tenderer will be required to instruct an attendant in the operation of the plant, until he is fully conversant with the equipment and the handling thereof.

Three copies of maintenance, fault-localizing and operating manual are to be handed over to the representative on site.

One set of manuals with all drawings shall be fixed in a plastic jacket inside the panel.

3.4 INTERNAL LABELING

An "Ozakling" type label showing the part number, description and setting of all removal relays, monitors and timers shall be affixed to the inside of the panel. Typical timer settings shall be noted.

Page 47: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

All removable items shall be labelled both on the item, and on or adjacent to the plug-in base on the panel.

A full set of drawings, including schematics and general arrangement drawings shall be framed and mounted on the plant room wall behind a Perspex cover.

3.5 TESTS

The following tests are to be carried out:

At the site after completion of the installation, all the instruments which may be required for the tests have to be provided by the successful tenderer.

Note that it will be necessary to conduct tests on load banks on site. On site tests shall be carried out for one hour on full load and one hour at 10% overload.

Test reports of both tests as specified under (a) and (b) are to be submitted to the Engineer.

3.6 MANUALS

Three copies of the complete set of manuals shall be provided to the full approval of the Engineer. A set of manuals shall consist of the following:

The contract shall be deemed as "Incomplete" until all manuals, drawings and descriptive literature are received and approved by the Engineer, and will result in a minimum of 10% of the contract money being withheld.

3.7 SIGNAGE

All signage as required to comply with local Fire Regulations, as well as SANS-0142 & SANS 0400 shall be supplied and fitted both inside and outside the plant room.

Page 48: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

48

4 UNINTERUPTED POWER SUPPLY

4.1 GENERAL

This Specification emphasizes key points and ads to the Department’s specification which covers the supply, delivery, factory testing and complete installation and re-testing on site and handover in full working condition of the equipment and all associated equipment. This specification must therefore be read in conjunction with Department Public Works Uninterrupted Power Supply specifications.

The questionnaire following this Specification must be completed by contractors in all respects.

The following is a summary of the works to be done:

Provide major service for the existing uninteruptable power supply (Blue Ginger) installed in the basement of the building. The UPS has a battery bank consisting of 16 batteries. This service includes replacing of batteries, cleaning of UPS system, batteries and accessories. Check cooling fans for opperation and ageing. Check and adjust all electrical connections. Test that all functions opperate correctly. Check that all voltage and current meters are correct and in specification. Check the transfer from inverter to static bypass and back. Simulate a mains failure and check system stability. Bateries are lead acid 100A/h.

4.2 TESTS

The complete testing including the provision of test facilities, instruments, dummy loads and switchgear at the national library of South Africa.

For the test on site the client shall be notified four weeks in advance in order that a representative can be sent to witness these tests.

4.3 BATTERY TESTS

(1) The output voltage of the battery unit (i.e. all the cells making

up one battery) shall be tested with the incoming supply removed.

(2) The full rated load for the battery shall then be connected to it.

The voltage shall be measured at 5 minute intervals for the duration discharge period.

Page 49: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

(3) The batteries shall be left to recharge. The voltage shall be checked after 14 hours with the load and incoming supply removed as well as with the load connected but incoming supply removed.

(4) When fully recharged, the voltage and specific gravity of every

cell shall be measured with the incoming supply removed.

(5) The circulating A.C. current through and the A.C. voltage across the batteries shall be measured when the rectifiers are on with the battery discharged and fully charged.

4.3.1 OSCILLATOR TESTS

(1) Frequency within tolerances at all loads.

(2) Parallel redundancy.

(3) Auto automatic synchronisation for connection of the

synchronous motor/alternator to mains via the thyristor switch.

An electronic frequency counter shall be used to measure the frequency.

4.3.2 RECTIFIER TESTS

(1) Output voltage of rectifiers at no load and full load with

batteries charged and not charged.

(2) Current limits, both for mains failure and return to mains.

(3) Switch off value mains input monitor.

(4) Sequential switch on for return to mains.

(5) Soft start circuits.

Page 50: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

50

4.3.3 GENERAL

Ammeters will not be acceptable to prove the above items. A wave analyser and a recording oscilloscope will be required. Photographs shall be taken of the oscillograms by the contractor in the presence of the engineer.

The overall efficiency of the complete uninterrupted power supply shall be proved to be within the specified limit at full load and at no load.

The over current protection mechanisms of the A.C.B. shall be proved by current injection (either primary or secondary)

The bypass and detour circuits shall be proved.

All alarms, indications and control functions shall be proved.

The test instruments provided shall in all cases be of high quality and suitable to be able to adequately assess the quantities being measured and the equipment being tested. All instruments shall be calibrated by a testing laboratory approved by the National Calibration Service of the CSIR. The test equipment remains the property of the successful tenderer.

At the completion of the tests, a full test report shall be submitted by the contractor to the engineer in triplicate.

Continuously adjustable dummy loads of a rating suitable to comprehensively test the UPS shall be provided by the contractor as well as any temporary cables required for the connection of the dummy load to the UPS on site.

Page 51: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

5 CABLES

5.1 TYPE OF CABLES

Note: All MV regularly used cables will be 3 core PILC insulated, PVC bedded, double steel tape armoured, PVC sheathed 11/11kV cables to SANS 1339 Type A Individually screened.

All LV regularly used cables will be 3 and 4 Core PVC insulated PVC bedded SWA PVC sheathed 600/1000V manufactured to SANS 1507-3

5.2 PRICING

CABLES

The electrical contractor shall allow for the supply and complete installation of all distribution cables as indicated on the drawings, and listed in the Bill of Materials.

Tenderers must base their tender on the amounts of cable, including earth conductors, as indicated in the Bill of Quantities. During the course of the work the actual lengths will be measured on site and adjustments will be made according to the price per meter length as inserted by the tenderer for the particular cable size concerned.

EXCAVATIONS

Tenderers must base their cost for trenching in earth; hard rock on the total quantities as indicated in the Bill of Quantities. The actual quantities, based on the dimensions as specified below for trenches for the applicable number of cables to be laid, will be measured on site during the course of the service and adjustments made according to the price per cubic meter as inserted by the tenderer. Payment for cable trenching having a greater volume than that specified for the purpose will not be considered except where extra excavations are necessary to by-pass obstacles such as water pipes, drains, large boulders etc. In all such instances the amount of the extra excavations must be agreed upon on site between the Engineer and the contractor.

The cable-trenches shall be excavated to a depth of 0.7m deep below ground level and shall be 300mm to 450mm wide for one to three cables, and the width shall be increased where more than three cables are laid together so that the cables may be placed at least two cable diameters apart throughout the run. The bottom of the trench shall be

Page 52: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

52

level and clear and the bottom and sides free from rocks or stones liable to cause damage to the cable.

The contractor must take all necessary precautions to prevent the trenching work being in any way a hazard to the personnel and public and to safeguard all structures, roads, sewage works or other property on the site from any risk of subsidence and damage.

5.3 INSTALLATION AND STORAGE

Cables in soil will be buried 700mm underground. Cables installed in sleeves as prescribed by the engineer will be buried at 600mm underground and enter a manhole at intervals and corners as per engineers drawings. Cables that are attached to roofs or walls will be tied with aluminium strapping (25mm) every 400mm to 300mm cable ladder or as indicated in the Bill of Materials.

In the trenches made in soft and hard rock the cables shall be laid on a 100mm thick bed of earth and be covered with a 100mm layer of earth before the trench is filled in. The soil will be typical builders sand and imported.

The laying of cables shall not be commenced until the trenches have been inspected and approved. The cable shall be removed from the drum in such a way that no twisting, tension or mechanical damage is caused and must be adequately supported at intervals during the whole operation. Particular care must be exercised where it is necessary to draw cables through pipes and ducts to avoid abrasion, elongation or distortion of any kind. The ends of such pipes and ducts shall be sealed to approval after drawing in of the cables.

Backfilling (after bedding) of the trenches is to be carried out with a proper grading of the material to ensure settling without voids, and the material is to be tamped down after the addition of every 150mm. The surface is to be made good as required.

On each completed section of the laid and jointed cable, the insulation resistance shall be tested to approval with an approved “Megger” type instrument of not less than 500 V for low tension cables.

The storage, transportation, handling and laying of the cables shall be according to first class practice, and the contractor shall have adequate and suitable equipment and labour to ensure that no damage is done to cables during such operations.

No cable is to be laid before the cable trench is approved and the soil qualification of the excavation is agreed upon by the contractor and inspector.

Page 53: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

After the cable has been laid and before the cable trench is backfilled the inspector must ensure that the cable is properly bedded and that there is no undesirable material included in the bedding layer.

No joints will be allowed in cables without approval by the Engineer.

5.4 EARTH CONTINUITY CONDUCTOR

Earth continuity conductors are to be run with all underground cables constituting part of a low tension distribution system. Such continuity conductors are to be stranded bare copper of a cross-sectional area equal to at least half that of one live conductors of the cable, but shall not be less than 4mm² or more than 70mm² or as indicated in the Bill of Materials which take preference. A single earth wire may be used as earth continuity conductor for two or more cables run together, branch earth wires being brazed on where required.

5.5 CABLE SLEEVE PIPES

All cables installed during this project will be done in prescribed sleeves unless stated otherwise. The sleeves will enter the manholes as indicated by the engineer on the drawings.

