3.1 CONTRACTUAL/ GENERAL REQUIREMENTS:
3.1.1.1 Submission of initial maintenance programme at start of contract (once
off)
3.1.1.2 Submission of all maintenance schedule in accordance with contract and
OEM's.( once off)
3.1.1.3 Monthly updating of maintenance programme
3.1.1.4 Record keeping daily in compliance with specification document,
keeping of technical information submission of commissioning data,
3.1.1.5 Issue of closeout report complete and as approved by Client
3.1.1.6 Compilation of initial condition assessment report within 1 month of
appointment
3.1.1.7 Compilation of closeout condition assessment 1 month before contract
completion
3.2 The extent of the maintenance works is to include all engineering services
relating to the cold room equipment and systems. This includes, but is not limited
to the following services in summary form:
3.2.1 Cold room panelling, flooring, walling, ceilings, door systems, lighting
systems (in cold rooms and platforms), racking protection bollards.
3.2.2 All ammonia and cold room monitoring and control equipment, cooling
evaporator systems, drainage systems, ventilation systems, valve stations,
piping & electrical systems.
3.2.3 Ammonia plant compressors, piping systems and components, safety
systems, pressure receiver and accumulator vessels, electrical and control
systems, cooling towers and water treatment systems.
3.2.4 The current ammonia cold room equipment included within the maintenance
scope of works consists of the following:
3.2.4.1 COLDROOM AREAS
The following equipment at the cold rooms areas consisting of the
following:
a) 12 x Sheet metal, polystyrene cold rooms
b) 13 x Sliding Doors complete with door latches and locking
mechanisms
c) 48 x Bollards
d )13 x Air curtains units at entrances doors to each cold room
e) 14 x Digital type temperature monitors
f) 12 x Panel mounted extract fans
g) 1 x Centralized Ventilation system complete with air handling units,
filters & ducting introducing fresh air into the cold rooms.
h) 2 x Prop fans providing ventilation to platform area at valve stations.
i) 12 x Electrical control boards for all valve stations.
j) 14 x Ammonia Evaporator systems at high level providing cooling
within the cold room areas
k) 14 x Evaporator condensate drainage systems
l) Lighting systems within cold rooms
m) 23 x Ammonia valve station systems dedicated to each evaporator
set complete with associated electrical control panel.
n) Ammonia piping distribution systems for cooling and defrosting
systems.
o) Centralized BMS board serving a Johnson Control (Metasys) system.
3.2.4.2 AMMONIA PLANTROOM
The ammonia plant room consist of the following:
a) 3 x axial flow evaporative coolers complete with piping, pump and
filtration systems.
b) Water treatment system serving the evaporative coolers
c) 3 x Grenco screw compressors systems complete with associated
control, electrics and safety equipment.
d) 3 x Grenco Reciprocating compressor (aged)
e) Pressure vessels and associated safety equipment
f) Piping and piping components for all systems
g) Electrical panels and control panels
In terms of this contract the Contractor will regularly and systematically, inspect, adjust
and service the equipment as is described in the Schedules and perform such service
and maintenance work as is described in Schedules and which shall be deemed to
form part of this agreement.
4. STAGES OF EVALUATION
This bid will be evaluated in three evaluation stages namely:
• Stage 1: Administrative compliance
• Stage 2: Mandatory requirements
• Stage 3: Preference Points System
4.1 ADMINISTRATIVE COMPLIANCE
All the bids will be evaluated against the administrative responsiveness
requirements as set out in the list of returnable documents.
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
a) To enable The City to verify the bidder’s tax Tax status must be compliant
compliance status, the bidder must provide; before the award.
• Tax compliance status PIN.
or
• Central Supplier Database (CSD)
b) A copy of their Central Supplier Database CSD must be valid.
(CSD) registration; or indicate their Master
Registration Number / CSD Number;
c) Confirmation that the bidding company’s rates Was a Municipal Account
and taxes are up to date: Original or copy of Statement, or signed lease
Municipal Account Statement of the Bidder agreement or letter from the
(bidding company) not older than 3 months local councillor provided for the
and account must not be in arrears for more bidding company? The name
than ninety (90) days; or ,signed lease and / or addresses of the
agreement or In case of bidders located in bidder’s statement correspond
informal settlement, rural areas or areas with CIPC document, Address
where they are not required to pay Rates and on CSD or Company profile?
