Skip to main content
FOSPHB-RFP-64-25/2Supplies: General

Fosphb-rfp-64-25/26 Request - Idc

Issuing Organization

Industrial Development Corporation of South Africa Limited

Location

Mpumalanga

Closing Date

03 Feb 2026

View Full Details & ApplyBack to All Tenders
Share:
At a Glance

Tender Type

Request for Proposal

Delivery Location

FOSKOR Phalaborwa Mine, 27 Selati Rd - Phalaborwa - Phalaborwa - 1389

Organization Type

GOVERNMENT

Published

15 Dec 2025

Tender Description
Fosphb-rfp-64-25/26 Request for Proposal for Long Term Repair and Maintenance (ramp) for Loaders and Haul Trucks Millwrights
Industry Classification
Procurement Type

Request for Proposal

Delivery Location

FOSKOR Phalaborwa Mine, 27 Selati Rd - Phalaborwa - Phalaborwa - 1389

Requirements & Eligibility
Analysis: SOW RAMP (KPI Add) 09-12-2025.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

REFERENCE NUMBER: FOSPHB-RFP-64-25/26 DESCRIPTION: REPAIR AND MAINTENANCE (RAMP)SERVICES FOR KOMATSU LOADERS AND HAUL TRUCKS 1. REQUEST FOR PROPOSAL This Scope of Work defines the requirements for the provision of maintenance services for Loaders and Trucks in Foskor (Pty) Ltd mining division in Phalaborwa. 2. PRE-QUALIFICATIONS Mandatory Requirements Comments (submit documented proof) Mechanical Repairs Komatsu/ OEM Certified Supplier/ Repairer in respect of the Provide OEM Letter or Proof of approval to listed equipment type and size (loaders & haul trucks) repair or supply by OEM. Loaders and Ground Engagement Tools Experience in repairing loader buckets of the listed Attach proof of contracts/orders for repair of equipment type and size. (listed per paragraph 3 below). dumb bodies and buckets, for trucks the size of Komatsu 730E or equivalent or loaders the size of WA1200 or PC5500 or above. Experience in supply and maintenance of ground Attach proof of contracts or orders awarded for engagement tools (GETs) for the listed loaders, (listed per supply and maintenance of ground engagement paragraph 3 below). tools for Komatsu WA 1200 or PC5500 or equivalent 3. SCOPE BACKGROUND Komatsu WA1200 Front End Loaders for primary loading of rock from the South Pit. The primary loaders must move more than 40 000 tons of ore from the pit daily. Due to unavailability of capacity and competent resources internally, Foskor historically outsources the maintenance of these primary loaders and haul trucks fleet to the OEM. This RFQ seeks to source new prices for the above services and to also assess the feasibility if there are other (Komatsu or relevant OEM certified) service providers/suppliers in the market, who may undertake non-core supplies or in sub-contracting capacity. Foskor encourages large suppliers and multi-nationals to use local sub-contractors for non-core services in order to assist in fulfilling some of the mining industry legislative requirements on local procurement, supplier development and CSI etc. 4. Scope Requirements 4.1 Requirements for Contractor 4.1.1 List of loading equipment to be maintained Item Foskor Machine ID Model Quantity Age (hours) 1 2033 Komatsu PC5500 Face shovel 1 106166 2 2035 Komatsu PC5500 Face shovel 1 76166 3 2036 Komatsu WA1200 Front Loader 1 29847 4 2037 Komatsu WA1200 Front Loader 1 9508 5 All Komatsu haul trucks 18 Various Table 1: List of loading Foskor primary equipment 4.1.2 Types of maintenance to be provided Front end loaders (WA1200 models) to be maintained with Life Cycle Cost (LCC) based Maintenance and Repair Programme (RAMP), and the shovels to be maintained with partial LCC based RAMP. Item Description of Machine Major Bucket Lubes Equipment Maintenance Components Repairs Replacements 1 Komatsu WA1200 Front Full LCC Included Included Full LCC Full LCC Loader 2 Komatsu PC5500 Face Partial LCC Excluded Included Included Included shovel Table 2: Maintenance types 4.1.3 provision (for as-and-when required) See BOQ 1 Attachment 1 for guideline on repairs Item Description of Equipment GET GET set provision/year intervention/year 1 Komatsu WA1200 Front Loader 2 2 2 Komatsu PC5500 Face shovel 2 2 Table 3: GET 4.1.4 Bucket repairs provision (for as-and-when required) See BOQ Attachment 2 for guideline for repairs rates Item Description of Equipment Interventions/year 1 Komatsu WA1200 Front Loader 2 2 Komatsu PC5500 Face shovel 2 of 29 Table 4: Bucket interventions Bucket interventions: 1. Weekly inspections 2. Six monthly interventions, 3. Yearly rebuild 4.1.5 On-site labour requirements On-site labour to be complemented as per the table below: Table 5.1: On-site labour complement Item Occupation Quantity 1 Foreman 1 2 Technicians 4 3 Assistants 4 4 Millwrights (Haul truck support) 8 5 Cummins Man-On-site support 1 Table 5.2 Minimum service vehicles Item Occupation Quantity 1 LDVs 4 2 Maintenance Service Truck 1 4.1.6 Lubes (oils and lubricants) Oils and lubricants to be supplied as per the tables below: Table 6: Grease schedule of 29 Table 6: Lubricant schedule 5. Scope Requirements 5.1 Requirements for Contractor