City of uMhlathuze | Supply Chain Management Unit 1 Supplier Name

advertisement
Supplier Name: …………………………………………………………………………………………………………
REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF UMHLATHUZE
Procurement Less than R200 000 (including vat)
(For publication in the City of uMhlathuze Notice Boards and website)
The City of uMhlathuze request your quotation on the goods and/or services listed hereunder and/or on the available RFQ
forms. Please furnish all information as requested and return your quotation on the date stipulated. Late and incomplete
submissions will invalidate the quotation submitted.
ADVERTISEMENT DATE
10 November 2014
PROCUREMENT OFFICER
Phumulani Vilakazi
TEL.NO.
035 907 5775
FAX NO.
035 7511 832
Stk77/14/15
RFQ NO.
DESCRIPTION OF GOODS AND SERVICES
Firm & Fixed for Electrical for 6 months: 01 January
2015 – 30 June 2015
RFQ SPECIFICATION FORMS/DOCUMENTS ARE
OPTAINABLE FROM:
http://www.umhlathuze.gov.za/wpcontent/uploads/2014/09/MBD-AND-DECLARATIONFORMS.pdf
CLOSING DATE FOR QUOTATION
17 November 2014
12H00
TIME
CUMPULSORY SITE MEETING
NO
SITE MEETING DATE AND TIME
N/A
SITE MEETING VENUE
N/A
TECHNICAL ENQUIRIES FOR ADDITIONAL
INFORMATION:
N/A
Quotation above R30 000 will be evaluated on the basis of the 80:20 point system as stipulated in the Preferential
Procurement Policy Framework ( Act number 5 of 2000) and City’s Supply Chain Management Policy and Procedures.
City of uMhlathuze |
Supply Chain Management Unit 1
SIGNATURE OF BIDDER
CAPACITY
PLEASE NOTE THAT NO PRICE INCREASE WILL BE APPROVED AFTER SUBMISSION OF QUOTATION.
REQUEST FOR QUOTATION (RFQ) NUMBER: STK 77/14/15
Delivery Address: STORES AND PROCUREMENT, BETASTRAAL, ALTON, RICHARDS BAY
ITEM DESCRIPTION
UNIT PRICE
DELIVERY
e,g 1 week,
2 weeks
ARM CANTILEVER TRAFFIC SIGNAL POLE HOT
ARM OUTREACH STREET LIGHT 178 X 500 LONG
ARM OUTREACH STREET LIGHT 500mm LONG
ARM OUTREACH STREET LIGHT AEG/UNIVERSAL 1000
ARRESTOR LIGHTNING C/W ROUND+-L-BCT 10KA 12kV edison
BALLAST 400W FOR HPS LAMPS #TRIDONIC OGLS A70 230V 50HZ
BALLAST HP 70W 250V PARMAR # HS 70 XH 220V
BALLAST HPS 250W 250V
BALLAST HPS TRIDONIC B80 1000W 230V
BALLAST METAL HALIDE
BALLAST TRIDONIC B80 380V TO SUIT METAL HALIDE 200
BASE PHOTOCELL NEMA/FISHER PIERCE
BATTERY TORCH R20PP
BOLT EYE GALV M20 X 300mm
BOLTS M16 FOR PIGTAILS ABC CONDUCTOR HOT Dip
2
BOOT ANGLE HEATSHRINK 50-95mm (ISSUE EACH)
BOOT STRAIGHT HEATSHRINK 1500
BOX METER POLE MOUNT 6 WAY 3 CR 12
BRACKET POLE TOP STREET LIGHT DOUBLE
BRACKET POLE TOP STREET LIGHT SINGLE
BUCKLE BANDIT S/STEEL 10mm (3/8in)
BUCKLE BANDIT S/STEEL 13mm (1/2in)
C/B T/P 225 AMP L20B 20KA
C/B T/P 350 AMP HYMAG
C/B T/P 400V 125A 25ka Fuchs F25D
City of uMhlathuze |
Supply Chain Management Unit 2
C/B FUSCHS M25B 830A 400V 25KA 3PHASE
C/B HY-MAG QF-1 26 63A 230V 5Ka 1Pole CURVE 1
C/B HY-MAG QF-3 26 63A 400V 6Ka 3 Pole CURVE 1
C/B T/P 100AMP 15KA LY603 L20B
C/B T/P 200 AMP 15KA HYMAG LY00200A
C/B T/P 400 150AMP 15KA
C/B T/POLE 125 AMP HYMAG 15 KA
C/B T/POLE 400V 100A 5KA SF3-G3 C1 SF38N199 ORANGE
C/B T/POLE 400V 80A 5KA SF 3 G Orange C1
C/B T/POLE HYMAG 400 AMP LY00400
C/B T/POLE HYMAG 450AMP
CABLE 1.5mm 3 CORE(PER ROLL)FLEX PVC OUTER
CABLE Cu 185mm WELDING SINGLE CORE
CABLE EARTH 35mm EARTH COPPER WIRE BECW
CABLE EARTH CU 70mm Bare Earth Copper Wire
CABLE WELDING 120mm
CAP CABLE END HEAT SHRINK 100/45 shrink 100
CAP CABLE END HEAT SHRINK 75-34mm Shrink 75
CARRIER FUSE LEGRAND MODULAR CAT 005806 20K
CLAMP COPPER EARTH 16mm
CLAMP DULMISON PG WOLF
CLAMP PG PLP 1646 DOUBLE BOLT
CLAMP SERVICE FOR AIRDAC CABLE 10-16mm S/S BIAL
CLAMP SERVICE FOR SINGLE ABC CABLE 9-17MM D
CLAMP STRAIN FOR ABC COVERED NEUTRAL CU AL
CLAMP SUSPENSION ABC PIGTAIL TYPE BLACK TO
CLEVIS THIM PREFORM CAB 100 (P.L.P.)
CONNECTOR END WITH INSULATING SLEEVE SIZE 2
CONNECTOR END WITH INSULATING SLEEVE SIZE 3
CONNECTOR I P C BC2WPIF FOR ABC CONDUCTOR D
CONNECTOR IPC 2,5 TO 25 AND 25 TO 95 FOR ABC
CONNECTOR IPC 25-95/25-95 FOR ABC CONDUCTOR
CONNECTOR STRIP 15A
CONTACTOR ALLEN BRADLEY 100-C23*10C 30A 230
CONTACTOR ALLEN BRADLEY 100-C37KF10C 65 A
COUPLING COPPER EARTH SPIKE 16mm
CUBICLE F/GLASS 2 DOOR 1PH 4 WAY
CUBICLE F/GLASS 3 PH 2 DOOR 6 WAY
CUBICLE F/GLASS 3 PH 9 WAY
CURRENT TRANSFORMER CUBE RING 150/5a 10Va CLASS 1cm
CURRENT TRANSFORMER CUBE RING 300/5a 10Va CLASS 1cm
City of uMhlathuze |
Supply Chain Management Unit 3
ELEMENT EXP JPD 11KV 15A
ELEMENT EXP JPD 11KV 25A
End dead preform mink (plp)
FERRULE AL CRIMP ROUND 120mm
FERRULE AL CRIMP ROUND 185mm
FERRULE AL CRIMP ROUND 240mm
FERRULE AL CRIMP ROUND 300mm
FERRULE AL CRIMP ROUND 95mm
FERRULE ALUM CRIMP 185mm SOLIDAL
FERRULE Cu CRIMP ROUND 95mm CABLE
FITTING S/L 250W HPS Bottom Entry - see specifications below
FITTING S/L 100 WATT HPS BEKALANE BOTTOM ENTRY – see specifications
below
FITTING S/L 70 WATT HPS BEKA LANE SIDE ENTRY - see specifications below
FITTING S/L BEKALANE 100W HPS SIDE ENTRY - see specifications below
FITTING S/L BEKASTRADA HPS 250W SON E SIDE ENTRY - see specifications
below
FITTING S/L P/TOP BEKARAY 70 WATT HPS Grey - see specifications below
FUSE 31.5A 12KV OEFMA/KEBXO
FUSE 63AMP 12KV HRC OEFMA/KEBXO
FUSE 80 AMP 11KV HRC KEBOX
FUSE CARTRIDGE HRC 10A 400V 8.5mm X 31.5mm
FUSE DROP OUT P/MOUNTED C/W bracket 11KV Without fuse
FUSE HRC 160A NHG00B 500V AC GL-GG BUSSMAN
FUSE HRC KEBXO TYPE -K- 50A BUSSMAN
FUSE KEBXO 36AMP 11KV (LONG)
FUSE SIBA/BUSSMANN 12KV 50A WITH STRIKER PIN INDOOR
GLAND PRATELY NO 4 C/W SHROUD STEEL
GLAND PRATLEY NO 0 C/W SHROUD STEEL
GLAND PRATLEY NO 1 C/W SHROUD STEEL
GLAND PRATLEY NO 2 C/W SHROUD STEEL
GLAND PRATLEY NO 3 C/W SHROUD STEEL
GRIP STAY DEAD END 7/8 FOR STAY INSULATOR/THIMBLE
INSULATOR STAY WIRE HT 7in X 7/8in SAG S22
KIOSK ELECTRICAL METER 4 WAY 3CR12 STEEL – see specifications below
KIOSK ELECTRICAL METER 6 WAY 3CR12 STEEL - see specifications below
KIOSK ELECTRICAL METER 9 WAY 3CR12 STEEL - see specifications below
KIT JOINT 95 - 185mm XLPE 11KV 3 Core
KIT JOINT 95 185mm XLPW ARMOURED
KIT JOINT H/S 240-300mm x 3CORE PILC BELT/SCREEN
KIT JOINT H/S 95 - 185mm X 3 CORE PILC
City of uMhlathuze |
Supply Chain Management Unit 4
KIT JOINT SCOTCH 82 A2
KIT JOINT SCOTCH 82 A3/JOINTMASTER C3
KIT JOINT SCOTCH 91 A4
KIT JOINT SCOTCH 91 A5
KIT JOINT SCOTCH 91 A6
KIT TERM I/D 35 X 120mm XLPE
KIT TERM I/D 240 – 300mm X 3CORE PILC
KIT TERM I/D 35 – 95mm PILC
KIT TERM I/D TO SUIT 95 - 240MM X 3 CORE XLPE ARM
