The supply, installation, maintenance of Fire Protection System for - - PowerPoint PPT Presentation

the supply installation maintenance of fire protection
SMART_READER_LITE
LIVE PREVIEW

The supply, installation, maintenance of Fire Protection System for - - PowerPoint PPT Presentation

BRIEFING SESSION The supply, installation, maintenance of Fire Protection System for all the Eskom owned buildings within Limpopo Operating Unit as well as Transmission Northern Grid sites over a period of 36 months on an as and when


slide-1
SLIDE 1

BRIEFING SESSION The supply, installation, maintenance of Fire Protection System for all the Eskom owned buildings within Limpopo Operating Unit as well as Transmission Northern Grid sites over a period of 36 months on an ‘as and when’ required basis. Tender:59CON1908

slide-2
SLIDE 2

2019/11/20 2

Eskom Values (ZIISCE) / Izimiso Ka-Eskom

VALUE MEANING

ZERO HARM​ Eskom will strive to ensure that zero harm befalls its employees, contractors, the public and the natural environment. INTEGRITY Honesty

  • f

purpose, conduct and discipline in actions, and respect for people. INNOVATION Value-adding creativity and results

  • riented. Lead through excellence in

innovation. SINOBUNTU Caring. CUSTOMER SATISFACTION A commitment to meet and strive to exceed the needs of the receivers of products and services. EXCELLENCE Acknowledged by all for exceptional standards, performance and professionalism.

ISIMISO SISHO UKUTHINI

ZERO HARM U-Eskom uzoqhubeka nokulwela ukuqinisekisa ukuthi ukuphepha

  • kupheleleyo

lapho kwenziwa umsebenzi (Zero Harm) kuba yisikompilo kubasebenzi benkampani,

  • sonkontilaki,

umphakathi kanye nokunakekelwa kwemvelo yonkana. UBUQOTHO Ukwenza izinto ngokungaguquki, ngendlela ekhuthaza ukwethenjelwa nokuzibophezela. IKHONO LOKUQAMBA Ukwakha isimiso esivumela ukukhula kwabantu abanamakhono. SINOBUNTU Ukuqhakambisa umusa nozwelo komunye nomunye. UKWANELISEKA KWAMAKHASIM- ENDE Ukuzibophezela ukwenzela amakha- simende umsebenzi

  • muhle

ngokuvelele nangokudlulele. UBUHLE OBUVELELE Ukuqhubeka ukulwela ukuba ngophuma phambili ngokusebenza ngendlela evelele nefaneleyo.

slide-3
SLIDE 3

AGENDA

Evacuation Procedure Welcome Commercial Technical NEC and Price list SHEQ

2019/11/20 3

slide-4
SLIDE 4

2019/11/20 4

Purpose of the clarification meeting

  • To assist the tenderers on the requirements for this tender by

explaining important information which will enable them to compile the tender documents accurately.

  • To explain the implications of the evaluation process and the

evaluation phases which the tender will be subjected to.

slide-5
SLIDE 5

2019/11/20 5

Details of the Enquiry

  • Description : The supply, installation and maintenance of Fire

Protection System for all the Eskom owned buildings within Limpopo Operating Unit as well as Transmission Northern Grid sites over a period of 36 months on an ‘as and when’ required basis

  • Enquiry Number: 59CON1908
  • Closing Date: 11 December 2019 at 10h00 AM SAST (GMT+2)
  • Eskom reserves the right to negotiate with preferred bidders after a

competitive bidding process.

  • Eskom reserves the right to negotiate any aspect that Eskom deems

necessary

  • This is a non-compulsory briefing session
slide-6
SLIDE 6

2019/11/20 6

Details of the Enquiry cont.……

  • Joint ventures will be allowed to participate on this tender in order to enable

empowerment of the emerging entities. Each JV Entity needs to submit its

proof of CSD Registration summary with the tender

  • NO LATE TENDERS WILL BE ACCEPTED. Only tenders submitted at the correct location

and correct closing date and time will be accepted. Refer to page 5-6 of the Invitation to Tender under item 2.2 - 2.5 Tender Submission Information”.