a) The contractor will be required to provide the necessary Komatsu trained labour, equipment, on-stie workshop and office and tools to perform maintenance of the listed equipment. b) Foskor will allow only trained and licensed contractor employees, who have undergone and completed Foskor training and authorization process. c) The contractor will be required to have capacity (including amongst others LDVs, maintenance crane truck and tools) for in-pit field service to attend to various equipment for service. d) Office Working hours: Monday Thursday - 06H30 15H45 Friday - 06H30 12H45 e) Contractor will be required to attend to call outs after hours, the employees must attend to call outs within 45 minutes of being called. f) It is expected that the contractor provides proper analysis/diagnosis for the equipment and recommend required repair requirements. g) h) Before any work can start, a proper HIRA, and Safe Work Procedure must be completed and approved by Foskor 2.6.1. i) The workmanship used in the services and repairs must be of a consistent quality in line with Komatsu standards. j) The contractor must provide and keep qualifications of all personnel who will perform tasks under this contract. k) All carried out job cards must be logged on the work order, then returned to Foskor 2.9.2. l) Monthly invoices must be on time for approval signature and specific order processing. m) Contractor MUST ensure that there sufficient labour to cover stand-by work standby 24/7. of 29 n) Contractor must compile and submit a monthly report that summarizes total labour hours for each labor type and costs. The report must also indicate how many of those hours are normal and how many are for overtime and total costs for each category. o) The successful contractor will be required to complete a safety file and must therefore arrange with the Foskor SHEQ Department for examinations and legal appointments for the 2.9.2 appointee. p) The contractor shall be responsible for coordinating and integrating his schedule and responsibilities with other FOSKOR appointed contractors on site in fulfilling part of the scope of work such as SHEQ related services and fitment contractors, CAS etc. 5.2 a) Foskor provides only a site for workshop to be set up and cranage. b) Foskor will provide for site office space, ablution facilities, required electricity services and portable water. 6. Quality Assurance a) The contractor shall supply the typical quality control plan on repairs of equipment. b) Provide workmanship guaranteed hours after any repairs. c) Foskor is an ISO 9001:2015 company and it is expected of suppliers/contractors to deliver work and products with high quality standards, so you will be monitored on the above. d) Foskor will carry out regular SHEQ inspections in all areas allocated to contractors on site. 7. Penalties Repair work and supplied spares will have the minimum guaranteed hours/period as provided by OEM/Komatsu. Should there be rework before expiry of the provided guarantee period, such repair will take place under guarantee. 8. Pricing Schedule over three (3) years (Prices excluding VAT) 8.1 Maintenance Cost Lubes, Standard Spares, Fixed and Operating Costs A. LOADERS MAINTENANCE PC5500 2033 Year 1 Year 2 Year 3 Estimated hours at month end From Dec 2025 Value 2025/6 Value 2026/7 Value 2027/8 Total Spend - 3 Description (ZAR) (ZAR) (ZAR) years (ZAR) Oils & Lubricants (R____________ x 300 Hrs pm) Parts base rate (R______________ x 300 Hrs pm) Fixed Labour Fixed Operating Cost Fixed Asset Cost Total of 29 PC5500 2035 Year 1 Year 2 Year 3 Estimated hours at month end From Dec 2025 Value 2025/6 Value 2026/7 Value 2027/8 Total Spend - 3 Description (ZAR) (ZAR) (ZAR) years (ZAR) Oils & Lubricants (R____________ x 300 Hrs pm) Parts base rate (R______________ x 300 Hrs pm) Fixed Labour Fixed Operating Cost Fixed Asset Cost Total WA1200 2036 Year 1 Year 2 Year 3 Estimated hours at month end From Dec 2025 Value 2025/6 Value 2026/7 Value 2027/8 Total Spend - 3 Description (ZAR) (ZAR) (ZAR) years (ZAR) Oils & Lubricants (R____________ x 500 Hrs pm) Parts base rate (R______________ x 500 Hrs pm) Fixed Labour Fixed Operating Cost Fixed Asset Cost Total WA1500 2037 Year 1 Year 2 Year 3 Estimated hours at month end From Dec 2025 Value 2025/6 Value 2026/7 Value 2027/8 Total Spend - 3 Description (ZAR) (ZAR) (ZAR) years (ZAR) Oils & Lubricants (R____________ x 500 Hrs pm) Parts base rate (R______________ x 500 Hrs pm) Fixed Labour Fixed Operating Cost Fixed Asset Cost Total TOTAL - OVER THREE (3) YEARS MAINTENANCE R of 29 B. PROVISION FOR GETs AND BUCKET REPAIRS (See attachment of BOQs) Provision per month Provision per year Provision over 3 years Provision for GETs R Provision for bucket repairs minor R R Provision for bucket refurbishment x2 per p.a. XXXXXXXXXXXXXXX R R Total provision for GETs and bucket repairs R #see Attachment to the Scope of BOQ guideline (Prices excluding VAT) GRAND TOTAL = A+B (Excluding VAT) GRAND TOTAL OVER THREE YEARS R VAT at 15% R TOTAL (Including VAT) R Show also the percentage/% annual escalation rate applicable (which shall be subject to negotiation) 8.2 Ground Engagement Tools (GETs) Provision per BOQ guideline attached to the scope as Attachment 1. 