Cables not indicated to be installed in sleeves will be installed in asbestos-cement pipes or earthenware pipes where cables cross under roadways, other services and where cables enter buildings. When otherwise specified or agreed upon, PVC sleeves maybe approved.

The electrical contractor will be responsible for all excavations, installation of sleeves, backfill and making neat of all.

The ends of all sleeves shall be sealed with a non-hardening watertight compound after the installation of cables. All sleeves intended for future use shall likewise be sealed.

5.6 JOINTING AND MAKING OFF OF ELECTRICAL CABLES

NB: The requirements specified hereafter, are aimed essentially at high tension cable but are also valid for low tension cable, where applicable.

Page 54: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

54

RESPONSIBLE PERSONS

The use of the term “Inspector”, includes the engineer or inspector of the Department or an empowered person of the concerned supervising consulting engineer’s firm.

All cable jointing and the making off of the cables must only be carried out by qualified experienced cable jointers. Helpers of the jointers may not saw, strip, cut, solder, etc. The cable and other work undertaken by them must be carried out under the strict and constant supervision of the jointer.

PRIOR TO JOINTING OR MAKING OFF

Before the contractor allows the jointer to commence with the jointing work or making off of the cable (making off is recognized as half a joint) he must take care and ensure:

that he has adequate and suitable material available to complete the joint properly and efficiently. Special attention must be given to ensure the cable ferrules and cable lugs are of tinned copper and of sufficient size. The length of the jointing lugs must be at least six times the diameter of the conductor,

that the joint pit is dry and that all loose stones and material are removed,

that the walls and banks of the joint pit are reasonably firm and free from loose material which can fall into the pit,

that the necessary coffer-dams or retaining walls are made to stop the flow of water into the joint pit,

that the joint pit is provided with suitable groundsheets so that the jointing work is carried out in clean conditions,

that the necessary tents or sails are installed over the joint pit to effectively avert unexpected rainfall and that sufficient light or lighting is provided,

that the necessary means are available to efficiently seal the jointing or cable end when an unexpected storm or cloudburst occurs, regardless of how far the work has progressed,

Page 55: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

that the cables and other materials are dry, undamaged and in all respects are suitable for the joint work or making off,

that the heating of cable oil, cable compound, plumbers metal and solder is arranged that they are at the correct temperature when required so that the cable is not unnecessary exposed to the atmosphere and consequently the ingress of moisture ( care must be taken of overheating).

PAPER INSULATED CABLES

N/A

OTHER SPECIFICATIONS

All points indicated in the “Aberdare” Power Cable booklet “Cable Facts and Figures” will be adhered to.

Page 56: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

56

6 LIGHT FITTINGS AND LAMPS

All fittings to be supplied by the electrical contractor shall have the approval of the Department. Incandescent lamps shall bear the approved mark of the S.A.B.S. and shall have the British light centre length.

The following fittings will be supplied and installed:

NOTE: SEE LEGEND DRAWING FOR PHOTOS OF LIGHTS

Manufacture and install a custom made outside light. 15W LED Bollard on a small pedestal to match existing lights on site. Pedestal to be specially cast of cast iron average 500mm long and 400mm diameter at largest point. (See drawings for photo)

LED: Supply and replace existing - 1.5m Surface mounted 2 x 30W LED light with prismatic diffuser (1554mm x 240mm x 80mm). To look like Lascon FOS

LED: Supply and replace existing - 1.5m Flush mounted 2 x 30W LED light with prismatic diffuser LED: Supply and replace existing - 1200 x 600mm, 3 x 30W LED flush mounted with prismatic diffuser

LED: Replace 60W incadescent rectangular bulkhead with new 10W LED square bulkhead. Typical: Vesta LED

LED: 18W LED 235mm diameter surface mounted alluminium round bulkhead (Cheese Cake). Typical: Venus LED LED: Re-bulb and clean 20W LED Chandelier

LED: Re-bulb and clean 10W LED Bollard

LED: Re-bulb and clean 20W LED Half chandelier mounted against wall

LED: Re-bulb and clean 17W x 6 LED Chandelier

LED: 110mm Diameter 15W LED Downlighter installed in bulkhead, Replace in total

LED: Re-bulb and clean 15W LED Surface mounted downlighter (Ice Bucket) LED: 4W LED Downlighter above counter, replace in total

LED: 10W LED Spot light on tracks, replace in total

LED: Chandelier with 23 x 3W LED Candle type bulbs (Brass). Replace bulbs only and rewire.

LED: Chandelier with glass cover, 18 x 3W LED each. Replace bulbs only and rewire. LED: 3W LED x 44 Chandelier (G14). Replace bulbs only and rewire.

LED: 15W Outside lights on front pillars, replace with manufactured pedestal bollard priced in item 21.2. LED: Re-bulb and clean 15W LED Outside lights at front entrance

LED: Supply and install, 10W LED Spotlight outside against public toilets

LED: Replace 15W Uplighter in floor at reading room

Page 57: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

LED: Replace 32W Old fashion area light with 20W LED floodlight.

LED: Re-bulb, clean and paint pole of 15W Outside bollard on a pole

LED: Supply and install 20W LED floodlight

LED: Replace large bulkhead with 20W LED floodlight

LED: Replace Mercury Vapour area light with 20W LED floodlight

LED: Emergency exit lighting: Double sided illuminated with battery back- up, ceiling mounted bracket. (Horizontal arrow left and right with man, green) (Dimensions: 330 x 145 x 92mm)

LED: Emergency exit lighting: Single sided illuminated with battery back- up, wall mounted bracket. (Horizontal arrow left with man, green) (Dimensions: 330 x 145 x 46mm)

LED: Emergency exit lighting: Single sided illuminated with battery back- up, wall mounted bracket. (Horizontal arrow right with man, green) (Dimensions: 330 x 145 x 46mm)

LED: Emergency exit lighting: Double sided illuminated with battery back- up, ceiling mounted bracket. (Exit sign) (Dimensions: 330 x 145 x 46mm)

Emergency exit lighting: Single sided illuminated with battery back-up, wall mounted bracket. (Horizontal arrow left with man running down stairs, green) (Dimensions: 330 x 145 x 46mm)

Emergency exit lighting: Single sided illuminated with battery back-up, wall mounted bracket. (Horizontal arrow right with man running down stairs, green) (Dimensions: 330 x 145 x 46mm)

LED: Replace Ice Bucket lights with 18W LED round bulkhead. Typical: Venus LED LED: Supply and install 2 x 18W 1.5m LED open channel

Page 58: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

58

6.1 TUBULAR FLUORESCENT LAMP LUMINARIES

SCOPE

This specification covers the requirements for fluorescent luminaries using tubular fluorescent lamps for general indoor use. The type of luminaries covered is open-channel, industrial, decorative and recessed types and includes luminaries with one or more lamps with standard wattage ratings as specified in the Bills of Materials.

GENERAL

Luminaries, associated equipment and control gear shall be new and unused and shall be supplied complete with lamps, control gear, diffusers, mounting brackets, etc. and shall be delivered to site in a protective cover. Lamps shall be delivered separately.

STANDARDS

The following standard specifications of SABS shall apply to the luminaries’ specifications:

SANS 1119 Interior Luminaries for fluorescent lamps.

SANS 1250 Capacitors for use with fluorescent and other discharge lamp ballast’s

SANS 890 Ballast’s for fluorescent lamps

SANS 1464 Safety of Luminaries

SANS 1479 Glow starters for fluorescent lamps

SANS IEC 400 Lamp holders for tubular fluorescent lamps

SANS 1041 Tubular fluorescent lamps for general service

SANS 1247 Coatings applied by the powder-coating process

SANS 783 Baked enamels

SANS 0142 Wiring of premises

SANS 1464 Safety

SANS 890 Noise levels

SANS 1222 Protection

Page 59: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

FIXING

The luminaries shall be suitable for mounting in or against ceilings as described below: All holdings will be galvanized, cadmium plated or stainless steel and completely corrosion proof.

The holding screws will not be longer than 30mm and not shorter than 20mm.

At least four fixing screws per luminaries will be supplied and installed.

The position of any other equipment or material that could be damaged when fixing luminaries must be established prior to fixing any luminaries.

Luminaries will be installed completely parallel, straight or/and horizontal at all times.

ENVIRONMENTAL

The luminaries will be suitable to operate in ambient temperatures between -10°C and +40°C.

SAFETY

The luminaries will bear the SANS 1464 safety mark.

NOISE

Noisy ballasts will not be accepted and shall be replaced at no cost. All ballasts shall comply with the requirements of the latest edition of SANS 890, Part 1.

GENERAL TECHNICAL REQUIREMENTSGENERAL

Tubular fluorescent lamp luminaries shall comply fully with SANS 1119 and all amendments as well as the additional requirements of the specification. Luminaries shall bear the SABS mark.

The client reserves the right to have samples of luminaries offered tested by the SABS for compliance with SANS 1119. If sample luminaries are found not to comply with SANS 1119 the cost of such tests shall be borne by the tenderer.

Page 60: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

60

CONSTRUCTION

Luminaries shall consist of a ventilated body manufactured of either cold rolled sheet steel not less than 0.8mm thick or injection moulded flame retardant GRP, suitably braced or stiffened to prevent distortion. The body shall be of sufficient strength for the mounting of the entire luminaries.

