Rooiwal power station is owned and operated by the city of tshwane. Rooiwal power station is made up of five (5) turbo-generator units, each rated at 60 mw. A generating unit is made up of a pulverized fuel fired water tube boiler, turbine, generator, generator transformer and all related auxiliaries. The coal used to fire the boilers is stored in a coal stockpile. IT is necessary to ensure that the construction of the coal stockpile, along with the methodology used, meets proper safety parameters with regards to construction, compilation, and compaction and also to ensure that safe internal conditions prevail in order to prevent spontaneous combustion of the coal. Regular monitoring of stockpiles is essential, as the purpose of regular monitoring results in a safe product and ensuring the safe storage of the coal. Safety tests are of paramount importance throughout the year, as ambient temperatures can increase within the stockpile which can only be detected by temperature and gas tests. Penetrometer tests allow for the measurement of the degree of compaction or natural compaction. The gas tests include the detection of carbon dioxide, carbon monoxide and oxygen are used to determine whether self-heating is taking place, and to ascertain to what extent the below surface atmosphere is inert. The temperature tests indicate the presence of possible hot-spots, or self-heating which cannot always be visibly detected and can only be determined by monitoring and testing. There are two coal stock piles for rooiwal power station, one at rooiwal power station and the other at pretoria west power station. A volumetric survey is done for accounting and audit purposes, measuring the volume of coal stockpiles at the end of each financial year. Due to the nature of work, one service provider will be appointed. The successful service provider shall submit the calibration certificate of the equipment to be used before commencement of work. 3. Project scope 3.1. Scope this specification makes provision appointment of a service provider to conduct a bulk density survey (dynamic cone penetrometer testing) and volumetric survey at power stations. 3.2. Normative references and definitions the latest revision of the following standards shall apply: • occupational health and safety act, act ; • astm d6951- standard test method for the use of dynamic cone penetrometer and any other standards or legislations that are related to the execution of bulk density and volumetric survey as determined by relevant authorities. 3.3. Requirements • the coal used to fire the boilers is stored in a coal stockpile. IT is necessary to ensure that the construction of the coal stockpile, along with the methodology used, meets proper safety parameters with regard to construction, compilation, and compaction and also to ensure that safe internal conditions prevail in order to prevent spontaneous combustion of the coal. • Regular monitoring of stockpiles is essential, as the purpose of regular monitoring results in a safe product and ensuring the safe storage of the coal. Safety tests are of paramount importance throughout the year, as ambient temperatures can increase within the stockpile which can only be detected by temperature and gas tests. • Penetrometer tests allow for the measurement of the degree of compaction or natural compaction. The gas tests includes the detection of carbon dioxide, carbon monoxide and oxygen are used to determine whether self-heating is taking place, and to ascertain to what extent the below surface atmosphere is inert. The temperature tests indicate the presence of possible hot-spots, or self-heating which cannot always be visibly detected and can only be determined by monitoring and testing. 3.3.1. Volumetric survey (comprehensive monitoring exercise) includes the following: a) the volumetric survey, by way of g.P.S. B) dynamic cone penetrometer testing c) gas tests d) temperature tests e) bulk density determinations 3.3.2. The city of tshwane intends to appoint only one service provider. The service provider will be required to work under the supervision of power stations maintenance teams. 3.4 Workmanship tools/ equipment/ consumables • the bidder shall supply all necessary equipment, tools and consumables. • All protective clothing such as shoes, gloves, visors, and any other personal protective equipment required by the occupational health and safety act and regulations applicable to the work described in the specification, shall also be included in the price. • The contractor shall supply the necessary lighting, extension cables, and electrical safety boxes for the execution of the works. Electric power supply • electrical power for use during the contract works will be supplied free of charge to the contractor and NO connection fee will be levied. • The municipality does not guarantee continuity of supply and NO claims can be made against the city of tshwane for loss of electricity supply. 3.5 Documentation required with tender IT is a requirement of the contract that the service provider maintains an effective documented system for the control of product quality. Tenderers shall comply with a recognized iso 9001, quality assurance standard. 