8.3 Bucket Repairs Provision per BOQ guideline attached as Attachment 2. 9. Minimum service parts for equipment still under full maintenance to cover Insert Estimate Cost per unit below REQUIRED REPLACEMENT (for WA 1200 Front loaders) Estimate prices per UNIT 24 volt Alternator Damper HOSE & PIPES-T/C & T/M HYD PUMP-T/C & T/M HOSE & PIPES-STEERING PIPING- RETURN HOSE & PIPES-EMER. STG HYDRAULIC TANK PIPING SUCTION PIPING-PPC LINE HOSE & PIPES- PILOT VALVE HOSE & PIPES-DRAIN PIPING- LIFT CYLINDER PIPING-FAN DRIVE of 29 LIFT CYLINDER STEERING CYLINDER PIPING- DUMP CYLINDER DUMP CYLINDER PUMP-STEERING PUMP-SWITCH PUMP NO1 LOADER PUMP NO2 LOADER PIPING- LOADER PUMP PUMP-EMERGENCY STEERING PIPING- SWITCH PUMP HOSE & PIPES-COOLING CONTROL VALVE HINGE PIN ENGINE RELATED PARTS COOLING SYSTEM FUEL TANK & PIPING BRAKE PIPING BRAKE CONTROL STEERING WHEEL COLUMN GUARD & PLATE CABIN ROPS OPERATOR SEAT AIR CONDITIONING SYSTEM PIPING- CENTRALIZED BREATHER BATTERY ELECTRICAL SYSTEM AUTO GREASE SYSTEM SAFETY RELATED HOSES 100% SAFETY CRITICAL PARTS- NO3 SAFETY CRITICAL PARTS- NO4 GENERAL REPAIR HYD TANK STRAINER O-RING HYD TANK STRAINER O-RING No2 T/M,T/C FILTER T/M STRAINER O-RING T/M FILTER O-RING BRAKE OIL TANK BREATHER BRAKE TANK STRAINER O-RING BRAKE TANK STRAINER O-RING No2 HYDRAULIC OIL FILTER HYD FILTER O-RING No2 HYD. FILTER O-RING ENGINE OIL FILTER FUEL FILTER(STAGE1) of 29 FUEL FILTER(STAGE2) AIR CLEANER ELEMENT ASS'Y AIR CONDITIONER FILTER(INNER) AIR CONDITIONER FILTER(INNER) No2 AIR CONDITIONER FILTER(OUTER) BRAKE OIL FILTER (OP) BRAKE OIL FILTER BRAKE OIL FILTER O-RING BRAKE OIL FILTER O-RING No2 HYD TANK BREATHER Cummins Cph (30% LF) Total parts price estimate (per major intervention) 10. TENDER DOCUMENTATION REQUIREMENTS 10.1 OEM letters must be submitted with this RFP document 10.2 COMPULSORY DOCUMENTS REQUIRED (Must be submitted with the bid document). 10.3 STANDARD REQUIRED DOCUEMENTS (Time may be provided to submit updates). 10.4 FUNCTIONALITY / TECHNICAL EVALUATION ATTACHMENTS (Must be submitted with bid document). 10.5 PPPFA EVALUATION DOCUMENTS i.e. price offer, price schedules and BBBEE certificate (Must be submitted with the bid Document). TABLE OF DOCUMENT REQUIREMENTS PRE- QUALIFICATION DOCUMENTS Document Requirement OEM letters/Proof of supply and repair (per requalification criteria above) Submit with bid document MANDATORY ADMINISTRATIVE DOCUMENTS Document Requirement RFP Document Duly Signed Submit with bid document Submitted on time Submit per closing date and time CSD Registration proof or MAAA number provided Submit with bid document Bill of Quantity/price schedule included Submit with bid document BBBEE certificate Submit with bid document NB. Non-submisssion with bid will lead to disqualification. of 29 FUNCTIONAL/TECHNICAL EVALUATION DOCUMENTS Document Requirement Per Technical Evaluation Criteria attached Submit documentary proof with bid document NB. Non-submisssion with bid will lead to disqualification. ESSENTIAL/ STANDARD ADMINISTRATIVE DOCUMENTS Document Requirement CIPC/Co Registration Submit Id copies of Directors Submit Shareholding% or Certificates Submit SARS Pin Submit Letter of Good Standing (COIDA) Submit Financial Statements Submit Beneficial ownership certificate Submit Other bid conditions documents Submit Completion of due diligence form Will be sent to supplier may be submitted later #Additional time (5 days) may be granted for submission post bid closure for standard documents. Bidders are requested to complete the price list above and attach relevant schedules showing details. 11. Battery Limits Inclusions and exclusions For inclusions see Table below. Foskor does not see any exclusion at this stage The table below must be taken into consideration for inclusions and exclusions WHO WILL SUPPLY THE FOLLOWING? N/A = NOT APPLICABLE C = CONTRACTOR FF = FOSKOR, FREE OF CHARGE FC = FOSKOR, AT COST TO CONTRACTOR 1.Sanitary 2.Transport 3.Electrical 1.1 Water on site and toilet facilities / janitorial FF 2.1 Labour C 3.1 Generators N/A services 1.2 Potable connection N/A FF 2.2 Materials C 3.2 Electrical Extensions point 1.3 Connection to N/A 3.3 COC Site construction water FF 2.3 Equipment C Establishment supply of 29 1.4 Change rooms FF 2.4 All TMMS C 3.4 Temporary lighting N/A 3.5 Electrical connection N/A point 3.6 Connection to N/A Electrical supply 3.7 Electric panel + N/A distributing wiring 3.8 Power for tools on site N/A from existing Foskor electrical supply point (Welding plugs and 220v plugs 4. Quality 5. Security 6. Lifting and Rigging 6.1 All rigging equipment 4.1 Plan, Management, C 5.1Site Security C (Slings, Chain blocks, FF QA, QC, etc. turfers, etc. 4.2 All quality test Civil, C 5.2 Foskor ID Card C 6.2 Rigger FF Paint, Mechanical, etc. 