  • Where a submission does not bear the name and address of the Supplier
  • r an Enquiry number, it is an unidentified tender and it is rejected as non-

responsive

  • Please note that due to the large volumes of submissions that are expected, it is advisable

that you do not leave the dropping off your tender at the last minute. This may result in your tender not being received or being placed in the Tender Box by 10h00 on the closing date, in which case your tender will be considered late and not accepted.

  • Tenderers must submit one original and one copy of the original tender document.

Refer to page 6-7 of Invitation to tender item 2.9 - Copy of original tender  Where a Tenderer does not submit two (2) Hard copies; one original and one complete/exact copy of the original tender by the tender submission deadline, the tenderer will be disqualified immediately.

slide-7
SLIDE 7

Eskom Tender Bulletin and National Treasury etenders Portal

2019/11/20 7

Tender documentation can be downloaded from the following: 1.http://tenderbulletin.eskom.co.za/ 2.www.etenders.gov.za The documents included in the Eskom Tender bulletin and the National Treasury e-tenders portal for these tenders are as follows:

slide-8
SLIDE 8

National Treasury etender portal uploaded docs

2019/11/20 8

slide-9
SLIDE 9

Eskom Tender Bulletin

2019/11/20 9

slide-10
SLIDE 10

Eskom Tender Bulletin cont.…….

2019/11/20 10

slide-11
SLIDE 11

Eskom Tender Bulletin cont.…..

2019/11/20 11

slide-12
SLIDE 12

Step 1 : Responsiveness check will be conducted on the following items

  • Meet the eligibility criteria for a tenderer, refer to item 2.1 on page 5-6 of the invitation to

tender

  • Submitted two (2) hard copies; One original and one exact copy of the original tender to

Eskom

  • Submission of the list of mandatory tender returnable
  • Completed and signed declaration of authority form as attached with this tender / submit the

signed resolution by the board confirming that they are duly authorised to sign all documents in connection with this tender.  Completed and signed Integrity Pact Declaration / Supplier declaration of interest  Completed Bill of quantities as included in the NEC3 document Submitted proof of the registration on National Treasury’s Central Supplier Database (except Foreign Suppliers / Central Supplier Database (CSD) number MAAA (……………………….) Non –responsive /Unacceptable tenders will be disqualified

2019/11/20 12

slide-13
SLIDE 13

Continuation of Step 1 :

All responsive tenders will be evaluated further to check the mandatory tender returnable before functionality scoring

  • Refer to page 17 – 25 of the invitation to tender, item 1.3 (Tender returnables) for

the list of tender returnable for a list of mandatory tender returnable for evaluation (to be submitted prior tender closure) as well as the tender returnable that are required prior order award

  • The mandatory commercial and financial tender returnable as stipulated in the

invitation to tender document must be printed, completed, signed and be inserted in the commercial returnable file.

  • Please take note of the following documents that are attached separately in

the portal and forms part of the commercial mandatory returnable :  Authority to submit a tender  Supplier declaration of interest The tenderer will be disqualified if all the mandatory Evaluation tender returnable documents are not submitted on/before the tender submission deadline

2019/11/20 13

slide-14
SLIDE 14

2019/11/20 14

Technical Evaluation

Step 2: Functional Analysis Ensure the following mandatory requirements are met for evaluating functionality threshold requirements: Apply the non-negotiable threshold evaluation (Functionality– Technical) as follows:

  • Functionality (Technical) evaluation
  • A weighted score-card approach is used to evaluate the technical compliance of the

tenders against the specifications. The technical evaluation criteria and weights are as illustrated below:

Functionality Weightings Technical 100% Overall minimum threshold for qualification 70%

slide-15
SLIDE 15

Technical evaluation cont..