KIT TERM I/D TO SUIT 95-240mm 3 CORE PILC/DSTA CABLE
KIT TERM O/D TO SUIT 240 – 300mm X 3CORE PILC/DSTA
KIT TERM O/D TO SUIT 95-185mm 3 CORE PILC/DSTA
KIT UNSCREENED CONNECTOR FOR RM6 RMU (RACEME)
LAMP E/S 1000W 220V SON –T- METAL HALIDE WHITE
LAMP E/S 100W HPS SON -ELAMP E/S 125W MERCURY VAPOUR
LAMP E/S 2000W 380V HALIDE MBI/H GES WHITE
LAMP E/S 2000W 380V SON –T- METAL HALIDE WHITE
LAMP E/S 250W HPS SON -ELAMP E/S 400W 220V METAL HALIDE WHITE
LAMP E/S 400W HPS SON -E- (12 PER BOX)
LAMP E/S 400W HPS SON -TLAMP E/S 400W MERCURY VAPOUR
LAMP E/S 70W HPS SON -E- WITH INTERNAL IGNITOR
LAMP ENERGY SAVER 100W ES CAP COOL WHITE (6500K)
LAMP ENERGY SAVER 11W BC CAP COOL WHITE 6500
LAMP ENERGY SAVER 11W E27 ES CAP COOL WHITE
LAMP ROBOT ES75W LONGLIFE KRYPTON OSRAM SIG 100 PER BOX
LAMPS 2D 16 WATT 2PIN OSRAM OR PHILLIPS
LUG AL CRIMP ROUND 120mm X 12mm
LUG AL CRIMP ROUND 185mm X 12mm
LUG AL CRIMP ROUND 240mm X 12mm
LUG AL CRIMP ROUND 300mm X 12mm
LUG AL CRIMP ROUND 70mm x 12mm
LUG AL CRIMP ROUND 95mm X 12mm
LUG AL CRIMP SOLIDAL 120mm X 12mm
LUG AL CRIMP SOLIDAL 150mm X 12mm
LUG AL CRIMP SOLIDAL 185mm x 12mm
LUG AL CRIMP SOLIDAL TRIANGULAR 70mm X 12mm
LUG BI-METAL PRE-INSULATED TO SUIT ABC CONDUCTOR 2
LUG BI-METAL PRE-INSULATED TO SUIT ABC CONDUCTOR 5
City of uMhlathuze |
Supply Chain Management Unit 5
LUG BI-METAL PRE-INSULATED TO SUIT ABC CONDUCTOR 7
LUG COPPER CRIMP 70mm X 10mm
LUG COPPER CRIMP ROUND 1.5 x 5mm
LUG COPPER CRIMP ROUND 25mm X 10mm
LUG COPPER CRIMP ROUND 50mm X 12mm
LUG COPPER CRIMP ROUND 70mm X 16mm
LUG CU CRIMP ROUND 1.5mm X 6mm
LUG CU CRIMP ROUND 10mm X 12mm
LUG CU CRIMP ROUND 120mm X 12mm
LUG CU CRIMP ROUND 150mm x 16mm
LUG CU CRIMP ROUND 16mm X 10mm
LUG CU CRIMP ROUND 16mm X 12mm
LUG CU CRIMP ROUND 16mm X 6mm
LUG CU CRIMP ROUND 185mm X 12mm
LUG CU CRIMP ROUND 240mm X 12mm
LUG CU CRIMP ROUND 35mm X 12mm
LUG CU CRIMP ROUND 70mm X 12mm
LUG CU CRIMP ROUND 95mm X 12mm
Make off 7/8 stay wire pole top
METER 3PH 4WIRE 230/400 5amp
METER ECOLEC EC 110 S/P+NEUTRAL 230V 50h 5-60a CBI
METER ECOLEC EC 130 3PH+NEUTRAL 230V 50h 5-60a KWH CBI
METER ENERMAX 3Phase 3/4 wire 110/400V 1/5A TYPE E+MA-45ZZZ
METER KWA/KVA 3PH 4WIRE 230/400 100amp 64K ENERMAX type E3M5
METER KWH 3PH 4 WIRE 230/400V DIRECT READING 40/100a
METER KWH SINGLE PHASE 230V 20/80 A 50 Hertz sabs 0198/iec21
METER KWH/KVA 3PH 3WIRE 110V 5AMP 64K ENERMAX E3M5
NUT EYE GALV 20mm
PHOTOCELL W/OUT BASE max 15 A - see specifications below
PLUG TOP 3PIN 15A
POLE TOP MAKE OFF LV 3X3,35 STAY
POLE WOOD CROSS ARM 2,5M 140-160MM SABS BEARING
POLE WOOD TRANSMISSION 5M 100-120MM TOP SABS - see specifications
below
POLE WOOD TRANSMISSION 7M 100-120MM TOP SABS - see specifications
below
POLE WOOD TRANSMISSION 11M 160-180MM TOP SABS - see
specifications below
POLE WOOD TRANSMISSION 13M180-200MM TOP SABS - see specifications
below
POLE WOOD TRANSMISSION 9M 140-160MM TOP SABS - see specifications
below
ROBOT 2 ASPECT ARROWS LED DMS 824045
City of uMhlathuze |
Supply Chain Management Unit 6
ROBOT 2 ASPECT LED PEDESTRIAN LIGHT
ROBOT 3 ASPECT LED
ROBOT BACKING BOARD 2 ASPECT - see specifications below
ROBOT BACKING BOARD 3 ASPECT - see specifications below
ROBOT BACKING BOARD 5 ASPECT LEFT TURN - see specifications below
ROBOT BACKING BOARD 5 ASPECT RIGHT TURN - see specifications below
ROBOT BRACKET R ANGLE HOT DIPPED GALV
ROBOT LED TRAFFIC LIGHT MODULE AMBER - see specifications below
ROBOT LED TRAFFIC LIGHT MODULE AMBER ARROW - see specifications
below
ROBOT LED TRAFFIC LIGHT MODULE GREEN - see specifications below
ROBOT LED TRAFFIC LIGHT MODULE GREEN ARROW - see specifications
below
ROBOT LED TRAFFIC LIGHT MODULE GREEN MAN - see specifications below
ROBOT LED TRAFFIC LIGHT MODULE RED - see specifications below
ROBOT LED TRAFFIC LIGHT MODULE RED MAN - see specifications below
ROBOT POLE 6M DOWN REACH
ROBOT POLE ARM 6M HOT DIPPED GALVANISED – see specifications below
ROBOT POLE MOUNTING STRAP WITH BRACKET WASHER BOLT
ROBOT POLE STD GALV FLANGED 3.3M W/OUT BASE
ROBOT POLE TERMINATION BOX
ROBOT REFLECTOR HOOD
Screw pigtail galv coach M10
SLEEVE CRIMP COPPER 1.5mm
SLEEVE CRIMP COPPER 10mm
SLEEVE CRIMP COPPER 16mm
SLEEVE CRIMP COPPER 25mm
SLEEVE CRIMP COPPER 35mm
SLEEVE CRIMP COPPER 4mm
SLEEVE CRIMP COPPER 70mm
SLEEVE REPAIR POWER CABLE WRAP-AROUND SCXR
SOLVENT SAFETY CLEANING FLUID(20L)FOR ELECT PANELS - SUPPLY
16POINT MSD
SPIKE EARTH COPPER 1.8m X 16mm (COPPERWELD)
STARTER 1.2m X 80W BS 3772 (OSRAM)
STARTER FLOURESCENT 4-22W OSRAM
STAY THIMBLE
STAYROD LV NON ADJUSTABLE M12 X 1.5M C/W 300 sq ST
STAYROD MV NON ADJUSTABLE M20 X 2M C/W 450X450sq
STRAP BAND-IT S/STEEL 13mm X 30m
STRAP BAND-IT S/STEEL 10mm
SWITCH MOSDORFER 160A/500V SIBA FUSE 120KA (set of 3)
City of uMhlathuze |
Supply Chain Management Unit 7
SWITCH UNIT MOSDOFER 100AMP TO SUIT ABC 3PH C/W BRACKET
TAP LINE MO -0- -UMET CCL50 - 50mm
TAP LINE MO -2- UMET CCL50 25/BOX 35mm
TAP LINE MO -4- UMET CCL50 - 25mm
TAP LINE MO -8- UMET CCL50 - 10mm
TAPE BARRIER RED/WHITE 500m
TAPE CABLE MARKING (500m)DETECTOR TAPE YELLOW
TAPE ELECT PVC BLACK (SCOTCH 33/PRATLEY)
TAPE EMERY 120GRIT 50mm X 50m
TAPE EMERY 40GRIT 50m ROLL
TAPE EMERY 80GRIT 50m ROLL
TAPE HT SPLICE (SCOTCH 23/PRATLEY)
TAPE SCOTCHFIL PUTTY 38mm WIDE
TEST BLOCK WEIDMULLER 3ct cat no DBN1 TO SUIT 3PH 4WIRE 5A
TEST BLOCK WEIDMULLER 2ct cat no DBN2
TIES CABLE T120R (50/pkt)
TIES CABLE T18R (100/pkt)
TIES CABLE T30R (100/pkt)
TORCH 3 CELL RUBBER WATERTIGHT LED
TUBE FLOURESCENT 1.2M THIN ( 25s )
TUBE FLUORESCENT 1.5m SLIMLINE ( 25s )
TUBE FLUORESCENT 2 FOOT SLIMLINE BI-PIN (25s) PHILIPS
TUBE FLUORESCENT LAMP OSRAM 9W DULUX S ( ea )
VERTICAL POLE FOR 5M CANTILEVER TRAFFIC POLE
WIRE PVC 16mm BLACK
WIRE PVC 16mm BLUE
WIRE PVC 16mm RED
WIRE PVC 16mm WHITE
WIRE STAY GALV 3X10SWG7.35MM DIA 29.1KN
WIRE STAY GALV 7X8SWG 12.24MM DIAMETER 96.8
SPECIFICATIONS:
ASPECTS - LIGHT EMITTING DIODE TRAFFIC LIGHTS (LED) / ROBOT LED ARROWS SPECIFICATION
CONSTRUCTION
The construction of the traffic light shall comply with SANS 1459:2004 and shall be of modular design. The aspect housings shall be fixed together by
means of stainless steel screws to facilitate maintenance. Each detachable aspect housing shall be dust proof, water tight and the traffic light shall be
of a composite design utilising the following materials:



UV stabilised nylon with a 30 % glass fill for rigidity.