The luminaries shall be designed to accommodate the control gear, wiring, lamp holders and where applicable, the diffuser and reflectors. It shall be possible to reach the control gear without disconnecting wiring or removing the luminaries.

Except for mounting holes and/or slots and the required openings in air- return luminaries, the back of the body channel shall be closed over the full length of the luminaries.

Suitable knockouts shall be provided in the rear or both ends of the luminaries’ body for wire entry.

All components, including screws, bolts and nuts utilized in the construction of the luminaries or fixing of its components, shall be corrosion proof. Cadmium plated or stainless steel materials are preferred.

The lamp compartment and body will have a degree of IP 65 protection as per SANS 1222.

INTERNAL WIRING

Luminaries shall be completely wired internally. Conductors shall be protected with grommets where they pass through holes in the body.

The wiring shall be totally enclosed to prevent any possible contact with live components while changing lamps.

The conductor insulation shall be rated to withstand the temperature inside the luminaries body without deterioration.

The wiring shall terminate on a suitable terminal block having screw down plates bearing on the wires.

Terminal where screws bear down directly on wires will not be acceptable.

An earth terminal, welded to the luminaries’ body, shall be provided where applicable. To ensure good earth continuity the earth terminal

Page 61: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

shall not by spray painted. The earth conductor shall be connected to this terminal by means of a crimped lug.

LAMP HOLDERS

Lamp holders shall preferably be of twist-lock type. The mounting of the holders shall be able to accommodate the tolerances experienced in the length of lamps and in the manufacture of luminaries.

CONTROL GEAR

The control fear, ballasts, capacitors and starters shall be designed and manufactured to suit the control circuitry adopted. All luminaries shall operate on a switch-start basis.

Ballasts shall comply with SANS 890 and SANS 891, suitable for operation on 220V to 250V 50Hz supplies.

Ballasts shall further be suitable for the particular luminaries to ensure that the thermal limits specified in paragraph 3.5 of SANS 1119 are not exceeded.

Starters shall comply with SANS 1479 or with BS 3772 if it is not covered by SANS 1479. Starters with metal cans shall contain integral earthing facilities to earth the can upon insertion.

Starters shall be accessible from the outside of the luminaries, and the replacement of the starter shall not necessitate the removal of lamps.

Capacitors shall comply with SANS 1250. The power factor of each complete fitting shall be corrected to at least 0,85.

LAMPS

Fluorescent lamps shall be suitable for the control circuitry used. Lamps shall comply with SANS 1041.

Only Osram & Philips branded lamps or similar approved will be accepted on this project.

If no colour is specified, the light colour shall correspond to colour 2 (4 300K) of SANS 1041.

Lamps of the same colour shall be provided for an entire installation

Page 62: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

62

unless specified to the contrary. There shall be no visible flicker in the lamps and lamps shall readily strike when switched on. Faulty lamps or ballasts shall be replaced at no cost.

PHOTOMETRIC DATA

Photometric data sheets of the luminaries as prepared by a laboratory that complies with SABS requirements shall be submitted with the luminaries.

TECHNICAL INFORMATION

The tenderer shall include full technical particulars regarding the luminaries offered with the tender.

RECESSED LUMINARIES

Recessed luminaries shall be suitable for mounting in the ceiling structure specified in the project specification.

The diffuser or reflector shall fit flush with the ceiling and the only visible portion shall be the reflector of diffuser.

Should the luminaries be so designed that a surrounding frame is visible the frame shall be manufactured of anodized aluminium. The frame shall form a neat trim with the ceiling. The corners of the surrounding frame shall be mitered and reinforced.

LOW- BRIGHTNESS LUMINARIES

The luminaries shall be provided with an aluminium louver with V- shaped longitudinal vanes and extruded stepped cross-shielding plates.

Louvers shall be constructed from high purity aluminium (99.98%), chemically brightened and anodized.

The total Light Output Ratio (LOR) shall be 62% or better. In the plane between 60 and 90 from the vertical, the LOR shall be below 3%.

LOW GLARE LUMINARIES

The luminaries shall be provided with a die-formed, bright-anodized high-purity aluminium (99.98%) louver with parabolic reflecting surfaces

Page 63: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

in both directions.

The total LOR shall be 62% or better. In the plane between 60 and 90 from the vertical, the LOR shall be less than 1.3%.

LUMINARIES FOR USE IN AREAS WITH VISUAL DISPLAY

TERMINALS

The luminaries shall have anodized specular louvers to provide the brightness control required for this type of application.

At angles between 60º and 90 º from the vertical the luminance shall not exceed 200cd/m2.

At above angles the LOR shall be less than 0.6%. At angle between the vertical and 60 the LOR shall be 61% or better.

Page 64: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

64

6.2 BULKHEAD LIGHT FITTINGS

SCOPE

The specification is for all bulkhead fittings to be used on this project.

GENERAL

Luminaries, associated equipment and control gear shall be new and unused and shall be supplied complete with lamps, control gear, diffusers, mounting brackets, etc. and shall be delivered to site in a protective cover. Lamps shall be delivered separately.

STANDARDS

The following standard specifications of the South-Africa Bureau of Standards shall apply to this luminary’s specification:

SANS 1119 Interior Luminaries for fluorescent lamps.

SANS 1250 Capacitors for use with fluorescent and other discharge lamp ballast’s

SANS 890 Ballast’s for fluorescent lamps

SANS 1464 Safety of Luminaries

SANS 1479 Glow starters for fluorescent lamps

SANS IEC 400 Lamp holders for tubular fluorescent lamps

SANS 1041 Tubular fluorescent lamps for general service

SANS 1247 Coatings applied by the powder-coating process

SANS 783 Baked enamels

SANS 0142 Wiring of premises

SANS 1464 Safety

SANS 890 Noise levels

SANS 1222 Protection

PHYSICAL AND ENVIRONMENTAL REQUIREMENTS

AREAS OF APPLICATION

The luminaries are attended for outdoor as well as indoor use.

Page 65: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

FIXING

The luminaries shall be suitable for mounting in or against ceilings as well as against walls as described below:

All holding screws will be galvanized, cadmium plated or stainless steel and completely corrosion proof.

The holding screws will not be longer than 30mm and not shorter than 20mm for ceilings and not longer than 50mm and shorter than 35mm for walls. “Hilti” type screws must be used for anchoring against wall.

At least four fixing points per luminaries must be established.

The position of any other equipment of material that could be damaged when fixing luminaries must be established prior to fixing any luminary.

ENVIRONMENTAL

The luminaries shall be suitable for operation in ambient temperatures between -10 C and +45 C.

SAFETY

The luminary shall bear the SANS 1464 safety mark.

NOISE

Noisy ballasts will not be accepted and shall be replaced at no cost. All ballasts shall comply with the requirements of the latest edition of SANS 890, Part 1.

GENERAL TECHNICAL REQUIREMENTS

GENERAL

The bulkhead luminaries shall be suitable for surface mounting on a ceiling or wall and shall allow for surface conduits to enter on all sides.

Page 66: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

66

CONSTRUCTION

The luminaries shall consist of a high-pressure die cast aluminium base and a structured opaque high impact acrylic diffuser.

It shall be rectangular or square in shape as indicated on the drawings and shall be designed to operate compact fluorescent lamps up to 2 x 26W (staircases) or shaped as per the attached pamphlets for outside and bathroom lighting.

The diffuser shall be fixed to the body by four stainless steel Allen head screws. A silicon sponge gasket shall be fitted into a groove on the diffuser.

Four mounting holes shall be provided in the base for securing the diffuser onto the base.

All internal wiring shall be Teflon coated with protective sleeves to prevent damage by possible abrasion.

Main connections shall be by means of a suitable screw terminal block with a wire clamping contact.

All screws, bolts and metals shall be stainless steel or of non-corrosive material.

A luminary shall consist of a ventilated body manufactured of either cold rolled sheet steel not less then 0.8mm thick or injection moulded flame retardant GRP, suitably braced or stiffened to prevent distortion. The body shall be of sufficient strength for the mounting of the entire luminary.

LAMP HOLDERS

Lamp holders shall preferably be of twist-lock type. The mounting of the holders shall be able to accommodate the tolerances experienced in the length of lamps and in the manufacture of luminaries.

Page 67: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

CONTROL GEAR

The control gear shall be incorporated inside the separate control gear compartment and be mounted on a removable gear tray.

It shall be suitable for operation with the specified rating of the lamp on a 230V + 3%-10% 50Hz single-phase system.

All control gear components shall be removable and bear the relevant SABS mark.

The luminaries shall be power factor corrected to a minimum of 0.85.

Igniters, where applicable, shall be of the superposed pulse type.

The luminaries shall be able to withstand ambient temperatures of at least 45ºC. Without resulting in any electrical or mechanical component exceeding its maximum allowed operating temperature.

The lamp compartment and body will have a degree of IP 65 protection as per SANS 1222.

LAMPS

Only lamps of Osram & Philips standard will be accepted on this project.

If no colour is specified, the light colour shall correspond to colour 2 (4 300K) of SANS 1041.

Lamps of the same colour shall be provided for an entire installation unless specified to the contrary.

There shall be no visible flicker in the lamps and lamps shall readily strike when switched on. Faulty lamps or ballasts shall be replaced at no cost.

