standard bidding documents - tenderstream
TRANSCRIPT
i
Ministry of Health and Quality of Life
BIDDING DOCUMENTS
For
Design-Build/Turnkey and Completion of a Neonatal Intensive Care Unit of an approximate area of 343.0 m
2
at Victoria Hospital, Candos
Procurement Reference No: M H P Q / N P / W K S & S / N I C U V H / 2 0 1 8 - 2 0 1 9 / Q 2 1 2 F T
Open National Bidding
Closing date: 22 May 2019
Pre-Bid Meeting: 23 April 2019 at 10.30 hours in the Conference Room, New OPD, Victoria Hospital Pre-Bid Meeting will be followed by a Site-visit
Ministry of Health & Quality of Life 5th Floor, Emmanuel Anquetil Building Port- Louis
Issued date: 05 April 2019
ii
Table of Contents
Invitation for Bids .................................................................................................................................... 1
Section 1. Instructions to Bidders ............................................................................................................. 4 Table of Clauses ...................................................................................................................................... 4 A. General ........................................................................................................................................... 5 B. Bidding Documents ...................................................................................................................... 18 C. Preparation of Bids ....................................................................................................................... 19 D. Submission of Bids ........................................................................................................................ 26 E. Opening and Evaluation of Technical Proposal ............................................................................ 28 F. Opening and Evaluation of Price Proposals .................................................................................. 33 G. Award of Contract ........................................................................................................................ 39
Section 2. Part I – General Conditions of Contract .................................................................................. 42
Section 3. Part II –Conditions of Particular Application .......................................................................... 44
Section 4. Employer’s Requirements ...................................................................................................... 62 Evaluation Criteria ................................................................................................................................ 73
Section 5. Specifications and Performance specifications ...................................................................... 74 General Scope and Conditions ............................................................................................................. 75 3.0 Terms of Reference for Civil/Structural Engineer. .......................................................................... 83 Terms of reference for Electrical Engineer and Performance requirements for Electrical Installation works 90 Terms of reference for Mechanical Engineer ..................................................................................... 108
Section 6. Forms of Bid and Appendices to Bid .................................................................................... 118 Form of Technical Proposal ................................................................................................................ 119 Appendix to Technical Proposal ........................................................................................................ 121 Form of Price Proposal ....................................................................................................................... 124 Appendix to Price Proposal ................................................................................................................ 126
Section 7. Sample Forms ...................................................................................................................... 128 Form of Bid-Securing Declaration ....................................................................................................... 130 Form of Contract Agreement ............................................................................................................. 131 Form of Performance Security............................................................................................................ 132 Form of Preference Security .......................................................................................................... 133 Form of Advance Payment Security ................................................................................................... 134 Form of Acceptance by Consultants ................................................................................................... 135 FORMAT OF CV ................................................................................................................................. 136
Section 8. Schedules ............................................................................................................................ 137 CONTRACT SUM ANALYSIS (FORMAT) ................................................................................................ 138 MAIN SUMMARY ............................................................................................................................... 142 Schedule of Key personnel ................................................................................................................ 143 Schedule of Subcontractors .............................................................................................................. 144
Section 9. Drawings ............................................................................................................................. 145
Section 10. Checklist ........................................................................................................................... 146
1
Invitation for Bids
Date: 05 April 2019
Procurement Reference No.
MHPQ/NP/WKS&S/NICUVH/2018-2019/Q212FT
1. The Ministry of Health & Quality of Life invites sealed bids from eligible bidders for
Design-Build/Turnkey and Completion of a Neonatal Intensive Care Unit of an
approximate area of 343.0 m2 at Victoria Hospital, Candos.
2. Bidders may obtain further information from, and inspect and acquire the bidding
Documents at the Ministry of Health & Quality of Life, 5th
Floor Emmanuel
Anquetil Building, Port- Louis
3. A complete set of bidding documents may be downloaded from the Public Procurement
Portal on publicprocurement.govmu.org
4. All bids must subscribe to a bid securing declaration form in the format contained in
the bidding document, and must be delivered in the bid box located at the address below:
The Ag. Senior Chief Executive
Ministry of Health and Quality of Life
5th
Floor, Emmanuel Anquetil Building, SSR Street
Port Louis
The deadline for the submission of bids is:
Date: Wednesday 22 May 2019
Time: at latest 10.00 hours (local time).
Bids will be opened immediately thereafter in the presence of bidders' representatives
who choose to attend.
The bid opening shall take place at:
The Conference Room
Ministry of Health and Quality of Life
5th
Floor, Emmanuel Anquetil Building, SSR Street
Port Louis
Date: Wednesday 22 May 2019
Time: at 10.15 hours (local time)
2
5. Bidders to fill in the checklist found at section 10 of the bid document and to ensure that all relevant documents are submitted strictly as requested.
Section 1 – Instructions to bidders
3
SECTION 1 INSTRUCTIONS TO BIDDERS
(SINGLE STAGE BIDDING PROCEDURE)
Section 1 – Instructions to bidders
4
Section 1. Instructions to Bidders
Table of Clauses
A. General
1. Scope of Bid 2. Public Entities Related to
Bidding Documents & to challenge & appeal.
3. Corrupt or Fraudulent Practices
4. Eligible Bidders 5. Eligible Materials, Equipment
and Services 6. Qualification of the Bidder 7. One Bid per Bidder 8. Cost of Bidding 9. Site Visit
B. Bidding Documents
10. Content of Bidding Documents 11. Clarification of Bidding
Documents 12. Amendment of Bidding
Documents C. Preparation of Bids
13. Language of Bid 14. Documents Comprising the Bid 15. Bid Form and Price Schedules 16. Bid Prices 17. Currencies of Bid and Payment 18. Bid Validity 19. Bid Security/Bid Securing
Declaration 20. Alternative Proposals by
Bidders 21. Pre-Bid Meeting 22. Format and Signing of Bid
D. Submission of Bids
23. Sealing and Marking of Bids 24. Deadline for Submission of
Bids 25. Late Bids 26. Modification and Withdrawal of
Bids
E. Opening and Evaluation of
Technical Proposals
27. Opening of Technical bids 28. Process to be Confidential 29. Clarification of Technical
Proposals 30. Preliminary Examination of
Technical Proposals 31. Evaluation and Comparison of
Technical Proposals 32. Invitation to Attend Opening of
Price Proposals F. Opening of Price Proposals
33. Bid Opening of Price Proposals
34. Proposals to be Confidential 35. Clarification of Price Proposals 36. Preliminary examination of
bids and determination of responsiveness
37. Correction of Errors 38. Conversion to Single
Currencies 39. Evaluation and Comparison of
Price Proposals 40. Margin of Preference
G. Award of Contract
41. Award 42. Employer’s Right to Accept
any Bid and to Reject any of all Bids
43. Notification of Award 44. Signing of Contract 45. Performance & Preference
Security. 46. Debriefing
Section 1 – Instructions to bidders
5
Section 1: Instructions to bidders
A. General
1. Scope of Bid 1.1 The Ministry of Health & Quality of Life
(hereinafter referred to as "the Employer"),
wishes to receive bids for design-build and
completion of a Neonatal Intensive Care Unit
of an approximate area of 343.0 m2 at
Victoria Hospital, Candos, as defined in these
bidding documents (hereinafter referred to as
"the Works").
A budget of MUR 10 Million (including
professional fees and VAT) is earmarked for
the project.
1.2 The successful bidder will be expected to
complete the works within 6 months from date
of commencement.
2. Public Entities
Related to
Bidding
Documents &
to challenge &
appeal
2.1
2.2
The public entities related to these bidding
documents are the Public Body, acting as
procurement entity, the Procurement Policy
Office, in charge of issuing standard bidding
documents and responsible for any amendment
these may require, and the Independent Review
Panel, set up under section 45 of the Public
Procurement Act 2006 (hereinafter referred to as
the Act.)
Sections 43, 44 and 45 of the Act provide for
challenge and review mechanism. Unsatisfied
bidders shall follow procedures prescribed in
Regulations 48, 49 and 50 of the Public
Procurement Regulations 2008 to challenge
procurement proceedings and award of
procurement contracts or to file application for
review at the Independent Review Panel.
Section 1 – Instructions to bidders
6
3. Corrupt or
Fraudulent
Practices
3.1 It is the policy of the Government of the
Republic of Mauritius to require Public Bodies,
as well as bidders, suppliers, and contractors
and their agents (whether declared or not),
personnel, subcontractors, sub-consultants,
service providers and suppliers, observe the
highest standard of ethics during the
procurement and execution of contracts. 1 In
pursuance of this policy, the Government of the
Republic of Mauritius:
(a) defines, for the purposes of this
provision, the terms set forth below as
follows:
(i) “corrupt practice” is the
offering, giving, receiving or
soliciting, directly or indirectly,
of anything of value to influence
improperly the actions of
another party2;
(ii) “fraudulent practice” is any act
or omission, including a
misrepresentation, that
knowingly or recklessly
misleads, or attempts to
mislead, a party to obtain a
financial or other benefit or to
avoid an obligation; 3
(iii) “collusive practice” is an
arrangement between two or
more parties4 designed to
achieve an improper purpose,
including to influence
1 In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, sub-consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process or contract execution for undue advantage is improper.
2 “Another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes Purchaser’s staff and employees of other organizations taking or reviewing procurement decisions.
3 “Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.
4 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, noncompetitive levels.
5 “Party” refers to a participant in the procurement process or contract execution.
Section 1 – Instructions to bidders
7
improperly the actions of
another party;
(iv) “coercive practice” is impairing
or harming, or threatening to
impair or harm, directly or
indirectly, any party5 or the
property of the party to
influence improperly the actions
of a party;
(v) “obstructive practice” is
(aa) deliberately destroying,
falsifying, altering or
concealing of evidence
material to the
investigation or making
false statements to
investigators in order to
materially impede the
Employer’s investigation
into allegations of a
corrupt, fraudulent,
coercive or collusive
practice; and/or
threatening, harassing or
intimidating any party to
prevent it from disclosing
its knowledge of matters
relevant to the
investigation or from
pursuing the investigation,
or
(bb) acts intended to materially
impede the exercise of the
Employer’s inspection and
audit rights provided for
under sub-clause 4.2
below.
(b) will reject a proposal for award if it
determines that the Bidder
recommended for award has, directly
or through an agent, engaged in
Section 1 – Instructions to bidders
8
corrupt, fraudulent, collusive, coercive
or obstructive practices in competing
for the contract in question; and
(c) will sanction a firm or an individual,
at any time, in accordance with
prevailing legislations, including by
publicly declaring such firm or
individual ineligible, for a stated
period of time: (i) to be awarded a
public contract; and (ii) to be a
nominatedb sub-contractor, consultant,
manufacturer or supplier, or service
provider of an otherwise eligible firm
being awarded a public contract.
3.2 Furthermore, bidders shall be aware of the
provision under sub-clause 15.2 (f) of the
Conditions of Contract, Part II.
3.3 In pursuance of this policy, Bidders shall permit
the Employer to inspect any accounts and
records and other documents relating to the Bid
submission and contract performance, and to
have them audited by auditors appointed by the
Employer.
b A nominated sub-contractor, consultant, manufacturer or supplier, or service provider
(different names are used depending on the particular bidding document) is one which either has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that are accounted for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by the Purchaser.
Section 1 – Instructions to bidders
9
3.4
3.5
Bidders, suppliers and public officials shall also
be aware of the provisions stated in sections 51
and 52 of the Public Procurement Act which can
be consulted on the website of the Procurement
Policy Office (PPO): http://ppo.govmu.org.
The Employer commits itself to take all
measures necessary to prevent fraud and
corruption and ensures that none of its staff,
personally or through his/her close relatives or
through a third party, will in connection with the
bid for, or the execution of a contract, demand,
take a promise for or accept, for him/herself or
third person, any material or immaterial benefit
which he/she is not legally entitled to. If the
Employer obtains information on the conduct of
any of its employees which is a criminal offence
under the relevant Anti-Corruption Laws of
Mauritius or if there be a substantive suspicion
in this regard, he will inform the relevant
authority(ies)and in addition can initiate
disciplinary actions. Furthermore, such bid shall
be rejected
4. Eligible
Bidders
4.1
A Bidder, and all parties constituting the Bidder,
shall have the nationality of an eligible country
subject to section 17 of the Act. A Bidder shall
be deemed to have the nationality of a country if
the Bidder is a citizen or is constituted, or
incorporated, and operates in conformity with
the provisions of the laws of that country. This
criterion shall also apply to the determination of
the nationality of proposed subcontractors or
suppliers for any part of the Contract including
related services.
(a) With a view to facilitating
participation by bidders, the
public body shall accept the
submission by bidders of
equivalent documentation when
particular documents required by
the bidding documents are not
available or issued, for example,
in a foreign bidder’s country of
origin.
Section 1 – Instructions to bidders
10
4.2
4.3
(b) Public bodies may also accept
certifications from bidders
attesting to compliance with
eligibility requirements.
Public bodies may require the submission of
signed statements from the bidders, certifying
eligibility, in the absence of other documentary
evidence establishing eligibility.
Eligibility requirements may concern:
(a) business registration, for which evidence
may include the certificate of company
registration;
(b) tax status, for which documentation of tax
registration and tax clearance are relevant;
(c) certifications by the bidder of the absence of
a debarment order and absence of conflict of
interest; and
(d) certification of status regarding conviction
for any offence involving fraud, corruption or
dishonesty.
A Bidder shall not have a conflict of interest.
All Bidders found to have a conflict of interest
shall be disqualified. A Bidder may be
considered to have a conflict of interest with
one or more parties in this bidding process, if :
(a) they have a controlling partner in
common; or
(b) they receive or have received any direct
or indirect subsidy from any of them; or
(c) they have the same legal representative
for purposes of this bid; or
(d) they have a relationship with each other,
directly or through common third
parties, that puts them in a position to
have access to information about or
Section 1 – Instructions to bidders
11
4.4
4.5
4.6
influence on the Bid of another Bidder,
or influence the decisions of the
Employer regarding this bidding
process; or
(e) a Bidder participates in more than one
bid in this bidding process. Participation
by a Bidder in more than one Bid will
result in the disqualification of all Bids
in which the party is involved.
However, this does not limit the
inclusion of the same subcontractor in
more than one bid; or
(f) a Bidder or any of its affiliates
participated as a consultant in the
preparation of the design or technical
specifications of the contract that is the
subject of the Bid; or
(g) a Bidder, or any of its affiliates has been
hired (or is proposed to be hired) by the
Employer as Engineer for the contract.
(a) A firm that is under a declaration of
ineligibility by the Government of
Mauritius in accordance with applicable
laws at the date of the deadline for bid
submission and thereafter shall be
disqualified.
(b) Bids from firms appearing on the
ineligibility lists of African
Development Bank, Asian Development
Bank, European Bank for
Reconstruction and Development, Inter-
American Development Bank Group and
World Bank Group shall be rejected.
Links for checking the ineligibility lists
are available on the PPO’s website:
http://ppo.govmu.org.
Government-owned enterprises in the Republic
of Mauritius shall be eligible only if they can
establish that they: (i) are legally and financially
autonomous; (ii) operate under commercial law;
Section 1 – Instructions to bidders
12
4.7
and (iii) that they are not a dependent agency of
the Government.
(1) While submitting any bid, a foreign
individual, firm, company or institution,
shall specify whether or not any agent has
been appointed in Mauritius, and if so:
(a) the name and address of the
agent;
(b) the figure of the commission
amount payable to the agent,
type of currency and mode of
payment;
(c) any other condition agreed with
the agent; and income tax
registration certificate of the local
agent and acceptance letter of the
agent.
(2) If a bid submitted stated that there is no local
agent, and if it is proved thereafter that there
exists an agent or if a bid has stated an
amount for a commission and it is proven
that there exists a higher amount for that
commission, action shall be taken against
him for suspension and debarment in
accordance with section 53 of the Act.
Bidders shall provide such evidence of their
continued eligibility satisfactory to the Public
Body, as the Public Body shall reasonably
request.
5. Eligible
Materials,
Equipment
and Services
5.1 The materials, equipment, and services to be
supplied under the Contract shall have their
origin in eligible source countries as defined in
Sub-Clause 4.1 above and all expenditures made
under the Contract will be limited to such
materials, equipment, and services. At the
Employer's request, bidders may be required to
provide evidence of the origin of materials,
equipment, and services.
Section 1 – Instructions to bidders
13
5.2 For purposes of Sub-Clause 5.1 above,
"services" means the works and all project-
related services including design services.
5.3 For purposes of Sub-Clause 5.1 above, “origin"
means the place where the materials and
equipment are mined, grown, produced or
manufactured, and from which the services are
provided. Materials and equipment are produced
when, through manufacturing, processing or
substantial or major assembling of components,
a commercially recognized product results that
is substantially different in basic characteristics
or in purpose or utility from its components.
6. Qualification
of the Bidder
6.1
To be qualified for award of Contract, bidders
shall:
(a) ensure that the person signing the bid on
behalf of the bidding firm is duly authorized to
commit the company in the procurement
process.
(b) have adequate financial and technical
capacity to undertake the contract and must
include the information and documents
below with their bids in sufficient details:
(i) List of past and current projects
stating the clients’ names and contact
details, date of start/completion,
bidders contract value. Bidders must
have experience of at least 5 years in
building construction works.
(ii) Experience as prime contractor in
at least one contract within the last
five years of a value of at least
Rupees Seven Million Five hundred
Million (MUR 7,500,000/-that have
Section 1 – Instructions to bidders
14
been successfully and substantially
completed.
(iii) Experience as prime contractor
in at least one project of a similar
nature, size and complexity for the
last Five (5) years prior to the
applicants submission deadline
(works cited should have been
complete).
For item (ii) & (iii) above the bidder
shall submit evidence of having
executed the projects stated as prime
contractor, in the form of (1) letter of
confirmation from the project
Engineer, Architect, Quantity
Surveyor or Project Manager or (2)
any other acceptable proof.
(iv) The Bidder must demonstrate
access to, or availability of financial
resources such as liquid assets,
unencumbered real assets, lines of
credit, and other financial means net
of other contractual commitments
and exclusive of any contractual
advance payments to meet a cash-
flow of Six Million (Rs 2.5,000,000)
for this project. The bidder shall
produce original documentary
evidence from a recognized financial
institution regarding his liquid assets
and/or availability of credit facilities.
The statement should be dated not
more than one month prior to the
date of submission and should
mention the name of the project.
(v) Audited accounts/ Financial
Statements as applicable for the past
Three (3) years. The assessment of
the financial soundness of the bidder
shall be based on a pass/fail basis on
its overall performance including its
Section 1 – Instructions to bidders
15
profitability. Bidders must have
earned profit in at least one year over
the last three (3) years. The Bidders
must have a minimum average
financial amount of construction
works of Rs 10 Million over the last
three years as reflected in the
financial statements.
(vi) information regarding any
litigation, current or past during the
past five years, in which the Bidder
was/is involved, the disputed amounts
and awards.
Key personnel:
(vii) a full time Site Agent/Contract
Manager holding a minimum five
years experience in works of an
equivalent nature and volume; and
holding a degree in Building and
Civil engineering from the University
of Mauritius or any similar
qualifications.
(viii) One General Foreman with a
minimum of 5 years experience.
(ix)A Mechanical and Electrical
coordinator holding qualification and
registration as electrical engineer,
with a minimum post registration
experience of seven years in the
design, supervision and coordination
of building services installation in at
least one building project.
(x) One Electrical Technician with a
minimum of 5 years experience
holding the Part II Electrical
Engineering Technician’s Certificate
280 or 803 of the City and Guilds of
Section 1 – Instructions to bidders
16
London.
(vii) At least one experienced
electrician holding the National
Trade Certificate (NTC) in electrical
installation works (Module 1,2,3)
issued by the Mauritius Examinations
Syndicate and the IVTB.
(xi) One qualified Health and safety
officer.
The bidder shall submit (1) recent
signed C.Vs of the proposed
personnel, detailing experience and
qualifications, (2) signed agreements
from the proposed personnel to be
deployed on this contract.
(c) Submit proposals regarding work
methods, scheduling and resourcing, major
items of construction equipment proposed to
carry out the contract, subcontracting, which
shall be provided in sufficient detail to
confirm the bidder’s capability to complete
the works in accordance with the Employer’s
requirements, specifications and the time for
completion.