  • 2019/11/20

15

Criteria

Comments

  • Experience in supplying , installing,

servicing of Fire extinguisher, Fire Hose Reels, Emergency Telephone System, Gas Fire Suppression System, Smoke Detectors, Sprinker System, Fire Panel and Evaluation System (Experience in supplying , installing and servicing of 5 to 7 of the services listed above=70%

  • Experience in supplying , installing,

servicing of Fire extinguisher, Fire Hose Reels, Emergency Telephone System, Gas Fire Suppression System, Smoke Detectors, Sprinker System, Fire Panel and Evaluation System (Experience in supplying , installing and servicing of all services listed above= 100% Purchase order

  • r completion

Certificate depicting the services Purchase order

  • r completion

Certificate depicting the services

slide-16
SLIDE 16

Technical evaluation cont……

Ensure the following mandatory requirements are met for evaluating functionality threshold requirements:

  • Tenderers to submit valid company proof of registration with SABS in terms of SABS 147
  • Proof of valid registration of employee registered with SAQCC-Fire extinguisher
  • Proof of valid registration of employee registered with SAQCC-Gas
  • Proof of valid registration of employee registered with SAQCC-Fire Detect Ownership of Certificate of

SANAS accredited station for testing CO2 pressure or agreement with accredited facility

2019/11/20 16

slide-17
SLIDE 17

Price and Preference

Step 3: Price and Preference point system Price Evaluation ; refer to page 11-12 of the invitation to tender The price will be calculated / evaluated out of 80 and the maximum 20 points will be allocated to B-BBEE Price Evaluations will be will be evaluated as follows: Review offers for arithmetical errors and/or conduct technical adjustments It should be noted that Pricing data/ Price list Price list as included in the Invitation to Tender is mandatory for evaluation and should be completed and be submitted with this tender prior submission deadline, failure which the tenderers will be disqualified from further evaluations.

2019/11/20 17

slide-18
SLIDE 18

2019/11/20 18

Price and Preference Cont.…….

Continuation of Step 3: Price and Preference point system B- BBEE Evaluation - B-BBEE Scorecard will be applicable B-BBEE status will be scored out of 20 points in accordance with PPPFA. If a tenderer fails to submit proof of B-BBEE status level the tender will not be disqualified (except if B-BBEE level is a pre-qualification criterion) , but tenderer:

  • May only score points out of 80 for price ; and
  • Scores 0 points out of 20 for B-BBEE

Scoring of B-BBEE B-BBEE status will be scored out of 20 points in accordance with matrix contained in the PPPFA regulations, 2017. If a tenderer fails to submit proof of B-BBEE status level the tender will not be disqualified, but tenderer will score 0 points out of 20 for B-BBEE

slide-19
SLIDE 19

Ranking of tenders

Suppliers will be ranked by applying the preferential point scoring based

  • n the 80/20.

a) Eskom will then add the score from Pricing and the B-BBEE level together and rank the suppliers from the highest to the lowest. CRITERIA FOR BREAKING DEADLOCK IN SCORING IN ACCORDANCE WITH PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT 5 of 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2017 IS AS FOLLOWS:

2019/11/20 19

slide-20
SLIDE 20

Continuation of evaluation………

Section 18 18.1) In the event that two or more tenders have scored equal total points, the successful tender must be the one scoring the highest number of preference points B-BEEE 18.2) However, when functionality is part of the evaluation process and two or more tenders have scored equal points including equal preference points for B-BEEE, the successful tender must be the one scoring the highest score for functionality 18.3) Should two or more tenders be equal in all respects, the award shall be decided by the drawing of lots. Eskom Holdings SOC Ltd reserves the right to award a tender to a supplier who may not be the highest scoring or highest ranked supplier in line with Section (2)(1)(f) of the PPPFA. Joint ventures will be allowed to participate on this tender in order to enable empowerment

  • f the emerging entities.

In instances where the tenderers are submitting the tender as a JV, they must all be registered on National Treasury’s Central Supplier Database (except Foreign Suppliers) and submit proof of CSD registration / MAAA number for all participating JV members

2019/11/20registration 20

slide-21
SLIDE 21

Objective Criteria

  • According to legislation (regulation 2(1)(f) of the PPPFA). The contract must

be awarded to the tenderer scoring the highest points unless an objective criterion justifies the award of the tender other than the highest scoring tenderer where applicable.