TECHNICAL INFORMATION

The Tenderer shall include full technical particulars regarding the luminaries offered with the tender.

Page 68: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

68

EMERGENCY EXIT INDICATORS

Except for the following changes, all emergency exits will be indicated with the same Bulkhead fitting as specified above:

The high impact acrylic diffuser will be white.

The word “EXIT” will be indicated on the front of the diffuser and will be at least 60mm in height.

The colour of the script will be signal red.

The quality of the script will be such that it is engraved and will not be of the sticker type.

BATTERY BACK-UP UNITS

Where indicated on the project drawings, bulkhead fittings will be fitted with battery back-up units with the following specifications:

The units must have self-testing facilities on a weekly basis and full functional test on a monthly basis.

It must have a one-hour standby facility with at least 18% of the normal light output.

It will have an external lamp, indicating the following:

Mains on and system in working order. Battery voltage low. Battery voltage too high. Low capacity battery. Bad lamps. No mains.

Page 69: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

7 POWER CIRCUITS

7.1 GENERAL WIRING

The complete electrical installation shall be carried out in full compliance with the Wiring Code and with any Regulations or Codes of Practice in force or adopted in the area in which the contract is to be carried out. Tenderers shall familiarize themselves with all such Regulations or Codes before finalizing their prices; no price variations to the contract based on lack of knowledge or such Regulations or Codes will be allowed.

Wiring will be done with 2.5mm², 4mm² and 6mm² colour coded PVC wiring for the Live and Neutral and bare copper for Earth conductors.

The wiring will be black for Neutral, Red for Live and bare copper for earth. Wiring for dedicated circuits will be black for Neutral, Yellow for live and bare copper for earth.

The wiring will protrude from light switch or power socket outlet boxes shorter than 100mm and no longer than 150mm. All wiring will be rolled into the boxes prior to fitting the switch or socket outlet. Care must be taken that the wiring is not in the way of fixing screws.

Wiring in conduit bends must be laid next to each other and unnecessary bends and loops must be limited as far as possible.

7.2 CONDUIT, WIRE WAYS AND TRUNCKING

CONDUIT

Conduit will be black enamelled steel or galvanized steel either 20mm or 25mm with SABS markings. Conduit will be fixed with raised saddles to ensure that the conduit is horizontal with the roof at all times and does not lift at entry level. Saddles will be installed at not more than 1000mm apart.

CABLE LADDERS / WIRE MESH CABLE TRAY

Heavy duty, hot - dip galvanized cable ladders shall be used for all new cables in the building as prescribed by the engineer. All cables will be neatly spaced and fastened onto the cable ladder by means of steal universal cable clamps. No unnecessary twisting and cable intertwining will be accepted.

Page 70: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

70

Wire mesh cable tray sizes shall be as follow;

200mm x 50mm. (Complete with pre-formed bends and connectors)

Covers should be supplied where prescribed by the engineer.

Trunking

Heavy duty, pre - galvanized Trunking will be used throughout the building for all wiring installations as prescribed by the engineer.

White PVC mini trunking sizes shall be as follows;

16 x 16mm PVC white compact mini-trunking. (Complete with pre- formed bends and connectors)

40 x 25mm PVC white compact mini-trunking. (Complete with pre- formed bends, connectors, covers and knockouts at 150mm centres)

SUSPENSION HANGERS SHALL BE AS FOLLOW:

All cable trays and cable ladders shall be suspended at intervals of not more than 800mm apart, from the existing roof structure by means of a 300mm or 400mm long P1000 channel, complete with 2 x 1m x 6mm galvanised threaded rods, 2 x pre-formed hold down saddles and 2 x body washers per suspension hanger.

7.3 LIGHT SWITCHES

ELECTRICAL CONTACTS

All light switch contacts must be able to break and make at least 15A.

COVER PLATES

All light switch covers will be metal and white in colour, if not differently indicated in the Bills of Materials. The cover plates will be fixed with 2 screws. Clip-in cover plates will not be allowed.

Page 71: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

EARTHING

The light switch must be fitted with a screw type earth connector.

SCREWS

All screws must be of the blunt type and not have sharp points to prevent damage to wiring.

7.4 POWER SKIRTING, POWER POLES AND FLOOR BOXES

Steel Power skirting will be installed throughout the building for horizontal power reticulation as per engineer’s drawings.

The steel power skirting will be of highest standard similar to GEK – Rapid 45 and must have a guarantee of 100% colour match throughout the installation to ensure uniformity.

The power skirting will be fitted to the wall horizontally or vertically by means of “Hilti” type screws at intervals no longer than 1500mm. Two screws must be inserted at each anchoring point one above the other to prevent vertical buckling.

Power skirting to be joint will be done by means of a joiner clip set. The joints will be neat and square with no unsightly gaps. An end cap will be installed at each open end irrespective of ending against a wall or not. If the power skirting changes direction an internal or external elbow will be utilized. The external elbows will be adjustable from 70º - 130º and the internal elbows from 80º - 103º to compensate for any irregularities in the build work. Where power skirting is required to run vertically a tee will be used to make a 90º joint.

All power skirting accessories will be of the modular clip in type. These modules will easily be clipped in by hand but once installed should not be able to be removed with ease. Dedicated socket outlets will be coloured red and normal socket outlets white. Data outlets will be clearly labelled for telephone or data. The data module will have a closable socket.

Page 72: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

72

POWER POLES

The Power Pole will be used for vertical electrical distribution at workstations not to be supplied by conventional or Power Skirting methods. The supply could be routed from the ceiling or floor level.

The pole will be manufactured with an aluminium base with four compartments and an adjustable height telescopic pole for the distance between the false and actual ceiling if required. The 4 compartments will be closed with PVC protective covers.

Each pole will be supplied with a double normal 16A socket outlet, a dedicated single 16A socket outlet, a single telecommunication outlet (RJ11) and a single data socket outlet (RJ45).

Except for the dedicated single socket outlet that will be coloured red, all other components inclusive of the pole will be white in colour. It will be supplied with 3 and 6 module mounting frames complete. The data, telecommunication and power circuits will be wired in separate compartments.

FLOOR BOXES

The floor boxes will be used to supply electrical equipment not to be supplied by conventional or Power Skirting methods. The supply could be routed from the floor level.

The floor box consists of two separate main compartments. The under floor compartment will be installed while the floors are being cast. This compartment will be manufactured from sheet steel with all relevant knockouts for cable entries. The compartment will be 307mm x 307mm x 90mm.

The compartment housing the socket outlet equipment will be manufactured from polyurethane. It will be 273mm x 220mm x 70mm. The lid must have two closable opening to allow the equipment leads to exit the compartment without leaving the compartment lid open. The lead outlets must be lined by a protective silicon sponge to prevent damage to the leads and to limit the amount of debris entering the compartment. The lid will allow for a floor finishing to be placed on top of it for example carpet or tiles.

The floor boxes will be fed from the ceiling void of the floor below unless stated otherwise by the engineer. The floor box will be able to house normal, dedicated and data outlets as prescribed by the engineer.

Page 73: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

8 DISTRIBUTION BOARDS AND CIRCUIT BREAKERS

8.1 DISTRIBUTION BOARDS

INSPECTIONS AND APPROVALS

The electrical contractor shall supply and install the distribution boards as indicated on the drawings. All distribution boards shall comply with the quality specification, and be approved by the Engineer or by the Department’s representative. The Engineer shall also first approve any other type of distribution board, which may be submitted as an alternative.

GENERAL QUALITY

All switchgear and equipment shall comply with the specification in the document and will be manufactured as follows:

The manufacturer must be approved by the Engineer prior to being appointed or sub-contracted.

All DB’s will be manufactured from 1.6mm thick sheet metal.

All holes will be punched and not done with a hole-saw.

The DB will be manufactured to allow for 30% additional equipment.

The layout of the breakers will be logical and neat. The layout will also be approved by the Engineer prior to manufacturing.

All floor standing DB’s will have a skirting/kick board of at least 80mm.

WIRING

The manufacturers shall internally wire all distribution boards. Wiring between switchgear and bus bars shall be done by means of PVC insulated stranded copper conductors, fixed to the bus bars with copper lugs, and brass bolts.

Only colour coded wiring shall be accepted, e.g.: Red, yellow and blue for phases, and black for neutral.

Wiring coloured by means of PVC insulated tape shall not be accepted.

Page 74: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

74

Wiring shall be neatly strapped in a vertical and horizontal manner. All instrument and control wiring shall be 2,5mm² PVC insulated copper conductors, and shall be numbered at both ends for ease of tracing circuits.

COLOUR

The colour of all distribution boards will be applied by means of powder coating. The outside colour will be light stone or as specified in the Bill of Materials. Normal power sections inside the DB will be coloured white, Emergency power coloured red and UPS power coloured purple.

DOORS AND LOCKS

Doors shall be of the removable type. All doors will be lockable. The contractor will supply a separate lock for each of the doors inclusive of 2 keys.

SEPARATE COMPARTMENTS

Where distribution boards have separate compartments, they shall be separated by means of a metal dividing section, and be equipped with individual removable circuit breaker covers.