6.2 Bids submitted by a joint venture of two or
more firms as partners shall comply with the
following requirements:
(a) the bid, and in case of a successful bid,
the Form of Contract Agreement, shall
be signed so as to be legally binding on
all partners;
(b) one of the partners shall be authorized
to be in charge; and this authorization
shall be evidenced by submitting a
power of attorney signed by legally
authorized signatories of all the
partners;
Section 1 – Instructions to bidders
17
(c) the partner in charge shall be authorized
to incur liabilities, receive payments
and receive instructions for and on
behalf of any or all partners of the joint
venture and the entire execution of the
Contract;
(d) all partners of the joint venture shall be
jointly and severally liable for the
execution of the Contract in accordance
with the Contract terms, and a relevant
statement to this effect shall be included
in the authorization mentioned under (b)
above as well as in the Bid Form and
the Form of Contract Agreement (in
case of a successful bid); and
(e) a copy of the agreement entered into by
the joint venture partners shall be
submitted with the bid.
6.3 Bidders shall also submit proposals of work
methods and schedule in sufficient detail to
demonstrate the adequacy of the bidder’s
proposals to meet the Employer's Requirements
and the completion time referred to in Sub-
Clause 1.2 above.
7. One Bid per
Bidder
7.1 Each bidder shall submit only one bid either by
itself, or as a partner in a joint venture. A
bidder who submits or participates in more than
one bid will cause all those bids to be rejected.
8. Cost of Bidding 8.1 The Bidder shall bear all costs associated with
the preparation and submission of its Bid, and
the Employer shall in no case be responsible or
liable for those costs, regardless of the conduct
or outcome of the bidding process.
9. Site Visit 9.1 The bidder is advised to visit and examine the
Site of Works and its surroundings and obtain
for itself on its own responsibility all
information that may be necessary for preparing
the bid and entering into a contract for the
design-build and completion of the Works. The
Section 1 – Instructions to bidders
18
costs of visiting the Site shall be at the bidder's
own expense.
9.2 The Bidder and any of its personnel or agents
will be granted permission by the Employer to
enter upon its premises and lands for the
purpose of such visit, but only upon the express
condition that the Bidder, its personnel, and
agents will release and indemnify the Employer
and its personnel and agents from and against all
liability in respect thereof, and will be
responsible for death or personal injury, loss of
or damage to property, and any other loss,
damage, costs, and expenses incurred as a result
of the inspection.
9.3 The Employer may conduct a Site visit
concurrently with the Pre-Bid Meeting referred
to in Clause 21.
B. Bidding Documents
10. Content of
Bidding
Documents
10.1 The bidding documents are those stated below,
and should be read in conjunction with any
Addenda issued in accordance with Clause 12:
Invitation for Bids
Section1 Instructions to Bidders
2 Part I - General Conditions
3 Part II - Conditions of Particular
Application
4 Employer's Requirements
5 Form of Bid and Appendix to
Bid
6 Sample Forms
7 Schedules
8 Drawings
10.2 The bidder is expected to examine carefully the
contents of the bidding documents. Failure to
comply with the requirements of bid submission
will be at the bidder's own risk. Pursuant to
Clause 30, bids which are not substantially
responsive to the requirements of the bidding
documents will be rejected.
Section 1 – Instructions to bidders
19
11. Clarification of
Bidding
Documents
11.1 A prospective bidder requiring any clarification
of the bidding documents may notify the
Employer in writing or by fax (hereinafter the
term “fax" is deemed to include electronic
transmission) at the Employer's address
indicated in the Invitation for Bids. The
Employer will respond to any request for
clarification which it receives earlier than 15
days prior to the deadline for submission of
bids. Copies of the Employer's response,
including a description of the inquiry, will be
forwarded to all purchasers of the bidding
documents.
12. Amendment of
Bidding
Documents
12.1 At any time prior to the deadline for submission
of bids, the Employer may, for any reason,
whether at its own initiative or in response to a
clarification requested by a prospective
bidder, modify the bidding documents by
issuing addenda.
12.2 Any addendum thus issued shall be part of the
bidding documents pursuant to Sub-Clause 10.1,
and shall be communicated in writing or by fax
to all purchasers of the bidding documents.
Prospective bidders shall acknowledge receipt
of each addendum by fax to the Employer.
12.3 To afford prospective bidders reasonable time in
which to take an addendum into account in
preparing their bids, the Employer may extend
the deadline for submission of bids, in
accordance with Clause 24.
C. Preparation of Bids
13. Language 13.1 The Bid as well as all correspondence and
documents relating to the bid exchanged by the
Bidder and the Employer, shall be written in
English. Supporting documents and printed
literature that are part of the Bid may be in
another language provided they are
accompanied by an accurate translation of the
relevant passages in English, in which case, for
purposes of interpretation of the Bid, such
translation shall govern.
Section 1 – Instructions to bidders
20
Notwithstanding the above, documents in
French submitted with the bid may be accepted
without translation.
14. Documents
Comprising the
Bid
14.1
14.2
14.3
The Bid submitted by the bidder shall comprise
two envelope submitted simultaneously, one
containing only the technical proposal and the
other the price proposal
The Technical Proposal shall contain the
following:
(i) Bid Form for Technical Proposal
and Appendix to Technical
proposal;
(ii) Form of Bid Security or Bid
Securing Declaration;
(iii) Information on Qualification;
(iv) Confirmation of Eligibility;
(v) Schedule of Major Items of
Equipment;
(vi) Schedule of Major Items of
Constructional Plant;
(vii) Schedule of Key Personnel;
(viii) Schedule of Subcontractors;
(ix) Form of acceptance by Consultants
(x) C.V of personnel & Consultants
(xi) Schedule of Compliance sheets
(xii) Drawings & Report
(xiii) any other materials required to be
completed and submitted by bidders
in accordance with these Instructions
to Bidders.
The Price proposal shall contain the following:
(i) Bid Form for Price Proposal and Appendix
to Price Proposal;
(ii) Filled-in Contract sum analysis/Breakdown
of contractor’s price’;
(iii) Schedule of prices (if any);
Section 1 – Instructions to bidders
21
(iv) Any other materials required to be
completed and submitted by bidders in
accordance with these Instructions to
Bidders.
15. Bid Form and
Price Schedules
15.1 The Bidder shall complete the Bid Form and the
appropriate Price Schedules furnished in the
bidding documents in the manner and detail
indicated therein, following the requirements of
Clauses 16 and 17;
16. Bid Prices 16.1 Unless specified otherwise in Employer's
Requirements, Bidders shall quote for the entire
facilities on a “single responsibility" basis such
that the total bid price covers all the Contractor's
obligations mentioned in or to be reasonably
inferred from the bidding documents in respect
of the design, manufacture, including
procurement and subcontracting (if any),
delivery, construction, installation and
completion of the facilities. This includes all
requirements under the Contractor's
responsibilities for testing, pre-commissioning
and commissioning of the facilities and, where
so required by the bidding documents, the
acquisition of all permits, approvals and
licenses, etc., operation maintenance and
training services and such other items and
services as may be specified in the bidding
documents, all in accordance with the
requirements of the Conditions of Contract.
16.2 Bidders shall give a breakdown of the prices in
the manner and detail called for in the Schedules
of Prices.
16.3
NOT
APPLICABLE
In the Schedules, Bidders shall give the required
details and a breakdown of their prices,
including all taxes, duties, levies, and charges
payable in the Employer's country as of twenty
eight (28) days prior to the deadline for
submission of bids, as follows:
(a) Design including all necessary drawings
Section 1 – Instructions to bidders
22
and documentation for the Work.
(b) Plant and equipment to be supplied
from outside the Employer's country
(Schedules of Prices: II) shall be quoted
on a CIF port-of entry. In addition, the
FOB price and import duties and taxes
shall also be indicated separately
(c) Plant and equipment manufactured or
fabricated within the Employer's
country (Schedules of Prices: III) shall
be quoted on an EXW (ex-factory, ex-
works, ex-warehouse or off-the-shelf, as
applicable) basis and shall be inclusive
of all costs as well as duties and taxes
paid or payable on components and raw
materials incorporated or to be
incorporated in the facilities. In addition
VAT shall be indicated separately
(d) Civil Works, Installation and Other
Services shall be quoted separately
(Schedules of Prices: IV) and shall
include rates or prices for all labour,
contractor's equipment, temporary
works, materials, consumables and all
matters and things of whatsoever
nature, including local transportation,
operations and maintenance services,
the provision of operations and
maintenance manuals, training, etc.
where identified In the bidding
documents, as necessary for the proper
execution of the Civil Works,
Installation and Other Services.
(e) Recommended spare parts shall be
quoted separately (Schedules of Prices:
VI) as specified in either subparagraph
(b) or (c) above in accordance with the
origin of the spare parts.
16.4 The terms EXW, CIF, and FOB shall be
governed by the rules prescribed in the current
edition of Incoterms, published by the
International Chamber of Commerce, Paris.
Section 1 – Instructions to bidders
23
16.5
Not applicable
Prices quoted by the bidder shall be subject to
adjustment during performance of the contract
to reflect changes in the cost of labor, fuel,
material, equipment and transport components
in accordance with the procedures specified in
Sub Clause 13.17 of the Conditions of
Particular Application. The price adjustment
provision will not be taken into consideration in
bid evaluation. Bidders are required to indicate
the source of labor, equipment and material
indices in the Schedule of Coefficients and
Indices for Price Adjustment.
17. Bid Currencies 17.1 Prices shall be quoted in Mauritian Rupees
(MUR)
17.2
Not applicable Bidders shall indicate their expected foreign
currency requirements in the Appendix to Price
Proposal.
17.3
Not applicable Bidders may be required by the Employer to
clarify their local and foreign currency
requirements, and to substantiate that the
amounts included in the Schedule of Prices and
shown in the Appendix to Bid are reasonable
and responsive to Sub-Clause 16.1 in which
case a detailed breakdown of its foreign
currency requirements shall be provided by the
bidder.
17.4
Not applicable
During the progress of the Works, the foreign
currency portions of the outstanding balance of
the Contract Price may be adjusted by
agreement between the Employer and the
Contractor to reflect any changes in foreign
currency requirements for the contract, in
accordance with Clause 13.15 of the Conditions
of Particular Application. Any such adjustment
shall be effected by comparing the amounts
quoted in the bid with the amounts already used
in the Works and the Contractor's future needs
for imported items.
Section 1 – Instructions to bidders
24
18. Bid Validity 18.1 Bids shall remain valid for a period of 120 days
after the closing date for submission of bids
specified in Sub-Clause 24.1.
18.2 In exceptional circumstances, prior to expiry of
the original bid validity period, the Employer
may request that the bidders extend the period
of validity for a specified additional period. The
request and the responses thereto shall be made
in writing or by fax. A bidder may refuse the
request without forfeiting its bid security or
having the bid securing declaration executed. A
bidder agreeing to the request will not be
required or permitted to modify its bid, but will
be required to extend the validity of its bid
security or bid securing declaration for the
period of the extension, and in compliance with
Clause 19 in all respects.
19. Bid Securing
Declaration
19.1
The Bidder shall furnish as part of its bid a Bid
Securing Declaration, accepting that if it
withdraws or modifies its bid during the period
of validity of the bid or does not accept
correction of arithmetical error or if it is
awarded the contract and fails to sign the
contract or to submit a performance security
before the deadline defined in the bidding
documents, it may be disqualified for a period
of time from being eligible for bidding in any
public contract.
The Bid Securing Declaration shall be in the
format contained in section 6, signed and duly
endorsed by the Bidder.
20. Alternative
Proposals by
20.1 Bidders shall submit offers which comply with the
documents, including the basic Employer's
Section 1 – Instructions to bidders
25
Bidders Requirements as indicated in the bidding documents.
Alternatives will not be considered. The attention of
bidders is drawn to the provisions of Clause 30
regarding the rejection of bids which are not
substantially responsive to the requirements of the
bidding documents.
21. Pre-Bid
Meeting
21.1 The bidder or its official representative is invited to
attend a pre-bid meeting which will take place
at NICU, Victoria Hospital , Candos
on 23 April 2019 at 10.30 hrs
N.B.
The Pre-Bid Meeting will be followed by a site-
visit.
21.2 The purpose of the meeting will be to clarify issues
and to answer questions on any matter that may be
raised at that stage.
21.3 The bidder is requested to submit any questions in
writing or by fax, to reach the Employer not later
than one week before the meeting.
21.4 Minutes of the pre-bid meeting, including the text of
the questions raised, without identifying the source,
and the responses given, together with any response
prepared after the meeting, will be transmitted
promptly to all Bidders who have acquired the
Bidding Document from the sources indicated in the
Invitation for Bids. Any modification of the Bidding
Document that may become necessary as a result of
the pre-bid meeting shall be made by the Employer
exclusively through the issue of an addendum
pursuant to ITB 12.2 and not through the minutes of
the pre-bid meeting.
21.5 Nonattendance at the pre-bid meeting will not be a
cause for disqualification of a bidder.
22. Format and
Signing of Bid
22.1 The bidder shall prepare one original and two (2)
copies of the technical proposal and financial
proposal, comprising the bid as described in Clause
14 of these Instructions to Bidders, and clearly
Section 1 – Instructions to bidders
26
marking each one as: "ORIGINAL- TECHNICAL
PROPOSAL", “ORIGINAL PRICE PROPOSAL”,
and “COPY NO. 1 – TECHNICAL PROPASAL”,
“COPY NO 1 FINANCIAL PROPOSAL” etc. as
appropriate. In the event of discrepancy between
them, the original shall prevail.
22.2 The original and all copies of the bid shall be typed
or written in indelible ink (in the case of copies,
photocopies are also acceptable) and shall be signed
by a person or persons duly authorized to sign on
behalf of the bidder, pursuant to Sub-Clauses 6.1 (a).
All pages of the bid where entries or amendments
have been made shall be initialed by the person or
persons signing the bid.
22.3 The bid shall contain no alterations, omissions or
additions, except those to comply with instructions
issued by the Employer, or as necessary to correct
errors made by the bidder, in which case such
corrections shall be initialed by the person or
persons signing the bid.
22.4 The bidder shall furnish information as described in
the Form of Bid on commission or gratuities, if any,
paid or to be paid relating to this Bid, and to contract
execution if the bidder is awarded the contract.
D. Submission of Bids
23. Sealing and
Marking of
Bids
23.1
23.2
The bidder shall seal the original copy of the
technical proposal, the original copy of the price
proposal and each copy of the technical proposal and
each copy of the price proposal in separate
envelopes clearly marking each one as:
“ORIGINAL TECHNICAL PROPOSAL”,
ÖRIGINAL PRICE PROPOSAL”, “and COPY NO.
1 – TECHNICAL PROPOSAL”, “COPY NO 1-
PRICE PROPOSAL” etc. as appropriate.
The Bidder shall seal the original bids and each copy
of the bids in an inner and an outer envelope, duly
marking the envelopes as “ORIGINAL” and
“COPY” .
Section 1 – Instructions to bidders
27
23.3 The inner and outer envelopes shall
(a) be addressed to the :
The Ag. Senior Chief Executive
Ministry of Health and Quality of Life
5th
Floor, Emmanuel Anquetil Building, SSR
Street, Port Louis
(b) bear the following identification:
Bid for Design-Build/Turnkey and Completion of
a Neonatal Intensive Care Unit of an
approximate area of 343.0 m2 at Victoria
Hospital, Candos
Bid Reference Number: M H P Q / N P / W K S & S / N I C U V H /
2 0 1 8 - 2 0 1 9 / Q 2 1 2 F T
23.4 In addition to the identification required in Sub-
Clause 22.3, the inner envelope shall indicate the
name and address of the bidder to enable the bid to
be returned unopened in case it is declared "late"
pursuant to Clause 25.
23.5 If the outer envelope is not sealed and marked as
above, the Employer will assume no responsibility
for the misplacement or premature opening of the
bid.
24. Deadline of
Submission of
Bid
24.1 Bids must be received by the Employer at the
address specified above no later than
Time: At latest 10.00 hours(local time)
Date: Wednesday 22 May 2019
24.2 The Employer may, at its discretion, extend the
deadline for submission of bids by issuing an
addendum in accordance with Clause 12, in which
case all rights and obligations of the Employer and
the bidders previously subject to the original
deadline will thereafter be subject to the extended
new deadline.
Section 1 – Instructions to bidders
28
25. Late Bids 25.1 Any bid received by the Employer after the deadline
for submission of bids prescribed in Clause 24 will
be rejected and returned unopened to the bidder.
26. Modification
and
Withdrawal of
Bid
26.1 The bidder may modify or withdraw its bid after bid
submission, provided that written notice of the
modification or withdrawal is received by the
Employer prior to the deadline for submission of
bids.
26.2 The bidder's modification or withdrawal notice shall
be prepared, sealed, marked and delivered in
accordance with the provisions of Clause 23, with
the outer and inner envelopes additionally marked
"MODIFICATION" or "WITHDRAWAL", as
appropriate. A withdrawal notice may also be sent
by fax but must be followed by a signed
confirmation copy.
26.3 No bid may be modified by the bidder after the
deadline for submission of bids, except in
accordance with Sub-Clauses 26.2.
26.4 Withdrawal of a bid during the interval between the
deadline for submission of bids and the expiration of
the period of bid validity specified In Sub-Clause
18.1 may result in the forfeiture of the bid security
or in the execution of the bid securing declaration
pursuant to Sub-Clause 19.6 or 19.1 respectively
whichever is applicable.
E. Opening and Evaluation of Technical
Proposal
27. Bid Opening 27.1
27.2
The Employer will open the technical proposal,
including modifications made pursuant to Clause 26,
in the presence of bidders representatives who
choose to attend, on date:
Wednesday 22 May 2019
At Time: 10.15 hours. at the following location:
The Conference Room
Ministry of Health and Quality of Life
Section 1 – Instructions to bidders
29
5th
Floor, Emmanuel Anquetil Building, SSR
Street
Port Louis
The bidders' representatives who are present shall
sign a register evidencing their attendance.
The price proposals will remain unopened and will
be held in the custody of the Employer until the time
of bid opening of the price proposals after evaluation
of the technical proposals. The time and date and
location of the bid opening will be communicated in
writing or by fax by the Employer.
27.3 Envelopes marked “'WITHDRAWAL" shall be
opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted
pursuant to Clause 26 shall not be opened.
27.4 The bidders' names, bid modifications and
withdrawals, the presence or absence of bid security
or bid securing declaration, and such other details as
the Employer may consider appropriate, will be
announced and recorded by the Employer at the
opening. The bidders' representatives will be
required to sign this record.
27.5 The Employer shall prepare minutes of the bid
opening, including the information disclosed to
those present in accordance with Sub-Clause 27.4.
28. Process to Be
Confidential
29. Clarification
of Technical
Proposals and
contacting the
Employer
28.1
29.1
Information relating to the examination,
clarification, evaluation and comparison of bids and
recommendations for the award of a contract shall
not be disclosed to bidders or any other persons not
officially concerned with such process. Any effort
by a bidder to influence the Employer's processing
of bids or award decisions may result In the rejection
of the bidder's bid.
To assist in the examination, evaluation and
comparison of bids, the Employer may, at its
discretion, ask any bidder for clarification of its bid.
The request for clarification and the response shall
be in writing or by fax, but no change in the price or
Section 1 – Instructions to bidders
30
29.2
29.3
29.4
substance of the bid shall be sought, offered or
permitted except as required to confirm the
correction of arithmetic errors discovered by the
Employer in the evaluation of the bids in,
accordance with Clause 37.
Subject to Sub-clause 29.1, no bidder shall contact
the Employer on any matter relating to its bid from
the time of the bid opening to the time the contract is
awarded. If the bidder wishes to bring additional
information to the notice of the Employer, it should
do so in writing.
If a Bidder does not provide clarifications of its bid
by the date and time set in the Employer’s request
for clarification, its bid may be rejected.
Any effort by the bidder to influence the Employer
in the employer's evaluation of technical proposals,
bid comparison or the Employer's decisions on
acceptance or rejection of bids may result in the
rejection of the bidder's bid.
30. Preliminary
Examination
of Technical
Proposals
and
Determination
of
Responsivenes
s
30.1
30.2
Prior to the detailed evaluation of the technical
proposals, the Employer will determine whether
each bid (i) meets the eligibility criteria of the Public
Body; (ii) has been properly signed; (iii) is
accompanied by the required securities; (iv) is
substantially responsive to the requirements of the
bidding documents; and (v) provides any
clarification and/or substantiation that the Employer
may require pursuant to Clause 29.