High-silicone aluminium where mechanical strength is required.
Grade 304 stainless steel for clips, catches and screws.
The traffic light shall be weather proof and the LED compartment easily accessible for maintenance by means of two quick-release catches. The LED
module, fixed within the reinforced nylon bezzle shall form a rigid compartment door to ensure the aspect remains waterproof over extended
periods. Aluminium mounting bosses on both the top and bottom of the traffic light shall be required for fixing to the pole. The weight of a single
City of uMhlathuze |
Supply Chain Management Unit 8
aspect shall not exceed 1.7 kg, which includes the LED module, visors and mounting hardware. The traffic light shall not corrode, crack or distort
after prolonged exposure to the harsh outdoor conditions experienced in Southern Africa.
LED MODULE
LED modules shall be of a robust, sealed beam design. All internal circuitry shall be protected from dust, moisture and physical damage by a
secondary housing manufactured from a heat resistant, high impact polymer. The lense of the module shall be of a flat design, to minimise the
collection of dust on the outer lense surface. The LED module must have a pluggable electrical connection, screw terminals will not be permitted.
LED OPTICS
The signal shall be of a LED cluster design. A honeycomb diffuser-reflector shall be fitted to improve light-output efficiency and the lense shall also
provide light diffusion without reducing the light intensity on the beam axis. The diffuser-lense/reflector combination shall be designed to eliminate
sun-phantom. The light intensity shall be uniform throughout the surface of the lense and the optics must display a full 200 mm diameter disc. The
design must be such that if a single LED fails, no more than 2 % of the total light output is lost. LED signals must comply with SANS 1459:2004 (for LED
traffic signals).
POWER SUPPLY
The LED power supply shall be of a switchmode design, fused and protected from line surges. The LED signal shall operate from a 50 Hz, AC supply at
input voltages ranging from 184 VAC to 276 VAC (i.e. 230 VAC ± 20%). Any fluctuation of the input voltage within the above range shall have no effect
on the luminous intensity of the signal whatsoever. When driven at an input voltage less than 140 VAC, the power supply must ensure the signal is
completely off. The power supply must ensure that the switch-on and switch off times of the signal do not exceed 100 ms. The LED module shall
have a power factor of 0.9 or better and the power consumption may not exceed 7 VA.
All LED modules must include active loading as part of the power supply. The purpose of this active load is to clamp unwanted residual voltage on
cable cores. The active load may not consume power or dissipate heat when the LED module is switched on. For this reason, a passive resistive clamp
is unacceptable.
MARKING AND DESIGN LIFE
Each LED module shall be legibly and durably marked with the following information:





The manufacturer’s name and product model.
The maximum power consumption.
The input voltage range.
A serial number.
The date of manufacture.
The complete LED module shall be guaranteed for a period of five years, physical and lightning damage excluded.
VISORS
A suitable black pigmented, polyethylene visor projecting 160 mm from the signal face shall be supplied with each aspect. The visor may not obscure
the lense.
CABLE ENTRY AND WIRING
Cable entry shall be at the bottom of the upper aspect’s housing by means of a heavy-duty, reinforced PVC hose. The hose diameter shall be 20 mm
and length shall be as follows:


1 and 2 aspect traffic lights: 1250 mm
3 and 4 aspect traffic lights: 610 mm
Wire colour coding shall be as follows:





Red Signal – Red wire
Amber Signal – White wire
Green Signal – Blue wire
Additional Signal – Grey wire
Neutral – Black wire
EXTERNAL FINISH
The signal head shall be pigmented matt black and any aluminium parts shall be powder coated.
MOUNTING
Each traffic light shall have a thread at the top and bottom of the assembly to facilitate mounting. Two 10 mm set screws and spring washer must be
provided with each traffic light assembly.
A stud with nut leaving thread exposed to the outdoor elements is not acceptable.
City of uMhlathuze |
Supply Chain Management Unit 9
Two right angle brackets including universal pole mounting straps designed to fit poles from 100 mm to 170 mm diameter shall be available to fix
traffic lights to the poles. Pole straps must be tensioned with a set screw and nut, crimping or band-it strapping is not acceptable.
Brackets to mount traffic lights side by side shall be available as an optional extra.
CONFIGURATIONS
The following traffic light configurations shall be available:




3 aspect – S1, S2, S3 and S4
4 aspect – S5, S6 and S7
5 aspect – S8 and S9
2 aspect – S10, S11 (pedestrian) and S12
All the above configurations shall be available for left, right and straight traffic movements.
STATUTORY APPROVAL
The traffic lights must have been successfully tested by the South African Bureau of Standards (SABS) for compliance with SANS 1459:2004 (for LED
traffic signals). Documentary proof of compliance must be submitted.
**********************************************************************************************************
BACKGROUND SCREENS / ROBOT BACKIG BOARDS SPECIFICATIONS
CONSTRUCTION
The background screens shall be 500 mm wide with a full radius on the top and bottom. Dimensions of the background screens shall comply with
Volume 4, Part 3 of the South African Road Signs Manual and the technical requirements of SANS 1459:2004.
Background screens shall be of a modular construction to facilitate maintenance, but shall be supplied as a fully assembled unit for ease of
installation. The unit shall fit directly onto the traffic light without the use of brackets, straps or clamps. Background screens shall be shaped in such a
manner that maximum strength is achieved with a lightweight construction. The screens shall be fitted to the lights with a sufficient number of
screws to spread the windage load, thus preventing breaking of the screens over extended periods. Screens shall be supplied complete with stainless
steel mounting screws.
No visible daylight is allowed to pass between the lantern and the background screen.
MATERIAL
Background screens shall be manufactured from a suitable, UV stabilised, reinforced polymer compound.
FINISH AND BORDER
Background screens shall be machine moulded and pigmented black. All background screens shall be supplied with a 50 mm wide, white border.
CONFIGURATIONS
The following standard background screen configurations shall be available:




2 aspect – S10 and S12
3 aspect – S1, S2, S3 and S4
4 aspect – S5, S6 and S7
5 aspect – S8 and S9
*********************************************************************************************************************
LEDs – (LIGHT EMITTING DIODE) TRAFFIC LIGHT MODULES SPESIFICATIONS
GENERAL
LED modules shall be of a robust, sealed beam design. All internal circuitry shall be protected from dust, moisture and physical damage by a housing
manufactured from heat resistant, high impact polymer. The lense of the module shall be of a flat design, to minimise the collection of dust on the
outer lense surface. The LED module must have a pluggable electrical connection. Both the male and female side must be supplied and the male side
must have a 200 mm long pigtail for retro-fitting purposes. The modules must be able to be retro fitted into existing traffic light housings.
OPTICS
The signal shall be of a LED cluster design. A honeycomb diffuser-reflector shall be fitted to improve light-output efficiency and the lense shall also
provide light diffusion without reducing the light intensity on the beam axis. The diffuser-lense/reflector combination shall be designed to eliminate
City of uMhlathuze |
Supply Chain Management Unit 10
sun-phantom. The light intensity shall be uniform throughout the surface of the lense and the optics must display a full 200 mm diameter disc. The
design must be such that if a single LED fails, no more than 2 % of the total light output is lost. LED signals must comply with SANS 1459:2004 (for LED
traffic signals).
POWER SUPPLY
The LED power supply shall be of a switchmode design, fused and protected from line surges. The LED signal shall operate from a 50 Hz, AC supply at
input voltages ranging from 184 VAC to 276 VAC (i.e. 230 VAC ± 20%). Any fluctuation of the input voltage within the above range shall have no effect
on the luminous intensity of the signal whatsoever. When driven at an input voltage less than 140 VAC, the power supply must ensure the signal is
completely off. The power supply must ensure that the switch-on and switch off times of the signal do not exceed 100 ms. The LED module shall
have a power factor of 0.9 or better and the power consumption may not exceed 7 VA.
All LED modules must include active loading as part of the power supply. The purpose of this active load is to clamp unwanted residual voltage on
cable cores. The active load may not consume power or dissipate heat when the LED module is switched on. For this reason, a passive resistive clamp
is unacceptable.
CONFIGURATIONS
The following standard signal configurations shall be available:







Red, full disc
Amber, full disc
Green, full disc
Amber arrow (left, right or vertical)
Green Arrow (left, right or vertical)
Red standing man
Green walking man
MARKING AND DESIGN LIFE
Each LED module shall be legibly and durably marked with the following information:

The manufacturer’s name and product model.

The maximum power consumption.

The input voltage range.

A serial number.

The date of manufacture.
The complete LED module shall be guaranteed for a period of five years, physical damage excluded.
STATUTORY APPROVAL
The traffic lights must have been successfully tested by the South African Bureau of Standards (SABS) for compliance with SANS 1459:2004 (for LED
traffic signals). Documentary proof of compliance must be submitted.
**********************************************************************************************************************
POLE-TOP TERMINAL BOXES SPECIFICATIONS
CONSTRUCTION
The base of the pole-top terminal box shall be made of UV stabilised nylon with a 30% glass fill, and shall not distort or corrode after prolonged
exposure to outdoor conditions. It shall be designed to fit into a 114 mm O.D. pole with a wall thickness varying from 2 mm to 6 mm and shall be
supplied complete with an adequate number of 6-way, 15 A terminal strips. Six tapered knock-outs shall be provided in the base to accommodate
the PVC conduit for each traffic light mounted on the pole. The cover of the terminal box shall also be manufactured from UV stabilised nylon with a
30% glass fill and be held in position with two quick-release catches. Provision shall be made for fastening of cables to the base of the terminal box.