LEGEND CARDS AND MARKINGS

Legend cards covered by removable glass or 1.6mm transparent acrylic plastic shall be fitted to the inside of the door of the distribution board and circuits shall be noted on this legend card. Legend cards shall be as follow, for example:

Main - Main Isolator Switch OR Local Isolator Switch L1 - Lights ; Bedroom 1, Bedroom 2 & Kitchen. P1 - Plugs ; Bedroom 1, Bedroom 2 & Kitchen. ELU1 - Earth leakage unit for plug circuits 1, 2 & 3.

All DB’s as well as both ends of cables will be marked with engraving on aluminium plates.

Page 75: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

BUSBARS

All bus bars and lugs shall be insulated, and wiring shall enter the switch gear from the back, below or on top of the distribution board. All bus bars will be fixed with nylon nuts or isolating bobbins.

8.2 CIRCUIT BREAKERS

All circuit breakers will be of the Hydraulic magnetic type. All breakers will be of the same manufacturer as far as possible.

9 MANHOLES

9.1 CONSTRUCTION OF MANHOLES

All manholes shall be built to the highest standards. Manholes will provide a neat and safe cable draw point, joining area, visual inspection zone and cornering space for data and power cables. Manholes will be placed and built to the engineers detail drawings. Base ground and filling will be compacted to correct level of hardness and foundation preparation will be approved by the engineer before any casting occurs. Base slabs of a thickness no less than 50mm will be cast on the well compacted base. Manholes must be constructed with consideration of the amount of sleeves entering the specific manhole. The manholes must be free of any sharp edges which can damage the cable insulation. The lid will be of a minimum 6mm cast iron construction. The top of the lid will be flush with the final finished ground level. Provision must be made for the additional height of a ground covering for example tar or paving.

9.2 EXCAVATIONS FOR MANHOLES

Tenderers must base their cost for excavations in earth; hard rock on the total quantities as indicated in the Bill of Quantities. The actual quantities, based on the dimensions as specified below for excavations for the applicable number of manholes to be build, will be measured on site during the course of the service and adjustments made according to the price per cubic meter as inserted by the tenderer. Payment for excavations having a greater volume than that specified for the purpose will not be considered except where extra excavations are necessary to by-pass obstacles such as water pipes, drains, large boulders etc. In all such instances the amount of the extra excavations must be agreed upon on site between the Engineer and the contractor.

Page 76: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

76

The excavations for Power manholes will be to a depth of 1100mm deep below ground level and shall be 1400mm x 1400mm wide and data manholes will be to a depth of 1100mm deep below ground level and shall be 510mm x 510mm The bottom of the excavated hole shall be level and clear and the bottom and sides free from rocks or stones liable to hinder the construction of the manhole.

The contractor must take all necessary precautions to prevent the excavation work being in any way a hazard to the personnel and public and to safeguard all structures, roads, sewage works or other property on the site from any risk of subsidence and damage.

Page 77: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

10. DATA CABLING SPECIFICATION

10.1 GENERAL

This specification covers the supply, delivery, installation, testing, commissioning and maintenance during the guarantee period of the Data Cabling Installation covered under the scope of works for the proposed refurbishment of the Government Printing Works.

10.2 SCOPE OF WORKS

10.2.1 DATA

This specification covers the supply, delivery, installation, testing, commissioning and maintenance during the guarantee period of the Data Installation, described below, for the Proposed New Development for the above mentioned building.

1. Backbone infrastructure in the form of fibre optic cabling to be able

to provide the bandwidth specified;

2. Fiber Optic from each T1 to main admin building;

3. 12 U Swing frame cabinet (12U X 600 X 500)

4. Cat 5e cabling between workstations and patch panels including terminations and plugs in power skirting.

5. Patch panels as specified;

6. Patch leads to switches

7. Labeling as specified.

Page 78: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

78

T1

POE Switch

T2

POE Switch

T3-T5

POE Switch

Main Admin

PABX

UPS

POE Switch

Page 79: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

10.3 MEASUREMENT

The attached Bill of quantities will be a guideline based on this specification and the accompanying drawings. The tenderer is to measure off the drawings for tender purposes, however, on award of contract the contractor shall measure on site quantities needed for installation. The tenderer is to provide a breakdown of his tender on the tender schedule page. The quantities provided can be adjusted and are for information only.

10.4 FORM OF CONTRACT

The successful tenderer shall enter into a selected subcontract agreement with the electrical contractor under the JBCC contract.

10.4.1 RELATED WORK BY OTHERS

N/A

10.5 STRUCTURED CABLING REQUIREMENTS GUIDELINE

10.5.1 COMPLIANCE

This Structured Cabling Systems (SCS) guideline, as outlined in the pages to follow, is mandatory in terms of the acceptance of work done in or on School premises and facilities.

The acceptance requirements as outlined in this document are mandatory. No variation will be tolerated nor accepted.

The design of the Structured Cabling System shall comply with the requirements of ISO 11801: 2002, and TIA 568-B.

Copper transmission performance shall exceed the specification for a Category 5e link as defined by the above standards.

The Quality Assurance provisions applied to the installation shall be compliant with BS EN 50174-1 and the Molex Premise Networks Global Warranty requirements.

Installation practices shall be compliant with ANSI/NECA/BICSI-568- 2006, Standard for Installing Commercial Building Telecommunications

Page 80: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

80

Cabling and shall be wholly compliant with the installation practices laid down by Molex Premise Networks.

Installation practices shall also meet all applicable local and national codes, standards and ordinances. Where a conflict exists between these standards, it is the responsibility of the contractor to detail these conflicts to the client prior to installation commencing.

10.5.2 DOCUMENT SCOPE

This document is intended as a guideline and therefore does not supersede the International Standards on which it is based. The purpose of the document is to provide the contractor with information specific to the implementation of Standards based generic structured cabling as per the requirements of the University Network environment and the support/maintenance thereof.

10.5.3 CONTRACTOR MINIMUM QUALIFICATIONS REQUIREMENTS

1. The contractor shall be Molex certified and possess a valid,

authenticated Molex Certified Installer or Molex Business Partner certificate in order that the final installation be certified in accordance with the Molex Global Warranty program requirements.

2. The contractor shall provide only skilled labour to complete work within

the agreed upon time frame.

3. The contractor is responsible for the provision of all tools required to full

fill his installation obligations in accordance with task at hand at his cost. This includes specialist tools such as core drills etc.

4. By means of the submittal of a quotation and the acceptance of the

relevant order number, the contractor is solely responsible for the successful delivery of all documentation pertaining to installed components. E.g. Floor plans, excel sheets and test results to the Engineer.

5. The contractor is solely responsible for the thorough pre-quotation

inspection and installation evaluation of any given project for which a quotation is submitted. Any over-sites on the part of the contractor are for his account.

Page 81: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

10.5.4 100 OHM UTP STRUCTURED CABLING SYSTEMS (SCS)

GENERAL PRODUCT CONFORMANCE REQUIREMENTS

1. The minimum acceptable cable performance category to be installed on College premises shall be ANSI/TIA/EIA-568-B Category 5e / ISO 11801 Class E (2002) compliant. Cat6 is allowed but not required.

2. Only cable and connecting hardware specified for the Molex Premise

Networks Structured Cabling Solution shall be used.

3. All installed components shall be new, complete, in good condition and

unused albeit for demonstration purposes.

4. All cable reels are to be visually inspected for damage incurred during

shipping and transit prior to installation.

5. Cable and connecting components found to be damaged or defective

prior and during the installation process are to be removed immediately and returned to the supplier at no additional cost to the University.

10.5.5 GENERAL PRODUCT PERFORMANCE REQUIREMENTS

The supplied product shall, once installed, conform to ISO 11801 Class E -2002 electrical characteristics for the purposes of Vendor warranty.

It is expected that installed products be capable of supporting voice and data communications applications and protocols from baseline 56Kbps to ISDN PRI for Analogue and Digital Voice and 10Base T to 1000 Base T for data as per the supported applications of ISO 11801 Class E (2002).

The project will be completed and signed off in 7 different phases by the Contractor and Engineer:

Page 82: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

82

Phase 1: Category 5e Data cable Installation:

This comprises the horizontal cabling, extending from the patch panel in the rack or cabinet to the consolidation point if applicable and extending to the telecommunications outlet in the work area. This is the part of the horizontal cabling referred to by the standards as the Permanent Link. Both ends of the cable must be terminated to specification and labelled at both ends by means of a legible, permanent label. Where applicable, the portion of the horizontal cable

extending from the patch panel in the cabinet to a consolidation point, intended for future extension to the telecommunications outlet, will be accepted.

Installation Color of Cat5e

Data Grey

Telephone Grey

Phase 2: Category 5e Patch leads:

Provide patch leads from the patch panels to the switches and panels

Installation Color of Cat5e

Data Green

Phase 3: The Main Fibre optic Installation:

The installation of a 12 Fibre single Mode Heavy Duty Duct Cable cabling, extending from the patch panel in the rack in the main administration building to the patch panel in the cabinet in security building.

.

Phase 4: The Main Telephone cable Installation:

System will be VOIP ready

Phase 5: Testing and Labelling:

All outlets will be tested using the appropriate Level 3 test equipment, set to the ISO 11801 Class E Permanent Link setting. All links shall be permanently labelled at both ends of the cable, on the telecommunications outlet fascia and directly above or

Page 83: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

under the patch panel port as per the labelling requirements set out as specifications in this tender document.

