Upload
others
View
17
Download
0
Embed Size (px)
Citation preview
RFI Information Session
RFI Ref No. CPD.CFC.2020-2023
Request for Information: Framework agreement for major construction
works within the University of the Witwatersrand precincts
17 June 2020 @ 14h00
Information Session Rules
1. This is not an interactive Information Session due to large number ofparticipants.
2. Please keep your webcam off and microphones on mute.
3. Any additional queries may be directed to the designated TenderAdministrator.
4. This Information Session will be recorded.
5. This presentation will be distributed to all registered Tenderers.
Part 1: Tender Information
WITS seeks to enhance the overall quality of project and programme delivery by means of establishing a framework contract with construction partners for a period of three (3) years during which a varied portfolio of projects will be allocated for construction.
During the period of the framework appointment, contractors will be expected to participate in pro-active design and value engineering review, in consultation with appointed professional teams.
Projects over the framework period includes new, redevelopment and refurbishment construction activities within the constraints of an active campus environment.
Tender Objective
Tender Process
Conditions of Tender
The conditions of tender are the standard conditions of tender in accordance with the latest edition of SANS 10845-3 (Construction Procurement) and SANS 10845-4 (Expressions of Interest).
Clarifications and Exceptions:
In addition, the Employer reserves the right at any time to:
i. Contact any tenderer during the evaluation process, in order to clarify any information, without informing any other tenderer,
ii. Award only a portion of the tender,
iii. Award portions of the tender to more than one contractor,
iv. Withdraw, defer, suspend or reissue the tender in whole or in part at any time,
v. Share all information and findings with any other higher education entities worldwide, provided.
Eligibility Criteria
Only those tenderers who satisfy the following eligibility criteria and who provide the required evidence in their tender submissions are eligible to have their tenders evaluated:
1. The Tenderer is registered in terms of the Companies Act, 2008 (Act 71 of 2008) or the Close Corporation Act, 1984 (Act No. 69 of 1984) and is not an unincorporated joint venture.
2. The Tenderer must have a CIDB contractor grading designation of 7GB or higher.
3. The Tenderer has experience in the construction, renovation, alteration or extension of medium rise buildings of at least 3-8 floors and additional consideration for basement 1-3 excavation as a main contractor over the last five (5) years and can provide at least three (3) contactable references for such projects each having a value in excess of R30 million, including VAT, completed in the last three (3) years.
4. The Tenderer has a B-BBEE status level 4 and above contributor.
5. The Tenderer undertakes to subcontract a minimum of 30% on aggregate of all package orders issued under the framework agreement to EMEs or QSEs which are at least 51% owned by black people.
Eligibility Criteria Continued
6. Insurance Cover: Tenderer must demonstrate that it has adequate insurance cover to meet the minimum requirements as set out below, or obtain letter of confirmation from insurers indicating that they qualify for adequate insurance cover to satisfy minimum requirements.
a) Contractors All Risks (CAR) Insurance
i. Contractor Works Liability minimum requirement is R150 million per claim, with no limit to number of claims, with an annual aggregate of R500 million.
ii. Contractor Public Liability minimum requirement is R150 million per claim, with no limit to the number of claims, with an annual aggregate of R500 million.
b) Professional Indemnity (PI)
i. Minimum PI cover required is R10 million per claim with no limit to the number of claims, with an annual aggregate of R50 million.
c) Product Liability
i. Details of applicable OEM warranty to be provided and ceded to WITS.
Eligibility Criteria Continued
7. Tenderer to demonstrate in a high-level execution plan and strategy, how the Tenderer will source local unskilled labour (immediate surrounding communities) and appoint CLO (Community Liaison Officer) within 30km radius from respective WITS Campuses in Braamfontein and Parktown;
Joint Ventures
WITS will allow the Tenderers to submit a proposal as an incorporated or unincorporated JV, provided that in the event of an unincorporated JV the following will apply:
i. The Proposal clearly indicate who the leading and principal party will be in the JV;
ii. (Notwithstanding standard joint and severable liability, the principal party in the JV will remain wholly liable for the obligations under the tender and ultimate contract;
iii. The duties and responsibilities of the parties to the JV are clearly indicated and defined in the Proposal;
iv. Both parties to the JV will avail themselves for clarification sessions with WITS, as and when required.