Taxes a letter from the local councillor Are municipal service charges,
confirming they are operating in that area rates and taxes up to date (i.e.
not in arrears for more than 90
days?
d) In addition to the above, confirmation that all Was a Municipal Account
the bidding company’s owners / members / Statement, or signed lease
directors / major shareholders rates and taxes agreement or letter from the
are up to date: • Original or copy of Municipal local councillor provided for the
Account Statement of all the South African company’s owners / members /
based owners / members / directors / major directors / major shareholders?
shareholders not older than 3 months and the Are municipal service charges,
account/s may not be in arrears for more than rates and taxes up to date (i.e.
ninety (90) days; or a signed lease agreement not in arrears for more than 90
of owners / members / directors / major days?
shareholders or In case of bidders located in
informal settlement, rural areas or areas
where they are not required to pay Rates and
Taxes a letter from the local councillor
confirming they are residing in that area
e) Duly Signed and completed MBD forms (MBD All documents fully completed
1, 4, 5, 8 and 9) The person signing the bid (i.e. no blank spaces)? All
documentation must be authorized to sign on documents fully signed by (any
behalf of the bidder. Where the signatory is not director / member / trustee as
a Director / Member / Owner / Shareholder of indicated on the CIPC
the company, an official letter of authorization document, alternatively a
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
or delegation of authority should be submitted delegation of authority would be
with the bid document. required? Documents
completed in black ink (i.e. no
NB: Bidders must ensure that the directors, “Tippex” corrections, no pencil,
trustees, managers, principal shareholders, no other colour ink, or non-
or stakeholders of this company, declare submission of the MBD
any interest in any other related companies forms, will be considered)?
or business, whether or not they are bidding
for this contract. See Question 3.14 of MBD
4. Failure to declare interest will result in a
disqualification
f) Audited Financial Statements for the most Applicable for tenders above
recent three (3) years or Audited Financial R10m in conjunction with MBD
Statements from date of existence for 5)
companies less than three years old.
NB: The bidder must submit signed audited Are Audited financial
annual financial statements for the most recent statements provided (Audited
three years, or if established for a shorter financials must be signed by
period, submit audited annual financial auditor) Or proof that the bidder
statements from date of establishment. is not required by law to prepare
audited financial statements.
If the bidder is not required by law to prepare
signed annual financial statements for auditing
purposes, then the bidder must submit proof
that the bidder is not required by law to prepare
audited financial statements.
g) Joint Ventures (JV) – (Only applicable when If applicable. JV agreement
the bidder tenders as a joint venture) Where provided? JV agreement
the bidder bids as a joint venture (JV), the complete and relevant?
required or relevant documents as per (a) to Agreement signed by all
(f) above must be provided for all JV parties. parties? All required documents
In addition to the above the bidder must as per (i.e. a to f) must be
submit a Joint Venture (JV) agreement signed provided for all partners of the
by the relevant parties. JV.
NB: It is a condition of this bid that the
successful bidder will continue with the same
Joint Venture (JV) for the duration of the
contract unless prior approval is obtained from
the City.
h) Bidder attended a compulsory briefing session A compulsory briefing register
where applicable must be signed by the bidder.
Bidders will be disqualified
should they fail to attend
compulsory briefing session
i) Pricing schedule (All items must be quoted for Incomplete pricing schedule
in pricing schedule and if not, all items are results in totals being
quoted the bidder will be disqualified). Unless incomparable. Bidder must be
the tender is awarded per item or per section disqualified.
where the bidder only quoted the items or
sections, they are interested in. Bidder will be disqualified
should they make corrections
on the price schedule without
attaching a signature or
initialising thereto.
Bidder will be disqualified
should they use tippex/
Compulsory Returnable Documentation Submitted Checklist (Guide for
(Submission of (YES or NO) Bidder and the Bid
these are compulsory) Evaluation Committee)
correction ink, on the price
schedule.
4.2 MANDATORY REQUIREMENTS
• Technicians or artisans must be registered as Authorized Specialist Ammonia
(R717) Refrigeration Practitioners with SAQCC Gas Category B8. Only
Category B8 gas practitioners will be considered as eligible to carry out work
on the pressurized ammonia systems, all in accordance with SANS10147
Certificate. [SAQCC Gas: South African Qualifications and Certification
Committee for Gas]. (please attach valid license card)
• Four (4) technicians/ artisans each with a minimum of 3 (three) years relevant
working experience in pressurized ammonia systems maintenance and
qualification in Mechanical Engineering {(please attach CV’s with contactable
references and proof of qualifications: National Diploma or red seal
certificates in Mechanical Engineering) (please attach valid certificates)}
• Bidder’s prior experience in the preventative maintenance of ammonia cooling
plants and cold rooms: Minimum 5 (five) years relevant experience and a
minimum of 2 (two) completion certificates with reference letters
The above requirement must also confirm:
o Value of the contract.
o Duration of service.
o Relevant purchase order numbers.
o Copies of purchase orders and signed delivery notes.
(Attach completion certificates in a form of signed letters on company letterhead
with telephone numbers of contactable references).