A substantially responsive bid is one which
conforms to all the terms, conditions and
requirements of the bidding documents, without
material deviation or reservation.
A material deviation or reservation is one:
(i) which affects in any substantial way the scope,
quality or performance of the Works;
(ii) which is inconsistent with the bidding documents
and limits in any substantial way, the Employer’s
Section 1 – Instructions to bidders
31
30.3
rights or the bidder's obligations under the Contract;
or
(iii) whose rectification would affect unfairly the
competitive position of other bidders presenting
substantially responsive bids.
If a bid is not substantially responsive, it will be
rejected by the Employer, and may not subsequently
be made responsive by correction or withdrawal of
the nonconforming deviation or reservation.
31. Evaluation
and
Comparison
of Technical
Proposals
31.1 The Employer will carry out a detailed evaluation of
the bids in order to determine whether the bidders
are qualified and whether the technical aspects are
substantially responsive to the requirements set forth
in the bidding documents. In order to reach such a
determination, the Employer will examine the
information supplied by the Bidders and other
requirements in the bidding documents, taking into
account the following factors:
(a) Qualification
(I) the determination will take into
account the Bidder's financial,
technical and production capabilities
and past performance; it will be
based upon an examination of the
documentary evidence of the
Bidder's qualifications submitted by
the Bidder, pursuant to Sub-Clause
6.1(b), as well as such other
information as the Employer deems
necessary and appropriate; and
(ii) an affirmative determination will be
a prerequisite for the Employer to
continue with the evaluation of the
technical proposal; a negative
determination will result in rejection
Section 1 – Instructions to bidders
32
of the Bidder's bid.
(b) Technical
(I) overall completeness and compliance
with the Employer's Requirements;
the technical merits of plant and
equipment offered and deviations
from the Employer's Requirements;
suitability of the facilities offered in
relation to the environmental and
climatic conditions prevailing at the
site; quality, function and operation
of any process control concept
included in the bid;
(ii) achievement of specified
performance criteria by the facilities;
(iii) compliance with the time schedule
called for in Appendix to Technical
proposal and any alternative time
schedules offered by Bidders, as
evidenced by a milestone schedule
provided in the bid;
(iv) type, quantity and long-term
availability of spare parts and
maintenance services;
(v) Technical & Financial Evaluation as
per Evaluation criteria described in
section 4 –Employer’s
Requirements.
(vi) any deviations to the commercial and
contractual provisions stipulated in
the bidding documents.
32. Invitation to
Attend
Opening of
32.1
At the end of the evaluation of the technical
proposals the Employer will invite bidders who have
submitted substantially responsive technical
Section 1 – Instructions to bidders
33
Price
Proposals
33. Opening of
Price
Proposals
34 Process to be
Confidential
35 Clarification
of Price
Proposals and
Contacting
the Employer
32.2
33.1
33.2
33.3
34.1
35.1
proposals and who have been determined as being
qualified for further evaluation, to attend the bid
opening of the price proposals. Bidders shall be
given reasonable notice of the price proposal bid
opening.
The Employer will notify unsuccessful Bidders on
the grounds of being substantially non-responsive to
the requirements of the bidding documents and
return the unopened price proposal after the
selection process is complete.
F. Opening and Evaluation of Price
Proposals
The Employer will open the price proposals of all
bidders, who submitted substantially responsive
technical proposals and qualified for further
evaluation, at the time and date and at the location
advised to the bidders. The bidder's representatives
who are present shall sign a register evidencing their
attendance.
The bidder's names, the Bid Prices, any discounts,
and such other details as the Employer may consider
appropriate, will be announced and recorded by the
Employer at the opening. The bidder's
representatives will be required to sign this record.
The Employer shall prepare minutes of the bid
opening, including the information disclosed to
those present in accordance with Sub-Clause 33.2.
Information relating to the examination,
clarification, evaluation and comparison of bids and
recommendation for the award of a contract shall not
be disclosed to bidders or any other persons not
officially concerned with such process until the
award to the successful bidder has been announced.
Any effort by a bidder to influence the Employer's
processing of bids or award decisions may result in
the rejection of the bidder's bid.
To assist in the examination, evaluation and
comparison of price proposals, the Employer may, at
Section 1 – Instructions to bidders
34
36. Preliminary
Examination
of Price
Proposals and
Determination
of
Responsivenes
s
37. Correction of
Errors
35.2
35.3
36.1
36.2
36.3
37.1
its discretion, ask any bidder for clarification of its
bid. The request for clarification and the response
shall be in writing or by electronic mail, but no
change in the price or substance of the bid shall be
sought, offered or permitted except as required to
confirm the correction of arithmetic errors
discovered by the Employer in the evaluation of the
bids in accordance with Clause 37.
Subject to Sub-Clause 35.1, no bidder shall contact
the Employer on any matter relating to its bid from
the time of opening of price proposals to the time the
contract is awarded. If the bidder wishes to bring
additional information to the notice of the employer,
it should do so in writing.
Any effort by the bidder to influence the Employer
in the Employer's evaluation of price proposals, bid
comparison or contract award decisions may result
in the rejection of the bidder's bid.
The Employer will examine the bids to determine
whether they are complete, whether the documents
have been properly signed, whether the bids are
substantially responsive to the requirements of the
bidding documents; and whether the bids provide
any clarification and/or substantiation that the
Employer may require pursuant to Clause 35.
A substantially responsive bid is one which
conforms to all the terms, conditions and
requirements of the bidding documents, without
material deviation or reservation, and includes the
amendments and changes, if any, requested by the
Employer during the evaluation of the bidder's
technical proposal.
If a price proposal is not substantially responsive, it
will be rejected by the Employer, and may not
subsequently be made responsive by correction or
withdrawal of the nonconforming deviation or
reservation.
Price Proposals determined to be substantially
responsive will be checked by the Employer for any
arithmetical errors. Arithmetical errors will be
Section 1 – Instructions to bidders
35
37.2
rectified on the following basis:
(a) If there is a discrepancy between the unit rate
and the total cost that is obtained by
multiplying the unit rate and quantity, the
unit rate shall prevail and the total cost will
be corrected unless in the opinion of the
Employer there is an obvious misplacement
of the decimal point in the unit rate, in which
case the total cost as quoted will govern and
the unit rate corrected.
(b) If there is a discrepancy between the total bid
amount and the sum of total costs, the sum of
the total costs shall prevail and the total bid
amount will be corrected.
The amount stated in the Form of Bid for Price
Proposal will be adjusted by the Employer in
accordance with the above procedure for the
correction of errors and, shall be considered as
binding upon the bidder. If the bidder does not
accept the corrected amount of bid, its bid will be
rejected, and the bid security may be forfeited or bid
securing declaration executed, whichever is
applicable, in accordance with Sub-Clause 19.6(b) or
19.1 respectively.
38. Conversion to
Single
Currency
38.1
Not
Applicable
The Employer will convert the amounts in various
currencies in which the Bid Price is payable to the
currency of the Employer's country at the selling
exchange rates officially prescribed for similar
transactions as established by Bank of Mauritius on
the date of opening of bids.
39. Evaluation
and
Comparison
of Price
Proposals
39.1 The Employer will evaluate and compare only the
bids determined to be substantially responsive in
accordance with Clause 36.
Financial Evaluation will be as per evaluation
criteria in Section 4 of the bid document –
‘Employer’s requirements’
39.2
Not
applicable
For plant and equipment, the comparison shall be of
the ex-factory price of plant and equipment offered
from within the Employer's country, (such price to
include all costs as well as duties and taxes paid or
Section 1 – Instructions to bidders
36
39.3
Not
applicable
payable on components .and raw material or to be
incorporated in the plant and equipment) and the
CIF-named port of destination price offered from
outside the Employer's country; plus duties and taxes
payable, the cost of local transportation, civil works,
installation and other services required under the
contract. The Employer's comparison will also
include the costs resulting from application of the
evaluation procedures described in Sub-Clause 39.4.
The Employer's evaluation of a bid will take into
account, in addition to the bid prices indicated in the
Schedule of Prices, the following costs and factors
that will be added to each Bidder's bid price in the
evaluation using pricing information available to the
Employer, in the manner and to the extent indicated
in Sub-Clause 39.4 and in the Employer's
Requirements.
(a) compliance with the time schedule called for
in the Appendix to Price Proposal and
evidenced as needed in a milestone schedule
provided in the bid;
(b) the projected operating costs during the
initial period of operation of the facilities;
(c) the functional guarantees of the facilities
offered against the specified performance
criteria of the plant and equipment; and
(d) the extra cost of work, services, facilities,
etc., required to be provided by the
Employer or third parties.
(f)
______________________________
___________
___________________________________
______
___________________________________
______
39.4
Pursuant to Sub-Clause 39.3, the following
evaluation methods will be followed:
Section 1 – Instructions to bidders
37
Not
applicable
(a) Time Schedule: The plant and equipment
covered by this bidding are required to be
shipped, installed and the facilities
completed within the period specified in
Sub-Clause 1.2 and the Appendix to the
Technical Proposal.
Bidders submitting bids which deviate from
the time schedule specified will be rejected.
39.5
Not
applicable
(a) Any adjustment in price which results from
the above procedures shall be added, for
purposes of comparative evaluation only, to
arrive at an "Evaluated Bid Price": Bid prices
quoted by Bidders shall remain unaltered.
(b) The Employer reserves the right to accept or
reject any variation, deviation or alternative
offer. Variations, deviations, and other factors
which are in excess of the requirements of the
bidding documents or otherwise result in the
accrual of unsolicited benefits to the Employer
shall not be taken into account in bid
evaluation.
(c) The estimated effect of the price adjustment
provisions of the Conditions of Particular
Application, applied over the period or
execution of the Contract, shall not be taken in
bid evaluation.
(d) If the bid of the successful bidder is
substantially below the Employer’s estimate
for the contract, the Employer may require the
bidder to produce detailed price analysis to
demonstrate the internal consistency of those
prices. After evaluation of the price analysis,
Section 1 – Instructions to bidders
38
the Employer may require that the amount of
the performance security set forth in Clause
45 be increased at the expense of the
successful bidder to a level sufficient to
protect the Employer against financial loss in
the event of default of the successful bidder
under the Contract.
40. Margin of
Preference
40.1
A Margin of Preference shall not apply as per
circular no. 2 of 2018.
Not Applicable
Section 1 – Instructions to bidders
39
G. Award of Contract
41. Award 41.1 Subject to Clause 42, the Employer will award
the Contract to the bidder whose bid has been
determined to be substantially responsive to the
bidding documents and who has offered the
lowest Evaluated Bid Price, provided that such
bidder has been determined to be (i) eligible in
accordance with the provisions of Clause 4; and
(ii) qualified in accordance with the provisions of
Clause 6.
42. Employer’s
Right to
Accept any
Bid and to
Reject any or
all Bids
42.1 Notwithstanding Clause 41, the Employer
reserves the right to accept or reject any bid, and
to annul the bidding process and reject all bids, at
any time prior to award of Contract, without
thereby incurring any liability to the affected
bidder or bidders.
43. Notification of
Award
43.1 Following the identification of the selected bidder
and subject to the notification and the time period
referred to in accordance with section 40 of the
Act for major contracts, the Public Body shall,
prior to expiration of bid validity period, issue
award to the successful Bidder. The Employer
will:
(a) notify the successful bidder by fax,
confirmed by registered letter, that its bid
has been accepted. This letter (hereinafter
and in the Conditions of Contract called
the "Letter of Acceptance") shall name the
sum which the Employer will pay the
Contractor in consideration of the
execution, completion and maintenance of
the Works by the Contractor as prescribed
by the Contract (hereinafter and in the
Conditions of Contract called “the
Contract Price").
(b) within seven days from the issue of Letter of
Acceptance, publish on the Public
Procurement Portal
(http://publicprocurement.gov.mu) and the
Employer's website, the results of the
Bidding Process identifying the bid and lot
Section 1 – Instructions to bidders
40
numbers and the following information:
(i) name of the successful Bidder, and
the Price it offered, as well as the
duration and summary scope of the
contract awarded; and
(ii) an executive summary of the Bid
Evaluation Report.
43.2 The notification of award will constitute the
formation of the Contract.
43.3 Upon the furnishing by the successful bidder of a
performance security and preference security
(where applicable) the Employer will promptly
notify the other bidders that their bids have been
unsuccessful.
44. Signing of
Contract
Agreement
44.1 At the same time that he notifies the successful
bidder that its bid has been accepted, the
Employer will send the bidder the Form of
Contract Agreement provided in the bidding
documents, incorporating all agreements between
the parties.
44.2 Within 28 days of receipt of the Form of
Agreement, the successful bidder shall sign the
Form and return it to the Employer.
45. Performance
Security
45.1 Within 28 days of receipt of the notification of
award from the Employer, the successful bidder
shall furnish to the Employer a performance
security in an amount of Ten percent (10 %) of
the Contract Price in accordance with the
Conditions of Contract. The form of performance
security provided in Section 6 of the bidding
documents may be used or some other form
acceptable to the Employer.
45.2 Failure of the successful bidder to comply with
the requirements of Clauses 44 or 45 shall
constitute sufficient grounds for the annulment of
the award and forfeiture of the bid security or
execution of the bid securing declaration
whichever is applicable.
Section 1 – Instructions to bidders
41
Preference
Security
45.3 (a) For contracts above Rs 100M, the selected
bidder having benefitted from the
application of the Margin of Preference
for employment of local manpower shall
submit a preference security in the form of
a bank guarantee from a local bank, failing
which the award of contract may be
annulled.
(b) For contracts up to Rs 100m, the
Employer shall retain money from
progressive payments to constitute the
preference security or request a security in
the form of a bank guarantee at the
selected bidder’s option.
47. Debriefing 46.1 The Employer shall promptly attend to all
debriefing for the contract made in writing and
within 30 days from the date of the publication of
the award or date the unsuccessful bidders are
informed about the award, whichever is the case
by following regulation 9 of the Public
Procurement Regulations 2008 as amended.
Section 2 – General Conditions of Contract _________________________________________________________________________________________________
42
Section 2. Part I – General Conditions of Contract
Section 2 – General Conditions of Contract _________________________________________________________________________________________________
43
Section 2. Part I – General Conditions
Notes on the Conditions of Contract
The Conditions of Contract comprise two parts: Part I – General Conditions
(Section 2 of this document), and Part II – Conditions of Particular Application
(Section 3 of this document) as per FIDIC Plant and Design Build First Edition
1999.
The standard text of the FIDIC General Conditions of contract should be retained
intact to facilitate its reading and interpretation by bidders. Any amendments and
additions to the General Conditions, specific to the contract in hand, should be
introduced in the "Particular Conditions of Contract".
Copies of the FIDIC Conditions of Contract can be obtained from:
FIDIC Secretariat
P.O. Box 86
1000 Lausanne 12
Switzerland
Facsimile: 41 21 653 5432
Telephone: 41 21 653 5003
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
44
Section 3. Part II –Conditions of Particular Application
1. General Provisions
Sub-Clause 1.1.1
The Contract
Amend Sub-para. 1.1.1.1 (“Contract”) by adding the following at
the end:
“The words ‘Agreement’ and ‘Contract’ are used interchangeably.”
Amend Sub-para. 1.1.1.8 (“Tender”) by adding the following at the
end:
“The word ‘tender’ is synonymous with ‘Bid,’ and the words
‘Letter of Tender’ with ‘Letter of Bid’, and the words ‘Appendix to
Tender’ with ‘Appendix to Bid,’ and the words ‘tender documents’
with ‘Bidding Documents.’”
Sub-Clause 1.1.2
Parties and Persons
Amend sub-para. 1.1.2.4 by adding the following at the end
“ the word ‘Engineer is synonymous with ‘Employer’s
representative” “
Sub-Clause 1.1.3
Dates, Tests, Periods and
Completion
Amend Sub-Para. 1.1.3.7 by inserting the following after the
reference to Sub-Clause 11.1:
“which extends over twelve months except if otherwise stated in
the Appendix to Bid”.
Sub-Clause 1.4 Replace the text of Sub-Clause 1.4 and add the following:
"The law of the Contract is the law of Mauritius.
“The language is the English language"
Sub-Clause 1.5
Priority of Documents
Delete the list of documents listed under (a) to (h) and add the
following:
"(a) the Contract Agreement;
(b) the Letter of Acceptance;
(c) the Employer’s Requirements;
(d) the Bid;
(e) the Conditions of Contract, Part II;
(f) the Conditions of Contract, Part I;
(g) the Schedules;
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
45
(h) the Drawings; and
(i) the Contractor’s Proposal."
Sub-Clause 1.12
Confidential Details
Replace the text of Sub-Clause 1.12 with the following:
“The Contractor shall treat the details of the contract as private and
confidential, except to the extent necessary to carry out its
obligations under it. The Contractor shall not publish, permit to be
published or disclose any particulars of the Contract in any trade or
technical paper or elsewhere without the prior consent in writing of
the Employer.
The Contractor and the Contractor’s Personnel shall disclose all
such confidential and other information as may be reasonably
required in order to verify the Contractor’s compliance with the
Contract and allow its proper implementation.
The Contractor shall ensure that the requirements imposed on the
Contractor by this Sub-Clause apply equally to each
Subcontractor.”
Sub-Clause 3.1
Engineer’s Duties
and Authority
3. The Engineer
Amend Sub-Clause 3.1 by replacing the word “may” in the first
sentence of the third paragraph with the word “shall”.
Amend Sub-para. (b) of Sub-Clause 3.1 by deleting the word “and”
at the end.
Amend Sub-para. (c) of Sub-Clause 3.1 by replacing the period at
the end with “; and”.
Amend Sub-Clause 3.1 by adding the following at the end:
“(d) any act by the Engineer in response to a Contractor’s request
except otherwise expressly specified shall be notified in writing to
the Contractor within 28 days of receipt.
“The following provisions also shall apply:
“The Engineer shall obtain the specific approval of the Employer
before taking action under the-following Sub-Clauses of these
Conditions:
Sub-Clause 4.12 [Unforeseeable Physical Conditions]:
Agreeing to or determining an extension of time and/or
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
46
additional cost.
Sub-Clause 10.1 [Taking-over of the Works and Sections]:
Prior to issuing Taking-Over Certificate.
Sub-Clause 11.9 [Performance Certificate]: Prior to issuing
Performance Certificate.
(iv) Sub-Clause 13.1 [Right to Vary]: Instructing a Variation,
except if such a Variation would increase the Accepted
Contract Amount by less than the percentage specified in the
Appendix to Bid.
(v) Sub-Clause 13.3 [Variation Procedure]: Approving a
proposal for Variation submitted by the Contractor in
accordance with Sub-Clause 13.1 [Right to Vary] or 13.2
[Value Engineering], except if such a Variation would
increase the Accepted Contract Amount by less than the
percentage specified in the Appendix to Bid.
(vi) Sub-Clause 13.4 [Payment in Applicable Currencies]:
Specifying the amount payable in each of the applicable
currencies.
Sub-Clause 13.4 [Payment in Applicable Currencies]: Specifying the amount payable in each of the applicable currencies.
“Notwithstanding the obligation, as set out above, to obtain
approval, if, in the opinion of the Engineer, an emergency occurs
affecting the safety of life or of the Works or of adjoining property,
he may, without relieving the Contractor of any of his duties and
responsibility under the Contract, instruct the Contractor to execute
all such work or to do all such things as may, in the opinion of the
Engineer, be necessary to abate or reduce the risk. The Contractor
shall forthwith comply, despite the absence of approval of the
Employer, with any such instruction of the Engineer. Within 7
days of having issued such emergency instructions, the Engineer
shall submit written documentation of such instructions to the
Employer. The Engineer shall determine an addition to the
Contract Price, in respect of such instruction, in accordance with
Clause 13 [Variations and Adjustments] and shall notify the
Contractor accordingly, with a copy to the Employer.”
Sub-Clause 4.1
Contractor’s General
Obligations
4. The Contractor
(a) Add the following sentence to precede the existing text under
Sub-Clause 4.1:
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
47
"The Contractor is required to check the design criteria and
calculations (if any) included in the Employer’s Requirements, to
confirm their correctness, in its bid and to assume full
responsibility for them."