FINISH
All parts, being corrosion-proof, shall be left uncoated and shall be pigmented matt black.
*********************************************************************************************************
STREET LIGHT FITTINGS SPECIFICATIONS
1.
NORMATIVE REFERENCES
Quality System Assurance SANS/ISO 9002 Part 2
SANS 475:2006
SANS 10098
Luminaires for interior lighting, street lighting and floodlighting -Performance requirements.
Public Lighting Part 1: The lighting of public thoroughfares.
City of uMhlathuze |
Supply Chain Management Unit 11
SANS 0142
The wiring of premises.
SANS 141
Glass-reinforced polyester (GRP) laminates.
SANS 529
Heat-resistant wiring & cables.
SANS ARP 035:2007
Guidelines for the installation and maintenance of street lighting.
SANS 1088:2004
Luminaire entries and spigots.
SANS IEC 60598-2-3
Safety of luminaries - Streetlights
SANS IEC 60598-2-5
Safety of luminaries - Floodlights
SANS 1250:1991
ballasts.
Capacitors for use with fluorescent and other discharge lamp
SANS 1266:2002
lamps).
Ballasts for discharge lamps (excluding tubular fluorescent
SANS 60598-1
SANS 1507:2002
Safety of luminaries.
Electric cables with extruded solid dielectric insulation for fixed installations.
SANS 1574:2004
Electric cables – flexible cord.
SANS 60927:2005
Starting devices (other than glow starters).
SANS IEC 922:1989
lamps).
Ballasts for discharge lamps (excluding tubular fluorescent
SANS IEC 60923:2001
lamps).
Ballasts for discharge lamps (excluding tubular fluorescent
SANS IEC 926:1995
Auxiliaries for lamps – Starting devices: General and safety requirements.
SANS IEC 60927:2005
Performance requirements.
Starting devices (other than glow starters):
SANS IEC 61048:2006
Capacitors for use in tubular fluorescent and other discharge lamp
circuit: General and safety requirements.
SANS IEC 61049:1991
Capacitors for use in tubular fluorescent and other discharge
lamp circuit: Performance requirements.
SANS VC 8011:1999
2.
SPECIFICATION
2.1
Technical Documents
Lamp holders and lamp holder adaptors.
Type test certificates shall be submitted together with a drawing providing full details of each type of luminaire offered at the time of tendering.
Certificates that confirm compliance with the relevant specifications shall be submitted together with the tender document.
Tenderers shall complete technical requirements as per schedule F1, F2, F3, F4, F5, F6, F7, F8, F9, F10, F11 and F12. Tenderers shall fill in the actual
parameters of the luminaries offered. It shall not be sufficient merely to state, “comply” or “not comply”.
2.2
General
2.2.1
Tenderers shall complete the technical schedules on the relevant pages of this specification giving details of fittings they propose to offer
and if the item complies with the relevant SANS specification or any other standard.
City of uMhlathuze |
Supply Chain Management Unit 12
2.2.2
The luminaires shall comply with SANS 475.
2.2.3
Luminaires shall be Class 1 as per SANS 60598-1 and shall be of the totally enclosed type.
2.2.4
Luminaires shall be designed for use under conditions of heavy atmospheric pollution and exposure to high levels of solar (including
ultraviolet) radiation and be suitable for operation at minimum ambient temperature TA of +35°C. (An independent accredited authority must
provide a certificated indicating the luminaires Ta rating) The luminaires will also be exposed to wind, rain, hail and sleet in service.
2.2.5
Luminaires shall have a lamp, control gear and spigot compartment and shall have a degree of protection rating of a minimum
of IP65 rating on the lamp compartment and a minimum of IP65 on the control gear compartment. The post top fitting shall have a minimum IP65
rating. These are minimum ratings and preference may be given to luminaires offered with IP ratings exceeding the minimum requirements,
particularly on the control gear compartment.
2.2.6
All ratings must be certified by a test report confirming compliance with SANS 60598-1. The test report shall be issued by an
SANS or IEC accredited test authority.
2.2.7
Luminaires offered under this contract shall bear the “SABS certification mark for approved performance shown by an “A”
enclosed by a diamond” and shall be tested to the SANS 475 standard.
The City of Umhlathuze reserves the right, when luminaires are delivered, to present a random sample to the SABS for testing. The Supplier shall be
liable for all costs in this regard.
Tenderers who do not comply with this clause will not be considered.
2.2.8
Preference will be given for Luminaires wholly manufactured within South Africa not just assembled. The luminaires diffuser, diffuser
clips, LM6 Control gear housing, cover plates, bottom entry spigot, lamp housing and gear plates must be manufactured within South
Africa.
2.2.9
All luminaires must be produced in an ISO 9001 approved factory. Proof must be provided.
Failure to comply with this will
disqualify the tenderer.
2.3
Guarantee
Tenderers are to provide, at the time of tendering, details of the guarantee given with the luminaries they offer together with the period for which
the guarantee is effective from date of delivery.
2.4
Schedule of particulars for street light luminaries
The types of luminaries required are as follows:
70 Watt high-pressure sodium post top type luminaire.
50 Watt high-pressure sodium street light type luminaire (Bottom & side entry)
70 Watt high-pressure sodium street light type luminaire (Bottom & side entry)
100 Watt high-pressure sodium street light type luminaire (Bottom & side entry)
250 Watt high-pressure sodium street light type luminaire (Bottom & side entry)
400 Watt high-pressure sodium street light type luminaire (Bottom & side entry)
400 Watt high-pressure sodium Floodlight type luminaire
250 Watt high-pressure sodium Floodlight type luminaire
250 Watt Metal Halide Floodlight type luminaire
400 Watt Metal Halide Floodlight type luminaire
1000 Watt Metal Halide Floodlight type luminaire
2000 Watt Metal Halide Floodlight type luminaire
2.5
General Street light specification
Luminaires shall comprise of:
City of uMhlathuze |
Supply Chain Management Unit 13
2.5.1
2.5.2
2.5.3
2.5.4
A lamp canopy.
Diffuser (or lens).
Control gear compartment and
Spigot Compartment
Luminaires shall have a degree of protection that complies with SANS 60598-2-3, SANS 475 and SANS 10098, Part 1 – 1990 Code of Practice Table B1.
The categories shall be:
Lamp Compartment
Control gear compartment
Spigot Compartment
: IP65 (minimum)
: IP65 (minimum)
: IP23 (minimum)
The ratings shall be certified only by a SANS 60598-2-3 test report.
The luminaries shall bear the SANS 475 mark and the SANS IEC 60598-1- safety mark.
2.6
Canopy
2.6.1
The canopy shall be robustly constructed, weatherproof, hail proof, corrosion proof, and vandal
resistant. It shall be manufactured from filled ultra-violet stabilized engineering polymer or high quality corrosion resistant aluminium or aluminium
alloy (Grade LM6 only), which is capable of dissipating the heat generated by the fitting without affecting the canopy or reducing the life of the lamp.
Luminaires shall be constructed from durable lightweight materials and shall be accompanied by comprehensive test reports certifying that the
luminaires have successfully passed accelerated ageing tests (also refer to 2.8 and 5.6 of SANS 475) and shall provide proof that the luminaires have
a satisfactory performance history. Deterioration shall not occur due to electrolytic action or by differential thermal expansion.
2.6.2
Luminaires with aluminium housings shall be of grade LM 6 or higher-grade aluminium alloy and shall comply with BS 1490. The
tenderer shall state the life expectancies for luminaires manufactured from polymeric material, aluminium or of the combination offered. The
luminaire housing shall be warranted to operate without distortion and deterioration for at least 25 years.
An exterior lip shall be provided on the housing to ensure that there is no direct rainwater contact with the gasket between the housing and the
diffuser, thus ensuring that no moisture is sucked into the diffuser when the luminaire is switched off and cools down.
No Dough Moulding Compound (DMC) will be accepted.
2.7
Optical System
2.7.1
The reflector surfaces shall be of high grade 99,98% super pure deep anodised aluminium capable of high performance efficiency shall not
deform due to heat from the lamp.
2.7.2
Reflectors shall not be subject to accidental misalignment thus preventing the possibility of incorrect photometric performance of the
luminaire.
2.7.3
Diffusers shall have no external prisms that could accumulate dirt and thus reduce the light output of the luminaire. Diffusers shall be
constructed in such a manner that the wall thickness of the material is maintained at a constant thickness, hence preventing the projection of lines of
patterns onto the road surface.
2.7.4
Diffusers shall be heat-resistant and shall not discolour, even after prolonged exposure to light, both atmospheric and artificial. Diffusers
shall be manufactured from injection moulded high impact acrylic. Tenderers shall submit documentation with respect to the properties of the
material under service conditions (i.e. Depreciation in light transmission over time and material degradation). Diffusers made of polycarbonate shall
not be acceptable.
Note:
For safety reasons, glass is not a suitable material for inclusion into the luminaire.
2.7.5
Diffusers shall not be subject to distortion or warping. A minimum of three devices (clips or snap-locks permanently fitted to the
housing) shall be provided to secure the diffuser to the housing. Hinges and clips shall be robust and simple to operate. Devices such as wing nuts
and those requiring the use of a tool (e.g. screws) shall be rejected. Bowls that are completely flat, i.e. do not project below the luminaire body, will
not be acceptable.
2.7.6
Diffusers shall have a means to prevent direct contact by rainwater with the one-piece gasket, which shall be permanently fitted into the
housing (e.g. in a tongue and groove arrangement). The gasket shall form a seal when the diffuser is in the closed position, preventing the entry of
dust, moisture and insects into the lamp compartment. The gasket shall be made from silicon sponge or other material, which is not subject to
compression or deterioration in service. If any material other than silicon sponge is offered, supporting documentation with respect to its suitability
in this application shall be provided.