• R1500 000 Security/guarantee of supply: Bidders are requested to provide
evidence of access to financial facility from institutions accredited by Financial
Sector Conduct Authority (FSCA) or Reserve Bank, as proof of financial
capacity. To clarify this requirement, the following will be accepted as proof of
financial facility:
o Bank guarantee
o Letter of credit
o Overdraft facility
o Letter of financial support
o Any other form of funding from an accredited Financial Sector Conduct
Authority (FSCA or Reserve Bank)
o Letter of intent for financial support from an accredited Financial Sector
Conduct Authority (FSCA or Reserve Bank)
• Project team leader: Detailed CV of a team leader with five and more (5+)
years’ experience, submitted with proof of training as ammonia gas
practitioner (Category B8) and Degree in Mechanical Engineering. {(CV, proof
of relevant ammonia accreditation by SAQCC Gas institution and Degree -
Mechanical Engineering qualification). (please attach valid certificates)}
NB: All professional body registration and documentation outlined above has
to be submitted, failure to submit any professional body registration and
documentation will result in the bid being immediately disqualified and will not
be evaluated further.
NB: The city of Tshwane reserves the right to conduct reference-check to
validate the submitted requested mandatory documentation.
NB: By submitting the bid, the bidder gives consent to city of Tshwane to
conduct reference checks of the bidder, directors and employees of the bidder.
4.3 PREFERENCE POINT SYSTEM
The preferential point system to be used will be the 80/20 points system in terms of the
Preferential Procurement Policy Framework Act, 2000 (Act ) Regulations 2022.
• 80 points for Price
• 20 points for Specific Goal
Specific goals
1) Bidders are required to submit supporting documents for their bids to claim the specific
goal points.
2) Non-compliance with specific goals will not lead to disqualification but bidders will not
be allocated specific goal points. Bidders will score points out of 80 for price only and
zero (0) points out of 20 for specific goals.
3) Cot shall act against any bidder or person when it detects that the specific goals were
claimed or obtained on a fraudulent basis.
Specific goals 80/20 preference Proof of specific goals to be
submitted
point system
BB-BEE score of companies Valid Certified copy of BBBEE
certificate. Sworn Affidavit for B-
• Level 1 • 8 Points BBEE qualifying small enterprise or
• Level 2 • 7 Points Exempt Micro Enterprises or CIPC
• Level 3 • 6 Points BBBEE certificate.
• Level 4 • 5 Points
• Level 5 • 4 Points
• Level 6 • 3 Points
• Level 7 • 2 Points
• Level 8 • 1 Point
• Non-compliant • 0 Points
EME and/ or QSE 2 Points Valid Sworn affidavit for B-BBEE
qualifying small enterprise or Exempt
Micro Enterprises or CIPC BBBEE
certificate
At least 51% of Women-owned 2 Points Certified copy of Identity Document/s
companies and proof of ownership (Sworn
affidavit for B-BBEE qualifying small
enterprise or Exempt Micro
Specific goals 80/20 preference Proof of specific goals to be
submitted
point system
Enterprises, CIPC registration or any
other proof of ownership)
At least 51% owned companies 2 Points Medical Certificate with doctor’s
by People with disability details (Practice Number, Physical
Address, and contact numbers) and
proof of ownership (Sworn affidavit
for B-BBEE qualifying small
enterprise or Exempt Micro
Enterprises, CIPC registration or any
other proof of ownership
At least 51% owned companies 2 Point Certified copy of Identity Document/s
by Youth and proof of ownership (Sworn
affidavit for B-BBEE qualifying small
enterprise or Exempt Micro
Enterprises, CIPC registration or any
other proof of ownership
Local Economic Participation Municipal Account statement/Lease
agreement.
• City of Tshwane 4 Points
• Gauteng
• National 2 Points
1 Point
The specific goal for this bid is outlined above.
5. PRICING SCHEDULE
ITEM 1: SERVICE SCHEDULES
Item SAP
Description Unit Rate Quantity Amount No No
All rates tendered are to be exclusive of VAT
All rates tendered are to be fully inclusive of all cost , i.e. material, equipment, consumables,
sundries, mark-ups, profit, travelling and labour
1.1 COLDROOM AREA SERVICE SCHEDULES
Temperature Logger (Digital type) as
1.1.1 3037794 Annual service each 1
All Lights in all cold-rooms ( 25 x cold rooms)
as scheduled
1.1.2 3037795 Monthly (25 x 11 months) each 275
1.1.3 3037796 Annual (25 x 1) each 25
Total carried forward to next
ITEM 1: YEAR SERVICE SCHEDULES (Cont.)