Note that the leading and principal party will need to be registered, i.e. submitted their Intent to Bid by the deadline.
Evaluation Criteria
Description Weighting
Technical 75 points
Capability of contract manager(s) (CV’s) 10.0
Capability of cost controller(s) (CV’s) 5.0
Past experience – multi-storey buildings between 3 and 8 floors 12.5
Past experience – basement between 1 and 3 levels 7.5
Trade references 5.0
Safety plan 10.0
COVID-19 response 5.0
Quality management systems 10
Project management systems 10
Preference 25 points
B-BBEE Level 10.0
Subcontracting and empowerment strategy 10.0
Local unskilled labour sourcing strategy 5.0
Total 100 points
Form of Contract
The contracting terms will be in accordance with NEC 4: Engineering and Construction Contract (ECC4 - 2017) for the design, engineering and construction of the works.
The ECC4 Framework Agreement:
One or more contractors will be selected and appointed for a three (3) year contract period, during which Package Orders may be concluded and awarded to perform a number of projects in the major construction portfolio. Subsequent Package Orders will be placed on contractors, as a call-off against the executed Framework Agreement.
Note on implications of COVID-19 in final appointments:
The implications of COVID-19 will be addressed during the subsequent RFP stage. Wits will issue appropriate assumptions for contractors to take into consideration when pricing.
List of Returnable Documents
1. Cover letter
2. The proposal must be signed by a duly authorized representative of the Tenderer
3. Completed and signed Tenderer Questionnaire (Annexure)
4. Completed Technical Experience Schedule (Annexure) and supporting references
5. Detailed descriptions of Tenderer’s service offering
6. Completed Schedule of Sub-Contractors (Annexure)
7. Valid copy of Tenderer’s B-BBEE certification
8. Confirmation that the Tenderer or any of its directors/shareholders is not listed on the Register of Tender Defaulters
9. Completed and signed Declaration of Conflict form (Annexure)
10. Letter of Good standing with the compensation fund or a licensed compensation insurer
11. Confirmation of the necessary competencies and resources to carry out the work in terms of the Construction Regulations, 2003, issued in terms of the Occupational Health and Safety Act, 1993
List of Returnable Documents Continued
12. Tenderer’s proof of company registration documents.
13. Proof of Tenderer’s CIDB grading
14. Tenderer’s financial information:
a) SARS Tax Compliance Pin
b) VAT registration
c) Banking letter of good standing
d) Financial statements for the preceding two (2) financial years
e) Confirmation of Bank or Insurance Company that the Tenderer will qualify to obtain Performance Security or a bond
f) Share certificates
g) Number of full-time employees at the time of submission
h) List of wholly owned plant and equipment
15. Confirmation of Tenderer’s insurance in accordance with eligibility criteria
List of Returnable Documents Continued
16. CV’s of Tenderer’s proposed Contractor Manager(s)
17. CV’s of Tenderer’s proposed Cost Controller(s)
18. Tenderer’s subcontracting and empowerment strategy
19. Tenderer’s local unskilled labour sourcing strategy
20. Sample of Tenderer’s health and safety plan for projects similar to works description stated in the eligibility criteria
21. COVID-19 health and safety response plan
22. Information on the Tenderer’s quality management systems
23. Information on the Tenderer’s project management systems
General Queries Received
• Q: Does Wits intend to appoint their own team of consultants or does the contractor have to include a design team?
• A: Wits has already concluded tenders for a professional services database. Tenderer’s will not need to include a design team in their proposal, but will be expected to engage pro-actively with appointed professional teams during design stage.
• Q: Please can you confirm the that amounts required are correct – in particular the amount for public liability of R150Mil?
• A: Yes, R150 million is correct. The construction works takes place in a live campus environment, and potential risk of damages as a contractor enters Wits premises is significant and ranges from existing infrastructure, assets and people (staff, students and visitors).
• Q: Please could you verify if a company with excavation experience on CE projects will be considered.
• A: No, civil engineering projects alone will not be adequate as the scope of work is largely building works.
• Q: Page 7 (iii) Experience of contractor - both 3 and 5 years stated, which is it?
• A: Principal contractor in the past five (5) years, with at least three (3) projects as described completed in the past three (3) years.
General Queries Received - Continued
• Q: Page 8 PI cover of R10m requested. Under this contract will the contractor be required to undertake design of the works? Why the request for PI cover from the contractor?