City of uMhlathuze |
Supply Chain Management Unit 14
2.7.7
Luminaire bowls shall be capable of being removed from the luminaire body simply by unclipping for cleaning purposes. The bowl shall
not detach from the luminaire body in the unlikely event of the bowls being left in the open or hanging position when mounted on the pole.
2.7.8
The diffuser shall seat firmly on a silicone sponge gasket so as to exclude moisture, dust and insects. The gasket should be fitted into a
groove in the housing and should be kept in place by a tongue provided on the diffuser, thus ensuring the integrity of the IP rating. A lip shall be
provided to protect gasket from internal and external UV.
2.8
Electrical Components
For the 250W and 400W version the electrical components such as the ballast, capacitor, ignitor, terminal block and circuit breaker, where fitted,
shall be housed in a separate compartment manufactured from high-pressure die cast, corrosion resistant, aluminium of grade LM6. Access to this
must be by its own door. This housing shall prevent the control gear and its components detaching from the luminaire in case of severe whiplash of
the pole. For the other luminaires the ballast, capacitor, ignitor, terminal block and circuit breaker, where fitted, shall be housed in a separate
compartment accessed by its own door.
The control gear housing shall be sealed by a hinged non-corrosive, lightweight cover and shall be accessible from underneath. Access to the gear
compartment, via the gear tray cover, shall not be possible without the use of a screwdriver or key, thus protecting unqualified staff, doing lamp
replacement, against electric shock.
Control gear shall be mounted on a removable control gear tray for ease of maintenance and shall not be mounted on the access door cover.
Ballasts shall comply with SANS 1266 and SANS 1267, SANS IEC 922 and SANS IEC 60923 and be of the encapsulated or the vacuum impregnated
type. They shall bear the SANS 1266 mark.
The process of vacuum impregnation shall be such that the interstices of the windings are completely filled with impregnating material. Connections
shall be brought out to a suitable screw terminal block mounted on the ballast housing.
The electrical components shall all be suitable for continuous operation with the specified rating of the lamp on a 230 volt ±10% 50 Hz single-phase
system.
The internal wiring of the fitting shall be of Teflon insulated wire capable of withstanding high temperatures without deterioration, with protective
sleeving to prevent damage by possible abrasion.
The lamp holder shall be rated to withstand 240 degrees Celsius and shall be so designed to prevent loosening of the lamps caused by vibration. The
lamp holder shall comply with VC 8011.
With luminaires for lamps of greater rating than 150W, the lamp holder shall be mounted firmly to an aluminium bracket, which in turn is connected
to a suitable heat sink. Alternatively the lampholder is to be mounted directly onto aluminium bosses, which protrude from the gear housing.
Capacitors shall comply with SANS 1250, SANS IEC 61048 and SANS IEC 61049 and be of sufficient capacity to raise the power factor of the unit, to a
minimum of 0,90 lagging when operating at 230 volt. They shall bear the SANS mark.
Luminaires for 100 W, 250 W, 400 W high pressure sodium vapour lamps shall be fitted with external ignitors of the superimposed solid state
electronic trigger type which shall comply with SANS IEC 926 and SANS IEC 927. Luminaires for 70 W high pressure sodium vapour lamps shall be
suitable for the internal ignitor lamps. Ignitors, where fitted, shall bear the SANS mark.
2.9
Mechanical Components
All clips, brackets, hinges, nuts, bolts, screws and washers exposed to the atmosphere shall be stainless steel.
All internal clips, brackets, hinges, nuts, bolts, screws, and washers shall be of corrosion resistant materials.
The design of the fittings shall be such that the contact area between dissimilar metals shall not be exposed to the atmosphere.
All holes provided for fixing screws in plastic materials, within the control gear compartment, shall have brass or stainless steel threaded inserts,
which are firmly bonded into the plastic moulding. Tapped holes in the plastic will not be accepted.
2.10
Spigot Entries
The spigot entries shall be according to SANS 1088, i.e.:
Side entry
Bottom entry
:
42 mm diameter x 125 mm deep
:
76 mm diameter x 75 mm deep
City of uMhlathuze |
Supply Chain Management Unit 15
Bottom entry spigots are to be housed within the luminaire. The bottom entry spigot must be 76 mm diameter x 75 mm deep and the spigot base
shall be manufactured from high pressure die cast aluminium of grade LM 6, or higher grade aluminium alloy and shall comply with BS 1490, powder
coated for added protection - Mineral Grey in colour.
No external spigots to be accepted.
All streetlight luminaries shall be available in either side entry or bottom entry.
2.11
Colours
All streetlight fittings shall be available in a Mineral Grey to NCS: K913.
2.12
General Post Top Luminaire Specification
The luminaire shall consist of a spigot base, lamp compartment with integral control gear and top canopy and shall be designed to operate 70 W high
pressure sodium lamps with internal ignitor.
The top cover shall be robustly constructed, weatherproof, hail proof, corrosion proof and vandal resistant. It shall be manufactured from filled ultraviolet stabilised engineering polymer or glass filled nylon and shall be firmly secured with a single cover knob. It shall be coated white on the inside to
improve the efficiency of the luminaire. The external surface shall be Mineral Grey in colour.
A silicon sponge gasket shall be fixed into a groove in the casting to seal the top cover against the diffuser to an IP rating of not less than IP65.
Diffuser shall be manufactured from high impact acrylic.
The top cover shall not be subject to deformation for any reason ensuring that the integrity of the IP rating is not compromised.
Luminaire spigot entries shall comply with SANS 1088 - Table 1 for Type 2, i.e.:
76 mm diameter x 75 mm deep and the spigot base shall be manufactured from high pressure die cast aluminium of grade LM 6, or higher grade
aluminium alloy and shall comply with BS 1490, powder coated for added protection - Mineral Grey in colour.
The luminaire shall be secured to the pole by at least three M8 stainless steel grub screws.
The fittings shall be complete with the integral control gear incorporated inside the luminaire mounted on a removable gear tray. Lamp holders shall
be ES (E27).
The diffuser bowl, which may be round or hexagonal in shape, shall have a means to prevent direct contact by rainwater with the gasket. This applies
to both the gasket sealing the diffuser against the spigot casting as well as the gasket sealing the top cover against the diffuser.
Diffusers shall have no external prisms that could accumulate dirt and thus reduce the light output of the luminaire. Diffusers shall be heat-resistant
and shall not discolour, even after prolonged exposure to light, both atmospheric and artificial. Diffusers shall be manufactured from injection
moulded high impact acrylic. Tenderers shall submit documentation with respect to the properties of the material under service conditions (i.e.
Depreciation in light transmission over time and material degradation). Diffusers made of polycarbonate shall not be acceptable.
4.13
General Floodlight Luminaire Specification 250W, 400W and 1000W
2.13.1 The floodlight luminaire shall be suitable to operate either a 250/400/1000W high pressure sodium 250/400/1000W Metal Halide Lamp.
2.13.2
The floodlight luminaire shall comply with the SANS 60598-2-5 safety mark.and SANS 475 mark and be of the totally
enclosed type and shall bear both of the above SANS marks. Certificated must be provided to prove the above.
2.13.3
The floodlight luminaire shall have a class protection rating of IP 65 on the lamps housing portion of the unit and
IP65 on the control gear portion (only a SANS 60598-2-5 test report will be accepted). Test report to be supplied.
2.13.4
The floodlight luminaire must consist of a LM6 high-pressure die cast aluminium and stainless steel lamp housing
combination with separated but attached LM6 aluminium control gear compartment.
2.13.5
The lamp housing shall consist of two LM6 high-pressure die cast aluminium side plates that control the shape of
the preformed back reflector by aluminium stay bars.
2.13.6
The reflector shall be symmetrical in shape and shall be manufactured from a 99.98 % super pure high purity
brightened anodized aluminium material.
2.13.7
The front glass shall be resistant to heat and discolouring after prolonged exposure to the atmosphere or artificial
light. It shall be held in place by a minimum of four stainless steel clamps.
2.13.8
The stirrup shall be manufactured from 5 x 40 mm hot dipped galvanized steel.
City of uMhlathuze |
Supply Chain Management Unit 16
4.13.9
The control gear compartment shall be manufactured from a minimum grade of LM6 high-pressure die cast aluminium. The lid shall be
secured to the body by 4 stainless steel captive screws and sit within a tongue and groove arrangement.
2.13.10 The control gear compartment for the 1000w version must be manufactured from stainless steel and attached to the stirrup.
2.13.11 The lid is to remain attached by a removable wishbone spring when opened.
2.13.12 All gaskets material shall be silicone rubber.
2.13.13 For the 3 core cable between the lamp housing and the control gear, the live wire shall be extra insulated (double).
2.13.14 Lamp replacement shall be done from the side only by removing a high pressure LM6 die cast aluminium lamp holder housing. It is sealed
with a one piece silicone gasket and held to the floodlight by Two stainless steel screws.
2.14
General Flood Light Luminaire Specification 2000W
2.14.1
The floodlight luminaire shall be suitable to operate either a 2000W Metal Halide Lamp.
2.14.2
The floodlight luminaire shall comply with the SANS 60598-2-5 safety mark. and SANS 475 mark and be of the totally enclosed type and
shall bear both of the above SANS marks. Certificated must be provided to prove the above.
2.14.3
The floodlight luminaire shall have a class protection rating of IP 65 on the lamps housing portion of the unit and IP65 on the control gear
portion (only a SANS 60598-2-5 test report will be accepted). Test report to be supplied.
2.14.4
The floodlight luminaire must consist of a LM6 die cast aluminium lamp housing and control gearbox.
2.14.5
The reflector shall be asymmetrical in shape and shall be manufactured from a 99.98 % super pure high purity brightened anodized
aluminium material. It must consist of a back reflector and two side reflectors.