  • Objective Criteria will not applicable in this instance.
  • Please note:-
  • “Eskom reserves the right to award the tender to a supplier who may not

be the highest scoring/highest ranked tenderer, in line with Section (2) (1) (f) of the PPPFA; subject to the right to negotiate on the objective criteria with the three highest ranked tenderers respectively before award is made

2019/11/20 21

slide-22
SLIDE 22

SCOPE OF WORK

Scope of Work/Works Information/Employers requirements

NEC3 Term Service Contract conditions is published separately on Eskom Tender Bulletin and National Treasury's e-tenders Note: The Scope of Work need not be printed and returned Tenderers are required to provide a covering letter clearly stating their Acceptance of the NEC3 Term Service Contract Conditions, and confirm that their tender is valid for 12 weeks from date of closing.

2019/11/20 22

slide-23
SLIDE 23

Contractual Requirements

The following contractual requirements will be applicable for this tender

  • SHEQ requirements
  • Commercial statutory documents

Refer to page 25- 31 of the invitation to tender SDL&I Undertaking Refer to page 31 of the invitation to tender

2019/11/20 23

slide-24
SLIDE 24

The tender documentation should be packaged in the following format:

Please ensure that each part is packed separately as each of the parts are evaluated independently i.e. you should submit an original for each part and one identical copy of each part therefore in total your submission should consist of 6 parts.

2019/11/20 24

SECTION

Original Copy PART 1 will comprise all Commercial Tender Returnable Requirements including SDL& I Undertaking and Financial returnables (Price list as included in the NEC3 Term Service Contract)

√ √

PART 2 will comprise of the Technical Requirements

√ √

PART 3, 4 and 5 will comprise of the Safety, Environmental and Quality Requirements

√ √

slide-25
SLIDE 25

2019/11/20 25

Other Commercial Requirements

  • Shared resources (e.g. but not limited to test certificates) shall not be accepted.

Tenderer(s) shall be disqualified if found to have misrepresented information on the Tender document

  • No correction fluid to be used on the enquiry document
  • Tenderers are encouraged to continuously check Eskom tender bulletin for the

latest tender updates during this clarification period. This will enable tenderers to familiarise themselves with any new developments in order to tender accurately

  • All certificates submitted must be valid
  • Tender documents must be tamper proof and secured
  • All queries to be addressed to the Buyers (Refer Item 1.1 of the invitation to

tender for buyer’s contact details per service) in writing. No telephone calls will be accepted for queries regarding this tender.

  • Closing time for all queries is 5 working days prior to tender Closing Date, refer

to 2.17 (Clarification on enquiry documents) of the invitation to tender document - page 7.

slide-26
SLIDE 26

Binding of Tender Documents

2019/11/20 26

The pages are not secure and punched

  • Ring binders should not

be used:

 Pages may be removed  Pages tend to come loose from the binding during the stamping and handle process

slide-27
SLIDE 27

Binding of Tender Documents…cont

2019/11/20 27

The clip tends to bend with the size of the tender and during the handling of the tender.

  • Lever Arch Files

should not be used:

 Pages may be removed  Tender Document is not tamper proof

  • File fasters pose a

safety risk when handling tender documents

slide-28
SLIDE 28

Suppliers must ensure:

  • Tender documents are to be tamper proof - to ensure that no

pages may be removed or added during the evaluation and handling process

  • That the Tender document will be secure throughout the tender

handling process

  • That the Tender document is reasonably sized and secure - to

enable stamping and the handling process to be smooth and efficient

  • Tender documents are sealed with binding tape to ensure that the

documents are safe to handle as well as tamper proof

  • NB: there are multiple sections that make request for the same

certificates (e.g. COIDA) Please provide copies of this requirement in each section. As they are bound separately and will be evaluated independently.

2019/11/20 28

slide-29
SLIDE 29

Binding of Tender Documents …. cont

2019/11/20 29

Tamper Proof Binding of Tender Documents

slide-30
SLIDE 30

Notes

2019/11/20 30

Please note that this clarification presentation will be loaded

  • n the Eskom Tender Bulletin and the National Treasury e-

tenders portals as they will serve as minutes of the clarification meeting. Please also note that questions and answers will be loaded

  • n the Eskom Tender Bulletin and the National Treasury e-

tenders portals. Please note that questions should always be sent in writing to the email address stipulated in the Invitation to Tender. Please do not address questions to any Eskom email addresses of persons you may know working for Eskom whether they be employees in the Buying, Safety, Environmental, Quality, Technical or SD&L Sections.

slide-31
SLIDE 31

Thank you