Item SAP
Description Unit Rate Quantity Amount No No
Total brought forward from previous page
Cold room door locking mechanism
and opening latch ( 26 x off ) as
1.1.4 3037797 Monthly (26 x 10 Months) each 260
1.1.5 3037798 6 monthly (26 x 2 Months) each 52
Door guide rails and closing mechanism (
26 x off) as scheduled
1.1.6 3037799 Monthly (26 x 8 Months) each 208
1.1.7 3037800 3 monthly (26 x 2 quaters) each 52
1.1.8 3037801 6 monthly (26 x 1) each 26
1.1.9 3037802 Annual (26 x 1) each 26
Cold room panels ( 12 x cold rooms)
as scheduled
1.1.10 3037803 Monthly (12 x 10 Months) each 120
1.1.11 3037804 6 monthly (12 x 2 Bi-annually) each 24
Floors in cold rooms (12 x cold rooms)
as scheduled
1.1.12 3037805 Monthly (12 x 10 Months) each 120
1.1.13 3037806 6 monthly (12 x 2 Bi-annually) each 24
Racking ( 12 x cold rooms) as scheduled
1.1.14 3037807 Monthly (12 x 12 Months) each 144
1.1.14 3037807 Monthly (12 x 12 Months) each 144
Evaporator systems (14 x off) as scheduled
1.1.15 3037808 6 monthly service (14 x 11) each 154
1.1.16 3037809 Annual service (14 x 1) each 14
Air curtain systems at door ( 24 x off)
as scheduled
1.1.17 3037810 Monthly (24 x 10 Months) each 240
1.1.18 3037811 6 monthly (24 x 2 Bi-annually) each 48
Panel mounted extract prop fans ( 12 x off)
as scheduled
Total carried forward to next
ITEM 1: YEAR SERVICE SCHEDULES (Cont.)
Item SAP
Description Unit Rate Quantity Amount No No
Total brought forward from previous .119 3037812 Monthly (12 x 11 Months ) each 132
1.1.20 3037813 Annual (12 x 1) each 12
Total carried forward to next page
Wall mounted prop fans at valve station area
( 2 x off ) as scheduled
1.1.21 3037814 Monthly (2 x 11 Months ) each 22
1.1.22 3037815 Annual (2 x 1) each 2
Cold room fresh air handling unit ( 1 x off)
as scheduled)
1.1.23 3037816 Monthly each 8
1.1.24 3037817 3 monthly each 2
1.1.25 3037818 6 monthly each 2
Protective bollards in cold rooms (48 x off)
as scheduled
1.1.26 3037819 Monthly (48 x 12 Months) each 576
Electrical panels in cold rooms as schedule
1.1.27 3037820 Monthly (28 x 12 Months) each 336
COOLING TOWER AREA
1.2
SERVICE SCHEDULES
Cooling tower ( 3 x off) maintenance and
1.2.1 3037821 Monthly (3 x 8) each 24
1.2.2 3037822 3 monthly (3 x 2) each 6
1.2.3 3037823 6 monthly (3 x 1) each 3
1.2.4 3037824 Annual (3 x 1) each 3
RECEIVER VESSEL AT COOLING
1.3 TOWERS AREA SERVICE
SCHEDULES
Receiver vessel at cooling tower
area maintenance and service
1.3.1 3037825 Monthly each 8
1.3.2 3037826 3 monthly each 2
1.3.3 3037827 6 monthly each 1
1.3.4 3037828 Annual each 1
Total carried forward to next
ITEM 1: YEAR SERVICE SCHEDULES (Cont.)
Item SAP
Description Unit Rate Quantity Amount No No
Total brought forward from previous page
VALVE STATIONS SERVICE, DOCK
LEVELLERS AND MAIN ROLL UP
DOORS SCHEDULES
Valve station servicing ( 25 x off) as 1.4
per schedules
1.4.1 3037829 Monthly (25 x 10) each 250
1.4.2 3037830 6 monthly (25 x 1) each 25
1.4.3 3037831 Annual (25 x 1) each 25
1.5 Service dock levellers
1.5.1 3037832 Monthly (8 x 10) each 80
1.5.2 3037833 6 monthly (8 x 1) each 8
1.5.3 3037834 Annual (8 x 1) each 8
1.6 Serving of main roll up doors
1.6.1 3037835 Monthly (17 x 10) each 170
1.6.2 3037836 6 monthly (17 x 1) each 17
1.6.3 3037837 Annual (17 x 1) each 17
SCREW COMPRESSOR SYSTEMS (3 X
1.7
OFF) SERVICE SCHEDULES
Checking and servicing of screw
compressor as scheduled complete with all
service components as per OEM service
specification. Cost to be inclusive of all
labour and materials to allow for complete
service.