2.14.6
The front glass shall be resistant to heat and discolouring after prolonged exposure to the atmosphere or artificial light. It shall be held in
place by a minimum of four stainless steel clamps
2.14.7
Lamp replacement shall be done from the side only by removing a high pressure LM6 die cast aluminium lamp holder housing. It is sealed
with a one piece silicone gasket and held to the floodlight by Two stainless steel screws.
2.14.8
The stirrup shall be manufactured from hot dipped galvanized steel.
2.14.9
The remote control gear box must be manufactured from a minimum grade of LM6 high-pressure die cast aluminum. The lid shall be
secured to the body by 4 stainless steel captive screws and sit within a tongue and groove arrangement.
2.14.10
The lamp holder complies with VC 8011.
2.14.11 The control gear is incorporated inside the control gear compartment and is mounted on a removable gear tray. It must be suitable for
operation a 2000W Metal halide lamp on a 380/400V +3%/-10% 50 Hz three-phase system.
2.14.12 All control gear components are removable and bear the relevant SABS mark.
2.14.13 All screws, bolts and metal parts are stainless steel or anti-corrosion treated material.
2.14.14 Mains connections are by means of a suitable screw terminal block with wire clamping contact.
2.14.15 The ignitor must be attached to the outside of the lamp housing, in its own separate box. Where applicable they are of the superposed pulse
type. The luminaire is power factor corrected to a minimum of 0,9.
2.14.16 Luminaire to have stainless steel helicoils where required.
2.15
Electrical Components
The lamp holder complies with VC 8011. The control gear is incorporated inside the control gear compartment and is mounted on a removable gear
tray. It is suitable for operation with either a 250W or 400W lamp on a 230V +3%/-10% 50 Hz single-phase system.
All control gear components are removable and bear the relevant SABS mark.
All screws, bolts and metal parts are stainless steel or anti-corrosion treated material. Mains connections are by means of a suitable screw terminal
block with wire clamping contact.
Ignitors, where applicable, are of the superposed pulse type.
City of uMhlathuze |
Supply Chain Management Unit 17
The luminaire is power factor corrected to a minimum of 0,9.
Luminaire to have stainless steel helicoils where required
2.16 Design and Costing
A streetlight design, based on the information hereunder, and the luminaire offered must be submitted with the tender.
2.17
Scheme Price Master – Instruction
2.17.1
Introduction
Tenders for streetlight luminaries shall be adjudicated on a scheme basis that will realistically reflect cost per kilometer to illuminate various types of
roads.
Tenderers must submit a printout of each streetlight design done with recognized and approved streetlight package such as Ulysse, Relux or Dialux.
The design values as stated in the attached scheme price master Group A and Group B may not be lower than the values stated in SANS 10098 –
1990 Amendment 1, except in the case of the threshold increment where it may not be higher.
A virus-free CD containing the data files of all luminaries offered must be submitted with the tender. Only data supplied by the SANS will be
considered.
Formula – Group A
Calculate the scheme price per luminaire according to the following formula:
Scheme price = 1000/S x (R2000 + P)
Formula – Group B
Calculate the scheme price per luminaire according to the following formula:
Scheme price = 1000/S x (R1000 + P)
Where:
S = lantern spacing in metres to obtain the values stated.
P = price of luminaire excluding lamp and VAT.
2.17.2
Guarantee of Actual Values
The tenderer must guarantee that the actual installation, when measured on a point-by-point basis, will not deviate more than 15% from the
designed point-by-point values.
Should the variants be more than 15% the tenderer shall be obliged to replace the luminaire at their own expense with those that will obtain the
required values.
2.18
Tests
2.18.1
The tests for ingress of dust, solid objects and moisture shall be carried out in accordance with section 9 of SANS 60598-1 and clause 3.13
of SANS 60598-2-3. Test reports confirming that the tests have been carried out as prescribed shall be the only acceptable verification of IP ratings.
Note:
In accordance with the test requirements of the above documents, the luminaire shall be energized and brought to a stable operating
temperature (thermal equilibrium) at its rated voltage before commencement of the tests. Test reports describing tests where the luminaire was not
energized during testing will result in the tender being rejected.
2.18.2
Test reports shall have been issued by SABS or a test authority accredited by SANS.
2.18.3
Tests as described in clauses 3.6.3 through 3.6.5 and clauses 3.7 through 3.15 of SANS 60598-2-3 shall be carried out and the test reports
shall be supplied with the tender.
2.18.4
In addition to the tests described above, luminaire housings shall be subjected to resistance to corrosion and accelerated ageing testing
and hence give a reasonable indication of premature failure and life expectancy of luminaires.
City of uMhlathuze |
Supply Chain Management Unit 18
2.18.5
The acceptance criteria for the accelerated ageing test are as follows:
2.18.5.1
2.18.5.2
2.18.5.3
2.18.6
No signs of material degradation
No cracks on any part of the luminaire; and
No compromise of any of the IP ratings of the luminaire.
The list of test certificates required are:
2.18.6.1
2.18.6.2
2.18.6.3
2.18.6.4
2.18.6.5
2.18.6.6
2.18.6.7
2.18.6.8
2.18.6.8
2.18.6.9
2.18.6.10
Static wind-force test
External and internal wiring
Protection against electric shock
Thermal tests
Resistance to dust, solid objects and moisture
Power factor and lamp voltage
Photometric requirements
Resistance to corrosion
Insulation resistance and electric strength
Resistance to heat, fire and tracking; and
Accelerated ageing tests
KIOSK ELECTRICAL SPECIFICATIONS
1.
SPECIFICATION
1.1
Design
The kiosk shall be designed as per attached drawing E-STD-108B.
1.2
Material
All material used in the manufacturing process shall be new and of the best quality.
The material for the kiosk shall be 3CR12 steel with a wall thickness of not less than 1,6mm.
The internal backing board frame shall be hot dip galvanised steel to SANS 121 or 3CR12 steel.
All bolts, nuts and washers shall be stainless steel. No electro-galvanised or cadmium plated steel will be accepted.
All hinges, door locking devices and other fittings shall be stainless steel. Die-cast aluminium door components are unacceptable.
1.3
Cleaning and painting
The 3CR12 steel surface shall be thoroughly cleaned of all dirt, grease, mill scale, moisture and other contaminants to give it a dry, bright metallic
surface. Immediately thereafter it shall be treated in accordance with the manufacturer’s usual practice for a superior quality product. The
equipment shall be provided with a suitable undercoat, sprayed prior to being fully painted and shall not require further painting after installation.
Complete painting specifications, as proposed by the manufacturer for the individual items of equipment, shall be stated.
The exposed surfaces of the material shall be an acid resistant, ultra violet stabilised colour giving a smooth and even colour finish. The final colour
shall be C37 - light stone to SABS 1091.
1.4
Layout and construction
The kiosk shall comprise of the following:
(i)
A 3CR12 kiosk component complete with a front and a back door;
(ii)
A 3Cr12 steel base that shall be welded to and form a unit with the kiosks component. The kiosk component and base can be
manufactured as one unit;
(iii)
A hot dip galvanised or stainless steel backing board frame;
(iv)
A 6mm tempered masonite backboard, sealed with a suitable undercoat and painted with enamel paint to an orange colour finish;
(v)
A 25mm x 5mm tin coated copper earth bar fitted to the backing board frame;
(vi)
A 40mm x 4mm tin coated copper neutral earth bar fitted to but insulated from the backing board frame;
City of uMhlathuze |
Supply Chain Management Unit 19
(vii)
A 31,50mm x 3,15mm tin coated copper bus bar for each of the live phases fitted to but insulated from the backing board frame.
The kiosk shall be so constructed and sealed to prevent the ingress of water and vermin.
The doors of the kiosk shall be restricted from opening by means of a non-ferrous unit beyond a position that may damage the door hinges.
At least ten evenly spaced 8,50mm diameter holes and four 12,20mm diameter holes shall be drilled into the neutral, earth and live bus bars for the
connection of conductors.
1.5
Labels
A danger notice sign, which comply with the requirements of the Occupational Health and safety Act, is to be embossed or fitted to the doors.
One manufacturer’s nameplate, not larger than 50mm x 100mm may be fitted to the lower let side of the kiosk.
**********************************************************************************************************************
PHOTOCELL SPECIFICATIONS
Operating voltage:
220/270Vac ±10%, 50 Hz
Switching cycles :
Minimum of 15 000 and zero crossover voltage with load rating of 1800VA
Operating temperature:
-20º / +80º
Warranty :
3 years with clear UV protected dome
Ingress Protection:
IP65
Unit to fit standard NEMA socket base and have SABS or CE mark of approval
CANTILEVER TRAFFIC LIGHT POLES (ROBOT POLE ARM 6m HOT DIPPED GALV) SPECIFICATIONS
CONSTRUCTION
The pole shall be designed to support a fixed bracket 6.4 m above road level, overhanging 5 m from the vertical pole. Traffic signal heads and
2
background screens with a total mass of 50 kg and projected windage area of 1.3 m will be fixed to the bracket. The pole shall be supplied in two
sections, each not exceeding 6 m in length, to facilitate transport, storage and installation.
The fixed bracket at the end of the cantilever shall be designed to accommodate any of the following signal configurations complete with
background screens:
• 1 × 3 aspect S1, S2, S3 or S4
• 1 × 4 aspect, S5, S6 or S7
• 1 × 5 aspect, S8 or S9
• 2 × 3 aspect side by side, S4/S1R
It shall also be possible to mount the signals back to back on the cantilever.
The minimum clearance of the overhang arm shall not be less than 5.1 m measured at a point 1 m from the centre of the vertical pole. The clearance
between the highest point on the road and the lowest point on the overhead signal (normally the bottom of the background screen) must exceed
5.1m.
The cantilever shall be pivoted at the mast to facilitate installation and maintenance.
The pole shall be supplied complete with a foundation frame, mounting bolts and levelling washers (conventional hook bolts are not acceptable).
Fixing bolts for the pole and overhead suspension bracket as well as a cable duct must also be supplied.
MATERIAL
The pole shall be manufactured from first grade steel tubing adequately rated for the maximum loading due to the fixed mass and windage. No butt
or longitudinal welds will be permitted.