Phase 6: Warranties:

All test results and floor plans will be submitted to Molex Premise Networks’ INSIGHT on-line warranty registration program in electronic format for Warranty purposes. The contractor must furnish the INSIGHT reference number to the Engineer.

Phase 7: Final Handover:

The contractor will hand over all documentation, including, updated floor plans (as installed), test results and authenticated 25 year Molex System Performance Warranty Certificate to the Engineer, who will then sign off the installation.

10.5.6 GENERAL INSTALLATION PRACTICE REQUIREMENTS

1. During the cable installation process, the manufacturer’s maximum

tensile load recommendations may not be exceeded. This is typically specified as 110N, but should be verified with the manufacturer.

2. Cable being pulled in should be handled by no less than two individuals

at all times in order to avoid damage to the cable by means of kinks, twisting along its own axis, getting snagged etc. It is recommended that three installers co-operate in the pulling in of any given cable run, one on each end and another in the middle or positioned near any obstructions to feed slack and thus avoid undue stress on the cable.

3. Whenever possible cable should be placed into pathways rather than

be pulled in under tension.

4. Care should be taken not to score conductors during the removal of the

outer insulating sleeve of the cable when preparing to terminate pairs.

5. Cables should not be subjected to a bend radius of less than 50mm

when under tension (during installation) and the bend radius should not

be less than 25mm when once installed.

6. During the installation process, installers are required to visually inspect

cable and connecting hardware components for damage. If such damage is found, e.g. tears in the outer jacket of the cable, severe

Page 84: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

84

kinks as identified by white/grey bands of discoloration on cable jacket, these components are to be replaced immediately.

7. The installer is to make use of best practices when handling unjacketed

conductors. Care is to be taken as not to create pair spread, pair wrapping, pair separation and the re-twisting of pairs.

8. Pair twists must be maintained up to the point of termination. Under no

circumstances may pair untwist of more that 6 mm be allowed. The sheath should be trimmed such that no more than 25mm of wire may be exposed after termination.

9. All cabling shall be clearly labelled at both ends to the rear of the point

of termination no more than 100mm from such a termination point.

10. All patch panel ports and workstation outlets shall be clearly labelled by

means of appropriately secured printed labels (hand written labels are not acceptable).

11. All patch and workstation outlet cables shall be clearly labelled by

means of an appropriately secured printed label.

12. All labelling schemes shall be confirmed with the appropriate

representative of the Engineer before being applied.

13. The maximum number of screws or bolts as provided for by the design

of connecting hardware or SCS components and accessories are to be used without exception.

10.5.7 DUCTING AND SUPPORTING STRUCTURES

1. Where support structures are used, such structures are to provide

support at a maximum of 1.5 meters along the length of the run as to avoid cable tension as a result of the cumulative weight of such cable acting upon itself at the next point of support.

2. The surface of such support structures e.g. Cable hangers will not pose

a risk of damaging cable due to sharp edges or angular surfaces which would act against the symmetry of wire pairs within the cable or a risk to installers e.g. Cuts.

3. Where cable ties are used, they are to be securely fastened but still

permit for cable movement if tugged upon making use of reasonable force.

Page 85: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

4. Cable ties are to be used at set intervals of 300mm for all cable bundles where exposed to present a uniform appearance. In concealed spaces, the bundles may be tied at nominal 1m intervals.

5. Under no circumstances shall any cable/s hang unsupported, vertical

runs are to be supported are no greater than 300mm intervals.

6. When cable ties are cut; once appropriately fastened around cable

bundles, in order to remove protrusions beyond the buckle, the installer will ensure that such a cut is clean and that no sharp edges are created which would damage other cable being pulled past it or injure installers and support staff.

7. Cable shall under no circumstances be strapped to PVC electrical

conduit or any structures belonging to an unrelated functional unit such as an air conditioning drain pipe as future maintenance by associated maintenance staff may result in damage or removal in order to facilitate

work.

8. Where purpose-installed conduits are to be used for structured cabling,

such conduits may never be filled beyond 40% of capacity and should bend at a radius of no less than 6 times the outside diameter of such conduit, nor shall more than two 90 degree bends along the total span of such a conduit. No continuous conduit run may exceed 15 meters without an appropriate draw box.

9. Cable is at no point to be placed directly on top of suspended ceiling

tiles.

10. Contractors are to ensure that cable is not installed in areas such as roof spaces or in direct sunlight where temperature ranges might exceed the manufactures operating temperate specifications (typically not in spaces where temperatures exceed 60 degrees Celsius.)

11. All metallic support structures, be it conduit, ducting or trays, shall be

grounded in accordance with national electric regulations.

12. Ducting systems shall be securely fastened to walls by means of the

appropriate fixing hardware so as to ensure a sound and durable installation.

13. Ducting system covers are to be fitted securely and any portion of the

ducting system found to be cracked or damaged is to be immediately replaced.

Page 86: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

86

10.5.8 POWER AND EMI SOURCE SEPARATION

1. Cable may be laid adjacent to sources of interference such as 240V

electrical branch circuits with a minimum separation 75mm where:

a. A continuous grounded metallic barrier exists between electric cable and structured cabling.

b. A durable non-metallic insulation exists, other than the insulation material of the cable.

2. At no point may data cabling cross the path of any power or broadband

cable, fluorescent lighting unit (where suspension is used as a means of separation) at an angle less or greater than 90 degrees.

3. The installer is to ensure that electrostatic devices such as

photocopiers and sources of radiation such as x-ray devices, radio transmitters, their antennae and associated broadband cables are to be

avoided when routing cable.

10.5.9 POST-INSTALLATION TEST AND CERTIFICATION

General Requirements

1. Every cabling link is to be tested and must meet with the requirements of ISO 11801 Class E (2002) Permanent Link model across the full length of the link.

2. Test requirements are as per Permanent Link certification requirement

for which the appropriate test adapters are to be used.

3. The contractor will ensure that the full plot data is stored for each and

every test.

4. The test results shall also be in in the test equipment native software

format (eg. Fluke Networks Linkware format (.flw)).

5. Test results are to be stored and provided to the Engineer staff in

electronic format in .csv and .flw . When submitting to Molex Premise Networks, the test results must be in the test equipment’s native software format.

6. Only Fluke DTX series testers will be used to certify University SCS’s or

their subcomponents running the current firmware.

Page 87: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

7. The test equipment is to be well maintained and in good working order. The Engineer’s staff reserves the right to insist on an annual factory calibration certificate for the instrument to be used for testing.

8. The Engineer’s staff further reserves the right to insist on being present

during the self-calibration of the test unit and the instruments initial configuration prior to test and during the test process itself.

9. The contractor is to advise the Engineer’s staff within 3 working days of

intent to commence testing in order that such a staff member may make himself available to attend testing procedures.

10. The contractor is required to make available the test equipment and

necessary personnel at no extra cost should a member of the Engineer’s staff wish to perform random acceptance testing on approximately 10% of the installed cabling infrastructure.

11. The Engineer’s staff reserves the right to decline acceptance of

marginal performing cables irrespective of their having passed testing based on risk of future degradation over the life span of the installed product.

12. Where it is found that the random tests do not match those presented,

the Engineer’s staff reserves the right to insist on a supervised re-test of any or all installed cables prior to acceptance.

13. It is the sole responsibility of the contractor to ensure that the

appropriate Vendor test and documentation requirements are met in order the Engineer be provided with a warranty certificate issued by the SCS Vendor.

14. Any contention regarding Vendor warranty requirements is to be

resolved between the Vendor and the contractor and has thus no bearing on the Engineer’s requirements as outlined here.

15. Documentation is to conform to the guidelines of EIA/TIA 606-A and

provided in 4 parts:

a. An excel sheet indicating cable label, location of work area and Telecommunications closet termination points etc in electronic format.

b. Detailed test results in .flw (Fluke Networks Linkware) or similar native software format inclusive of all plot data.

c. A floor plan or site diagram reflecting the routes taken to and location of all installed cables in electronic format.

Page 88: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

88

d. Laminated A3 sheets showing the floor plans for the area covered per rack and labeled voice & data points, to be placed inside each rack.

10.6 INTERCONNECTING BANDWIDTH

Backbone connectivity

The minimum bandwidth specification will cope with an Ethernet backbone operating at 10 GB/s as per the IEEE 802.ae specification. OS1 Single mode Fibre of appropriate physical construction suitable for the intended environment may be used.

10.7 INTERCONNECTIONS

Sites

All buildings will be provided with a 12 pair, 24 cores fibre optical cable from the Building to the main admin building.

Dedicated fibre 6 pair, 12 core link will be installed from the Main Admin Building to the security building.

Users

The maximum length from the patch panel in a distribution centre to the user wall socket will be 85 meters.

10.8 GENERAL

5 X 12 U rack will be provided. This rack will contain the switches and interconnection to cope with voice and telephony requirements for the users.

Each rack will have the power connections from the top of the rack and the data connections will come from behind and the bottom. Cabinets will be fitted against the wall ±2000 FFL.

10.9 RACK SPECIFICATIONS

12u x 500mm x 600mm

2 x 5-way dedicated Power Distribution Units (PDUs) mounted inside the racks

Solid lockable door on the front.