1.7.1 3037838 Monthly ( 3 x 10) each 30
1.7.2 3037839 6 monthly (3 x 1) each 3
1.7.3 3037840 Annual (3 x 1) each 3
RECIPROCATING COMPRESSOR
1.8 SYSTEM (3 X OFF) SERVICE
SCHEDULES ( MAJOR SERVICE)
Checking and servicing of reciprocating
compressor as scheduled complete with
all service components as per OEM
service specification. Cost to be inclusive
of all labour and materials to allow for
complete service.
1.8.1 3037841 Monthly service (3 x11) each 33
1.8.2 3037842 Annual MAJOR service (3 x 1) each 3
Total carried forward to next
ITEM 1: YEAR SERVICE SCHEDULES (Cont.)
Item SAP
Description Unit Rate Quantity Amount No No
Total brought forward from previous page
RECIPROCATING COMPRESSOR
1.9 SYSTEM (3 X OFF) SERVICE
SCHEDULES ( MINOR SERVICE)
Checking and servicing of reciprocating
compressor as scheduled complete with
all service components as per OEM
service specification. Cost to be inclusive
of all labour and materials to allow for
complete service.
Total carried forward to next .9.1 3037843 Monthly service (3 x11) each 33
1.9.2 3037844 Annual MINOR service (3 x 1) each 3
ACCUMULATOR VESSEL AT
1.10
PLANTROOM AREA SERVICE
Accumulator vessel at plant room
area maintenance and service
1.10.1 3037845 Monthly service each 8
1.10.2 3037846 3 monthly service each 2
1.10.3 3037847 6 monthly service each 1
1.10.4 3037848 Annual service each 1
ELECTRICAL SWITCHBOARDS
1.11
SERVICE SCHEDULES
Maintenance of all electrical boards
1.11.1 3037849 Monthly each 10
1.11.2 3037850 6 monthly each 1
1.11.3 3037851 Annual each 1
Thermal imaging checks as per item
1.11.4 each 1
3037852 2.1.16 of schedules (Annual)
1.12 WATER TREATMENT SERVICE
SCHEDULES
Maintenance of water treatment system as
per schedules complete with chemical,
water quality tests and reporting.
1.12.1 3037853 Monthly each 8
1.12.2 3037854 3 monthly each 2
1.12.3 3037855 6 monthly each 1
Total carried forward to next
ITEM 1: YEAR SERVICE SCHEDULES (Cont.)
Item SAP
Description Unit Rate Quantity Amount No No
Total brought forward from previous .12.4 3037856 Annual each 1
TOTAL FOR ONE YEAR YEAR n/a 3
TOTAL CARRIED FORWARD TO SUMMARY
PAGE
ITEM 2: COMPONENT REPLACEMENT/REPAIR RATES
Item SAP No
Description Unit Rate Quantity Amount
No
All rates tendered are to be exclusive of VAT
All rates tendered are to be fully inclusive of all costs, i.e. materials, equipment, consumables,
sundries, mark-ups, profit & labour & all overheads
2.1 COLDROOM SYSTEMS
Breakdown rates of maintenance
significant items likely to break down that
will have to be repaired or replaced. This is
in addition to normal maintenance,
complete with all consumables and
sundries
Temperature logger (dial) 2.1.1
replacement
2.1.1.1 3037857 Removal of existing logger No 1
2.1.1.2 200000046562 Supply cost only of new dial No 1
Installation of new dial complete and
2.1.1.3 No 1
3037858 commissioned
Lighting replacement in cold room
2.1.2 (1500mm x 2 tube fluorescent
complete with vapour proof
protective cover)
Removal of existing high level light in
2.1.2.1 No 1
3037859 cold room
Supply only of new 1800mm light fitting to
2.1.2.2 No 1
200000046563 match existing complete
Installation and commissioning of light
2.1.2.3 No 1
3037860 fitting
2.1.2.4 3037861 Replacement of lamp only No 1
Replacement of existing light switch with
2.1.2.5 No 1
3037862 new, complete & commissioned
Total carried forward to next
ITEM 2: COMPONENT REPLACEMENT/REPAIR RATES (Cont.)