4.3 Sampling and 6.3 Mobile cranes and C FF laboratory testing any other lifting devices 8. Communication devices All communication 7. Medicals - devices like laptops, C 9. PPE C computers, networks, radios, cellphones, etc. 9.1 Supply, Issue, inspect 7.1 Entry and Exit C and manage as per C Foskor COP 7.2 First aid box at place C of work 11. Safety File - 12 Training & 10 Site Surveys C Foskor will issue Authorizations template / Index Ensure file conform/ populate to Foskor C 12.1 All Required Training C standards 12.2 Authorisation - As FF Per Foskor COP 14 Waste 15 Painting - All 13. Site Establishment management on Equipment and tools C site paint, labour, etc. of 29 13.1 Site office/s with 14.1 Transport all suitable facilities for daily waste to Foskor FF C designated waste and lunch area sites 13.2 Site establishment FF space 16 Scaffolding 17 Labour 18. Compressed air 17.1 All labour as per Scope of Work to 16.1 Scaffolding Supply 18.1 Sandblasting or flash FF execute task C N/A & Erect blast including management 16.2 Scaffolding FF 18.2 Compressor N/A 16.3 Heavy equipment only when supervisor 18.3 Air for power tools - If C FF issued as per key control available procedure 16.4 Heavy equipment Trained and authorized C driver 20. Storage and 19 Fuel 21 Consumables inventory control 20.1 Protective 19.1 Fuel Supply LDV C N/A 21.1 Welding rods N/A coverings/tarpaulins 20.2 Storage area 19.2 Fuel storage N/A C 21.2 Bolts & Nuts C and inventory control 19.3 Fuel fire protection N/A 21.3 Etc. C 19.4 Refueling N/A 22 Tools & Equipment 23 Certificates - 24 Training All required training and training manuals as Supply All 22.1 All Portable required to ensure that C certificates as C C electrical Equipment Foskor can train its required workforce and operate the plant / equipment safely 22.2 Hot Work Equip as All manuals and related per Foskor COP - documents to be supplied Welding Machines, Gas C to project Eng. and Foskor N/A Cutting, Grinding, Drawing office for safe Gauging, etc. keeping 22.3 Tools as required to FF execute task . of 29 12. SAFETY REQUIREMENTS i. The service provider and sub service providers need to comply with the Mine Health and Safety act at all times ii. A service provider 2.9.2 to be permanently on site. iii. Medical, Induction, Foskor ID Card, etc. is approximately R800 per Person. (Valid for one year) Exit medicals need to be done at termination of contract. iv. The Successful tenderer will be required to compile a Foskor Work permit and at least 2 weeks should be allocated for this. The service provider must provide the following appointed persons in terms of the MHSA: 2.6.1; 2.9.2 and Section 29(1) SHE REP for the duration of the contract v. illumination test report with a Foskor pre use checklist filled in correctly. vi. The service provider must compile a Safety File as per Foskor standard for all service providers and sub-service providers vii. Site access will need to be controlled and all persons must receive site specific induction before entering the site. viii. Conduct inspections as per Foskor Safety System. Analyse data and trends and recommend preventative measures where required ix. Ensure all authorizations are in place as per the Foskor Safety System. Arrangement with Foskor training to be done by the service provider to ensure that authorization and training is conducted. Arrange timeously. x. Ensure all workers competencies are available and have been validated for the work to be performed. xi. Ensure proper security, sign boards, fencing and barricading is in place on site where applicable to protect all material, spares, tools, etc. xii. The service provider shall in general comply with the FOSKOR General Engineering xiii. The service provider must complete a Baseline Risk Assessment before a work permit can be issued for the installation. xiv. All service providers not in possession of a valid Foskor ID card will have to complete the Foskor induction course and will have to undergo a medical examination at the Foskor clinic for the xv. An open Pit License xvi. xvii. All service providers must ensure that: a. His workers are issued with the correct personal protective equipment free of charge. b. That the workers wear the PPE in accordance with the project area's requirements or as given by the service provider Supervisor. c. Training is provided in the correct use of PPE to workers. Proof to be submitted in the safety file. d. Daily inspections are done on PPE. of 29 e. The registers will be completed at least monthly on findings on PPE. (All PPE must be kept in good condition) xviii. All providers of services are informed of the following minimum training that is applicable to all service providers (irrespective of the tasks or scope of work) that will enter Foskor Phalaborwa site with effect from 1 April 2014. This training is not presented by Foskor Training section and service providers must ensure that the training is sourced through accredited external training