Standard colour rack – goose grey

Page 89: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

10.10 CABLE COLOURS

The horizontal Data cables must be Standard RAL grey colour PVC

The horizontal camera cables must be Standard RAL yellow colour PVC

The horizontal Biometric cables must be Standard RAL Black colour PVC

Patch leads:

o Must be in standard length of 2.5 metres

o Blue for voice points

o Green for data points

· Fly leads:

o 3m standard length

o Grey for all data points

10.11 FIBRE

SC duplex connectors on all fibre trays

3m SC to LC fibre patch leads to be provided

10.12 PATCH PANELS

Only Molex 1U 24-port Harmonica patch panels to be used.

All the cables will be patched in separate panel. Switches will be installed in separate panel and connected with patch leads

10.13 LABELLING OF DATA, VOICE & FIBRE POINTS

First patch panel begins with letter A, Points 1-24

Second patch panel begins with letter B, Points 1-24

Continues to Z, Points 1-24

Then starts with AA, Points 1-24

Next panel is AB, Points 1-24

Page 90: NATIONAL LIBRARY OF SOUTH AFRICA

THE NATIONAL LIBRARY OF SOUTH AFRICA: CAPE TOWN: MAJOR REFURBISHMENT OF ELECTRICAL

INFRASTRUCTURE

90

10.14 SCHEDULE OF DATA/TELEPHONE OUTLETS

CAT 5e CABLING

See Bill of Quantities

10.15 FIBRE OPTIC CABLING

The distance from the main admin block to any of the buildings

is above 500m which makes the use of multi-mode fibre impossible.

Page 91: NATIONAL LIBRARY OF SOUTH AFRICA

SBD1

PART A INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NAME OF DEPARTMENT/ PUBLIC ENTITY)

BID NUMBER: NLSA.ELECTRICAL 02/2020

CLOSING DATE:

23 MARCH 2020 CLOSING TIME:

11:00

DESCRIPTION READVERTISMENT - MAJOR REFURBISHMENT OF ELECTRICAL INFRASTRUCTURE – CAPE TOWN

THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7).

BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)

75 THABO SEHUME STREET,

PRETORIA CBD AND 05 QUEENS VICTORIA STREET, CAPE TOWN

SUPPLIER INFORMATION

NAME OF BIDDER

POSTAL ADDRESS

STREET ADDRESS

TELEPHONE NUMBER CODE NUMBER

CELLPHONE NUMBER

FACSIMILE NUMBER CODE NUMBER

E-MAIL ADDRESS

VAT REGISTRATION NUMBER

TCS PIN: OR CSD No:

B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE [TICK APPLICABLE BOX]

Yes

No

B-BBEE STATUS LEVEL SWORN AFFIDAVIT

Yes

No

IF YES, WHO WAS THE CERTIFICATE ISSUED BY?

Page 92: NATIONAL LIBRARY OF SOUTH AFRICA

92

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA) AND NAME THE APPLICABLE IN THE TICK BOX

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)

A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS)

A REGISTERED AUDITOR

NAME:

[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/SWORN AFFIDAVIT(FOR EMEs& QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B- BBEE]

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No

[IF YES ENCLOSE PROOF]

ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?

Yes No [IF YES ANSWER PART B:3 BELOW ]

SIGNATURE OF BIDDER

………………………

DATE

CAPACITY UNDER WHICH THIS BID IS SIGNED (Attach proof of authority to sign this bid; e.g. resolution of directors, etc.)

TOTAL NUMBER OF ITEMS OFFERED

TOTAL BID PRICE (ALL INCLUSIVE)

BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO:

TECHNICAL INFORMATION MAY BE DIRECTED TO:

DEPARTMENT/PUBLIC ENTITY

NLSA

CONTACT PERSON

Daniel Tladi

CONTACT PERSON

Zama Adegboyega

TELEPHONE NUMBER

(012) 401 9768

TELEPHONE NUMBER

012 401 9773

FACSIMILE NUMBER

086 650 8264

Page 93: NATIONAL LIBRARY OF SOUTH AFRICA

FACSIMILE NUMBER

086 650 8264

E-MAIL ADDRESS

E-MAIL ADDRESS

[email protected]

[email protected]

PART B

TERMS AND CONDITIONS FOR BIDDING

1. BID SUBMISSION:

1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION.

1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE

RE-TYPED) OR ONLINE

1.3. BIDDERS MUST REGISTER ON THE CENTRAL SUPPLIER DATABASE (CSD) TO UPLOAD MANDATORY INFORMATION NAMELY: (BUSINESS REGISTRATION/ DIRECTORSHIP/ MEMBERSHIP/IDENTITY NUMBERS; TAX COMPLIANCE STATUS; AND BANKING INFORMATION FOR VERIFICATION PURPOSES). B-BBEE CERTIFICATE OR SWORN AFFIDAVIT FOR B-BBEE MUST BE SUBMITTED TO BIDDING INSTITUTION.

1.4. WHERE A BIDDER IS NOT REGISTERED ON THE CSD, MANDATORY INFORMATION NAMELY: (BUSINESS REGISTRATION/ DIRECTORSHIP/ MEMBERSHIP/IDENTITY NUMBERS; TAX COMPLIANCE STATUS MAY NOT BE SUBMITTED WITH THE BID DOCUMENTATION. B-BBEE CERTIFICATE OR SWORN AFFIDAVIT FOR B-BBEE MUST BE SUBMITTED TO BIDDING INSTITUTION.

1.5. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER LEGISLATION OR SPECIAL CONDITIONS OF CONTRACT.

2. TAX COMPLIANCE REQUIREMENTS

2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.

2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.

2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.

Page 94: NATIONAL LIBRARY OF SOUTH AFRICA

94

2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS TOGETHER WITH THE BID.

2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE PROOF OF TCS / PIN / CSD NUMBER.

2.6 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.

3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

3.1. IS THE BIDDER A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO

3.2. DOES THE BIDDER HAVE A BRANCH IN THE RSA? YES NO

3.3. DOES THE BIDDER HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO

3.4. DOES THE BIDDER HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO

IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN, IT IS NOT A REQUIREMENT TO OBTAIN A TAX COMPLIANCE STATUS / TAX COMPLIANCE SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.

NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID.

.

Page 95: NATIONAL LIBRARY OF SOUTH AFRICA

SBD 3.1

PRICING 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 NLSA.ELECTRICAL 02/2020 Closing Time 11:00 Closing date 23 MARCH 2020

OFFER TO BE VALID FOR 120 DAYS FROM THE CLOSING DATE OF BID. __________________________________________________________________________ ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCY NO. ** (ALL APPLICABLE TAXES INCLUDED)

- Required by: …………………………………. - 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.

Page 96: NATIONAL LIBRARY OF SOUTH AFRICA

96

SBD 4

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state,

including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or - the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is

involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. 2.1 Full Name of bidder or his or her representative: ………………………………………… 2.2 Identity Number: ……………………………………………………………………………… 2.3 Position occupied in the Company (director, trustee, shareholder²): …………………… 2.4 Company Registration Number: …………………………………………………………….. 2.5 Tax Reference Number: ……………………………………………………………………… 2.6 VAT Registration Number: ……………………………………………………………… 2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if

applicable, employee / persal numbers must be indicated in paragraph 3 below. ¹“State” means – (a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public

Finance Management Act, 1999 (Act No. 1 of 1999); (b) any municipality or municipal entity; (c) provincial legislature; (d) national Assembly or the national Council of provinces; or (e) Parliament. ²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and

exercises control over the enterprise.

2.7 Are you or any person connected with the bidder YES / NO presently employed by the state? 2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ....……………………………… Name of state institution at which you or the person connected to the bidder is employed : ………………………………… Position occupied in the state institution: ………………………………… Any other particulars: ………………………………………………………………

………………………………………………………………

Page 97: NATIONAL LIBRARY OF SOUTH AFRICA

……………………………………………………………… 2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO

document? (Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

……………………………………………………………………. ……………………………………………………………………. …………………………………………………………………….

2.8 Did you or your spouse, or any of the company’s directors / YES / NO trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

………………………………………………………………….. ………………………………………………………………….. …………………………………………………………………...

2.9 Do you, or any person connected with the bidder, have YES / NO any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?

2.9.1 If so, furnish particulars. ……………………………………………………………... …………………………………………………………..….

……………………………………………………………… 2.10 Are you, or any person connected with the bidder, YES / NO aware of any relationship (family, friend, other) between

any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?

2.10.1 If so, furnish particulars.

……………………………………………………………… ……………………………………………………………… ………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO

of the company have any interest in any other related companies whether or not they are bidding for this contract?

2.11.1 If so, furnish particulars: ……………………………………………………………………………. ……………………………………………………………………………. …………………………………………………………………………….