Add Sub-Clause 4.2 by adding the following at the end:
“The Contractor and its Subcontractors, including their respective
personnel and affiliates, shall at all times during the term of this
Contract have the nationality of a country or territory eligible, in
accordance with the contract., The Contractor or a Subcontractor
and their respective personnel and affiliates shall be deemed to
have the nationality of a country if it is a citizen or constituted,
incorporated, or registered, and operates in conformity with the
provisions of the laws of that country.
“All Equipment, Materials, Plant and any services to be
incorporate in or required for the Works shall have their origin in
Eligible Countries.
“For the purpose of this Sub-Clause 4.1, “origin” means the place
where the Equipment, Materials or Plant have been mined, grown,
cultivated, produced, manufactured, or processed; or through
manufacture, processing, or assembly, another commercially
recognized article results that differs substantially in its basic
characteristics, purposes or utility from its underlying components.
With respect to any services, the term “origin” means the place
from which the services are supplied.”
“The contractor shall permit, and shall cause its subcontractors and
consultants to permit, the employer and/or persons authorized by
the employer to inspect the contractor’s offices and all accounts
and records relating to the performance of the contract and the
submission of the bid, and to have such accounts and records
audited by auditors appointed by the employer if requested by the
employer.”
Sub-Clause 4.2
Performance Security
Name the existing text as Sub-Clause 4.2 (i)
Amend Sub-Clause 4.2 (i) by adding the following at the
end:
“Without limitation to the other provisions of this Sub-Clause 4.2,
whenever the Engineer determines an addition to the Contract
Price as a result of a change in cost and/or legislation or as a result
of a Variation amounting to more than 25 percent of the portion of
the Contract Price payable in a specific currency, the Contractor, at
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
48
the Engineer’s written request, shall promptly increase the value of
the Performance Security in the applicable currency by an equal
percentage.
“The Performance Security of a joint venture or other consortium
shall be issued so as to commit fully all members of the joint
venture or other consortium. If the joint venture or other
consortium has not been legally constituted at the time the
Performance Security is provided, the Performance Security shall
be in the name of all future members of the proposed joint venture
or other consortium.”
“The cost of complying with the requirements of this clause shall
be borne by the contractor.”
Delete the 2nd
sentence of the 2nd
paragraph and replace with
the following ‘
" The performance security shall be in the form of a bank
guarantee, issued either (a) by a bank located in the country of
the Employer or a foreign bank through a correspondent bank
located in the country of the Employer, or (b) directly by a
foreign bank acceptable to the Employer. The performance
security shall be denominated in the types and proportions of
currencies in which the Contract Price is payable.
Add Sub- Clause 4.2 (ii)
Where the Contractor has benefitted from the application of the
Margin of Preference for employment of local manpower, it shall:
(a) in the execution of the contract, fulfill its obligation of
maintaining local manpower for 80 % or more of the man-
days deployed in the execution of the Works with which it
satisfied the criteria of eligibility for being awarded the
contract in application of the Margin of Preference; and
(b) concurrently with the above performance security, provide
a preference security to guarantee it will fulfill its
obligation in that respect.
(c) For contracts above Rs 100M, the selected bidder having
benefitted from the application of the Margin of Preference
for employment of local manpower shall submit a
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
49
preference security in the form of a bank guarantee from a
local bank.
(d) For contracts up to 100M, the public body shall either
retain money from progressive payments to constitute the
preference security or request a security in the form of a
bank guarantee at the selected bidder’s option.
(e) The preference security shall serve as a guarantee for the
contractor to fulfill its obligation to employ local
manpower for 80 % or more of the total man-days deployed
for the execution of the works.
(f) The amount for the preference security shall be the
difference between the price quoted by the selected bidder
and that of the lowest evaluated bid which would have been
selected for award of contract if the said Margin of
Preference was not applicable.
(g) The preference security shall be valid until the Contractor
has completed the Works and a Taking-over Certificate has
been issued by the Employer’s Representative as per
Clause 10.
(h) The cost of providing the security shall be borne by the
Contractor.
Add Sub-Clause 4.2 (iii)
Where a preference security is applicable:
(a) the Employer’s Representative shall monitor the
employment of local manpower throughout the execution
of the contract and shall from time to time request a report
from the contractor on the percentage of total men-days
deployed using local manpower.
(b) the Contractor shall submit the local manpower
employment reports as often as it is reasonably requested
by the Employer’s Representative.
(c) the Employer’s and Contractor’s representatives shall
consult each other to ensure that the Contractor’s obligation
towards local manpower employment is met during the
works execution.
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
50
(d) At the time of works completion, the Contractor shall
submit a certified audit report to the Employer to
substantiate the actual percentage of local manpower
employed throughout the execution of the works.
(e) The preference security shall be forfeited by the Employer in
case of failure on the part of the Contractor to employ at least 80 %
of the local manpower in the execution of the works.
Sub-Clause 4.3
Contractor’s
Representative
Amend Sub-Clause 4.3 by adding the following at the end:
“If the Engineer determines that the Contractor’s Representative or
any of these persons are not fluent in the said language, the
Contractor shall make competent interpreters available during all
working hours in a number deemed sufficient by the Engineer.”
Sub-Clause 4.8
Safety Procedures
Amend Sub-Clause 4.8 by adding the following at the end:
“The Contractor shall notify the Engineer and Employer within 48
hours or as soon as reasonably possible after the occurrence of any
accident which has resulted in damage or loss of property,
disability or loss of human life, or which has or which could
reasonably be foreseen to have a material impact on the
environment and shall submit to the Engineer and Employer no
later than 28 days after the occurrence of such an event, a summary
report thereof.”
Sub-Clause 4.18
Protection of the
Environment
Amend Sub-Clause 4.18 by adding the following at the end:
“The Contractor shall be responsible for ensuring that all
Subcontractor’s and Contractor’s Personnel understand and operate
in accordance with the principles and requirements of the
environmental and social impacts provisions of this Sub-Clause.
“The Contractor’s program shall demonstrate clearly the
procedures and methods of working that the Contractor and its
Subcontractors will adopt to comply with the environmental and
social impacts requirements of this Sub-Clause.
“The Contractor shall ensure the adequate disposal of construction
and excavation wastes.
“The Contractor shall restore the Site to original conditions or to a
state as set out in the Employer’s Requirements after the
completion of the Works.”
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
51
Sub-Clause 4.21
Progress Reports
Amend Sub-Clause 4.21 by adding the following at the end:
“Within 7 days of the submission by the Contractor of each
monthly progress report, the Engineer and the Employer shall meet
with the Contractor to discuss the progress of the Works.”
“ The contractor shall also submit progress of works reports
including employment of labour and equipment on site, at each site
meetings”
5. Design
Sub-Clause 5.4
Technical Standards
and Regulations
Add the following sentence to the end of the Sub-Clause 5.4:
"In respect of technical specifications and standards, any
national or international standards which promise to confer
equal or better quality than the standards specified will also be
acceptable."
6. Staff and Labor
Sub-Clause 6.8
Contractor’s
Superintendence
Amend Sub-Clause 6.8 by adding the following at the end:
“If the Engineer determines that the Contractor’s Personnel
providing superintendence have inadequate knowledge of such
language, the Contractor shall make competent interpreters
available during all working hours in a number deemed
sufficient by the Engineer.”
Sub-Clause 6.12
Employment Records
of Workers
Add the following Sub-Clause 6.12:
“The Contractor shall keep complete and accurate records of
the employment of labor at the Site. The records shall include
the names, ages, genders, I.D nr., hours worked and wages
paid to all workers. These records shall be summarized on a
monthly basis and submitted to the Engineer, and these records
shall be available for inspection by auditors during normal
working hours. These records shall be included in the details
to be submitted by the Contractor under Sub-Clause 6.10
[Records of Contractor’s Personnel and Equipment].”
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
52
7. Plant, Materials and Workmanship
Sub-Clause 7.9
Restriction on
Eligibility
Add the following sub-clause 7.9
(a) Any materials, equipment, services or design services
which will be incorporated in or required for the Contract, as
well as the Contractor’s Equipment and other supplies, shall
have their origin in eligible source countries.
(b) For the purpose of this clause, "services" means the
works and all project-related services including design
services.
(c) For the purposes of this clause, "origin" means the
place where the materials and equipment were mined, grown,
produced, or manufactured, or from which the services are
provided.
(d) The origin of Goods and Services is distinct from the
nationality of the Supplier."
8. Commencement, Delays and Suspension
Sub-Clause 8.4
Extension of time for
completion
Delete paragraph ‘( c ) and replace with,
( c ) exceptionally adverse climatic conditions, defined as
any one of the following events
Minimum of 100mm rainfall recorded in one day at the
nearest rain station,
An official declaration of “Torrential rain” by the
Meteorological Department of Mauritius, and
Cyclone warning class III or Class IV
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
53
13. Variations and Adjustments
Sub-Clause 13.1
Right to Vary
Amend Sub-Clause 13.1 by deleting the word “or” at the end
of clause (ii) in the second paragraph and by inserting the
following at the end of the first sentence of the second
paragraph:
“or (iv) such Variation triggers a substantial change in the
sequence or progress of the Works.”
Sub-Clause 13.7
Adjustments for
Changes in Legislation
Amend Sub-Clause 13.7 by adding the following at the end:
“Notwithstanding the foregoing, the Contractor shall not be
entitled to such an extension of time if the same shall already
have been taken into account in determining an extension and
such Cost shall not be separately paid if the same shall already
have been taken into account in the indexing of any inputs to
the table of adjustment data in accordance with the provisions
of Sub-Clause 13.8 [Adjustments for Changes in Cost].”
14. Contract Price and Payment
Sub-Clause 14.1
The Contract Price
Amend Sub-para. (b) of Sub-Clause 14.1 by deleting the
phrase “except as stated in Sub-Clause 13.7 [Adjustments for
Changes in Legislation]”.
[If payment for any part of the Works is to be made on the
basis of measurement, that part of the Works must be defined
in the Contract and the following wording added.]
Amend Sub-Clause 14.1 by adding the following at the end:
“The Engineer shall agree or determine the value of those parts
of the Works which are to be measured, in accordance with
Sub-Clause 3.5 [Determinations]. Measurement shall be made
of the net actual quantities of those parts.
“Whenever the Engineer requires any part of the Works to be
measured, reasonable notice shall be given to the Contractor’s
Representative, who shall:
promptly either attend or send another qualified representative
to assist the Engineer in making the measurement, and
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
54
supply any particulars requested by the Engineer.
“If the Contractor fails to attend or send a representative, the
measurement made by (or on behalf of) the Engineer shall be
accepted as accurate.
“Except as otherwise stated in the Contract, wherever any
Permanent Works are to be measured by records, they shall be
prepared by the Engineer. The Contractor shall, as and when
requested, attend to examine and agree the records with the
Engineer, and shall sign the same when agreed. If the
Contractor does not attend to examine and agree these records,
they shall be accepted as accurate.
“If the Contractor examines and disagrees with the records,
and/or does not sign them as agreed, then the Contractor shall
notify the Engineer of the respects in which the records are
asserted to be inaccurate. After receiving this notice, the
Engineer shall review the records and either confirm or vary
them. If the Contractor does not so notify the Engineer within
14 days after being requested to examine the records, they shall
be accepted as accurate.”
Sub-Clause 14.2
Advance Payment
Amend Sub-Clause 14.2 by replacing the fifth paragraph with
the following:
“Unless stated otherwise in the Appendix to Bid, the advance
payment shall be repaid through percentage deductions from
the interim payments certified by the Engineer in accordance
with Sub-Clause 14.6 [Issue of Interim Payment Certificates],
as follows:
deductions shall commence in the next Interim Payment
Certificate following that in which the total of all interim
payments (excluding the advance payment and deductions and
repayments of retention) certified to the Contractor has reached
the percentage of the Accepted Contract Amount stipulated in
the Appendix to Bid less Provisional & Contingency Sums;
and
deductions shall be made at the amortization rate stated in the
Appendix to Bid of the amount of each Interim Payment
Certificate (excluding the advance payment and deductions for
its repayments as well as deductions for retention money) in
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
55
the currencies and proportions of the advance payment until
such time as the advance payment has been repaid; always
provided that the advance payment shall be completely repaid
prior to the time when the percentage of the Accepted Contract
Amount less Provisional & Contingency Sums stipulated in the
Appendix to Bid has been certified for payment.”
Amend Sub-Clause 14.2 by inserting the following after
“become due” in the final sentence:
“and in the case of termination under Clause 15 [Termination
by Employer] or Sub-Clause 19.6 [Optional Termination,
Payment and Release], ”
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
56
Sub-Clause 14.4
Interim valuations
Replace existing sub-clause 14.4 ‘Schedule of payment’ for the
following sub-clause
"Prior to commencing construction of the Permanent
Works, the contractor shall submit a comprehensive
detailed breakdown of the Contract sum into sub-elements
and components together with such supporting
information and calculations as the Employer’s
representative may reasonably require. The detailed
breakdown shall be subject to the approval of the
Employer’s representative who may reapportion the
individual prices in the breakdown without changing the
contract price. The approved prices in the said breakdown
shall be used solely for the preparation of interim
valuations and not for computing variations or
determining the final contract price. The contractor’s
interim statements shall be in the same format as the
breakdown and shall be accompanied by the contractor’s
signed statement certifying that the part of the works
constructed to date complies with the contract.”
Sub-Clause 14.7
Payment
Amend Sub-Clause 14.7 by replacing the first line with the
following:
“The Employer shall pay or cause to be paid to the
Contractor:”
Sub-Clause 14.8
Delayed Payment
Amend Sub-Clause 14.8 by replacing the second paragraph
with the following:
“These financing charges shall be calculated at the annual rates
of interest and shall be paid in the currencies indicated in the
Appendix to Bid.”
Sub-Clause 14.11
Application for Final
Payment Certificate
Amend Sub-Clause 14.11 by inserting the following in the first
sentence of the second paragraph after “may reasonably
require”:
“within 28 days from request of the Engineer”
15. Termination by Employer
Sub-Clause 15.6
Corrupt or Fraudulent
Add the following Sub-Clause 15.6:
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
57
Practices It is the policy of the Government of the Republic of Mauritius
to require Public Bodies, as well as bidders, suppliers, and
contractors and their agents (whether declared or not),
personnel, subcontractors, sub-consultants, service providers
and suppliers, observe the highest standard of ethics during the
procurement and execution of contracts. 6 In pursuance of this
policy, the Government of the Republic of Mauritius:
(d) defines, for the purposes of this provision, the terms
set forth below as follows:
(i) “corrupt practice” is the offering, giving,
receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the
actions of another party7;
(ii) “fraudulent practice” is any act or omission,
including a misrepresentation, that knowingly
or recklessly misleads, or attempts to mislead, a
party to obtain a financial or other benefit or to
avoid an obligation; 8
(iii) “collusive practice” is an arrangement between
two or more parties9 designed to achieve an
improper purpose, including to influence
improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or
threatening to impair or harm, directly or
indirectly, any party10
or the property of the
party to influence improperly the actions of a
party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering
or concealing of evidence material to the
6 In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, agents, sub-consultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process or contract execution for undue advantage is improper.
7 “Another party” refers to a public official acting in relation to the procurement process or contract execution. In this context, “public official” includes employer’s staff and employees of other organizations taking or reviewing procurement decisions.
8 “Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.
9 “Parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, noncompetitive levels.
10 “Party” refers to a participant in the procurement process or contract execution.
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
58
investigation or making false statements to
investigators in order to materially impede
the Employer’s investigation into
allegations of a corrupt, fraudulent,
coercive or collusive practice; and/or
threatening, harassing or intimidating any
party to prevent it from disclosing its
knowledge of matters relevant to the
investigation or from pursuing the
investigation, or
(bb) acts intended to materially impede the
exercise of the employer’s inspection and
audit rights provided for under sub-clause
4.1 Part II of the contract.
(e) will reject a proposal for award if it determines that
the Bidder recommended for award has, directly or
through an agent, engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices in
competing for the contract in question; and
(f) will sanction a firm or an individual, at any time, in
accordance with prevailing legislations, including by
publicly declaring such firm or individual ineligible,
for a stated period of time: (i) to be awarded a public
contract; and (ii) to be a nominatedb sub-contractor,
consultant, manufacturer or supplier, or service
provider of an otherwise eligible firm being awarded
a public contract.
(g) The Contractor shall take steps to ensure that no person
acting for it or on its behalf will engage in any type of fraud and
corruption during the contract execution.
Transgression of the above is a serious offence and
appropriate actions will be taken against such contractor.
b A nominated sub-contractor, consultant, manufacturer or supplier, or service provider
(different names are used depending on the particular bidding document) is one which either has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that are accounted for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by the Employer.
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
59
16. Suspension and Termination by Contractor
Sub-Clause 16.2
Termination by
Contractor
Amend Sub-para. (d) of Sub-Clause 16.2 by adding the
following at the end:
“in such manner as to materially and adversely affect the
economic balance of the Contract and/or the ability of the
Contractor to perform the Contract,”
Amend Sub-para. (f) of Sub-Clause 16.2 by deleting the word
“or” at the end.
Amend Sub-para, (g) of Sub-Clause 16.2 by replacing the
period at the end with “; or”.
17. Risk and Responsibility
Sub-Clause 17.3
Employer’s Risks
Amend Sub-Clause 17.3 by replacing the first line with the
following:
“The Employer’s risks, insofar as they directly affect the
design and execution of the Works,”
Sub-Clause 17.6
Limitation of Liability
Amend Sub-Clause 17.6 by replacing the first paragraph with
the following:
“Neither Party shall be liable to the other Party for loss of use
of any Works, loss of profit, loss of any contract or for any
indirect or consequential loss or damage which may be
suffered by the other Party in connection with the Contract,
other than as specifically provided in Sub-Clause 8.7 [Delay
Damages]; Sub-Clause 11.2 [Cost of Remedying Defects];
Sub-Clause 15.4 [Payment after Termination]; Sub-Clause
16.4 [Payment on Termination]; Sub-Clause 17.1
[Indemnities]; Sub-Clause 17.4 (b) [Consequences of
Employer’s Risks] and Sub-Clause 17.5 [Intellectual and
Industrial Property Rights].”
18. Insurance
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
60
Sub-Clause 18.5
Insurance for Design
Add the following Sub-Clause 18.5:
“The Contractor shall effect professional indemnity insurance
which shall cover the risk of professional negligence in the
design of the Works. This insurance shall be for a limit of not
less than the amount stated in the Appendix to Bid, with no
limit on the number of occurrences. The Contractor shall
maintain the professional indemnity insurance in full force and
effect until 5 years after the Time for Completion. The
Contractor undertakes to notify the Employer promptly of any
difficulty in extending, renewing or reinstating this insurance.”
19. Force Majeure
Sub-Clause 19.4
Consequences of Force
Majeure
Amend Sub-Clause 19.4 by inserting the following at the end
of Subpara. (b):
“, including the costs of rectifying or replacing the Works
and/or Goods damaged or destroyed by Force Majeure, to the
extent they are not indemnified through the insurance policy
referred to in Sub-Clause 18.2 [Insurance for Works and
Contractor’s Equipment].”
20. Claims, Disputes and Arbitration
Sub-Clause 20.2
Settlement of disputes
Delete sub-clauses 20.2, 20.3, 20.4, 20.5 and 20.6 and replace
by the following new sub-clause 20.2
“In case a dispute of any kind arises between the Employer
and the Contractor in connection with, or arising out of, the
contract or the execution of works or after completion of
works and whether before or after repudiation or other
termination of Contract, including any dispute as to any
opinion, instruction, determination, certificate or valuation
of the Employer’s Representative, the matter in dispute
shall, in the first place, be referred in writing to the
employer’s representative, with a copy to the other party.
The Employer and the Contractor shall make every effort to
resolve the dispute amicably by direct informal negotiation.
If, after twenty-eight (28) days, the parties have failed to
resolve their dispute or difference by such mutual
consultation, then either the Public Body or the Contractor
may give notice to the other party of its intention to refer
Section 3 – Conditions of Particular Applications _________________________________________________________________________________________________
61
the matter to:
“ the competent courts of Mauritius”
Section 4. Employer’s Requirements _________________________________________________________________________________________________
62
Section 4. Employer’s Requirements
Section 4. Employer’s Requirements _________________________________________________________________________________________________
63
Section 4. Employer’s Requirements Employer’s Requirements
1. The Ministry of Health & Quality of Life intends to set up a Neonatal Intensive
Care Unit at the Victoria Hospital, Candos.