companies: a. Basic health and safety principles b. HIRA c. First Aid Training. Proof of training to be included in the safety file xix. All other training requirements must be aligned with the baseline risk assessment. Risks identified in the baseline risk assessment will guide the requirements for training. A summary of the training must be completed as well as status on required authoriz xx. Training certificate will be accepted if complying to the following: a. Unit Standard Title b. Learner Full name c. Learner ID number d. Competency achieved e. Date of Assessment f. Assessors signature g. Training provider logo h. Training provider registration number and accreditation number. i. Seta logo 13. LEGISLATIVE REQUIREMENTS SUMMARY 13.1 Minimum Legislative Requirements: The successful or appointed service provider shall comply with: i. The Mines Health and Safety Act with Regulations (Latest revision) ii. The National Road Traffic Act with Regulations (Latest revision) iii. All applicable national and international legislative requirements and regulations. iv. Foskor (Pty) Ltd. COP (Code Of Practise) No. 25 for Service provider Control (Available on request) v. Foskor (Pty) Ltd. COP (Code Of Practise) No. 59 for Trackless Mobile Machinery (Available on request) vi. All Foskor (Pty) Ltd. safety, health, quality and environmental procedures applicable to the successful application of the contract. (Available on request) vii. All Foskor procedures and policies applicable to the successful application of the contract. (Available on request) of 29 13.2 13.3 Before entering and operating a service vehicle (Own vehicle) on the Foskor site, the appointed service provider shall: i. Ensure that his driver/s are in possession of a valid national drivers licence for the specific class of vehicle, has been tested by the Foskor mobile equipment training centre and authorised by a Foskor MHSA (Mines Health and Safety Act) regulation 2.13.1 appointee for the class of vehicle to be used on site. (Contact the Foskor mobile equipment training centre on 015 789 2840 to make an appointment for competence testing and authorisations) ii. The appointed service provider shall, before entering and operating a vehicle or trailer on the Foskor premises: a. Obtain permission from the Foskor Safety & Security manager to operate his nominated service vehicle/s or trailers on the Foskor site. (Forms will be provided) b. Obtain a certificate of fitness from the Foskor Light Vehicle maintenance workshop supervisor or appointed Foskor inspector for his nominated service vehicle/s. Inspections conducted daily between 08:00 and 08:30 and between 13:30 and 14:00 (Excl Fridays) at the Light Vehicle Maintenance workshop. c. Submit the above permission and COF in at the main security office for issue of a vehicle access disk. iii. Ensure that his service vehicles / trailers have been inspected (Daily) in accordance with the Foskor standard (COP 59) to ensure that they are safe and fit for use. (Foskor pre-use format per vehicle is available in the Annexures) See Foskor COP 59, Trackless Mobile Machinery for details. 13.3.1 Before entering and working on the Foskor site the appointed service provider shall ensure that his workmen are: i. Briefed on the required task and have been informed of any abnormal conditions/situations. ii. Physically, emotionally and mentally fit to perform their duty. iii. Issued with the necessary PPE (Personal Protective Equipment) to safely operate his service vehicles and perform the duty of maintaining, servicing, inspecting and testing earthmoving- and mobile equipment. iv. Before commencement of work: a. All tools and equipment shall have been inspected and tested to be in a good and safe working order. b. All workmen have participated in the completion of a standard Foskor site risk assessment (Commonly known as a HIRA or Hazard Identification and Risk Assessment) and taken appropriate actions to mitigate any identified hazards. c. The job card is signed on and the equipment is signed over for the work to be completed. 13.4 12.2.3 Before entering and working on the Foskor site the appointed service provider shall ensure that his portable electrical equipment have been tested and declared safe to use by the Foskor RESPONSIBLE Mine Electrical Workshop of 29 13.5 PERMIT TO WORK Before any on-site work under this contract may commence, the appointed or successful service provider shall obtain from Foskor a PERMIT TO WORK. The following guidelines are provided to assist the appointed service provider in obtaining a PERMIT TO WORK. (See Foskor COP 28 Permit to work and COP 25 Control of Externally Provided Processes, Products and Services (Service provider Control) for details): i. The PERMIT TO WORK can be obtained from- and on completion returned to the Legal Administrator, Foskor Safety department. ii. Obtain a contract number from the Foskor procurement or projects department. iii. Appoint a subordinate manager in accordance with