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