• A: PI required for professional decisions for all construction related activities, excluding building design, e.g. heavy lifting, scaffolding, etc.
• Q: Is past experience in NEC4 target cost contracts a precondition?
• A: No, past experience at this stage focuses on technical experience only. NEC4 contracts training will be hosted for appointed construction partners. Training costs including issue of one (1) set of contract guidelines per contractor will be covered by Wits.
• Q: Will ISO accreditation 9001, 14001 & 18001 be a requirement of Tender?
• A: ISO accreditations are not part of the eligibility criteria. However, accreditation will be preferential and taken into consideration during evaluation in accordance with respective criteria.
General Queries Received - Continued
• Q: Given the current economic environment and many contractors facing financial strain, is there a requirement for an “A” or “B” bank rating ?
• A: No specific bank rating required in RFI stage, financial capability of each eligible Tenderer will be reviewed in accordance with supporting documents requested.
• Q: Will it be allowed for contractors to form a JV post submission of this RFI?
• A: Yes, but leading / principal party remains the appointed construction partner. Newly proposed subsidiary JV partner(s) should have the same or better technical contribution to the JV and the same or better empowerment contribution. Wits reserves the right to accept new proposed JV partners, subject to acceptable reason for such and due diligence review.
Tender Queries and Submission
Item Information
All tender queries and final submission
must be addressed to:
Ms. Jacobie Tollemache
Tel: 011-717 9012
Tenderer’s will be required to submit Electronic proposals only through email in
strict accordance with WITS’ Email Tender Submission Protocol &Terms and
Conditions (Annexure).
RFI closing date is Friday 26 June 2020 at 23h59. All late proposals will be
rejected.
Part 2: About Wits & Example Projects
Wits Vision
The The Vision Strategic Framework positions Wits as an internationally leading research-intensive university located in Africa.
This vision is linked to seven (7) strategic priorities:
1. The Wits Experience
2. Research and Knowledge Leadership
3. Innovation and Social Leadership
4. Extensive Networks and Partnerships
5. Excellence in Governance, Management and Support Services
6. An IT-Savvy University
7. Wealthy and Well Resourced
About Wits
Wits University – Location and Urban Context
Wits University – Location and Urban Context | Braamfontein Parktown Area
Braamfontein Campus
Campus WestCampus East
Parktown Campus
Wits Junction
ResidenceManagement
Campus
Education
Campus
Health
Campus
Knockando
Campus
Donald
Gordon MC
Hillbrow
Health
Precinct
PARKTOWN
BRAAMFONTEIN
HILLBROW /
BEREA
Wits 2020 – 2023 Planning and Development Strategy
It is about right sizing now inadequate infrastructure, maximising the use of existing infrastructure, followed by expansions linked to existing infrastructure, before as a last option considering building new buildings.
• Optimising the use of existing buildings, redevelop within existing bulk and building fabric.
• Increasing the student housing capacity increase linked to existing operational management structures, increase on campus capacity for first year students.
• Creating space for postgraduate and research activities.
• Introducing shared teaching, research and collaboration spaces in support of Wits Digital Learning and Teaching Strategy.
• Repurposing dysfunctional teaching facilities to support e-learning and enable future redevelopment of Libraries into true Digital and Information Resource Centre.
• Improving the overall campus experience for student through the development of student centred campus facilities embedded in modern best design principles, enhancing the overall campus sustainability ultimately.
• Majority of projects are redevelopments and / or infills.
Project 1: Commerce, Law and
Management Building – Faculty
Administration Building
A wall next to the entrance to the accelerator space is strategically position on the axis of the main retail concourse. In this highly visible zone it is used for advertising new workshops and events.
NEW FACULTY ADMIN BUILDING
DJ DU PLESSIS
CLM BUILDING
NCB BUILDING
WITS PLUS
OLIVER SCHREINER BUILDING
FNB BUILDING
COMMERCE LIBRARY
TOWER OF LIGHT
B R A A M F O N T E I N W E S T C L M P R E C I N T C O N T E X T
The main workshop space provide various types of loose furniture that can be arranged to suit different interactions.