The Neonatal Intensive Care Unit is to be housed in two existing stone buildings within
the Victoria Hospital Compound, formerly used as labour ward with require
refurbishment to accommodate all the requirement listed in the paragraph 2- Schedule of
accommodation below.
The survey drawing of the existing building is at page 148 and 149.
2. Schedule of Accommodation:-
2.1 The Neonatal Intensive Care Unit shall comprise of the nursery department and NICU
department as per the following indicative area schedule: –
(a) REQUIREMENT FOR THE NURSERY DEPARTMENT
S/No. REQUIREMENTS M2
1. Incubator room 40
2. Treatment room 4
3. Nurse station 6
4. Kitchen 8
5. Breast feeding 12
6. Nurse lounge 12
7. Nurse room labour ward 9
8. Store 4.5
9. Nurse toilet 5.5
10. Nurse lounge 12
11. Treatment room for labour ward 4.5
12. Kitchen for labour ward 10
Sub Total –(a) 127.5
(b) REQUIREMENT FOR THE NICU DEPARTMENT
S/No. REQUIREMENTS M2
1. Treatment room 5
2. Intensive care unit 65
3. Nurse station 8
4. Recovery room 9
5. Meeting room 13
6. Public toilet 3
7. Waiting room 9
8. Consultation room 9
9. Doctors room 11
Section 4. Employer’s Requirements _________________________________________________________________________________________________
64
10. Nurse lounge 12
11. Store 5
12. Doctors toilet 5
13. Nurse toilet 5
14. Kitchen 11
15 Pharmacy 11
16 Electrical room 7
17 Suction pump room 9
18 Generator room 8
19 Gas room 7.5
20 Transit bin room 5
Sub total (b) 217.5
Total 345.0
2.2. Equipment
The Equipment to be installed in NICU is indicated in the annexed list. These
equipment would be supplied by the Employer.
The Contractor and his Consultant shall take same into consideration and Make
provision for the power supply for these equipment.
The consulting Architect shall ensure a fully functional space and floor area at all times
Appropriate signage inside and outside buildings shall be provided.
2.3 Design Guide Lines:-
(i) All internal partition to be jointless lightweight, sound proof walls
(ii)Any proposed extension shall be in reinforced concrete structure. All concrete slabs to
receive double layer water proofing treatment as per British standards and specifications.
(v)The building shall be serviced by water tanks/pumps, rainwater harvesting and disposal,
garbage disposal, firefighting and landscaping.
(vi) Building and all other exposed components to be designed to resist cyclonic winds of
280KM/H.
(vii)The bidder shall liaise for necessary information from CEB/CWA/MT/Forestry and
shall submit proposal in compliance with the requirements of the various regulatory
authorities namely Ministry of Housing and Lands, Fire Services, Ministry of Health,
Wastewater Management Authority, Traffic Management Unit of the Ministry of Public
Section 4. Employer’s Requirements _________________________________________________________________________________________________
65
Infrastructure and Land transport, Ministry of Environment, CEB, CWA and Forestry etc.
In case of award the successful Bidder shall liaise with all these authorities for necessary
clearances and permits required for execution of the project and submit the said
clearances and approved preliminary drawings for building plan committee approval.
(viii) The Proposed Neonatal Intensive Care Unit (NICU) is to be appropriately
connected to the existing hospital with necessary ramps for disabled and
stairs/steps. To incorporate existing covered passage into the design of the NICU and to
connect thereto. Services, drains, access and structures are to be designed for a proper
integration and functionality independently.
(ix) There must be separate and dedicated meters for CEB power supply, CWA water
supply and MT etc. Provision must also be made for ground water tank and pump
connected to the CWA supply line. The scope of works shall also include all associated
works for building and civil, etc for connection to CWA, CEB, WWMA, Mauritius
telecom. If there are no sewer lines the works must include new septic tank and
absorption pit, retention tank (if required) or appropriate waste water disposal system.
Provision shall be made for 2 telephone lines.
(xi)The scope also comprise provision of a generator and its enclosure room with all
amenities including sound insulation and a transformer room (if required) at a discreet
location and necessary modifications to existing transformer room according to CEB
requirements.
(xii) The contractor shall make all necessary applications, on behalf of the employer and
effect payment, for timely provision of all utilities i.e. electricity, water and telephone. A
provisional sum is included in the contract sum for disbursement in part or in full as per
contractor`s substantiations for offsite services only.
(xiii) The bidder shall ensure that all costs associated with compliance to all client`s
requirements and for provision of a fully functional facility have been considered during
the calculation of the bid Amount.
Finishes :-( minimum)
a) Floor finish to the NICU hall shall be appropriate antiskid heavy duty flooring
according to ASTM Standard for the purpose (American Society for Testing and
Materials)
b) Floor finish to other remaining areas shall be 450x450x8mm thick tiles
(specification of ceramic tiles to be appropriate for each area). Toilet internal
walls shall receive glazed tiles to EN 177 up to door heights
c) The building shall be naturally ventilated (wind speed to be between 0.5 m/s and
1 m/s)
d) Ceiling colour shall be white or off white.
e) Wall colour shall be medium green.
Section 4. Employer’s Requirements _________________________________________________________________________________________________
66
f) Provide proper anti vandal equipments, and vandal proof sanitary fittings.
g) All openings to be provided with burglar proofing and collapsible burglar
proofing to doors.
h) The building shall be easily accessible to disabled persons.
i) Internal & external block walls surface to receive cement render finish with
washable emulsion paint for internal walls and weather resistant, water repellent
anti-fungus paint for external walls.
j) Generator room to be appropriately located so to keep away all noise and
vibrations emitted.
k) Toilets shall be discreetly positioned.
2.4 Additional design consideration
1. Family Entry and Reception Area
The NICU shall have a clearly identified entrance and reception area for families.
Families shall have immediate and direct contact with staff when they arrive at
this entrance and reception area.
2. Safety/Infant Security
The NICU shall be designed as part of an overall security program to protect the
physical safety of infants, families and staff in the NICU. The NICU shall be
designed to minimize the risk of infant abduction.
3. Airborne Infection Isolation Room(s)
An airborne infection isolation room shall be available for NICU infants, and
shall provide a minimum of 14 square meters or clear floor space, excluding the
entry work area. A hands-free hand washing station for hand hygiene and areas
for gowning and storage of clean and soiled materials shall be provided near the
entrance to the room. Ventilation systems for isolation rooms shall engineered to
have negative air pressure with air 100% exhausted to the outside, and shall meet
acoustic standards for infant rooms (Standard 27). Airborne infection isolation
room perimeter walls, ceilings and floors, including penetrations, shall be sealed
tightly so that air does not infiltrate the environment from the outside or from
other airspaces.
Airborne infection isolation rooms shall have self-closing devices on all room exit
doors. An emergency communication system and remote patient monitoring
capability shall be provided within the airbone infection isolation room. Airbone
infection isolation rooms shall have observation windows with internal blinds or
switchable privacy (opaquing) glass for privacy. Placement of windows and other
structural items shall allow for ease of operation and cleaning. Airbone infection
isolation rooms shall have a permanently installed visual mechanism to constantly
monitor the pressure status of the room when occupied by a patient with an
Section 4. Employer’s Requirements _________________________________________________________________________________________________
67
airborne infectious disease. The mechanism shall continuously monitor the
direction of the airflow.
4. Electrical, Gas Supply and Mechanical Needs
Mechanical requirements at each infant bed, such as electrical and gas outlets,
shall be organized to ensure safety, easy access and maintenance.
There shall be a minimum of 14 simultaneously accessible electrical outlets. The
minimum number of simultaneously accessible gas outlets is:
Compressed air: 15 Outlets
Oxygen: 30 Outlets, and
Vaccum: 30 Outlets
There shall be a mixture of emergency and normal power for all electrical outlets
per current Fire Protection recommendations.
5. Ambient Temperature and Ventilation
The NICU shall be designed to provide an air temperature of 22-26° and a relative
humidity of 30-60% while avoiding condensation on wall and window surfaces.
A minimum of six air changes per hour is required, with a minimum of two
changes being outside air.
The ventilation pattern shall inhibit particulate matter from moving freely in the
space, and intake and exhaust vents shall be situated to minimize drafts on or near
the infant beds. Ventilation air delivered to the NICU shall be filtered with at
least the efficiency specified in the FGI Guidelines. Filters shall be located
outside the infant care area so they can be changed easily and safety. Fresh air
intake shall be located at least 7.6 meters from exhaust outlets of ventilating
systems, combustion equipment stacks, medical/surgical vacuum systems,
plumbing vents, or areas that may collect vehicular exhausts or other noxious
fumes. Prevailing winds or proximity to other structures may require greater
clearance.
6. Hand washing
Every infant bed, whether in a single or multiple-bedroom, shall be within 6
meters of a hands-free handwashing station. Handwashing stations shall be no
closer than 0.9 meter from an infant bed, clean supply storage, or
counter/worksurface unless a splashguard is provided. Handwashing sinks shall
be large enough to control splashing and designed to avoid standing or retained
water. Minimum dimensions for a handwashing sink are 61 cm x 41 cm x 25 cm
from the bottom of the sink to the top of its rim. Space for pictorial handwashing
instructions shall be provided above all sinks. There shall be no aerator on the
faucet. Walls adjacent to handwashing sinks shall be constructed of non-porous
material. Space shall also be provided for soap and towel dispensers and for
appropriate trash receptacles. Tower dispensers shall operate so that only the
Section 4. Employer’s Requirements _________________________________________________________________________________________________
68
towel itself need be touched in the process of dispensing and constructed in such a
fashion as to control noise. Separate receptacles for biohazardous and non-
biohazardous waste shall be available.
7. Staff Support Space
Space shall be provided within the NICU to meet the professional, personal and
administrative needs of the staff. Rooms shall be sized and located to provide
privacy and to satisfy their intended function. Locker, lounge, private toilet
facilities and on-call rooms are required at a minimum.
8. Support Space for Ancillary Services
Distinct support space shall be provided for all clinical services that are routinely
performed in the NICU.
Space for preparation and storage of formula and additives to human milk and
formula shall be provided within the unit or other location that is away from the
bedside.
A separate area in the food services area or in the patient unit shall be designated
for infant feeding preparation. Hospital food preparation design guidelines shall
be followed.
To minimize contamination, the ventilation system should have a minimum
filtration of 90% or have a forced air filtration system.
Provisions shall be included for human milk storage. Human milk may be stored
in a designated space in the infant feeding preparation room, and in designated
spaces on the patient unit.
9. Administrative Space
Administrative space shall be provided in the NICU for activities directly related
to infant care, family support, or other activities routinely performed within the
NICU.
10. Family Support Space
Space shall be provided in or immediately adjacent to the NICU for the following
functions: family lounge area, lockable storage, telephone(s) and toilet facilities.
Separate, dedicated rooms shall also be provided for lactation support and
consultation in or immediately adjacent to the NICU.
11. Ceiling Finishes
Section 4. Employer’s Requirements _________________________________________________________________________________________________
69
Ceilings shall be easily cleanable and constructed in a manner to prohibit the
passage of particles from the cavity above the ceiling plane into the clinical
environment.
The ceiling construction in infant rooms and adult sleep areas and the spaces
opening onto them shall not be friable and shall a noise reduction coefficient
(NRC) of at least 0.90 for 80% of the entire surface area or an average NRC of
0.85 for the whole ceiling including solid and acoustically absorptive surfaces.
To ensure protection from noise intrusion, ceilings in infant rooms and adult sleep
areas shall be specified with a ceiling articulation class (CAC)-29.
Finishes shall be free of substances known to be teratogenic, mutagenic,
carcinogenic, or otherwise harmful to human health.
12. Pest and vermin control
(i) Anti-termite treatment during substructure stage not limited to all foundations and
service trenches and pits and floors and all as per specialist recommendations.
(ii) Bird control measures such as anti-bird netting.
13. SERVICES– M&E – Electrical, Mechanical, Fire fighting, Fire Alarm, related
security systems, Telephone installation: provision for telephone lines, water
supply. Rain water disposal from building and throughout the siteGarbage and
sewage disposal Landscaping/Leveling, tarmac, pavement, parking blocks, access
and driveway and gates with heavy duty locking device
14. AESTHETICS
The Building(s) shall be designed to have the best aesthetic appearance.
The structure shall be in harmony with the surrounding features, existing infrastructures
and environment.
15. ECO-FRIENDLY DESIGN
The Building and site works are to be designed taking into account sustainability and
green building design principles.
16. EASE OF MAINTENANCE
Proposals to take into consideration the aspect of normal maintenance as well as cost of
maintenance.
1. Low maintenance or maintenance free materials to be proposed.
2. Ease and means to maintain internal and external fittings and fixtures to be considered.
Section 4. Employer’s Requirements _________________________________________________________________________________________________
70
Format of Bidder’s Proposal: -
The bidder shall submit appropriate drawings and reports to explain his scheme. Though
working drawings are not expected at this stage, the scheme shall be detailed enough to
enable the pricing to be realistic.
The following shall be the schedule of the proposal, (Note: All drawings are to be
prepared in metric scale, in black and white and drawn on A0/A1 size paper.)
Site and Location Plan – Scale 1:250, showing proposed finish levels of the
building, drainage, external ground levels, sewerage disposal system, rain water
disposal system, water supply reticulation, landscaping and setbacks etc.
The following to a scale of 1:100
Floor plans
Roof plan
Sections (min 2)
Elevations (All sides)
A minimum of 2 perspective views of the proposal.
Proposal to also include the following:
A schedule of finishes
Schedule of sanitary wares & fittings.
Schedule of openings
Technical literature and details for false ceilings, insulation materials, all flooring
materials, sanitary wares and fittings, anti-termite treatment.
Structural and Civil Engineering drawings showing the general design proposal
layouts plan, sections, site drainage.
Mechanical and Electrical drawings showing the general design proposal
A concise report of not more that 10-15 (A-4) pages explaining the general
concept as regards the methodology of the construction, architectural, structural &
civil and mechanical & electrical design proposals.
Detailed schedule of areas and the specifications proposed by the bidder vis-a-vis
the requirements mentioned in the Architectural Brief, must be submitted in a
tabular form
Any other typical details, which the bidder may consider as an important feature
of his proposal to an appropriate scale.
Contract Sum Analysis as per format enclosed in Section 8 shall be modified and
elaborated, as necessary, based on the design.
Proposed programme of works, sequence and methods to be applied for the
execution of all works.
Section 4. Employer’s Requirements _________________________________________________________________________________________________
71
Detailed Working Drawings:-
Within a maximum of 3 weeks from the date of award, the successful bidder shall
submit to the Employer’s representative for his approval as to the suitability and
adequacy of the permanent works designed by the Contractor, Eight (8) hard copies and
one soft copy of the below mentioned documents incorporating all the recommendations
of the Building Plans Committee are to be submitted:-
(a) Full design with calculations certified by the Contractor’s Engineer
(b) Complete Architectural, M & E and Building as well as Civil Engineering
drawings with layout, sections, reinforcement drawings, including connection
details scale to be as follows:
(i) General site plans – 1:100
(ii) Plans of the Buildings – 1:50
(iii) Site works/drainage, Sections, Elevations, Details of all components
(iv) Detail of joints and beam sections – 1:20
(v) Boundary wall and fencing drawing and details
(vi) Retaining structures drawings and details
(vii) Sewage disposal drawings and details
(c) Specifications of methods
(d) Specifications of architectural and engineering materials
The Contractor shall forward his submission which shall be complete in all aspects and in
sufficient details to enable the Employer and his representatives to fully understand and
evaluate the Contractor’s Design.
If in the opinion of the Employer, the Contractor’s submission does not meet the
requirements of the contract or that of the statutory body, the Employer will notify the
Contractor who shall make appropriate amendments and shall forward Eight (8) copies
of amended calculations, drawings and specifications. The procedure described above
shall apply to all re-submissions.
Construction works shall not start until the Employer has approved the relevant drawings
and once approval has been given, no alternations shall be made to the drawings without
further approval of the Employer. However, even after the Employer’s approval, the
responsibility and liability of all design and subsequent drawings wholly rests on the
contractor and his consultants. As such, during construction stage, additions and
modifications to the design may need to be carried out at no additional cost to the
employer, to be in line with Employer’s requirements, bid proposals, international norms
and good building practice and regulations.
Supervision:-
The Contractor shall ensure that the works are regularly supervised by the consultancy
team Architect, Engineer, M/E Engineer as per T.O.R described in Section 5 and shall
Section 4. Employer’s Requirements _________________________________________________________________________________________________
72
submit evidence thereof to the Employer’s Representative during construction and
maintenance period.
A minimum mandatory amount of Fees for supervision and maintenance period shall be
included at Item E of the format of Main summary of Section 8- schedules.
This sum shall be disbursed subject to satisfactory performance of the supervision team.
Special conditions for contractor to comply with and allow in his bid price
1. Contractor is to restrict himself to site allocated to him and shall take all necessary
precautions to keep these areas in tidy conditions, free from dust and minimum
noise during the demolition works and appropriately secure and hoard the site and
provide dust proof screens.
2. Contractor to allow for the protection of existing structures and for providing
special care so as not to interfere unnecessarily with or so as to accommodate any
services installations that may be met with and including for health, safety and
security requirements for the users, third parties in adjoining properties and roads
at all times in accordance with laws and regulations.
3. Contractor to allow for displacement of existing structures and for deviation of
existing services underground or above that run on site and that interfere with the
works.
4. Contractor is informed that the works shall be executed while the hospital will be
operational. Particular precautions shall be taken with respect to the safety and
security of the occupants/staffs/patiemts within the entire hospital premises.
5. Contractor shall make provision to execute noisy works in consultation with
hospital management.
6. Where site access would be through hospital premises, loading and unloading of
building materials, carting away of debris, movement of vehicles (lorries, etc) are
not to be effected during visiting hours. The common access road to the hospital
must not be obstructed and must be free at all times of all vehicles, materials,
debris, so as not to cause any inconvenience to the hospital.
7. Usual rainy climate shall also be taken into consideration during the planning of
construction activities.
Section 4. Employer’s Requirements _________________________________________________________________________________________________
73
Evaluation Criteria
Evaluation will be carried out in the first instance, based on the technical aspects solely.
Criteria for technical evaluation shall be as follows:
A FUNCTIONAL ASPECT 25 marks
B AESTHETICS 5 marks
C STRUCTURAL PROPOSAL 15 marks
D
MECHANICAL/ELECTRICAL PROPOSAL 15 marks
E
PROPOSAL FOR ENERGY EFFICIENT & 10 marks
ECO-FRIENDLY DESIGN
F
METHODOLOGY AND WORKPLAN 10 marks
G
PROFILE OF CONSULTANTS 20 marks
TOTAL 100 marks
Financial evaluation of only those Bidders, scoring more than 50% marks in each sub
category of the evaluation criteria (listed A to F above) and 75% overall shall be
considered as responsive for further evaluation.
After application of Margin of Preference, the adjusted price (only for comparison
purposes) quoted by each responsive bidder will be awarded marks on a percentage basis
with the lowest adjusted price scoring the maximum marks.
The technical and financial marks of each responsive bidder will be lumped in the ratio:
75% for technical and 25% for financial
The bid having scored the maximum aggregate marks on technical and financial
evaluation will be the best evaluated and will be awarded the contract.
Section 5. Specifications and Performance specifications 74 _____________________________________________________________________________________________
74
Section 5. Specifications and Performance specifications
Section 5. Specifications and Performance specifications 75 _____________________________________________________________________________________________
75
Section 5: Specifications and Performance Specifications
General Scope and Conditions
The Ministry of Health & Quality of Life (hereafter called the Employer) proposes to
set up a Neonatal Intensive Care Unit satisfying all norms and standards together with
associated services and site works as more fully described in Section 4 of the Bid
Document, and is inviting proposals on a design and build (turnkey) basis.
Each Contractor/bidder shall seek the services of Consultants namely Architect,
civil/structural Engineer, Mechanical/Electrical Engineer, or other related technical input.
NOTE: The Consultants enlisted for the project SHALL absolutely meet the
minimum qualifying Criteria indicated at paragraph 1.2.1 to 1.2.5. below. Proposals
not meeting the above criteria shall be considered non-responsive and shall be
rejected.