Item SAP No
Description Unit Quantity Amount
No
Rate
Total brought forward from previous page
Lighting replacement in cold room
2.1.3
(sodium type complete with vapour
proof protective cover)
Removal of existing high level light in
2.1.3.1 No 1
3037863 cold room
Supply only of new light fitting to match
2.1.3.2 No 1
200000046564 existing complete
Installation and commissioning of light
2.1.3.3 No 1
3037864 fitting
2.1.3.4 3037865 Replacement of lamp only No 1
2.1.4 Door locking and latch mechanism
3037866 Removal of existing faulty door
2.1.4.1 No 1
opening latch and locking mechanism
Supply only of new door
2.1.4.2 No 1
200000046565 locking mechanism and latch
Installation of door locking
2.1.4.3 No 1
mechanism and latch and
commissioning
3037867
2.1.5 Cold room panel repair
Removal of damaged cold room
2.1.5.1 m2 1
3037868 panel section
2.1.5.2 200000046566 Supply of new cold room panel section m2 1
Installation of new cold room 2.1.5.3 m2 1
3037869 panel section
2.1.6 Cold room extract fan replacement
Removal of existing 450mm extract
2.1.6.1 No 1
3037870 prop fan at low level in panelling
Supply only of new 450mm
2.1.6.2 No 1
200000046567 diameter extract prop fan system
Installation and commissioning of
2.1.6.3 No 1
3037871 new extract fan in panelling
2.1.7 Cold room air curtain unit ( 1000mm)
2.1.7.1 3037874 Removal of existing air curtain complete No 1
2.1.7.2 200000046569 Supply only of new air curtain No 1
Installation and commissioning of new
2.1.7.3 No 1
air curtain unit above door
Total carried forward to next
ITEM 2: COMPONENT REPLACEMENT/REPAIR RATES (Cont.)
Item SAP No
Description Unit Quantity Amount
No
Rate
Total brought forward from previous .1.8 Cold room air curtain unit ( 800mm)
2.1.8.1 3037872 Removal of existing air curtain complete No 1
2.1.8.2 200000046568 Supply only of new air curtain No 1
Installation and commissioning of new
2.1.8.3 No 1
3037873 air curtain units above door
2.1.9 Evaporator System Replacement
2.9.1.1 Fan (3.5kW)
2.1.9.1.1 3037875 Removal of existing fan from evaporator No 1
2.1.9.1.2 200000046570 Supply only of new fan, Ø550, 3.5kW No 1
2.1.9.1.3 3037876 Installation and commissioning of the new No 1
2.1.9.2 Fan (5.5kW)
2.1.9.2.1 3037877 Removal of existing fan from evaporator No 1
2.1.9.2.2 200000046571 Supply only of new fan, Ø550, 5.5kW No 1
2.1.9.2.3 3037878 Installation and commissioning of the new No 1
2.1.9.3 Coil
2.1.9.3.1 3037879 Removal of the existing coil from evaporator No 1
Supply only of a new coil, similar to the 2.1.9.3.2 No 1
200000046572 current coil
2.1.9.3.3 3037880 Installation and commissioning of the new No 1
2.1.9.4 Contactor No
2.1.9.4.1 3037881 Removal of existing contactor No 1
2.1.9.4.2 200000046573 Supply replacement contactor No 1
2.1.9.4.3 3037882 Installation and commissioning of new No 1
2.1.9.5 Temperature probe No
2.1.9.5.1 3037883 Removal of existing temperature probe No 1
2.1.9.5.2 200000046574 Supply replacement temperature probe No 1
Installation and commissioning 2.1.9.5.3 No 1
3037884 of new temperature probe
2.1.9.6 Drip tray No
2.1.9.6.1 3037885 Removal of existing drip tray No 1
2.1.9.6.2 200000046575 Supply replacement drip tray No 1
2.1.9.6.3 3037886 Installation and commissioning of new drip No 1
2.1.9.7 Heaters No
2.1.9.7.1 3037887 Removal of existing heater No 1
2.1.9.7.2 200000046576 Supply replacement heater No 1
2.1.9.7.3 3037888 Installation and commissioning of new No 1
Total carried forward to next
ITEM 2: COMPONENT REPLACEMENT/REPAIR RATES (Cont.)