4. Validity period the validity period for the tender after closure is 90 days. 5. Stages of evaluation stage 1: administrative compliance stage 2: mandatory requirements stage 3: preference point system 5.1 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 was a municipal account municipal service charges, rates and taxes statement, or signed lease are up to date: original or copy of municipal agreement or letter from the account statement of the bidder (bidding local councillor provided for the company) not older than 3 months and bidding company? The name account must not be in arrears for more than and / or addresses of the ninety (90) days; or ,signed lease agreement bidder’s statement correspond or in case of bidders located in informal with cipc document, address settlement, rural areas or areas where they on csd or company profile? Are not required to pay rates and taxes a are municipal service charges, letter from the local councillor confirming they rates and taxes up to date (i.e. Are operating in that area 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 municipal agreement or letter from the service charges, rates and taxes are up to local councillor provided for the date: • original or copy of municipal account company’s owners / members / statement of all the south african based directors / major shareholders? Owners / members / directors / major are municipal service charges, shareholders not older than 3 months and the rates and taxes up to date (i.e. Account/s may not be in arrears for more than not in arrears for more than 90 ninety (90) days; or a signed lease agreement days? Of owners / members / directors / major 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 or delegation of authority should be submitted delegation of authority would with the bid document. Be 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 not be considered) or business, whether or not they are bidding for this contract. See question 3.14 Compulsory returnable documentation submitted checklist (guide for (submission of (yes or NO) bidder and the bid these are compulsory) evaluation committee) 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 statements from date of establishment. Bidder is not required by law to prepare audited financial if the bidder is not required by law to prepare statements. 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 in addition to the above the bidder must documents as per (i.e. A to f) submit a joint venture (jv) agreement signed must be provided for all by the relevant parties. Partners of the 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/ correction ink, on the price schedule. 5.2 Mandatory requirements the bidders must with the tender document submit the following requirements, failure of which will result in the bid being disqualified: 5.2.1 Annexure a – schedule of particulars which must be completed in full with ink (black pen), bidders must not refer to brochures or any attached document. Failure to comply will result in the bidder being disqualified. Schedule of particulars completion of the following schedule is mandatory. The following schedules are to be completed and signed by the tenderer. Failure to do so will invalidate the quotation. Description minimum recommended particulars of offer NO. the volumetric survey, by way of g.P.S. Dynamic cone penetrometer testing bulk density and gas tests 1 volumetric survey temperature tests bulk density determinations signature of tenderer: .................................................... 5.2.2 Annexure b – list of references from previous employers for completing the work as set out in the specification. Bidders are required to attach proof of appointment with submission of the tender document. Annexure b - list of references a list of at least two (2) references where work of a similar nature was successfully undertaken by the contractor must be submitted in the table below. This table is to be completed and signed by the tenderer. Tenderers shall not leave this table blank. In the event that NO references exist, the tenderer shall indicate this by inserting the text “none” in the table. Leaving this table blank will invalidate the tender. Company nature of work contact telephone date completed contract value signature of tenderer: .................................................... 5.3 Preference point system the preferential points 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 goals specific goals 80/20 preference proof of specific goals to be point system submitted bb-bee score of companies valid certified copy of BBBEE • level 1 • 8 points certificate. Sworn affidavit for b- • level 2 • 7 points bbee qualifying small enterprise or • level 3 • 6 points exempt micro enterprises or cipc • level 4 • 5 points BBBEE certificate. • 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 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 • city of tshwane 4 points agreement. • Gauteng 2 points • national 1 point 7. Pricing schedule amount (excl VAT) items description unit r c 1 the volumetric survey, by way per stockpile of g.P.S. 2 dynamic cone penetrometer per stockpile testing 3 gas tests per stockpile 4 temperature tests per stockpile 5 bulk density determinations per stockpile total excl VAT VAT total incl VAT nb: the city reserves the right to increase or decrease the quantities of products or services subject to budget availability.