A R R I V A L
A R E A L
GFloor
1St Floor
2nd Floor
Project 2: Knockando Residence
Extension – Concept proposal
KNOCKANDO2020.03.30
SOUTH EAST PERSPECTIVE
9 m²
SINGLE RM
1019 m²
SINGLE RM
1029 m²
SINGLE RM
1039 m²
SINGLE RM
104
9 m²
SINGLE RM
121
9 m²
SINGLE RM
120
9 m²
SINGLE RM
118
9 m²
SINGLE RM
117
13 m²
WC102
9 m²
SINGLE RM
1059 m²
SINGLE RM
106
4 m²
DUCT
U101 9 m²
SINGLE RM
1119 m²
SINGLE RM
112
9 m²
SINGLE RM
113
9 m²
SINGLE RM
114
9 m²
SINGLE RM
115
9 m²
SINGLE RM
119
40 m²
LAUNDRY RM
109
12 m²
PASSAGE
C102
41 m²
PASSAGE
C101
8 m²
STAIR
SW102
NEW 1ST FLOOR WALK WAY
NE
W 1
ST
FLO
OR
WA
LK
WA
Y
H BLOCK
F BLOCK
0 1 3 4 6
6 m²
WEST STAIR
SW101
ENTRACE SINGLE RM
E102 110
5 m² 9 m²9 m²
SINGLE RM
107
9 m²
SINGLE RM
108
13 m²
ABLUTION
WC101
9 m²
ENTRACE
E101
2 m²
DUCT
U1024 m²
ABLUTIONSTORE
NW
7 m²
9545
43815
FIRST FLOOR PLAN2020.03.30
KNOCKANDO
0 1 3 4 6
9 m²
SINGLE RM
310
9 m²
SINGLE RM
311
14 m²
EAST STAIR
SW302
9 m²
SINGLE RM
301
9 m²
SINGLE RM
302
9 m²
SINGLE RM
303
9 m²
SINGLE RM
305
9 m²
SINGLE RM
323
9 m²
SINGLE RM
322
9 m²
SINGLE RM
320
9 m²
SINGLE RM
319
13 m²
ABLUTION
WC302
9 m²
SINGLE RM
306
9 m²
SINGLE RM
307
2 m²
PASSAGE
C301
72 m²
STORE 9 m²
SINGLE RM
312
9 m²
SINGLE RM
313
9 m²
SINGLE RM
314
9 m²
SINGLE RM
315
9 m²
SINGLE RM
316
9 m²
SINGLE RM
317
9 m²
SINGLE RM
321
18 m²
STUDY RM
318
9 m²
SINGLE RM
3049 m²
SINGLE RM
308
9 m²
SINGLE RM
309
13 m²
ABLUTION
WC301
2 m²
DUCT
E108
14 m²
WEST STAIR
DUCT
2 m²
43815
9545
KNOCKANDO2020.03.30
3RD FLOOR PLAN
Project 3: Health Sciences – Teaching
and Resource Centre: Level 5 Health
Sciences Building
HEALTH SCIENCESTEACHING AND STUDENT RESOURCE CENTRE PHASE1
HEALTH SCIENCESTEACHING AND STUDENT RESOURCE CENTRE PHASE2
PERMISSION FROM THEHOSPITALOFFICE 24 I 7ARCHITECTURE2020- 03- 26
OFFICE 24 I 7ARCHITECTURE2020- 03-26
NEW STRUCTURE WITH CBTBR
AND TWO OTHERSPECIALIZED
LABORATORIES ON THE 7TH
FLOOR(1540M2)
FIRST PHASE HEALTH
SCIENCES TEACHING
AND RESOURCECENTRE
SECOND PHASE HEALTH
SCIENCES TEACHING
AND RESOURCECENTRE
SKILLS LAB AND
UNDERGRADUATE LABORATORY
TEACHING ZONE ON THE 5TH
FLOOR (PHASE A: 1040M2,PHASE
B:1000M2)
RECONFIGURED 42 OSCE
(CLINICAL MEDICINE)ROOMS
(750M2)
22 ORAL HEALTH ACADEMIC
OFFICES TO BE MOVEDFROM
HOSPITAL
UPGRADE INTO NEW
WET LABORATORY
FACILITIES (362M2)
COMPUTER LAB (525M2)
HOSPITAL AUDITORIUM(600M2)
RETHINKING AND
RECONFIGURINGTHE
LIBRARY
STRATEGIC DEVELOPMENTPLAN
SECTIONA-A
30 °north facing
6 °north facing
SECTIONB-B
SOLAR PANEL SECTIONS FORHOSPITALOFFICE 24 I 7ARCHITECTURE2020- 03- 26