Page 98: NATIONAL LIBRARY OF SOUTH AFRICA

98

3 Full details of directors / trustees / members / shareholders.

Full Name Identity Number Personal Tax

Reference

Number

State Employee

Number /

Persal Number

4 DECLARATION

I, THE UNDERSIGNED (NAME)………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT. I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE FALSE. ………………………………….. ..…………………………………………… Signature Date …………………………………. ……………………………………………… Position Name of bidder

May 2011

Page 99: NATIONAL LIBRARY OF SOUTH AFRICA

SBD 5

This document must be signed and submitted together with your bid

THE NATIONAL INDUSTRIAL PARTICIPATION PROGRAMME

INTRODUCTION

The National Industrial Participation (NIP) Programme, which is applicable to all government procurement

contracts that have an imported content, became effective on the 1 September 1996. The NIP policy and

guidelines were fully endorsed by Cabinet on 30 April 1997. In terms of the Cabinet decision, all state and

parastatal purchases / lease contracts (for goods, works and services) entered into after this date, are subject to

the NIP requirements. NIP is obligatory and therefore must be complied with. The Industrial Participation

Secretariat (IPS) of the Department of Trade and Industry (DTI) is charged with the responsibility of

administering the programme.

PILLARS OF THE PROGRAMME

1.1 The NIP obligation is benchmarked on the imported content of the contract. Any contract having an imported

content equal to or exceeding US$ 10 million or other currency equivalent to US$ 10 million will have a NIP

obligation. This threshold of US$ 10 million can be reached as follows:

(a) Any single contract with imported content exceeding US$10 million. or

(b) Multiple contracts for the same goods, works or services each with imported

content exceeding US$3 million awarded to one seller over a 2 year period which in

total exceeds US$10 million. or

(c) A contract with a renewable option clause, where should the option be exercised

the total value of the imported content will exceed US$10 million. or

(d) Multiple suppliers of the same goods, works or services under the same contract,

where the value of the imported content of each allocation is equal to or exceeds US$ 3

million worth of goods, works or services to the same government institution, which in

total over a two (2) year period exceeds US$10 million.

1.2 The NIP obligation applicable to suppliers in respect of sub-paragraphs 1.1 (a) to 1.1 (c) above

will amount to 30 % of the imported content whilst suppliers in respect of paragraph 1.1 (d) shall incur 30%

of the total NIP obligation on a pro-rata basis.

1.3 To satisfy the NIP obligation, the DTI would negotiate and conclude agreements such as

investments, joint ventures, sub-contracting, licensee production, export promotion, sourcing arrangements

and research and development (R&D) with partners or suppliers.

1.4 A period of seven years has been identified as the time frame within which to discharge the

obligation.

REQUIREMENTS OF THE DEPARTMENT OF TRADE AND INDUSTRY

2.1 In order to ensure effective implementation of the programme, successful

bidders (contractors) are required to, immediately after the award of a contract that is in excess of

R10 million (ten million Rands), submit details of such a contract to the DTI for reporting purposes.

2.2 The purpose for reporting details of contracts in excess of the amount of R10 million (ten million

Page 100: NATIONAL LIBRARY OF SOUTH AFRICA

100

Rands) is to cater for multiple contracts for the same goods, works or services; renewable contracts

and multiple suppliers for the same goods, works or services under the same contract as provided

for in paragraphs 1.1.(b) to 1.1. (d) above.

BID SUBMISSION AND CONTRACT REPORTING REQUIREMENTS OF BIDDER AND SUCCESSFUL BIDDERS (CONTRACTORS)

3.1 Bidders are required to sign and submit this Standard Bidding Document (SBD 5) together with the bid

on the closing date and time.

3.2 In order to accommodate multiple contracts for the same goods, works or services; renewable

contracts and multiple suppliers for the same goods, works or services under the same contract as

indicated in sub-paragraphs 1.1 (b) to 1.1 (d) above and to enable the DTI in determining the NIP

obligation, successful bidders (contractors) are required, immediately after being officially notified

about any successful bid with a value in excess of R10 million (ten million Rands), to contact and

furnish the DTI with the following information:

• Bid / contract number.

• Description of the goods, works or services.

• Date on which the contract was accepted.

• Name, address and contact details of the government institution.

• Value of the contract.

• Imported content of the contract, if possible.

3.3 The information required in paragraph 3.2 above must be sent to the Department of Trade and

Industry, Private Bag X 84, Pretoria, 0001 for the attention of Mr Elias Malapane within five (5)

working days after award of the contract. Mr Malapane may be contacted on telephone (012) 394

1401, facsimile (012) 394 2401 or e-mail at [email protected] for further details about the

programme.

PROCESS TO SATISFY THE NIP OBLIGATION

4.1 Once the successful bidder (contractor) has made contact with and furnished the DTI with the

information required, the following steps will be followed:

a. the contractor and the DTI will determine the NIP obligation;

b. the contractor and the DTI will sign the NIP obligation agreement;

c. the contractor will submit a performance guarantee to the DTI;

d. the contractor will submit a business concept for consideration and approval by the DTI;

e. upon approval of the business concept by the DTI, the contractor will submit detailed

business plans outlining the business concepts;

f. the contractor will implement the business plans; and

g. the contractor will submit bi-annual progress reports on approved plans to the DTI.

4.2 The NIP obligation agreement is between the DTI and the successful bidder (contractor) and, therefore,

does not involve the purchasing institution.

Page 101: NATIONAL LIBRARY OF SOUTH AFRICA

Bid number ………………………………….. Closing date:…………………………

Name of bidder………………………………………………………………………………

Postal address ……………………………………………………………………

…………………………………………………………………

Signature…………………………………….. Name (in print)………………………..

Date…………………………………………..

SBD 6.1

Page 102: NATIONAL LIBRARY OF SOUTH AFRICA

102

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,

DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

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

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

1.2

a) The value of this bid is estimated to exceed/not exceed R50 000 000 (all applicable taxes included) and therefore the ………….. preference point system shall be applicable; or

b) Either the 80/20 or 90/10 preference point system will be applicable to this tender (delete whichever is not applicable for this tender).

1.3 Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

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

POINTS

PRICE

B-BBEE STATUS LEVEL OF CONTRIBUTOR

Total points for Price and B-BBEE must not exceed

100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS

(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised

Page 103: NATIONAL LIBRARY OF SOUTH AFRICA

competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

1) B-BBEE Status level certificate issued by an authorized body or person;

2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis: 80/20 or 90/10

min

min180

P

PPtPs or

min

min190

P

PPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

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

Page 104: NATIONAL LIBRARY OF SOUTH AFRICA

104

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

5. BID DECLARATION

5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1

6.1 B-BBEE Status Level of Contributor: . = ………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING

7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………% ii) The name of the sub-contractor……………………………………………….. iii) The B-BBEE status level of the sub-contractor...........................…………….. iv) Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned by: EME √

QSE √

Black people

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm:…………………………………………………………….

8.2 VAT registration number:…………………………………………………………

Page 105: NATIONAL LIBRARY OF SOUTH AFRICA

8.3 Company registration number:…………….…………………………………….

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

………………………………………………………………………………………………………………………

………………………………………………………………………………………………………………………

………………………………………………………………………………………………………………………

…………………………………………………..

8.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]

8.7 Total number of years the company/firm has been in business:……………………………

8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that

the points claimed, based on the B-BBE status level of contributor indicated in paragraphs 1.4 and 6.1

of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we

acknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form;

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has

Page 106: NATIONAL LIBRARY OF SOUTH AFRICA

106

been applied; and

(e) forward the matter for criminal prosecution.

SBD 8

………………………………………. SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES 1. ……………………………………..

2. …………………………………….

Page 107: NATIONAL LIBRARY OF SOUTH AFRICA

1. DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when goods and services are

being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-

a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; or c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector?

(Companies or persons who are listed on this Database were informed in

writing of this restriction by the Accounting Officer/Authority of the institution

that imposed the restriction after the audi alteram partem rule was applied).

The Database of Restricted Suppliers now resides on the National

Treasury’s website(www.treasury.gov.za) and can be accessed by

clicking on its link at the bottom of the home page.

Yes

No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes

No

4.2.1 If so, furnish particulars:

Page 108: NATIONAL LIBRARY OF SOUTH AFRICA

108

4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.4.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME)…………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... …………………………..

Signature Date

………………………………………. …………………………..

Position Name of Bidder

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

Page 109: NATIONAL LIBRARY OF SOUTH AFRICA

1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement

between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties

in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe

se prohibition meaning that it cannot be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution’s

supply chain management system and or committed fraud or any other improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier committed any

corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when

bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be

completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of

goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between

competitors not to compete.

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

_______________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

_______________________________________________________________________

(Name of Institution)

Page 110: NATIONAL LIBRARY OF SOUTH AFRICA

110

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: __________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and

complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of

the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to

determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor”

shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder,

who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their

qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same line of business

as the bidder

SBD 9

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However communication between

partners in a joint venture or consortium³ will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,

communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and conditions of the bid;

or

(f) bidding with the intention not to win the bid.

Page 111: NATIONAL LIBRARY OF SOUTH AFRICA

8. In addition, there have been no consultations, communications, agreements or arrangements with any

competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the

products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or

indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the

contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

SBD 9

Page 112: NATIONAL LIBRARY OF SOUTH AFRICA

112

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any

restrictive practices related to bids and contracts, bids that are suspicious will be reported to the

Competition Commission for investigation and possible imposition of administrative penalties in terms of

section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting

Authority (NPA) for criminal investigation and or may be restricted from conducting business with the

public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of

Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

Js914w 2

NB: PLEASE DOWNLOAD GENERAL CONDITIONS OF THE CONTRACT FROM TREASURY WEBSITE AND NLSA WEBSITE, SUBMIT ALONG WITH THE TENDER DOCUMENT