FINISH
All parts shall be hot-dip galvanized including the foundation frame; all will be thoroughly cleaned and primed with red oxide. Fillet welds shall be
neat and thoroughly cleaned before priming.
City of uMhlathuze |
Supply Chain Management Unit 20
WOODEN POLES SPECIFICATIONS
3.1 Definitions
Crack:
A crack is defined where there is a separation in the wood fibre on the surface or on the end
of the pole or cross arm. A crack is only taken into account when the wood separation is greater than 4mm in width and the length at least 1 x
diameter at the mid point of the crack.
Maximum Permissible Defects:
See table 2 of SANS 753 and SANS 754 and DISPVABY3
Procedure for handling, auditing and stacking of new wooden poles.
Kiln:
A kiln is a device whereby wooden poles are forced dried, a kiln is required to attain a dry bulb
temperature of 80 0C over the length of the cycle, the kiln is required to have reversible air fans which reverse the air at specified times, the kiln is
required to apply moisture into the kiln by means of steam from the boiler , from heated water or sprayed water. The kiln is required to vent
moisture to ensure that the wet bulb depression is maintained according to the intended schedule. The wet- and dry bulb temperatures and kiln
cycle is required to be automatically recorded on computer or graph paper.
4. Requirements
4.1 General
All poles, cross-arms and spacer blocks shall comply with the relevant requirements of SANS 753 and SANS 754 as applicable. The treated product
shall carry the product certification mark of an approved body acceptable to the South African National Accreditation System (SANAS), presently
SABS and SATAS such approved bodies.
No pole or cross-arm shall lie in the forest for a period longer than two months after being felled.
All air drying stacks for poles 7m and shorter shall be in accordance with the permit conditions of the treating plant.
When poles are loaded for transport at the treatment plant, they are to be dry and free of excess
creosote.
4.2
Drying of poles
All poles longer than 7 m, stub poles and cross-arms that are supplied to uMhlathuze Electricity shall be kiln dried.
All kilns shall be operated with a drying schedule for each size of pole. The drying schedules shall be available for auditing. The kiln schedule shall be
recorded on a computer or on a tachograph type recording device. The saved cycle shall show the following: cycle time, dry bulb temperature and
wet bulb temperature. The recorded kiln schedules shall be kept for a minimum of three years. The Management of all plants shall be responsible for
City of uMhlathuze |
Supply Chain Management Unit 21
ensuring that their drying schedules are applicable to the timber species and diameter classes dried. The treating plant’s Management shall audit the
schedules on a regular basis.
Prior to poles being released from the kiln, the moistures content of 8 sample poles per trolley using the oven dried method shall be taken to verify
that the correct moisture content was achieved.
Records of all kiln dried poles, their batch numbers and the kiln records shall be kept at the plant for auditing purposes.
All core samples for moisture and creosote penetrations shall be taken in the middle of the pole and shall not be closer than 200 mm from each
other and 300 mm from each other in the same plane.
Poles to be kiln dried shall not lie in air drying stacks for longer than three months before being kiln
dried.
4.3 Preparation of poles for treating
Poles and cross-arms shall be strength tested prior to being treated, on the following basis:
4.3.1 Eucalyptus poles strength testing
Eight eucalyptus poles or cross-arms out of every 250 poles dried shall be randomly selected and
subjected to strength testing in accordance with SANS 754. A load of 80% of the required ultimate
load as stipulated in SANS 754 shall be applied to the 8 sample poles. Should any one of the selected
samples fail the test, then all of the poles / cross-arms of the entire batch shall be subjected to
strength testing.
This 80% ultimate load shall be applied to each selected pole for a minimum duration of 15 seconds.
All poles and cross-arms thus tested shall be recorded as tested, with each tested pole having a label on the butt of the pole indicating it was tested
in accordance with 4.5.3. The test results shall be recorded and shall form part of a strength test permanent record, which shall kept by the treater.
4.3.2 Pine poles strength testing
All pine poles and cross-arms shall be subjected to strength testing in accordance with SANS 753.
This load to be 80% of the required ultimate load as stipulated in SANS 753. This load shall be
applied to each pole for a minimum duration of 15 seconds. All poles and cross-arms thus tested
shall be recorded as tested, with each tested pole having a label on the butt of the pole indicating it
was tested in accordance with 4.5.3. The test results shall be recorded and shall form part of a
strength test permanent records, which shall be kept by the treater.
4.3.3 Nail Plates
All eucalyptus poles, cross-arms and spacer blocks shall be nail plated on the tip and butt ends. The size of the nail plate shall be such that the area
covered by the nail plate shall be at least 70 % of the area of the applicable pole end; this shall be attained with one nail plate and not multiple nail
plates.
Pine poles do not require nail plating on the tip or the butt ends of the pole or cross-arms.
No part of the nail plate shall protrude over the edge of the ends of the pole.
The nail plate shall have the following minimum requirement:
1) Minimum number of nails to be 3 nails per 10cm², this to be measured from the outer nails
and including the complete inner area of the gang nail.
2) All galvanised material shall have a minimum average reading for three points of nominal
zinc coating thickness of 19 microns on either sides of the nail plate when measured with a
Elcometer coating thickness gauge.
3) No nail shall be closer than 1mm from the edge or more than 4mm from the edge of the nail
plate.
4) The nails of the gang nail shall be evenly spaced over the entire area of the gang nail.
4.4 Treatment of poles
4.4.1 Creosote
Only creosote preservatives as specified in SANS 616 shall be used. Only Type 2,3 & 4 may be used, type 1 creosote may not be used on wooden
poles.
The temperature of the creosote in the treatment cycle in the treatment cylinder shall not to be less
City of uMhlathuze |
Supply Chain Management Unit 22
than 80 °C.
All poles, cross-arms and spacer blocks shall be treated to hazard class H4, as specified in SABS 753 and SANS 754 for normal soils. For marshy soils
(fresh water) wet soil a H5 hazard class must be ordered.
The following is the minimum creosote to be used per H4 of timber.
Eucalyptus:
Tip diameter 80mm – 140mm: 130 kg/m3
Tip diameter 141mm – 220mm: 115 litres/m3 (treat to refusal of 130 kg/m3 or a minimum of 115kg/m3)
Pine
The following is the minimum creosote to be used per m3 of timber.
Tip diameter 80mm – 220: 130 kg/m3
4.5 Labelling of poles
All label lettering shall be at least 4 mm high.
4.5.1 On the face of the pole
One label shall be fixed on the face of the pole at the height specified in SANS 753 and SANS 754
either rectangular or round labels. This label is only to be fixed on the pole face once the pole has had its final inspection and has passed all the
requirements of this specification.
4.5.1.1 Rectangular label
The rectangular plate shall be manufactured from either galvanized mild steel plate 0,5 mm thick or
aluminium plate 0,9 mm thick. The plate shall have minimum dimensions of 75 mm x 55 mm.
The label shall be fixed on the surface of the pole at the height specified in SANS 753 and SANS 754.
The label shall be securely fixed with 4 (four), 40 mm long galvanized nails, at least 2,5 mm in diameter.
4.5.1.2 Circular label
The circular label shall be manufactured from either galvanized mild steel plate 0,5 mm thick or
aluminium plate 0,9 mm thick.
The label shall both be counter sunk 2mm The label shall have minimum diameter of 45mm.
The label shall be fixed on the surface of the pole at the height specified in SANS 753 and SANS 754.
The label shall be securely fixed with 1 (one) 40 mm long galvanized nails, at least 2,5 mm in diameter.
4.5.2 On the top of the pole
A coloured label shall be securely fixed to the top of the treated pole to indicate the minimum top
diameter size of the pole in the class.
These labels shall have a minimum area of 800 mm2 .
The minimum width of the label shall be 25 mm. The labels may be made of a U.V. fade resistant PVC plastic 1,1 mm thick, coloured, galvanized mild
steel 0,5 mm thick or coloured aluminium 0,9 mm thick.
The following colours shall be used for labels on the top of the treated poles:
Green: 80 mm
Orange: 100 mm
Red: 120 mm
Blue 140 mm
Yellow 160 mm
White 180 mm
Purple 200 mm
Green 220 mm
to
to
119 mm
to
to
to
to
to
to
99 mm
139 mm
159 mm
179 mm
199 mm
219 mm
239 mm
The coloured label on the top of the pole shall have the treater’s registered SANS Identification (ID / trade mark stamped on the colour label). The
letters shall not be less than 4mm in height.
4.5.3 On the butt of the pole
City of uMhlathuze |
Supply Chain Management Unit 23
A round galvanized mild steel plate 0,5 mm thick or an aluminium plate 0,9mm thick, 30 mm in
diameter, shall be securely fixed to the butt end of the pole on those poles that have been strength
tested. This label shall be uniquely numbered and all strength-tested poles shall be recorded against the unique number on the butt.
4.5.4 Label on the face of the pole
The following information shall appear on the label that is to be on the face of each pole, cross-arm
and spacer block in accordance with 2.5.1. The rectangular plate shall either be manufactured from
galvanized mild steel plate 0,5 mm thick or aluminium plate 0,9 mm thick.
.
• Treater’s registered ID / trade mark
• Year (in full) and month of treating (e.g. 2009/ 01 )
• Length of pole and tip diameter (e.g. 11 m / 140 mm)
• Specie of pole and strength class (e.g. E55 for eucalyptus 55MPa poles, P55 for pine 55MPa poles)
• Treater’s registered certification body mark (e.g. SABS)
• Unique pole number.
• Air or kiln dried (e.g. kiln or air)
• DSP 34-1647 Rev 1
• Hazard class (H4 for normal use, H5 for poles to be used in swampy wetlands in fresh
water)
4.6 Diameter and length
Cross arms
Length
2,500
Top Diameter
140mm – 160mm
Transmission Poles
Length
5M
7M
9M
11M
12M
13M
14M
Top Diameter
100mm – 120mm
100mm – 120mm
140mm – 160mm
160mm – 180mm
180mm – 200mm
180mm – 200mm
180mm – 200mm
4.7 Quality requirements
The Treater shall have a formally documented and implemented quality management system in
accordance with the international standard ISO9001:2000, Quality management system –
Requirements”. Formal certification of such quality systems is required from a national quality
systems certification body.