OPTION TO DO NEW LAB AT BRENNER INSTITUTE ASPER SDP INSTEAD OF UPGRADING EXISTING LAB (900M2)
OPTION TO USE 7THFLOOR ROOF(1494M2)
REHOUSING PATHOLOGY ASSETS(CBTBR)OFFICE 24 I 7ARCHITECTURE2020- 03-26
CBTBR AND TWO OTHER LABORATORIES-7THFLOOROFFICE 24 I 7ARCHITECTURE2020- 03-26
MALE TOILETS 15m2
FEMALE TOILETS 15m2
MEETING ROOM 22m2
OFFICE 12m2
OFFICE 12m2
OFFICE 12m2 GENERAL
LABORATORY 89m2
BSL3 LABORATORY
119m2
ANTE ROOM 12m2
AUTOCLAVE AND
PLANTROOM 37m2
AUTOCLAVE AND
PLANTROOM 46m2
ANTE ROOM 12m2
BSL3 LABORATOR
Y 119m2
MEETING ROOM 22m2
OFFICE 12m2
OFFICE 12m2
GENERAL LABORATORY
89m2
MEETING ROOM 31m2
OFFICE 12m2
OFFICE 12m2
OFFICE 12m2
OFFICE 12m2
OFFICE 20m2
AUTOCLAVE AND
PLANTROOM 56m2
BSL3 LABORATORY
117m2
ANTEROOM12m2
STOREROOM12m2
STOREROOM 12m2
GENERAL LABORATOR
Y 197m2
GENERAL LABORATOR
Y 139m2
PREVAILINGWIND FROMNORTHWEST
BRIDGE LINK AND FIRES ESCAPE
1540M2 NEWLABORATORYWINGON7TH
FLOOR
CBTBR 695m2
SPECIALISED LABORATORY1348m2
SPECIALISED LABORATORY2350m2
EXISTING SERVICE DUCTS
BELOW
CBTBR AND TWO OTHER LABORATORIES-7THFLOOROFFICE 24 I 7ARCHITECTURE2020- 03-26
Project 4: Built Environment Precinct –
Extension, refurbishment and
redevelopment
BU
ILT
EN
VIR
ON
ME
NT
PR
EC
INC
T P
LA
N -
EX
IST
ING
john moffat
old mutual sports hall
william cullen
library
john moffat annexprefab labs
specilink postgrad
centre
concrete labs
old prefab workshop
parking garage
baqt bar
north west engineering
yale telescope
cem
BU
ILT
EN
VIR
ON
ME
NT
PR
EC
INC
T P
LA
N -
NE
W
john moffat
old mutual sports hall
william cullen
library
john moffat annexprefab labs
specilink postgrad
centre
concrete labs
old prefab workshop
nw engineering annex
baqt bar
north west engineering
yale telescope
cem
0.000GROUND FLOOR
2.977FIRST FLOOR
SECOND
FLOOR
7.09
0
APEX 6.14
0
W/PEXISTING 5.65
7
PARAPET 11.92
5
W/PNEW 11.42
5
U/S ROOF
BEAM
10.67
5
U/SCEILING 10.02
5
proposed structure system depth
50mm GAP
2977
4113
2935
1400
500
2977
2680
1433
2935
1400
500
2807
170
5090
029
3565
075
050
0
4085
2430
2100
STUDIO - HONOURS / ARCHIVE
STUDIO - FIRST YEAR / SEMINAR / OFFICE
STUDIO - SECOND & THIRD YEAR / OFFICE
5000 6175 3000
1417
5
CROSS SECTIONSCALE 1 : 75
2
NW
EN
GIN
EE
RIN
G A
NN
EX
-S
EC
TIO
NS
Project 5: Test and Examination Centre
Development – Flower Hall
WETCURP_TO1 Wits Test and Examination Centre: Part 1 - Flower Hall
WETCURP_TO1 Wits Test and Examination Centre: Part 1 - Flower Hall
Thank you
Please direct all queries in writing to the Tender Administrator:
Ms. Jacobie Tollemache
E: [email protected] & [email protected]
T: +27 11 717 9012