1.1 Scope of works:
The scope of works of the proposed Neonatal Intensive Care Unit shall comprise of the
following:
(a) Planning, Design and detailing of the project
(b) Its construction, site development, supervision and coordination
(c) Commissioning and handing over of the project including all services, facilities
and amenities.
(d) Maintenance during the defects liability/defects notification period.
(e) The project shall be completed in strict compliance with the following:
(i) All requirements of the Employer as mentioned in the Bid
Document
(ii) Architectural, Structural and Services Drawings, design calculations
and specification submitted by the successful bidder and duly
approved by the Employer.
(iv) As per instructions and guidelines given in the Bid Documents.
1.2 General Conditions
1.2.1 The bidder shall seek the services of consultants (namely Architect,
Civil/Structural Engineer, Mechanical/Electrical Engineer, Fire Safety & Security.
In case of association/partnership/joint venture a letter of undertaking shall be
submitted with the proposal. The bid must be submitted in the name of the Joint
venture/association/partnership.
1.2.2 The word of the Architect shall mean an Architect registered with the
Professional Architects Council and having at least 10 years post registration
experience.
1.2.3 The word Structural/Civil Engineer shall mean a civil engineer registered with
the Council of Professional Engineers (Mauritius) with a minimum of 10 Year’s
post-registration experience.
Section 5. Specifications and Performance specifications 76 _____________________________________________________________________________________________
76
1.2.4 The word Mechanical/Electrical Engineer shall mean Mechanical & Electrical
Engineering firm with at least 5 years existence and having an Electrical
Engineer and a Mechanical Engineer each of them registered with the Council of
Professional Engineers (Mauritius) with a minimum of 10 years post-registration
experience and having carried out the design and supervision of at least one
project of similar nature and complexity.
1.2.5 ................................................................................................................... Quantity Surveyor: The Quantity Surveyor shall have at least five years
experience post professional membership of the Royal Institution of Chartered
Surveyors (MRICS) or equivalent as approved by the Professional Quantity
Surveyors Council. The Quantity Surveyor shall have experience in at least 2
projects of similar nature during the last 3 years.
1.2.6 Changes, alterations, modifications or deviations in the approved drawings,
specifications, details etc. are not allowed, at any stage, without written
approval of the Employer.
1.2.7 The project will be implemented and coordinated by the Ministry of Health &
Quality of Life who may act on its own or through any authorized agent who
will chair fortnightly site meetings. Contractor to ensure that all consultants
who prepared the bid submission shall avail themselves during the Post-
Contract period as directed by the employer or his agent
1.2.8 Standard specification
For convenience, and in order to establish the necessary standards of quality,
reference has to be made to specifications issued by national or other widely
recognized bodies.
Such specification shall be referred to as “Standard Specification” and shall be the
latest editions of such standard specification and amendments as may have been
issued prior to the same date.
In referring to Standard Specifications, the following abbreviations are used;
ASTM American Society for Testing and materials
BS British Standards
ISO International Organization for Standardization
EN European Norms
If the contractor proposes to use a Standard Specification other than that specified,
three copies of the proposed Standard Specification in English shall be submitted
to the Employer /Architect/ Engineer not less than 28 days before approval of the
Standard Specification is required.
Copies in English language, of all standards used in connection with the works
shall be supplied to the Employer/Architect/Engineer.
1.3 Contractor’s Superintendence
Section 5. Specifications and Performance specifications 77 _____________________________________________________________________________________________
77
With reference to the Clause 4.3 of the General conditions of Contract, the
Contractor’s representative who shall have full authority in respect of the works and
at least one of the technical assistant shall be able to speak English fluently and
reasonable proportion of foremen shall have a working knowledge of English
Language.
Correspondence between Contractor or Contractor’s Representative and the
Consultants and Employer or Employer’s representative shall be in English.
1.4. Materials for the Works All materials supplied by the Contractor shall comply with the appropriate Standards
Specification unless otherwise required.
A copy of the standard specification is available at the MPI Architect section for
reference.
The Contractor shall, before placing any order for materials, manufactured articles or
Machinery for incorporation in the works, submit for approval of the Employer the
source, the specifications, technical sheets and catalogues.
No materials, manufactured articles or machinery shall be ordered or obtained which
has not been previously approved. All material shall be delivered to the site in
sufficient period of time before they are required for use in the works to enable the
Employer to take such samples as he may wish for testing and approval. Any
materials condemned as unsuitable for the works shall be removed from site at the
Contractor’s expense.
The Contractor may propose alternative materials to those specified, provide that they
are of equivalent quality and subject to the Employer’s approval.
Tiles - All tiles shall be of appropriate ISO standard.
Aluminium openings – Aluminium openings shall be of the following trade names -
“ALUNION”, ” HUECK”, “PECHINEY” or equivalent .
1.Aluminium openings shall be of aluminium alloy 6060 A.G.S and shall be to BS EN
1192 and BS EN 1529 regarding height , width , thickness & squareness or as per
manufacture’s specification. For water & air tightness opening shall comply to BS EN
12207 OR BS EN12208.Resistance to wind load shall be to BS EN 12210 and to
withstand cyclonic winds as per current wind gusts pressure over 280 km/hr substantiated
with calculations and certificates as required and to the approval of the Engineer.
2. Openings to be water & air tight BS 16375 Part 1 class A
3. Handle and lock to be BS 6093 Part 1
4. Gasket (E.P.D.M) to BS 4225 Part 1
5. Opening to assembly to BS 6093 and Glazing to BS 6262
Section 5. Specifications and Performance specifications 78 _____________________________________________________________________________________________
78
6. Corned cleat any other reinforcement to be used must be of same aluminium mat
Metal works – All structural metal members to be hot dipped galvanized 85 microns,
primed, painted and coated with appropriate fire resistance treatment.
1.5 Third Party Obligations
The Contractor shall not demolish or otherwise interfere with any building or anything
connected therewith unless and until permitted to do so.
The Contractor shall take special care to prevent injury, damage, trespass on private
lands, crops, fences, entrances and other properties including the adjoining sites of other
contracts, adjacent to the works.
The Contractor must make all necessary arrangements in these connections with
adjoining land owners and other Contractor or with Officer appointed for the purpose in
case of Government property and assure the observance by his workmen of all regulations
and laws appertaining thereto.
The Contractor shall make his own arrangements with landowners concerned for access
to the site of the works. Similarly, the Contractor shall make his own arrangement for
access to and for procurement of, any materials for the construction of the Works.
The Contractor shall indentify the Employer against all claims for failure to full fill the
above obligations and all other claims arising from failures of a similar nature.
1.6 Works executed by the Employer or other Contractors
The Employer reserves the right to execute, on site, works not included under this
Contract and to employ for this purpose either his own employees or other Contractor
whose contract may be either a sub-contract under this contract or an entirely separate
contract.
The contractor shall ensure that neither his own operations nor trespass by his employees
shall interfere with the operations of the Employer, or his sub-contractor employed on
such works and the same obligations shall be imposed on the Employer or Contractor in
respect of work being executed under this Contract.
1.7 Liaison with Police and other Officials
The contractor shall keep in close contact with the authorities regarding their
requirements for the control of workmen, movement of traffic, passage through urban
areas or other matters and shall provide assistance or facilities which may be required by
such officials, in the execution of their duties.
1.8 First Aid, Welfare and safety precautions
Section 5. Specifications and Performance specifications 79 _____________________________________________________________________________________________
79
The contractor shall provide, equip and maintain an adequate First Aid Station on the site
of works and provide all necessary transport and shall have experienced First Aid
personnel available for attending to minor accidents.
The Contractor shall allow in his price and be responsible for the cost of all site welfare
arrangements and requirements.
All works is to be executed in a safe and responsible manner and the Contractor is to
proceed in accordance with the provisions of the appropriate legislation.
1.9 Alteration to and preservation of services
When work is being carried out in the vicinity of overhead power lines, the contractor is
responsible for ensuring that all persons working in such areas are aware of all the
necessary precautions to be taken in the vicinity. The Contractor’s attention is drawn to
BS162 which states safe clearance for various voltages.
In all cases where such works are exposed, they shall be properly shored or hung up.
Special care must be exercised in refilling to compact the ground under mains, cables etc.
And not to cover up exposed water meters and water meters and stopcock,
etc…………………
Poles supporting cables, adjacent to the works, shall be kept securely in place until the
work is completed and then shall be made safe and permanent.
Should the Contractor expose any existing services which may interfere with or be
damaged by the construction, he shall liaise with the Authorities concerned who will
instruct the Contractor as to what measures are required to remove, alter, change or re-
direct existing services. The Contractor shall allow for all related costs.
Any damage to, or interference with existing services, occasioned during the progress of
the Works, shall be deemed to be the responsibility of the Contractor, who shall undertake
to make good at his own expense any damage so caused to the existing services or other
features and shall be liable in respect of all claims arising from such damage or
interference however occasioned.
Section 5. Specifications and Performance specifications 80 _____________________________________________________________________________________________
80
1.10 Laboratory Tests:
All tests required for the selection of materials, design of mixes, control of materials and
workmanship in order to comply with the Specifications and Performance Requirements
and Employer’s Requirements, shall be carried out from an independent approved
laboratory.
The Contractor should note that all tests needed to comply with quality of materials and
workmanship is deemed to be included in the quoted price for the works and that no extra
claim would be entertained for laboratory tests.
Copies of test results shall be submitted to the Employer’s representative with the
minimum delay.”
1.11 Protection of the Works:
“The Contractor shall carefully protect from degradation by weather, all work and
materials which may be affected thereby, and allow in his tender for all pumping,
shoring, temporary drains and sumps, necessary for the purpose and shall clear
away and make good at his own cost to the satisfaction of the Employer’s
Representative all damage caused thereby.”
1.12 Site conditions: “
“The Contractor shall obtain at his own cost all information about the site,
including hydrological, climatic and sub-surface conditions, from the relevant
Authorities to ensure that the design makes due allowance for problems such as
flooding, poor soil conditions, etc.”
1.14 As Built Drawings and Design Warranty:
“After completion of the Works and at least eight (8) working days before the date
of taking over, the Contractor shall submit to the Employer’s Representative as-
built drawings and a Design Warranty.
The as-built drawings and Design Warranty shall be supplied at the Contractor's
expense. The drawings shall be in six (6) copies both in hard and also in soft copy.
Failure to supply the as-built drawings and Design Warranty in time shall
automatically prevent the issue of the Taking over Certificate.”
Section 5. Specifications and Performance specifications 81 _____________________________________________________________________________________________
81
2.0 Terms of Reference for Consulting Architect
The main contractor shall appoint a consulting Registered Professional Architect
with at least 10 years experience in the field of building services in Mauritius.. The
consulting Architect shall submit the following evidences with the bid for consideration; -
copy of registration certificate with the Professional Architect Council, completion
certificate of works designed and supervised by the Architect projects stating that the
client is satisfied with the consultancy services of the Architect.
2.1 Scope of Services for the Consulting Architect
A key requirement of this project is to minimize site impacts and the visual impression of
the building itself. The proposed design should aspire to be in harmony with nature
through its minimal impact and through maximizing the use of natural ventilation and
Eco lighting. The design character should be in tune with the architecture of existing
facilities and be in line with sustainability.
The architect is to perform the design of and supervise the construction of the building as
per the client`s requirements listed in section 4. The presentation of the design of the
building includes the following work: 1. Prepare preliminary designs of for bidding
exercise; 2. Amend bid drawings to satisfaction of the employer for clearance from
statutory bodies; 3. Prepare all necessary construction documents including architectural
working drawings, and specifications after Building Plans Committee;
4. The Architect will also be expected to:
(a) Visit the site and come to be familiarized with all aspects of the project;
(b) Prepare a design that suits the plot of land in the compound of the existing hospital
(c) Ensure that the natural integrity of the site and its built heritage is maintained;
(d) To ensure that the design and function of the facility adheres to established design
guidelines and architectural features that complement and enhance the community and to
advise on finished, fixtures, colours etc.
(e) The Architect shall be responsible for the Design/specification of materials and
regular supervision of all architectural components. Special attention shall be provided at
finishing stage and all approval recorded.
(f) The Architect shall schedule and chair fortnightly technical meetings with the team
consultants of the project to review progress of works, approval of samples, scheduling of
works, and report at each site meeting to the representative from the Public Body. The
Architect shall submit all approval sheets to the representative of the Public Body.
(g) The Consultant Architect shall be present at each site meeting as and when convened
by the public body.
(h)To assist in replying of Audit queries including attending meetings in connection
whenever requested;
(i) Attend and respond to queries of the Public Accounts Committee;
(j) Assist in the assessment of Loss & Expense in case of claim; and
(k) Assist in arbitration matters, reply to queries from Audit and attend meetings when
requested.
Section 5. Specifications and Performance specifications 82 _____________________________________________________________________________________________
82
2.2 Requirements for Architectural Works
A. Design
The Service to be provided by the Architect shall include but shall not be limited
to the following;
Bid Stage
a. Submission of Design on A1 sizes, including of the conceptual design, Site
Plan (1/200), Plans, 3 Sections, 4 Elevations and at least two internal and
external perspectives of 1/100 scale.
b. Schedule of finishes, openings and ironmongeries (Specification of
materials to be used shall be submitted)
c. Design Report explaining the Architectural design concept, siting and
sustainable design concept
B. Building Plan Committee
The bidder shall apply for the following clearances from local authorities and
submit to the Ministry of Public Infrastructure and LT for Building plans
Committee;-
a. Ministry of Land and Housing
b. Ministry of Health and QL
c. Fire Authority
d. Traffic Management and Road Safety Units
e. Wastewater Management Authority
The Consulting Architect shall prepare and submit a full set of the Architectural
Drawings incorporating all recommendations of the letter of acceptance and
employer`s representative, as well as a project description for Building plans
Committee purposes.
The Architects to attend Building plans Committee.
C. Working Drawings
Submission to the Employer`s representative for their approval, prior to start of
works of three copies of the following documents
a. Detail Plans, Site plan @1/100, detail plans, sections, elevation @1/50
and details @1/20 or 1/10
b. Detail specification of material to be used
D. Completion Stage
The Architect shall certify the following tests have been carried out in his presence
and that the building is fit for use:
a. That proper waterproofing test has been carried out on roof and openings
and that the building does not present any leakage.
b. All materials specified in his schedules of finishes, openings and
ironmongeries are functioning properly
c. That the building and all associated works are sound and safe.
E. Final Taking Over
The Architect to certify that all defective items have been made good to his
satisfaction and the building and all associated works are sound and safe.
Section 5. Specifications and Performance specifications 83 _____________________________________________________________________________________________
83
3.0 Terms of Reference for Civil/Structural Engineer. General Obligations
The Contractor shall carry out, and be responsible, for the structural design, implementation and
supervision of the Works involved in the project to the entire satisfaction of the Employer’s
Representative. The structural design and supervision of Works shall be done by a
Civ i l / Structural Engineer registered with the Council of Registered Professional
Engineers (Mauritius) having a minimum of 10 years post-registration experience and
having carried out the design and supervision of at least one project of similar nature.
Requirements for Structural and Civil Engineering Works:
1.0 DESIGN
The services to be provided by the Civil/Structural Engineer shall include but shall not be limited
to the following:
Bid Stage:
(a) Submission of a design report, on A4 size, including the conceptual design, design
parameters, materials, assumptions, standards and preliminary calculations;
(b) Submission of preliminary structural drawings of Civil Engineering Works including
layouts, sections and site plan;
Working Drawings:
Submission to the Employer, for his approval, prior to start of works, of three copies of the
following documents:
(a) Full design calculations certified by the Civil/Structural Engineer;
(b) Soil test report;
(c) Detailed Engineering Drawings with layouts, sections and reinforcement drawings
certified by the Civil/Structural Engineer. Scale to be as follows:
(i) Site layout 1:100
(ii) Structural layout drawings, reinforcement drawings 1:50
(iii) Sections and details 1:20
(d) Specifications
Section 5. Specifications and Performance specifications 84 _____________________________________________________________________________________________
84
Design shall meet the following requirements:
I Loads
(a)
Dead Loads: Loads of material and finishes to be those given by the appropriate British
Standards with latest amendments. Where not given it will be actually ascertained from
the determination of their respective density by an approved testing authority, e.g.
M.S.B. and/or Ministry of Public Infrastructure & Land Transport (Public Infrastructure
Division), Phoenix.
(b) Live/Superimposed loads
They will be those recommended in BS 6399: Part 1 (1996) with latest amendments and
BS 6399: Part 3 for roofs. Loads for storage areas where specified should be calculated
based on the materials to be stored and agreed with Employer. These loads will be
considered as superimposed loads.
(c)
Wind Loads
All buildings and other structures and their components will be designed to withstand
wind loads as calculated by British Standard Code of Practice CP3. Ch V: Part 2 1972
including subsequent amendments to date.
They will be designed for the basic wind speed V i.e. 3 second gust wind speed
estimated to exceed on the average once in 50 years but not less than 280 Km/hour.
Additionally the buildings, structures and components including construction and
expansion joints will be designed for normal rainfall including rain storm with or
without cyclone winds to achieve the desired performance for water tightness by the
Architect. The Civil/Structural Engineer is required to advise the Architect accordingly.
(d)
II
Water Loads
The loads due to water in any water retaining structure shall be calculated as per BS
8007.
Durability
(a) Design and Construction
The buildings and other structures are required to be designed and built to comply with
durability as required in the relevant British Standard Codes of Practice.
(b) Code Napoleon for “Gros Ouvrages”
Design and construction of buildings and all other structures and all the structural
elements/components are to be governed by the provisions of the Code Napoleon.
Section 5. Specifications and Performance specifications 85 _____________________________________________________________________________________________
85
III
Fire resistance
All buildings and other structures and all structural elements/components are required to
be designed for the necessary fire resistance according to the relevant British Standards.
IV Tests
The Contractor shall arrange for the necessary site and laboratory tests, as required, to
ascertain the safe allowable bearing capacity of the soil strata on which foundations of all
structures are to be built. The Contractor shall submit all such test results to the Employer
so as to justify his assumptions made in his design calculations. Foundations will be
designed and constructed as recommended in British Standard 8004 with all amendments
to date. All charges for such tests shall be deemed to be included in the Contractors’
quoted price.
V
Superstructure
1. In all cases reinforced and/or plain concrete, design and construction of the
buildings will comply in all respects with the latest edition of British Standard
8110.
2. In all cases load-bearing walls will comply with latest edition of BS5628
including all amendments to date for materials and components design and
workmanship for load bearing walls.
3. Design and construction of superstructure and for its parts/components in
structural steel shall comply in all respects with latest edition of British Standard
5950 including all amendments to date.
4. Design and construction of superstructure and/or its part components in structural
timber will comply in all respects with latest edition of British Standard 5268
“Structural use of timber” including all amendments to date.
5.
6.
7.
Contraction/expansion joints shall be designed and constructed to comply with
the requirements of section eight “Movement joints” of BS 8110 Part 2 including
all amendments to date.
Design and construction of aluminium sections and members shall comply in all
respects with latest edition of British Standard 8118 including all amendments to
date.
Design and construction of glazing elements shall comply in all respects with
latest edition of relevant British Standards including all amendments to date
VI Substructure and Superstructure - other items
(a) Design and construction of any part of the sub-structure and foundations will comply
in all respect with BS 8004 “Foundations” including all amendments to date.
(b)
(c)
Design and construction of any part of the civil works will comply in all respect with
the relevant British Standards.
Design and construction of any part of the structure for water retaining reinforced
concrete structure without tanking membrane as required by specifications will
comply in all respect with BS 8007 “Code of Practice” for design of concrete
structures for retaining aqueous liquids. Water tests of such water retaining structures
need to be done as per BS 8007.
Section 5. Specifications and Performance specifications 86 _____________________________________________________________________________________________
86
2.0 SUPERVISION
The Contractor through his Civil/Structural Engineer will be fully responsible for the
technical inspection, supervision and monitoring of all the structural and civil engineering
works involved in the project under reference. The Contractor shall provide a
Civil/Structural Engineer on the project to ensure adequate supervision, and such other
additional staff required for the proper performance of the duties assigned.