Item SAP No
Description Unit Rate Quantity Amount
No
Total brought forward from previous .2.1 COOLING TOWERS
2.2.1.1 Fans
2.2.1.1.1 3037889 Removal of existing centrifugal fan complete No 1
2.2.1.1.2 200000046577 Supply only of new centrifugal fan No 1
2.2.1.1.3 3037890 Installation and commissioning of new fan No 1
2.2.1.2 Float Control
Removal of existing float control 2.2.1.2.1 No 1
3037891 system complete
2.2.1.2.2 200000046578 Supply only of new float control system No 1
Installation and commissioning of 2.2.1.2.3 No 1
new float control system
2.2.1.3 Fan Side Drive Pulley
2.2.1.3.1 3037893 Removal of existing drive pulley complete No 1
2.2.1.3.2 200000046579 Supply only of new drive pulley No 1
2.2.1.3.3 3037894 Installation and commissioning of drive No 1
2.2.1.4 Motor Side Drive Pulley
2.2.1.4.1 3037895 Removal of existing drive pulley complete No 1
2.2.1.4.2 200000046580 Supply only of new drive pulley No 1
2.2.1.4.3 3037896 Installation and commissioning of drive No 1
2.2.1.5 V-Belt
2.2.1.5.1 3037897 Removal of existing v-belt complete No 1
2.2.1.5.2 200000046581 Supply only of new v-belt No 1
2.2.1.5.3 3037898 Installation and commissioning of v-belt No 1
2.2.1.6 Pressure Gauges
2.2.1.6.1 3037899 Removal of existing gauge complete No 1
2.2.1.6.2 200000046583 Supply only of new gauge No 1
2.2.1.6.3 3037900 Installation and commissioning of gauge No 1
2.2.1.7 Fan shaft bearings
2.2.1.7.1 3037901 Removal of existing bearing complete No 1
2.2.1.7.2 200000046584 Supply only of new bearing No 1
Installation and commissioning of 2.2.1.7.3 No 1
3037902 bearing and shaft
2.2.1.7.4 3037903 Balancing of shaft No 1
2.2.1.8 Cooling tower eliminators /fill packs
2.2.1.8.1 3037904 Removal of existing fill pack set No 1
2.2.1.8.2 200000046585 Supply only of new fill pack set No 1
2.2.1.8.3 3037905 Installation of fill pack No 1
Total carried forward to next
ITEM 2: COMPONENT REPLACEMENT/REPAIR RATES (Cont.)
Item SAP No
Description Unit Rate Quantity Amount
No
Total brought forward from previous .2.1.9 Cooling tower filter pump system
2.2.1.9.1 3037906 Removal of existing filter pump system No 1
2.2.1.9.2 200000046586 Supply only of filter pump systems No 1
2.2.1.9.3 3037907 Installation of filter pump system No 1
2.2.1.10 Cooling tower filter ( cartridge type)
2.2.1.10.1 3037908 Removal of existing filter system No 1
2.2.1.10.2 200000046587 Supply only of new filter No 1
2.2.1.10.3 3037909 Installation and commissioning of system No 1
2.2.1.11 Topping up of Ammonia gas
3037910 Topping up of system at filler point with 2.2.1.11.1 kg 1
ammonia gas ( R 717) / kg
2.2.1.12 3037911 Pressure test (Receiver Tank)
Once off pressure testing of ammonia
2.2.1.12.1 pressure vessel as per OHS Act by No 1
Approved Inspection Authority
2.2.1.13 Statutory inspection
2.2.1.13.1 3037912 Regular inspection of ammonia pressure
vessel and other pressure vessels as per No 1
OHS Act by Approved Inspection
2.2.1.14 Cooling tower water pump and motor
2.2.1.14.1 3037913 Removal of existing water pump and motor No 1
2.2.1.14.2 200000046588 Supply only of new water pump and motor No 1
2.2.1.14.3 3037914 Installation of water pump and motor No 1
2.3 VALVE STATIONS
Supply and installation of new valve
station components to match existing
2.3.1 Danfoss Suction Stop Valves Ø50mm
2.3.1.1 3037917 Removal of existing valve complete No 1
2.3.1.2 200000046590 Supply only of new valve No 1
2.3.1.3 3037918 Installation and commissioning of valve No 1
Total carried forward to next
ITEM 2: COMPONENT REPLACEMENT/REPAIR RATES (Cont.)
Item SAP No
Description Unit Rate Quantity Amount
No
Total brought forward from previous .3.2 Danfoss Suction Stop Valves Ø65mm
2.3.2.1 3037919 Removal of existing valve complete No 1
2.3.2.2 200000046591 Supply only of new valve No 1
2.3.2.3 Installation and commissioning of valve No 1
2.3.3 Danfoss Liquid Stop Valves Ø15mm
2.3.3.1 3037915 Removal of existing valve complete No 1
2.3.3.2 200000046589 Supply only of new valve No 1
2.3.3.3 3037916 Installation and commissioning of valve No 1
Total carried forward to next page
Danfoss Liquid Solenoid Valve & 2.3.4
Strainer Ø15mm
2.3.4.1 3038093 Removal of existing solenoid valve and No 1
strainer
2.3.4.2 Supply only of new solenoid valve and No 1
strainer
200000046592
Installation and commissioning of solenoid 2.3.4.3 No 1
3037920 valve and strainer
2.3.5 Danfoss Liquid Check Valve Ø15mm
2.3.5.1 3037921 Removal of existing valve complete No 1
2.3.5.2 200000046593 Supply only of new valve No 1
2.3.5.3 3037922 Installation and commissioning of valve No 1
2.3.5.2 Danfoss Suction Control Valve Ø50mm
2.3.5.2.1 3037923 Removal of existing valve complete No 1
2.3.5.2.2 200000046594 Supply only of new valve No 1
2.3.5.2.3 3037924 Installation and commissioning of valve No 1
2.3.6 Danfoss Suction Control Valve Ø65mm
2.3.6.1 3037925 Removal of existing valve complete No 1
2.3.6.2 200000046601 Supply only of new valve No 1
2.3.6.3 3037926 Installation and commissioning of valve No 1
2.3.7 Danfoss Hot Gas Stop Valve Ø20mm
2.3.7.1 3037929 Removal of existing valve complete No 1
2.3.7.2 200000046596 Supply only of new valve No 1
2.3.7.3 3037930 Installation and commissioning of valve No 1
Total carried forward to next
ITEM 2: COMPONENT REPLACEMENT/REPAIR RATES (Cont.)