4.7.1 Treater’s inspection & release of poles
The treater’s quality control personnel shall subject all poles and cross-arms to a 100 % final
inspection and test.
Each pole shall be incrementally bored at the mid-point of the pole after treatment, to verify the correct solid penetration of creosote.
The creosote penetrations for each pole shall be recorded per unique number. Only after the poles
and cross-arms have been checked by the responsible quality control personnel and have passed all the relevant acceptance criteria defined in this
standard, shall the coloured labels referred to in 4.5.2 and the plant identification label as referred to in 4.5.1 be attached.
These coloured labels shall also serve to indicate that poles/cross-arms have been inspected, tested and confirmed as complying in all respects with
the requirements of this specification.
4.2.2 Reject poles
All poles that are rejected in the plant and cannot be recovered shall have all labels removed from the pole and cross arm prior to moving it to the
reject area of the treatment plant.
4.8 General treatment plant requirements
a) The treater, and any sub-contracted party used, shall have a quality management system,
City of uMhlathuze |
Supply Chain Management Unit 24
which holds valid certification in term of compliance with ISO9001:2000.
b) Each treatment plant shall hold valid certification, permitting it to apply a defined product
certification mark to timber, under a recognized product certification scheme. The product
certification body, shall be approved / recognized by the South African National Accreditation System (SANAS).
.
c) The treater’s scope of registration and schedule of requirements, shall fully meet, and
confirm total compliance with all technical requirements as required by contract, and amended from time to time. Viz Eskom specification : DSP 341647, and National standards : SANS 753 , SANS 754.
d) Only poles treated in pressure vessels will be accepted.
e) The kiln shall be approved and have a proven acceptable schedule so that poles are dried
without developing any honeycombing and/or end checking.
f) The entire kiln drying process shall be recorded on a computer system or graph system that
can be audited at a later date.
g) All cross-arms, and poles longer than 7m shall be kiln dried.
h) Poles 7m and shorter may either be kiln or air-dried.
4.9 Recordable items
The following items are to be recorded on a computer and saved for five years by the plant and be
accessible by auditing staff of uMhlathuze
a) Charge date
b) Charge starting time
c) Charge ending time
d) Temperature of creosote in treating cylinder.(not less that 80C0 ).
e) Vacuim pressure prior to flooding of the cylinder
f) Time of vacuim
g) Actual vacuim pressure (negative pressure)
h) Time and pressure of pressure cycle.
i) Kiln cycle
j) Wet and dry bulb readings throughout cycle
k) Length of time of the poles in the kiln (days and hours)
l) The moisture content of the 8 sample per batch after kiln drying at 25mm, 50mm 75mm and
100mm deep.
4.10 Approved supplier
All manufactures of treated wooden poles that have been approved by IARC approval system will be published on the DT web page.
4.11 Species of timber
All wooden poles and cross-arms for use on uMhlathuze distribution system shall be from
the species listed in tables 1 and 2 below. No other species will be accepted unless research and
testing has been conducted and has been approved by Distribution Technology.
4.12 Cutting of Wooden Poles.
When a wooden pole has been treated to the required creosote retention, the wooden pole may not be cut short unless the entire pole is re-treated
to the required creosote retention as specified in this specification.
Table 1: Species of timber − Eucalyptus
Botanical name
Standard name
Eucalyptus cloeziana
Eucalyptus grandis
Eucalyptus grandis/saligna hybrids
Eucalyptus maculate
Eucalyptus maideni
Eucalyptus microcorys
Eucalyptus paniculata
Cloeziana
Saligna
Saligna
Maculata
Maideni
Microcorys
Paniculata
City of uMhlathuze |
Supply Chain Management Unit 25
Eucalyptus saligna
Saligna
1) Classified as able to withstand a maximum fibre stress (in bending)
of 75 MPa based on the specified minimum top diameter of the pole or
cross-arm and on a taper of 5 mm per metre of length.
ALL BIDDERS MUST PLEASE MAKE SURE THAT THEY KNOW WHAT THER ARE QUOTING FOR.
Conditions
1.
2.
3.
4.
5.
All prices quoted must be exclusive of Value Added Tax (VAT).
Prices quoted must include delivery charges and good must be delivered to the address indicated.
All prices submitted must be firm. “Firm” prices are deemed to be fixed prices, which are only subject to the following statutory changes, namely VAT and
any levy related to customs and excise.
Quantities are given in good faith and without commitment to the City of uMhlathuze.
Vendors not registered for Value Added Tax with SARS will be treated as Non VAT vendors
NB: If quotation exceeds R30 000 (VAT incl.), the successful bidder will be required to submit a valid TAX CLEARANCE CERTIFICATE prior to the order being placed.
NOTE: “Council may not necessarily accept the lowest or any other offer, and reserves the right to select in its favour any, all, or no portion of any offer made.”
City of uMhlathuze |
Supply Chain Management Unit 26
SUPPLY CHAIN MANAGEMENT UNIT
END OF BETASTRAAL
ALTON
RICHARDS BAY
3900
VAT.NO:4690193521
BIDDER:
REQUEST FOR QOUTATION
RFQ NUMBER: Stk77/14/15
RFQ DATE: 10 November 2014
CONTACT PERSON
NAME:
Phumulani Vilakazi
TEL NO:
035 907 5775
FAX NO:
035 7511 832
TEL NO:
FAX NO:
City of uMhlathuze Vendor No. ………………………………………
PLEASE NOTE THAT YOU MUST BE REGISTERED ON THE City of uMhlathuze SUPPLY CHAIN DATABASE
Submission Deadline: 17 November 2014
Submission Closing Time: 12H00
OFFICE USE ONLY:
PRICE/S TO BE VAT EXCLUSIVE
Please submit all Quotations to the fax number stated above
RFQ’S above R30 000-00 to a maximum of R200 000 will be evaluated on the basis pf the 80:20 point system as stipulated in the
Preferential Procurement Policy Framework Act (Act number 5 of 2000).
Point will be allocated as follows:
Points for price:
Points for B-BBEE (Max of 20):
B-BBEE status Level of Contributor
80
Number of Points
(80/20 system)
20
18
16
12
8
6
4
2
0
1
2
3
4
5
6
7
8
Non- Compliant Contributor
uMH Q4
City of uMhlathuze |
Supply Chain Management Unit 27
DECLARATION OF INTEREST MBD 4
1.
No bid will be accepted from persons in the service of the state¹.
2.
Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or
offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof,
be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their
authorised representative declare their position in relation to the evaluating/adjudicating authority.
3.
In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.
3.1
Full Name of bidder or his or her representative: ……………………………………………………………………………………
3.2
Identity Number: ………………………………………………………………………………………………………………………….
3.3
Position occupied in the Company (director, trustee, hareholder²): ……………………………………………………………………
3.4
Company Registration Number: …………………………………………………………………………………………………………...
3.5
Tax Reference Number: …………………………………………………………………………………………………………………….
3.6
VAT Registration Number: ………………………………………………………………………………………………………………….
3.7
The names of all directors / trustees / shareholders members, their individual identity numbers and state employee numbers
must be indicated in paragraph 4 below.
3.8
Are you presently in the service of the state?
3.8.1
If yes, furnish particulars
Yes
No
(Mark appropriate block with “X”)
………………………………………………………………………
………………………………………………………………………
¹MSCM Regulations: “in the service of the state” means to be:(a) a member of –
(i)
any municipal council;
(ii)
any provincial legislature; or
(iii)
the national Assembly or the national Council of provinces;
(b) a member of the board of directors of any municipal entity;
(c) an official of any municipality or municipal entity;
(d) an employee of any national or provincial department, national or provincial public entity or constitutional institution within the
meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);
(e) a member of the accounting authority of any national or provincial public entity; or
(f) an employee of Parliament or a provincial legislature.
² Shareholder” means a person who owns shares in the company and is actively involved in the management of the company or
business and exercises control over the company.
City of uMhlathuze |
Supply Chain Management Unit 28
3.9
Have you been in the service of the state for the past twelve months?
Yes
No
(Mark appropriate block with “X”)
3.9.1 If yes, furnish particulars
………………………………………………………………………
………………………………………………………………………
3.10 Do you have any relationship (family, friend, other) with persons in the service of the state and who may be
involved with the evaluation and or adjudication of this bid?
Yes
No
(Mark appropriate block with “X”)
3.10.1
If yes, furnish particulars
………………………………………………………………….
………………………………………………………………….
3.11 Are you, aware of any relationship (family, friend, other) between any other bidder and any persons in the service
of the state who may be involved with the evaluation and or adjudication of this bid?
Yes
No
(Mark appropriate block with “X”)
3.11.1
If yes, furnish particulars
………………………………………………………………….
………………………………………………………………….
3.12
Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders in service of
the state.
Yes
No
(Mark appropriate block with “X”)
3.12.1
If yes, furnish particulars
………………………………………………………………….
………………………………………………………………….
3.13 Are any spouse, child or parent of the company’s directors trustees, managers, principle shareholders or
stakeholders in service of the state?
Yes
No
(Mark appropriate block with “X”)
3.13.1
If yes, furnish particulars.
………………………………………………………………….
………………………………………………………………….
3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company
have any interest in any other related companies or business whether or not they are bidding for this contract
City of uMhlathuze |
Supply Chain Management Unit 29
.
Yes
No
(Mark appropriate block with “X”)
3.14.1
If yes, furnish particulars.
………………………………………………………………….
………………………………………………………………….
4.
Full details of directors / trustees / members / shareholders.
Full Name
Identity Number
SIGNATURE
State Employee Number
DATE
: ………………………………………………
CAPACITY
: ……………………………………………… NAME OF BIDDER : …………………………………………
City of uMhlathuze |
: …………………………………………
Supply Chain Management Unit 30
Download