These duties shall include but shall not necessarily be limited to the following:
general inspection of the construction of the Engineering works in the form of
such periodic visits to the site as the Civil/Structural Engineer considers necessary
in order to ensure that the Engineering works are carried out in accordance with
the requirements and intention of the design and structural instructions given. The
Civil/Structural Engineer shall issue written approvals to the Contractor after each
inspection of structural works for which he is satisfied;
attendance at the site meetings/visits for the duration of the project;
checking contractors/nominated sub-contractors/suppliers drawings for permanent
works for conformity with design requirements and including detailed checking of
shop details for erection fit;
making arrangements for the inspection and testing of such material and plant as
are usually inspected or tested and submission of test results along with
comments/approval thereon;
give instructions for appropriate repairs to faulty works, if any is observed during
construction.
detailed checking of reinforcement in position on the site;
constant supervision during concreting operations;
detailed checking of structural steelwork;
detailed checking of structural works with other materials like Aluminium,
Timber, etc.;
inspection on site of special formwork;
checking of the setting out all Engineering works such as:
(a) Reinforced concrete works
(b) Line and level of formwork
(c) Line and level of structural steelworks
(d) Holding down bolts for structural steelworks
(e) Structural elements of the glazing system, etc.
Certify that all items of structural works for which the Contractor applies for
payment has been carried out as per drawings and specifications and to his
approval. In this respect, the Registered Professional Civil/Structural
Engineer should issue a certificate which the Contractor should submit along
with his applications for payment. The certificate should read as follows: “I
hereby certify that all structural works for which the Contractor has applied
for payment in application for payment No. …(to be inserted by the
Civil/Structural Engineer) has been carried out as per drawings and
specifications and to my approval.” The Certificate shall be signed by the
Registered Professional Civil/Structural Engineer.
Section 5. Specifications and Performance specifications 87 _____________________________________________________________________________________________
87
The Contractor shall submit to the Employer’s Representative copies of all
approvals given by the Civil/Structural Engineer at the end of each week.
Section 5. Specifications and Performance specifications 88 _____________________________________________________________________________________________
88
4.0 TERMS OF REFERENCE FOR CONSULTING QUANTITY
SURVEYOR
PRE-CONTACT
1. Work within a multidisciplinary team of professional consultants where there
would be a team leader and in line with the provisions of the Public Procurement
Act 2006 (PPA).
2. Prepare and submit cost estimates at various stages of the project in consultation
with the members of the consultancy team.
3. Carry out cost planning, cost monitoring and value engineering exercises during
the various stages of design to ensure that there is no over-run in budget.
4. Prepare projected cash flows for the contract as and when required.
5. Attend meetings related to the project.
6. Prepare and submit full bid documents with specifications, Conditions of Contract
including any other relevant documents. This should be in compliance with the
PPA in a manner to meet the exigencies of the Procurement Policy Office and the
Central Procurement Board.
7. Advise on any aspect that can influence costs and measures that can be taken in
order to ensure that the budget for the project is not exceeded.
8. Assist bid evaluation committee, if required, in the evaluation of bids received and
report thereon.
9. Form part or provide assistance to the negotiation team, if required.
10. Assist in the award of procurement contracts and signature of contracts.
11. Carry out such other duties as may be required of a Quantity Surveyor.
POST CONTRACT
1. Prepare and submit revised cash flows for the contract as and when required.
2. Assess variations, contractual claims including but not limited to
compensation claims as well as reporting on cost implications. Seek approval
of Employer before inclusion of assessed claims other than value of works.
3. Prepare and submit valuations including approved variations, if any.
Section 5. Specifications and Performance specifications 89 _____________________________________________________________________________________________
89
4. Carry out any re-measurement necessary under the contract.
5. Attend site meetings, coordination meetings and any other meetings related to
the project.
6. Assist, advise and submit report to the Employer and the supervising team on
all contractual matters, disputes, arbitration and litigation cases including
attending to such cases.
7. Assist the team to ensure a sound financial management of the contract.
8. Prepare monthly cost reports.
9. Prepare and submit certified final account statements.
10. Assist and submit reports to the Employer in replying queries from audit and
other committees including attending meetings in connection when requested
to do so.
11. Carry out such other duties as may be required of a Quantity Surveyor and in
relation to any conditions of contract used.
Section 5. Specifications and Performance specifications 90 _____________________________________________________________________________________________
90
Terms of reference for Electrical Engineer and Performance
requirements for Electrical Installation works
Section 5. Specifications and Performance specifications 91 _____________________________________________________________________________________________
91
1. SCOPE OF SERVICES FOR THE CONSULTING
ELECTRICAL ENGINEER
It is required to design, supervise, coordinate, test and commission the following:
a. Electrical installations by means of energy efficient electrical fittings in the buildings
and associated accessories and equipment including distribution boards and
switchgears and Cable and Wiring.
b. Lightning protection;
c. Fire Detection and Alarm system;
d. Ventilation and Air conditioning systems;
e. Standby Emergency Generator set; and
f. Any other related electrical services.
1.1. Scope of Consultancy Services of the Consulting Engineer
The main contractor shall have to appoint a consulting Registered Professional Electrical
Engineer having a minimum of five years experience in the field of building services,
related to sports complex, for the implementation of the project.
The Consulting Electrical Engineer shall work within a consultancy team.
The Consulting Electrical Engineer, who shall be a specialist in the construction of such
health related projects, shall be responsible for the design, supervision, and coordination
and testing of the Electrical works as per the above scope of works.
The Consulting Electrical Engineer shall submit a report regarding the specific energy
consumption of the building at the bidding stage. At the end of the project the Consulting
Electrical Engineer shall submit an energy certificate of the building which shall be in
conformity with the European or equivalent standard. The Consulting Electrical
Engineer shall also submit a technical report on the performance of the electrical design,
accessories and equipment after final commissioning.
The Consulting Electrical Engineer will have to work in close collaboration with the
Client, the ESD and other consultants on the project. He shall submit all design
workings, calculations and software results to meet client’s required performance and
scope of works.
The design shall take into account energy efficiency strategies which shall support each
other and therefore shall not be considered separately. Therefore, to optimise the
Section 5. Specifications and Performance specifications 92 _____________________________________________________________________________________________
92
different measures the design shall take on board passive solar strategies including
passive ventilation, orientation, natural lighting, etc.
The services to be provided by the Consulting Electrical Engineer shall take account of
the following technical requirements for the project.
1.2. Electrical and Lightning installations
To carry out basic and detailed energy efficient designs of comprehensive electrical
power, indoor and outdoor lighting (favouring energy efficient fittings), earthing systems,
and lightning protection for the NICU. These shall be to the prevailing British Standards
and shall include, among others, the following services:
a. To design and draw up preliminary schemes based on the electrical requirements
furnished and in agreement with the Client and on the rating of all
apparatus/equipment that will be installed in the building and its premises. It is also
required to ensure that the entire electrical installations in the NICU comply with
prevailing Electricity Act;
b. To design the electrical distribution systems and prepare single line diagrams with
details of accessories and equipment;
c. To make detailed specifications of all electrical items, including outdoor/indoor
equipment, distribution panels and related items;
d. To design and prepare detailed layout drawings for the necessary switchgear,
individual power socket, indoor lighting, outdoor lighting and earthing system/s. The
lighting layout shall be based on eco-design. Fluorescent fittings shall be of electronic
ballast and all other fittings shall be of energy efficient type;
e. System shall be designed to minimise side flashing and equipped with surge
protectors in distribution boards;
f. To prepare detailed conduit layouts and underground duct routes, as necessary for use
during construction of building; and
g. To prepare the specifications and Price Activity Schedule.
1.3. Fire Detection and Alarm System
To carry out basic and detailed designs of the fire detection system, for all necessary areas
in agreement with the Client. These shall include, among others, the following services:
a. To study the fire hazard and local statutory requirements for fire protection and
submit reports to the Client in the bid document;
b. To design the fire alarm systems which shall be vandal proof, and prepare the
schematic layouts accordingly;
c. To prepare detailed layout drawings for installation of the fire alarm system; and
d. To prepare the specifications and Price Activity Schedule.
Section 5. Specifications and Performance specifications 93 _____________________________________________________________________________________________
93
1.4. Ventilation and Air Conditioning System
a. To design the ventilation and extraction system complying with ASHRAE/CIBSE
Standards including ducting, which shall be energy efficient, and to calculate the
capacities of the air conditioning equipment;
b. To prepare air conditioning system details in plans and sections;
c. To check and approve detailed drawings of the suppliers and manufacturers;
d. To prepare specifications and Price Activity Schedule; and
e. The noise level of the air conditioning system and ventilation shall comply with the
Standards for sports environment.
1.5. Standby Emergency Generator Set
a. To carry out proper sizing of a standby generator set to cater for the whole
multipurpose hall for at least 8 hours on full load;
b. To prepare the specifications for the standby generator set and to include a sound
attenuation canopy to restrict noise level below 75 dB at 1m;
c. To prepare detailed conduit layouts and underground duct routes, as necessary for
connecting the generator with the main distribution board;
d. To carry out the design for the earthing system of the generator, which shall be less
than 5Ω; and
e. To prepare the Price Activity Schedule.
1.6. Any other installation not mentioned above but related to the Electrical
Services for the NICU
The services of the Consulting Electrical Engineer would also be required, based on the
requirements of the Client (including Water Pump and Air Conditioning) to carry out
basic and detailed design to the prevailing British Standard of other Electrical services not
taken covered in this document.
1.7. Testing and Commissioning
To test and commission all of the installations in the presence of the Client or his
representative and to approve all tests and commissioning certificates before submission
to the Client.
General Notes
In respect of all the services enumerated above, the Consulting Electrical Engineer shall
provide the following services:
Section 5. Specifications and Performance specifications 94 _____________________________________________________________________________________________
94
1. make regular site visits, follow progress of works, attend meetings, inspect
equipment and make the necessary liaison works with all parties concerned with the
project including, among others, the Architect of the Ministry of Public
Infrastructure, the Ministry of Health & Quality of Life, Energy Services Division
and the Central Electricity Board with regards to the services that are expected on the
site and the equipment that will be installed;
2. make provision, as necessary and in agreement with the Client, in all the services as
to accommodate for any possible future expansion/improvements as necessary;
3. prepare detailed Price Activity Schedule including specifications, for the electrical
services which include, among others, provision for the laying of all conduits,
trunking and cable tray layouts, as well as any layout of trenches, manholes, etc.,
lighting and other electrical fittings/items, ducts, electrical sub-station, fire alarm
system, lightning protection system, generator set, water pump, air conditioning and
ventilation system, earthing;
4. assume full responsibility with regard to the design, calculations and drawings;
5. check and approve detailed drawings of the suppliers and manufacturers;
6. supply required sets of working drawings well in time for maintaining smooth and
unhindered progress of work at site and on request from the Client;
7. prepare and submit required sets of completion drawings to enable the Client to
obtain completion certificate from the concerned authorities. 3 additional sets of ‘as-
made drawings’ should be submitted to the Client; 1 set of as made drawings shall be
submitted in soft copy (pendrive) (AUTOCAD);
8. value the work in progress during the construction period at monthly interval.
9. assist Ministry of Public Infrastructure and Client in any dispute that may arise
during the execution of the work;
10. prepare rate analysis for any extra/deviated items that may arise during construction
for approval;
11. to assist in replying of Audit queries including attending meetings in connection
whenever requested;
12. attend and respond to queries of the Public Accounts Committee;
13. assist in arbitration matters, reply to queries from Audit and attend meetings when
requested.
Section 5. Specifications and Performance specifications 95 _____________________________________________________________________________________________
95
2. PERFORMANCE REQUIRMENTS OF THE ELECTRICAL
INSTALLATION
2.1. Scope of Works
It is required to supply, install, test and commission the following:
a. Distribution boards, pillar and associated switchgears;
b. Cables (main, sub-main, final wirings, etc) in underground conduit, concealed conduit
in walls and ceilings or as specified;
c. Lighting fittings and accessories (including poles);
d. Power sockets, lighting switches and other accessories;
e. Lightning Protection system;
f. Fire Detection and Alarm system;
g. Ventilation and Air Conditioning Systems;
h. Standby Emergency Generator set;
i. Water pumps, hand driers and any other required accessories;
j. Earthing system;
k. Renewable Energy system/s;
l. Associated Civil works for underground cable ducts, meter cubicles etc.
2.2. Manner of Execution
The works shall be executed in the manner set out in the specifications or where not set
out, to the satisfaction of the Client or his representative. Installations shall be carried out
to good standards of workmanship and all equipment, materials and fittings shall be new
and according to specifications.
Any equipment/material damaged during the installation and commissioning exercise
shall be replaced by new ones at no additional cost.
2.3. Makes
Equipment/materials for this project should be as per specifications/schedules. All
materials and equipment shall be new and of the best quality and as per BS 7671. The
Contractor shall have to submit samples of the electrical accessories proposed to be used
on the project together, with relevant documentation at no extra costs, for vetting,
recommendations and approval with respect to the specifications regarding this project,
by the Consulting Electrical Engineer. The latter shall submit a technical report, for each
of the electrical accessories to justify the recommendations and approval, to the Client’s
representative. The Client’s representative then shall give his final consent to the
Section 5. Specifications and Performance specifications 96 _____________________________________________________________________________________________
96
Contractor through the Consulting Electrical Engineer prior to ordering the lot and
installation.
2.4. Regulations
The installations shall conform in all respects to the Institution of Electrical Engineers
(U.K.), last Edition Wiring Regulations (BS 7671) with subsequent amendments.
2.5. CEB Supply and Liaison with CEB
The power supply shall be derived from an independent 400V/230V 50 Hz three-phase
CEB source and a separate meter dedicated for the building. The contractor shall
liaise with CEB for the installation of the power supply including a main MCCB in the
main panel on the client side. The power cable from CEB shall run underground to feed
the Main Distribution Board, MDB, via the CEB meter. The contractor shall meet all the
requirements from CEB including the installation of protective switchgears, underground
conditions and the CEB meter room/board including any necessary structure required by
CEB. The contractor shall make a three-phase application to the CEB on behalf of the
client and do the necessary follow up and provide any assistance to the client.
2.6. Site Exigencies
The selected contractor shall respect security arrangements in force and shall seek
necessary permission and security pass for yard access, if any, for execution of the work.
The contractor shall carry out works outside normal office hours where deemed necessary
without any increase in contract cost. Claims for overtime works shall not be entertained.
The site shall be kept tidy and no materials/refuse shall be kept which may cause
obstructions.
2.7. Site Visit
Bidders are advised to visit the sites before submission of bid so as to be fully acquainted
with the nature of the site and extent of work involved. Bidders shall contact client
Ministry for site visit arrangement. The contractor should submit reports on the progress
of the electrical works every two weeks.
2.8. Tests on Completion
Upon completion of the installation or part of the installation the contractor shall carry out
and be responsible for testing and commissioning of all plant, equipment and integral
system in stages if required, to ensure that it is in proper working order and capable of
performing all of its function in accordance with the specification and to the satisfaction
of the Consulting Electrical Engineer. All test certificates and as fitted drawings shall be
Section 5. Specifications and Performance specifications 97 _____________________________________________________________________________________________
97
approved by the Consulting Electrical Engineer before submission to the Client. Any
equipment/material damaged during commissioning shall be replaced by new ones by the
Contractor at his own expense and the installation concerned shall be re-tested and
commissioned. No instruction or action of the Consulting Electrical Engineer shall
relieve the Contractor of this responsibility. If any part of the plant or equipment fails to
pass the specified tests, further tests shall, if required by the ESD Engineer, be repeated.
Acceptance shall not in any way absolve the Consulting Electrical Engineer of his
responsibility for the performance of the fittings after installation as a complete working
system in all respect during the guarantee period.
The contractor shall provide all skilled labour, supervision, apparatus and instruments
required for testing and commissioning. The Consulting Electrical Engineer shall submit
three certificates of all the tests performed as prescribed by the IEE Wiring regulations
prior to submission to the client.
The installation shall be considered complete only after the following have been carried
out:
a. Completion is reported in writing to the Client.
b. Defects pointed out by Client or his representative have been made good
c. 3 copies of Accurate as fitted drawings have been delivered to the Client
d. Completion and test certificates have been submitted and found satisfactory by the
Client or his representatives.
2.9. Drawings
Upon completion of the works the Contractor shall submit to the Consulting Electrical
Engineer who shall vet and verify prior to submission to the Client or his representative
three copies of as made drawing.
2.10. Guarantee
The electrical installation shall be guaranteed against manufacturing defects, bad
workmanship and other defects not related to normal wear and tear for a period of one
year from date of successful commissioning in presence of the Consulting Electrical
Engineer and Client’s representatives.
In the event of a defect, the Contractor shall at his own expense, within 48 hours, make
good such defects as instructed to the satisfaction of the Engineer. During the guarantee
period, the Contractor shall carry out servicing and maintenance of all electromechanical
equipment in accordance to the manufacturer’s recommendations.
Section 5. Specifications and Performance specifications 98 _____________________________________________________________________________________________
98
2.11. Distribution Boards
Supply, install and commission wall mounted Main Distribution Board c/w busbars,
MCCB and main RCD, MCB and associated RCD, voltmeters, ammeters and other
accessories. The MDB shall be according to IP 547 and shall be of galvanised steel with
polyester paint finish and hinged lockable and earthed door. The MDB shall be of
minimum breaking capacity 10kA and shall be big enough to accommodate incoming and
outgoing feeders.
Sub Distribution Boards (SDBs) and Sub-Sub Distribution Boards (SSDBs) shall be
fireproof and according to IP 44 with Class II insulation integrated with rails and cable
trays. SDBs and SSDBs shall be wall mounting and shall be of minimum 10kA and 6kA
respectively. The Consulting Electrical Engineer shall determine the locations of all
distribution boards.
All circuits and instrument in the Distribution Boards shall be properly labelled with
perspex and danger notices fixed on panels. Plasticised schematic layout shall be fixed in
respective Distribution Boards. The hinged door of the DBs shall be lockable with keys.
30% of spare capacity shall be allowed in all DBs. There shall be ample space in the
panel to allow for easy access when required for manual work.
2.12. Switchgears
The MCCB shall be designed and tested to B.S 4752 and shall provide overcurrent
protection with inverse time and instantaneous characteristics – adjustable thermal release
(0.7-1 In) and magnetic release (3.5-10 In) – as well as necessary accessories. The
Miniature Circuit Breaker (MCB) shall be to BS 3871 and the Residual Current Device
shall operate as provided by BS 4293.
2.13. Type of Installations
The installation is designated to be of Concealed Type and be fixed as per the British
Standard. PVC conduit pipes of yellow or orange colour complying with the relevant
British Standard shall be used. The laying of conduits shall be such that any condensation
inside the conduit is drained out.
The casting of conduits in concrete shall be laid in such a way that will prevent any
movement when the concrete is being cast. The conduit shall be securely tied with the
reinforcement. The conduit shall terminate into end and loop-in boxes which shall also
be tied securely with the reinforcement and these shall be so positioned that after the
concrete is cast and the shuttering removed, the boxes are flush with the concrete.
Section 5. Specifications and Performance specifications 99 _____________________________________________________________________________________________
99
2.14. Cabling and Wiring Works
Wiring for all internal circuits shall, unless otherwise specified, be carried out in non-
armoured 600V grade single-core PVC-insulated cables manufactured in accordance with
BS 6004 and shall be stranded copper conductor and self-coloured insulation to BS 6746.
Main and submain cables shall be generally of 1kV grade conductor of high copper wires
insulated with PVC. IEE standard colour code shall be observed and cables shall
conform to the relevant British Standards or to the Mauritian Standards where these exist.
All underground cables shall be steel wire armoured and shall be in complete uncut
lengths without joints. These shall be passed in an orange coloured high pressure type
PVC pipe of appropriate diameter as per British Standards. The underground
arrangement shall be further protected by laying warning slab above the cables /pipes
after the trenches have been partially backfilled, the slab being approximately 300mm
below surface level as shown in Figure 1.
Cables shall not be bent during installation to a radius smaller than 8 x diameter of cable.
Figure 1: Underground arrangement
Warning slab shall be of concrete material around 35 mm thick, 200 mm wide and
600mm long clearly labelled “DANGER ELECTRICITY”.
Cable trays/cable ladders shall be supplied and installed in all risers and wherever
required inside the complex. They shall be made of heavy-duty galvanized steel
300 mm layer of sifted soil
Warning slab
300 mm layer of sifted soil Armoured
cable
Soil free of stone
HP Type PVC conduit
Backfilling to normal surface
500 mm
Section 5. Specifications and Performance specifications 100 _____________________________________________________________________________________________
100
perforated type construction. Cable trays/cable ladders path and method of supports shall
be fully drawn and approved by the Consulting Electrical Engineer.