Item SAP No
Description Unit Rate Quantity Amount
No
Total brought forward from previous .3.8 Danfoss By-pass stop Valve Ø15mm
2.3.8.1 3037927 Removal of existing valve complete No 1
2.3.8.2 200000046595 Supply only of new valve No 1
2.3.8.3 3037928 Installation and commissioning of valve No 1
2.3.9 Danfoss By-pass Control Valve Ø15mm
2.3.9.1 3037931 Removal of existing valve complete No 1
2.3.9.2 200000046597 Supply only of new valve No 1
2.3.9.3 3037932 Installation and commissioning of valve No 1
Danfoss By-pass Solenoid Valve and 2.3.10
Strainer Ø15mm
Removal of existing solenoid valve and 2.3.10.1 No 1
3037933 strainer complete
2.3.10.2 200000046598 Supply only of new solenoid valve and No 1
Installation and commissioning of solenoid 2.3.10.3 No 1
3037934 valve and strainer
Danfoss Hot Gas Solenoid Valve and 2.3.11
Strainer Ø20mm
Removal of existing solenoid valve and
2.3.11.1 No 1
3037935 strainer complete
2.3.11.2 200000046599 Supply only of new solenoid valve and No 1
Installation and commissioning of solenoid 2.3.11.3 No 1
3037936 valve and strainer
Danfoss Electronic Temperature & 2.3.12
Defrost Controller
2.3.12.1 3037937 Removal of existing controller complete No 1
2.3.12.2 200000046600 Supply only of new controller No 1
2.3.12.3 3037938 Installation and commissioning of controller No 1
2.3.13 Glycerine filled pressure gauge complete
2.3.13.1 3037939 Removal of existing gauge No 1
2.3.13.2 200000046602 Supply only of new gauge No 1
2.3.13.3 3037940 Installation of new gauge No 1
2.3.14 Danfoss control coils
2.3.14.1 3037941 Removal of existing control coil No 1
2.3.14.2 200000046603 Supply only of new control coil No 1
2.3.14.3 3037942 Installation of new control coil No 1
Total carried forward to next
ITEM 2: COMPONENT REPLACEMENT/REPAIR RATES (Cont.)
Item SAP No
Description Unit Rate Quantity Amount
No
Total brought forward from previous .3.15 Defrost timer
2.3.15.1 3037943 Removal of existing defrost timer No 1
2.3.15.2 200000046604 Supply only of new defrost timer No 1
2.3.15.3 3037944 Installation of new defrost timer No 1
2.3.16 Plant generator
2.3.16.1 3038094 Removal of existing plant generator No 1
2.3.16.2 200000046605 Supply only of new plant generator No 1
2.3.16.3 3037945 Installation of new plant generator No 1
2.3.17 Replacement dock leveller
2.3.17.1 3037946 Removal of existing dock leveller No 1
2.3.17.2 200000046606 Supply only of new dock leveller No 1
2.3.17.3 3037947 Installation of new dock leveller No 1
2.4 AIR HANDLING UNIT (FRESH AIR
SUPPLY)
2.4.1 Fan
2.4.1.1 3037948 Removal of existing axial flow fan No 1
Supply only of new Donkin MAJAX-2 2.4.1.2 No 1
200000046607 series fan, class 25, size 800-32.E.4
2.4.1.3 3037949 Installation and commissioning of new fan No 1
2.4.2 Filters
2.4.2.1 3037950 Removal of current filters No 9
2.4.2.2 200000046608 Supply only of new 600 x 600 filters No 9
2.4.2.3 3037951 Installation of new filters No 9
2.5 VENTILATION FANS
2.5.1 Removal of current wall mounted prop fan No 1
3037952
2.5.2 Supply only of prop fan Ø450, 1.1kW No 1
200000046609
2.5.3 Installation and commissioning of the new No 1
3037953 fan
Total carried forward to next