Regulation 2.6.1 and an on-site supervisor in accordance with Regulation 2.9.2 of the Mines Health and Safety Act. The appointed subordinate manager and -supervisor shall be required to write and pass the Foskor 2.6.1 and 2.9.2 legal examinations within 30 days after being awarded this contract. Attend a hour long legal exam briefing any Thursday between 08:00 and 09:00 at the Security training hall. Write legal examination any Friday between 07:30 and 10:30 at the Security training hall. (Please pre-book) iv. Appoint an on-site SHE-Rep in accordance with section 29(1) of the MHSA to assist the Regulation 2.6.1 and 2.9.2 in the daily on-site management of health, safety and environmental issues. The designated SHE Rep must have the ability to read, write and express him/herself. The appointed SHE-Rep shall be required to attend a five day SHE-Rep training course within 30 days after being awarded this contract. (Training free of charge). Make booking on 015 789 2531 A pre-requisite for attending the SHE-Rep training course is successful completion of Basic Health & Safety Principals- and HIRA training. v. Provide a name list, including ID numbers, residential and postal addresses and telephone numbers of all -site employees. vi. -site employees shall undergo a full medical examination at the Foskor on-site Clinix Clinic. The clinic can be contacted at 015 789 2427 for an appointment. Please note: All NEW- and employees LEAVING the service of the appointed service provider must undergo a full entry or exit medical examination vii. The appointed service providers designated on-site drivers shall receive competence testing and authorisation to operate vehicles on the Foskor site. viii. a. First aid level 1 (Provide own training) b. Working at heights (Provide own training) c. Basic Health & Safety Principals (Provide own training) d. HIRA (Provide own training) e. Basic fire fighting. (Provide own- or receive Foskor training, contact 015 789 2531 to book) f. Lock out. (Provide own- or receive Foskor training, contact 015 789 2531 to book) of 29 ix. -site employees shall receive the basic Foskor site induction training at the Foskor Security office. x. -site employees shall receive site specific induction training provided by the Foskor area Regulation 2.6.1 appointee/s. xi. completed under this contract. The BRA to be approved by the responsible Foskor MHSA 2.13.1 appointee and signed by all of service providers employees. Make use of F document, Annexure 1.2, contained in COP 1, Risk and Opportunities Management (Available on request) xii. Attach a detailed SCOPE OF WORK describing the required task and -outcome of this contract. xiii. undersign/approve the PERMIT TO WORK in their area of responsibility. xiv. Registration and proof of payment under the Compensation for Occupational Injuries and Diseases Act, no. . Registration number must be provided. xv. SARS issued tax clearance certificate. xvi. All relevant documentation and/or evidence of compliance must be attached to the PERMIT TO WORK. xvii. Upon successful completion and approval of the PERMIT TO WORK the security department will xviii. Any other documents, certificates or records as requested by a Foskor official deemed necessary to ensure that all safety, legislative and administrative requirements have been met must be attached to the PERMIT TO WORK. xix. The appointed service provider must allow at least three to ten working days to complete all the PERMIT TO WORK requirements. 14. SAFETY FILE The appointed contractor must compile a SAFETY FILE specifically for this contract. The SAFETY FILE must at all times be available for inspection by a Foskor official: The following guidelines are provided in order to assist the appointed contractor in compiling a SAFETY FILE: Before any work may commence, the appointed service provider must, IN CONJUNCTION WITH THE FOSKOR SAFETY DEPARTMENT, compile a SAFETY FILE specifically for THIS contract. (Contact the area responsible safety representative 015 789 2547 / TYPICAL CONTENTS OF SAFETY FILE: i. Title and index cover page ii. A copy of the PERMIT TO WORK. iii. A copy of the MHSA Regulation 2.6.1 and -2.9.2 and SHE Rep appointment letters. iv. A copy of Foskor COP 25, Service provider control. v. A copy of LME (Lifting Machine Entity) registration certificate with the Department of Labour. vi. Copy of LMI (Lifting Machine Inspector) registration certificate with the Engineering Council of South Africa in the employment of the service provider. vii. Base line risk assessment of ALL and ANY POTENTIAL tasks that may be performed on site under this contract. See Foskor COP 26, Critical Task Descriptions for details. of 29 viii. Copies of critical task descriptions and standard operating/maintenance procedures. ix. Copies of the appointed service providers safety, health, environmental, HIV and AIDS, smoking and waste management policies. x. Training records of all on-site employees. xi. Employee records of actual time worked (Normal and overtime). xii. Copy of on-site induction training. xiii. Records of inspections of TMM (Trackless Mobile Machinery) and trailers. See Foskor COP 59, Trackless Mobile Machinery for details. xiv. Records of issues and inspections of PPE (Personal Protective Equipment) and safety equipment. See Foskor COP 65, Personal Protection Equipment for details. xv. Records of issues and inspections of PEE (Portable Electrical Equipment). See Foskor COP 60, Portable electrical Equipment for details. xvi. Records of issues and inspections of tools and equipment. See Foskor COP 63, hand tools for details xvii. Records of daily, weekly and monthly 2.6.1 / SHE Rep safety inspections. See Foskor COP 22, SHE Inspections for details. xviii. Records of daily green-area and safety talks. See Foskor COP 7, Communication for details. xix. Any other documents, certificates or records as requested by a Foskor official deemed necessary to ensure that all safety, legislative and administrative requirements have been met. of 29 Awareness 9001 ISO Awareness Environmental X Environ Awareness 14001 ISO Awareness Radiation t i electrical General 62: COP Water & Hazard Drowning Y Y Noise 86: COP Space Confined 95: COP Outstandi ng tf Pl Work Elevating Mobile 96: COP requirements A training seal) (red Artisan fighting fire Basic Y Y COP equipment based cutting gas Operate 94: COP per belt as conveyor a on Working 93: COP Heights at Working 96: COP Y Y Specific/Risk Authorized Pit Open and License & Y Y Job (Foskor TMM Operate 59: COP Out Lock 53: COP Trained work Hot Perform 94: COPREQUIREMENTS & equipment Lifting 56: COP Y Y REP SHE 25: COPTEAM Exams OF Legal 2.9.2 and 2.6.1 25: COP Appointees Exams Legal 2.9.2. 25: COP Y Y training Legal 1 Level COP SHEQCOMPETANCY Y YAND Training Aid First Completed Authorization Including HIRA 1: COP Y Y training MinimumMATRIX principles safety and health Basic Y Y TRAINING risk on Legend: 15. Name based 14.1 authorization nr Comp Require Requirementassessment will submitting information Page pre-qualification when of met have falsification they disqualification. Any they if technical rendered. to lead were will services requirements/Functionality document where technical criteria on assessment bids Evaluation site the and in adjudicating for verification requested used as be specified. reference will item criteria the documentation undertake answers to it evaluation relevant right the theCRITERIA ensuring tender by submit to reserves disqualification: following toEVALUATION The requirements. documents Failure Foskor lead TENDER 15. of of 23supporting Pagewithout documentation Tender document. tender the with requested considered.documentation be the not all will include criteria and evaluationschedule this tender the forcomplete to requestedimperative is ItNote: documentation SIGNATORIES: Approved by Bid Specification Committee on 23rd September 2025. Approval by end-user: _________________________ Jeffrey Segokodi Senior Engineer Mining _________________________ Letjatji Nkoana Senior Manager Mining of 29 BOQ Attachment 1 Estimate monthly usage GET replacements Line no. Material Quantity Unit Price Total (excluding VAT) 1 LSWB8 WELD BASE J BOLT 1 2 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM) SP 27 3 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM) SP 5 4 CB50N CHOCKY BAR 50 X 240 12 5 SFA1J4 SHROUND FASTENER, J-BOLT 1 6 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM) SP 12 7 B12X9WR WEAR RUNNER 6 8 WC145HX WEAR CAP CENTRE ADPT 1 9 SFA1J4 SHROUND FASTENER, J-BOLT 2 10 XS145PC PIN ASSY HD 1 11 B12X9WR WEAR RUNNER 1 12 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM) SP 4 13 XS145RPHL TOOTH PENETRATOR HD LONG 1 14 SFA1J4 SHROUND FASTENER, J-BOLT 2 15 XS145RPHL TOOTH PENETRATOR HD LONG 10 16 XS145PC PIN ASSY HD 3 17 XS145RPHL TOOTH PENETRATOR HD LONG 1 18 LS400-1600JL SHROUND LIP LH J BOLT 1 19 XS145RPHL TOOTH PENETRATOR HD LONG 10 20 XS145PC PIN ASSY HD 3 21 SFA1J4 SHROUND FASTENER, J-BOLT 2 22 XS145RPHL TOOTH PENETRATOR HD LONG 1 23 644TS1222 ADAPTER INTERMEDIATE ROTARY 1 24 TS1222MA TOOTH 1 25 TS1222PSL PIN ASSEMBLY STATIC LOCK 1 26 XS644P PIN ROTARY CAM 1 27 XS644P PIN ROTARY CAM 1 28 CB50N CHOCKY BAR 50 X 240 8 29 640TS1222 ADAPTERINTER MEDIATE HD 1 30 TS1222MA TOOTH 4 31 LS400-1600J SHROUND LIP CENTER J BOLT 1 32 SFA150J6 J BOLT ASSY LIP & WING SHROUD 1 33 CB50N CHOCKY BAR 50 X 240 2 34 B12X9WR WEAR RUNNER 1 35 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM) SP 1 36 B12X9WR WEAR RUNNER 5 37 CB50N CHOCKY BAR 50 X 240 5 38 TS1222MA TOOTH 1 39 XS640PX PIN ASS'Y 2 40 12X9B WEAR RUNNER BASE 3 41 B12X9WR WEAR RUNNER 6 of 29 42 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM SP) 16 43 B1X10WR275T WEAR RUNNER 2 44 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM SP) 4 45 644TS1222 ADAPTER INTERMEDIATE ROTARY 1 46 TS1222MA TOOTH 2 47 XS644P PIN ROTARY CAM 1 48 TS1222PSL PIN ASSEMBLY STATIC LOCK 1 49 50434498 SCREW (E-ST/D) 1 50 B1X9WR WEAR RUNNER 1 51 12X9B WER RUNNER BASE 1 52 XS145PC PIN ASSY HD 10 53 XS145RPHL TOOTH PENETRATOR HD LONG 10 54 LS400-1600JL SHROUD LIP LH J BOLT 1 55 CB50N CHOCKY BAR 50 X 240 20 56 SFA1J4 SHROUD FASTNER, J-BOLT 1 57 XS644P PIN ROTARY CAM 2 58 XS640TPX PIN ASSY 1 59 LSWB9 WELD BASE 1 60 XS145RPHL TOOTH PENETRATOR HD LONG 3 61 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM SP) 2 62 B1X9WR WEAR RUNNER 1 63 XS145PC PIN ASSY HD 2 64 SFA1J4 SHROUD FASTNER, J-BOLT 5 65 LS400-1600JL SHROUD LIP RH J BOLT 2 66 SFA1J4 SHROUD FASTNER, J-BOLT 1 67 LSWB9 WELD BASE J BOLT 1 68 B12X9WR WEAR RUNNER 1 69 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM SP) 38 70 B12X9WR WEAR RUNNER 15 71 B14X10WR275T WEAR RUNNE 2 72 CB50N CHOCKY BAR 50 X 240 10 73 WB90 BUTTON 90D X 27H 12 74 12X9B WEAR RUNNER BASE 2 75 SFA1J4 SHROUD FASTNER, J-BOLT 3 76 XS145RPHL TOOTH PENETRATOR HD LONG 2 77 XS145PC PIN ASSY HD 2 78 A895XS145 ADAPTOR LH 5* SPADE 1 79 LSWB8 WELD BASE J BOLT 1 80 B12X9WR WEAR RUNNER 2 81 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM SP) 4 82 XS644P PIN ROTARY CAM 1 83 644TS1222 ADAPTER INTERMEDIATE ROTARY 1 84 TS1222MA TOOTH 1 of 29 85 TS1222PEL Use TS1222PSL 1 86 XS640PX PIN ASS'Y 1 87 12X9B WEAR RUNNER BASE 4 88 B12X9WR WEAR RUNNER 4 89 LS400-1600JR SHROUND LIP RH J BOLT 2 90 LS400-1600JL SHROUND LIP LH J BOLT 0 91 WB90 BUTTON 90D X 27H 8 92 CB50N CHOCKY BAR 50 X 240 8 93 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM) SP 10 94 SFA1J4 SHROUND FASTENER, J-BOLT 8 95 LSWB8 WELD BASE J BOLT 1 96 B12X9WR WEAR RUNNER 3 97 115BN WEAR RUNNER BOLT & NUT (1 UNF X 40MM) SP 4 98 LS1302350JHD LIP SHROUND HD 1 99 SX145RPHL TOOTH PENETRATOR HD LONG 11 100 WB90 BUTTON 90D X 27H 10 101 CB50N CHOCKY BAR 50 X 240 6 102 XS145PC PIN ASSY HD 7 103 A894XS145R ADAPTOR RH 15* SPADE 1 104 SFA1J4 SHROUND FASTENER, J-BOLT 2 105 CB50N CHOCKY BAR 50 X 240 6 106 WB90 BUTTON 90D X 27H 6 107 XS145PC PIN ASSY HD 10 108 XS145RPHL TOOTH PENETRATOR HD LONG 1 109 A896XS145 ADAPTOR CENTRE 1 110 SFA1J4 SHROUND FASTENER, J-BOLT 2 111 644TS1222 ADAPTER INTERMEDIATE ROTARY 1 112 TS1222MA TOOTH 1 113 TS1222PSL PIN ASSEMBLY STATIC LOCK 1 114 XS644P PIN ROTARY CAM 1 A TOTAL ANNUAL SPEND (i.e. Line 1 to 114) B MONTHLY SPEND ESTIMATE = A/12 (i.e. Annual spend divide by 12) of 29 BOQ Attachment 2 Estimate monthly usage Bucket repair BOQ AND RATES Estimate Quantity Line Unit per Total per no. Description UOM price month month Site Establishment (once-off) Sum 1 1 - Site De-establishment (once-off) Sum 2 1 - Sandblasting and paint m2 3 5 - Gouging mild steel wire(12mm deep) m 4 5 - Gouging mild steel wire(16mm deep) m 5 5 - Gouging mild steel wire(20mm deep) m 6 5 - Gouging mild steel wire(25mm deep) m 7 5 - Gouging mild steel wire(50mm deep) m 8 5 - Welding mild steel wire(12mm deep) m 9 5 - Welding mild steel wire(16mm deep) m 10 5 - Welding mild steel wire(20mm deep) m 11 5 - Welding mild steel wire(25mm deep) m 12 5 - Welding mild steel wire(50mm deep) m 13 5 - Grinding mild steel wire(12mm deep) m 14 5 - Grinding mild steel wire(16mm deep) m 15 5 - Grinding mild steel wire(20mm deep) m 16 5 - Grinding mild steel wire(25mm deep) m 17 5 - Grinding mild steel wire(50mm deep) m 18 5 - Gouging low hydrogen wire(16mm deep) m 19 5 - Gouging low hydrogen wire(20mm deep) m 20 5 - Gouging low hydrogen wire(25mm deep) m 21 5 - of 29 Welding low hydrogen wire(12mm deep) m 22 5 - Welding low hydrogen wire(16mm deep) m 23 5 - Welding low hydrogen wire(20mm deep) m 24 5 - Welding low hydrogen wire(25mm deep) m 25 5 - Welding low hydrogen wire(50mm deep) m 26 5 - Grinding low hydrogen wire(16mm deep) m 27 5 - Grinding low hydrogen wire(20mm deep) m 28 5 - Grinding low hydrogen wire(25mm deep) m 29 5 - Line boring not exceeding 50mm 25mm deep no 30 5 - Line boring exceeding 50mm 25mm deep no 31 5 - Line boring not exceeding 150mm 25mm deep no 32 5 - Line boring t exceeding 150mm 25mm deep no 33 5 - Remove and replace liners m2 34 5 - TOTAL PER MONTH (Line 1 to 34) - TOTAL PER ANNUM (Total per month x 12) of 29 SCOPE ADDENDUM - KEY PEFORMANCE INDICATORS Item Criteria Performance rating 1 Equipmemt availability 85% availability 85% or higher = Good, 70-79% = below par, below 70%= bad 2 Reaction time to call-out Lead time Less 1 hour = Good, 1-1.5 of hour= below par, above 1.5 hour bad 3 Monthly reporting of hours used/exceeded Timeliness by 2nd week of month=good; by 3rd week=fair; after 3 weeks = bad 4 Monthly invoicing Timeliness by 15th Good; by 23rd = Fair; after 23rd = Below std 5 Workmanship Number of rework per job No rework=Good; x1 rework done under warrantee offer = acceptible; X2 rework = below Standard 6 SHEQ house-keeping (Mining standards) Per mine objectives Per SHEQ objectives, No fatality, No harm, mining site/house-keeping per inspections/actions

Compliance Requirements

No specific requirements found B-BBEE Minimum Level: 1
Tender Documents (1)

SOW RAMP (KPI Add) 09-12-2025.pdf

View

To download these documents and access AI-powered analysis, visit the main tender page.

Discussion