2.15. Electrical Accessories
All electrical accessories such as switches, sockets, double pole switches, etc. shall be to
the relevant British Standards. All accessories except lighting switches shall have a neon
indicator and be flush mounted in suitable boxes.
2.16. Lighting Fittings
Design shall favour energy efficient fittings. The contractor shall supply, install, test and
commission the lighting fittings. The illumination levels shall be according to national
competition level in the sport area in the Gymnasium while the lighting level shall be of
300 lux in the other rooms at 1m from finish floor level, 150 lux in corridors, 200 lux in
toilets/ changing rooms and entrance areas. The lighting arrangements shall be such that
individual playground shall be operated at any time. A background lighting system shall
also be provided for the gymnasium. The average illumination level for all the other
areas shall be according to British Standard or the NF EN 12464 classes. The lighting
system shall come with CRI close to natural light favouring a slight blue tint at high
colour temperature inside the sport complex.
Design shall take into consideration the following: lighting depreciation factors, lighting
efficiency in both horizontal and vertical planes, uniformity, to reduce glare in order not
to perturb the players, surface reflectance of wall/floor/ceiling, life time of luminaires,
ways and means to minimize the risk of damage when struck by a ball by means of any
special support used under such conditions and reasonably high IK rating of the fittings,
ease of maintenance where access to the fittings is considered be means of any
appropriate mechanism and high energy efficiency to minimize carbon footprint from the
luminaires.
Each electrical circuit connecting the outdoor lighting shall be fitted with a photo-sensor
for automatic switching together with a bypass switch.
Solar luminaires shall be used for yard and parking lighting wherever possible and shall
come with a control box containing a maintenance free seal lead acid battery and solar
charge controller equipped with a Maximum Power Point Tracker working at 12V and a
photo sensor for automatic ON/OFF switching. Solar panels shall be from mono-
crystalline silicon cells. System shall also comprise a switch to bypass the photo sensor
whenever desired. The battery shall have a lifetime of at least 4 years and autonomy of
at least 4 days.
Yard including parking lighting shall come with CRI close to a golden warm ambiance
and luminaires shall be appealing and elegant at reasonable height for ease of
Section 5. Specifications and Performance specifications 101 _____________________________________________________________________________________________
101
maintenance. Lighting fittings shall be oriented in such a way to minimize lighting
pollution.
Section 5. Specifications and Performance specifications 102 _____________________________________________________________________________________________
102
2.17. Lightning Protection System
The contractor shall supply, install, test and commission a lightning protection system.
The lightning protection system shall be an advanced integrated lightning protection
system consisting of an Early Streamer Emission Terminal with a dynamic air termination
situated at a height of at least 3m from top most point acting as a preferred strike point.
System shall minimise side flashing and incorporate an appropriate earthing system,
lightning strike counter, protection from power surges at point of electricity line into the
facility and protection from surges and transients in Sub Distribution Boards.
The lighting system shall be placed at such a position that it shall protect the whole
compound from lighting strikes and shall have enough coverage radius to protect the
whole area. The installation would however need to be discreet and avoid school
entrance and courtyard. The air termination shall be securely fixed and supported so as to
resist gust of 300 km/hr.
2.18. Fire Detection and Alarm System
The contractor shall supply, install, test and commission an analogue addressable fire
alarm system divided in multiple zones – using fire resistance cables and concealed
conduits – in the building having individual detection and alarm system optimally
distributed around the gymnasium as designed by the Consulting Electrical Engineer.
The system shall comprise sounders and sirens and a combination of optical smoke
detectors, fixed high temperature heat detectors and manual call points, strobe flashers,
reflected beam smoke detectors etc. to British Standards, to indicate an alarm in each
block and shall be easily identified on the main panel. The system shall include a one
man walk test facility. It is also desirable to have a system with an integral power supply
having an autonomy of at least 72 hours and be able to sustain the load of all sounders for
a period of 45 minutes.
The main panel shall have to be able to indicate various types of faults other than fire,
heat or smoke detections including maintenance alarm, device fault, system fault, power
supply failure. Signals shall be properly displayed on the mimic panel.
2.19. Ventilation System
The design shall consider proper natural ventilation for the whole building. The
Consulting Electrical Engineer shall also consider forced ventilation where required to
cater for the number of air changes. The Contractor shall supply, install, test and
commission any Wall and Ceiling fans which shall comply with IEC 60335-2-80
standards and having a noise level below 52dB at 1m with the necessary thermal cut-out
and extractor fans which shall be to the BS EN 1886:2007. In the toilet blocks, natural
ventilation shall prevail to meet the number of air changes per hour as per standard.
Section 5. Specifications and Performance specifications 103 _____________________________________________________________________________________________
103
However, where this is not possible then extractor fans shall be used having a noise level
below 52dB at 1m and shall be controlled by PIR sensors.
Heavy duty extractor fans located in the sport area shall also be included in the
Gymnasium and be housed in ducts/frames completed with brackets, braces, air grills,
galvanized accessories in order not to exceed the noise level of 55dB at 3m of all the
extractor fans altogether and providing efficient ventilation and air changes in the sport
area. The fans, ducting sizes and accessories shall be approved by the Consulting
Electrical Engineer prior to purchase and installation. The extractor fans in the sport area
shall be commissioned as a whole with regard to the sound level.
2.20. Air Conditioning Units
The contractor shall supply, install, test and commission AC units as per the design.
Capacity of the AC units would have been computed by the Consulting Electrical
Engineer. The AC units shall be single phase at 230V & 50Hz shall be of low noise, type
such that the noise level shall be less than 52 dBA at 1m from the indoor unit at high
speed. Each unit shall be equipped with remote control and shall be of DC inverter type.
The refrigerant shall be Ozone friendly. Each AC unit shall be equipped with appropriate
valves along the refrigerant pipes so as to allow isolating and separating the indoor unit
from the outdoor unit without any loss of refrigerant. The compressor shall be guaranteed
for at least three years while the other parts shall be one year for each AC unit. The casing
of each outdoor unit shall be guaranteed against corrosion for at least three years.
Guarantee period shall be effective as from date of successful commissioning and shall be
carried out in the presence of the Consulting Electrical Engineer. Suitable drain pipe of
25mm shall be used and be leakproof and shall be securely fixed as and where necessary
up to 50mm to soil level.
2.21. Standby Emergency Generator
It is required to supply, install, test and commission a 3-phase 4 wire, 400/230 V, 50Hz
generator set for continuous duty to cater for the whole multipurpose hall for at least 8
hours on full load. The generator set shall be enclosed within a sound attenuated
canopy/enclosure and located in a proper generator room.
The noise level shall not exceeding 75 dBA at 1m. Certified copy of noise performance
from manufacturers shall be submitted.
The control shall give fully automatic mains failure operation and on 11% reduction of
voltage of the supply, automatically take over the load through an automatic change over
panel and shall continue to carry the load until 0-15 minutes after the mains supply has
been fully restored. The plant shall then close down transferring the load back to the
mains ready for the next mains failure. The Automatic Mains Failure control panel shall
Section 5. Specifications and Performance specifications 104 _____________________________________________________________________________________________
104
be housed in the generator canopy and the changeover device and ancillaries shall be
mounted in a wall cabinet.
The engine shall have all the necessary protective devices including visual indicators,
pressure and temperature gauges and alarms but also manual and emergency switches
thus monitoring all dynamic parameters. The generator shall be provided with its own
earthing system having an absolute value of less than 5Ω. The alternator would have to
be rated for continuous duty, to class H (1800C) and manufactured to BS 5514. The
alternator shall comprise an adjustable earth leakage protection device and be able to
sustain without damage an overload of 250% continuous rating for 10 seconds and an
overload of 10% for one hour in a twelve hour – run.
The batteries shall be of heavy-duty lead acid complete with stand. They should be
capable of at least 12 successive starts. A test kit (inclusive of hydrometer) for battery
fluid shall also be provided. Batteries shall have to be recharged by means of a fully
automatic solid-state battery charger.
The generator shall come with appropriate Anti-vibration pads and an appropriate base
frame or concrete platform shall be constructed according to the weight and size of the
generator set and vibration of the whole installation.
The exhaust silencer shall be coupled to the engine by means of factory fitted stainless
steel bellows and be coupled with the chimney by means of flexible connection.
Appropriate lagging must be wrapped around the pipe inside the generator room. The
pipe shall run up to 1000mm above the ‘top’ roof level of the building. The tip of the
chimney pipe shall be suitably protected against the ingress of water in rainy and cyclonic
weather and a drain plug shall be provided at the base of the chimney to drain any water
ingress. The chimney exhaust arrangement shall be properly earthed.
The whole system including the generator set and accessories and the chimney
arrangement shall be guaranteed for at least 2 years.
2.22. Water Pumps
A water pump set comprising of two water pumps installed in parallel and operating on a
duty/stand-by (selectable) basis shall be supplied, tested and commissioned as a set. The
pumps shall be manufactured to British or European Standards. The pumps shall be
reasonably quiet when operational and must be located in a pump room sized for ease of
access by a technician, for e.g., [2m(H) x 2m(D) x 1.5(L)]. The pump shall be capable of
delivering an adequate flow at maximum head such that the water tank could be
completely filled within 20 minutes. The pump shall be single phased 230V, 50Hz with
totally enclosed fan cooled motor to IP55.
Section 5. Specifications and Performance specifications 105 _____________________________________________________________________________________________
105
The pump set shall have an electrical control cubicle to IP 65 with main MCB, motor
starters and overload devices, fuses, contactor and indicator lamps. The cubicle shall be
properly labelled in English and shall carry its circuit diagram.
Installation of the pumps set shall be such that each pump can easily be disconnected
from pipeworks and removed for repairs while leaving the other pump operational.
The pumps shall be provided with all features to:
Prevent dry running
Automatically start and stop the pump on demand
Inlet and outlet valves on each pump
Non-return valve on each pump circuit
Output regulating valve
The pumps set shall be provided with a manometer. A starter with overload protection
complete with ON/OFF Switch shall also be provided. Guarantee of at least one year on
parts.
Two copies of comprehensive workshop manuals to be delivered at commissioning which
shall be considered complete only on delivery of the manuals. The manuals shall give the
complete electrical control circuit diagram and shall enable the overhauling of the pumps.
The manuals shall include a properly labelled, illustrated exploded diagram with parts
numbers.
2.23. Hand Drier
Hand driers having the following characteristics shall be supplied, installed, tested and
commissioned:
Single phase equipment to 230V and 50Hz;
Power rating around 2000W
Highly efficient cold air blower type;
Automatic ‘no touch’ start and stop;
Drying cycle: 20 – 30s;
Complete with all accessories including switch socket and plug to B.S.;
Fitted with safety devices to protect against overloading and continuous running; and
Outer case: Plastic
2.24. Earthing System
The earthing system shall meet a maximum of earth resistance level of 5Ω and earth loop
impedance not exceeding 10Ω. The earthing system shall be to BS 7430, and as per the
requirements of IEE Wiring Regulations. It shall consist of a combination of pure copper
Section 5. Specifications and Performance specifications 106 _____________________________________________________________________________________________
106
earth plates of minimum size 600mm x 600mm x 3mm and at least three pure copper
earth rods each of minimum diameter 20mm and 2000mm long buried to a depth of
2400mm in a straight line at intervals of 4 – 5 m, as shown in Figure 2.
The interconnecting copper cable between the earth terminal of the distribution board and
the earth rods/plates shall be sized in accordance to BS543-01 & BS543-04. Concrete
inspection pits complete with concrete covers or heavy PVC pits and heavy PVC covers
marked ‘EARTH’ shall be erected over the earth rods, as shown in Figure 3, used for
main earthing to enable inspection and testing. All the distribution boards including the
outdoor pillars shall be properly earthed.
In addition to the above, each and every lighting column (except Solar PV lighting
column) shall be provided with an earth rod of diameter 20 mm buried to a depth of 2000
mm. Connection between the rod and the column shall be by 6 mm2
SWA single core
copper conductor. Electrically conductive Ground Enhancing Materials may be used to
achieve low ground resistance in accordance with the manufacturer’s instructions.
Equipotential Bonding between earth stations shall be provided using potential
equalization clamps as and where necessary.
Figure 2: Earthing Layout
Note: The No. of earth rods and plates shown is indicative only. These shall be increased
until the desired Earth Resistance is obtained.
MAIN DISTRIBUTION
BOARD (MDB)
Single-Core Rigid Copper Earth Conductor
EARTH PIT
EARTH PIT
EARTH PIT
4000 mm 5000 mm
20mm Ø, 2000mm long, earth rod
EARTH PIT
5000 mm Copper Earth Plate 600mmx600mmx3m
m
CLAMP
Interconnecting Earth conductor
Cover to be removed by tool only
500mm Reinforced concrete earth pit or heavy duty PVC pit
Soil level
Section 5. Specifications and Performance specifications 107 _____________________________________________________________________________________________
107
Figure 3: Earth Pit
Burial of all earth rods shall be done in the presence of the Consulting Electrical
Engineer and representative of the client.
Section 5. Specifications and Performance specifications 108 _____________________________________________________________________________________________
108
Terms of reference for Mechanical Engineer
Design-Build Turnkey Contract for the Neonatal Intensive Care Unit at
Victoria Hospital
Specifications for the Design, Supply, Installation, Testing and
Commissioning of Mechanical Installations
1. General
The scope of works for the Mechanical Services installations for the Design-Build Turnkey
Contract for the Neonatal Intensive Care Unit at Victoria Hospital shall include the following:
(i) Cold water system
(ii) Hot water system
(iii) Waste and sewage system
(iv) Fire fighting system
The Contractor shall be responsible for the design, supply, installation, testing and
commissioning of each of the above mentioned systems.
The Contractor shall ensure that his design is fully compliant with the latest editions of the
relevant British Standards published at the date of issue of tender documents. All the
conditions and particulars as to standard of material, workmanship and tests contained in
such Standards shall be complied with for the various items.
The design and supervision of the above works shall be carried out by a Mechanical Engineer
registered with the Council of Registered Professional Engineers of Mauritius having at least
five (5) years post-registration experience and having successfully carried out the design and
supervision of at least three projects of similar nature and magnitude. The terms of reference
for the Consulting Mechanical Engineer are fully detailed in Section 10 below.
The Contractor shall be expected to have fully understood the specific requirements of this
contract and to have made due provision for same.
2. Cold Water System
2.1 Design Standards
The design of the cold water services shall comply with the following:
Section 5. Specifications and Performance specifications 109 _____________________________________________________________________________________________
109
BS 6700
BS EN 805
BS EN 806
2.2 Cold water pipework
Internal cold water pipework shall preferably be uPVC pressure type, rated to withstand a
pressure of 10 bars and in compliance with the relevant British Standards (BS 4514) and
International norms (ISO R 161).
Underground cold water pipings shall be High Density Polyethylene (HDPE) PN 10 in compliance
with BS 6437 with electrofusion weld joints and fittings, buried in trenches
External exposed pipework shall be UV treated uPVC.
Joints shall be solvent welded by use of appropriate PVC solvent glue. Parts to be jointed shall be
firstly thoroughly cleaned before being glued together.
Joints between PE and uPVC pressure pipe shall be via brass EA connections.
Solvent welded screwed fittings shall be used wherever required namely at stop valves, flexible
pipes, etc.At all user ends, chrome plated ringed flexible pipes of appropriate length shall be
used.
Each sanitary appliance shall be fitted with an individual isolating valve.
All water pipework and fittings shall be pressure tested to 9 bars or 1.5 times the system working
pressure, whichever is higher.
3. Hot Water System
3.1 Hot water draw-off points
Hot water shall be supplied to the following sanitary appliances throughout the building:
Wash hand basins
Showers
Sinks
Section 5. Specifications and Performance specifications 110 _____________________________________________________________________________________________
110
3.2 Hot water pipework
All hot water pipework shall preferably be Durapipe HTA PN10 pressure pipe and shall conform to
relevant BS Standards. All hot water pipework shall be properly insulated and shall be pressure
tested to 9 bars or 1.5 times the system working pressure, whichever is higher.
Hot water dead legs to draw-off point shall be as short as practicable but in any case shall not
exceed more than 5 metres in total length.
3.3 Thermal insulation
The whole of the thermal insulation works shall be in accordance with BS 5970 and BS 5422. No
insulation material shall contain asbestos. All insulation materials shall be CFC free.
Before insulation materials are applied, all surfaces must be clean, dry, and free of all rust and
scale. All traces of surplus soldering flux and building materials dust and debris must be removed
from all pipings.
All insulation and ancillary materials shall be used in accordance with manufacturer’s application
and safety information.
4. Waste and Sewage System
4.1 Design Concept
The waste and sewage system shall be designed according to the relevant British Standards and
other relevant Codes of Practice, including those specified at Section 4.2.
The waste and sewage system shall be designed and installed to provide the following attributes:
Prevent the transmission of foul air in to the building.
Minimise the frequency of any blockage and provided with adequate pipe access to
enable the effective clearance of any such blockage.
Provide efficient conveyance of discharge from sanitary, kitchen and other appliances to
enable the correct function of each appliance.
All above ground waste and sewage pipework shall be installed at low level in order to be readily
accessible for maintenance and repair works. Sanitary discharge pipework shall be kept as short
as possible, with few bends and with adequate slope.
Section 5. Specifications and Performance specifications 111 _____________________________________________________________________________________________
111
The Contractor shall propose the most appropriate waste water disposal system after having
surveyed the site, duly studied the existing waste/sewage reticulation and liaised with the Waste
Water Management Authority for their clearance.
Waste piping from autoclaves/sterilizers shall be cast iron for at least ten metres from the nearest
autoclave/sterilizer condensate discharge in order to provide a cooling leg before connection to
the waste stacks.
4.2 Design Standards
The design of the waste and sewage systems shall comply with the following:
BS 12056
HTM 64
Plumbing Engineering Services Design Guide
4.3 Pipework
All waste and sewage pipes shall preferably be uPVC pressure type, rated to withstand a
pressure of 6 bars and in compliance with the relevant British Standards (BS 4514) and
International norms (ISO R 161).
Underground sewage pipes shall be of 160 mm diameter and shall have rubber ringed joints.
Joints on internally installed pipes shall be solvent welded by use of appropriate solvent glue.
Parts to be jointed shall be firstly thoroughly cleaned before being glued together.
All joints shall be tested for leaks and a certificate to that effect shall be submitted to the
Employer’s representative.
PVC bottle traps are to be connected at discharges from wash hand basins, sinks, etc. PVC
shower traps with square top shall be provided and these shall be through the slab type or
horizontal outlet type as required.
Roof ended waste and soil pipes shall have cowl vents. Internally ended sewer pipes shall have
membrane aerators.
All bends on shower and waste pipes shall be large radius smooth bends. Rodding eyes shall be
provided at all changes in direction and wherever required elsewhere.
Section 5. Specifications and Performance specifications 112 _____________________________________________________________________________________________
112
Pipework serving appliances within laboratories, etc. shall be HDPE. All joints on this pipework
shall be fusing welded. Dilution tanks shall be provided for the discharge of waste water from
these areas.
Insulation shall be provided as necessary to prevent excessive noise from sanitary pipework
particularly near operation theatres, wards and bed areas. Alternatively the insulation of the riser
shall be assessed and adopted if more economical.
Pipeworks shall not be routed above sensitive areas such as operation theatres, treatment rooms,
etc.
4.4 Ventilation Piping
The waste/sewage system shall be appropriately vented in order to maintain equilibrium of
pressure within the waste/sewage system so as to prevent the depletion of trap seals by
siphonage or compression.
A secondary ventilation system (previously known as the ventilated stack system) shall be
preferably considered. The additional vent stack, incorporating a connection to the discharge
piping on every storey, shall alleviate excessive pressure fluctuations by allowing air movement
within the system.
Where any branch piping does not comply with the requirements for unventilated branches,
branch vent piping shall also be required. The limitations for unventilated branches shall be as
tabled in the Plumbing Engineering Services Design Guide published by the Institute of Plumbing
(2002).
The top end of a ventilated stack may connect to the discharge stack above the spill over level of
the highest appliance, fitted with an air admittance valve, or extended outside the building to form
a vent terminal.
5. Fire Fighting System
5.1 Design Concept
The fire fighting system shall be designed so as to comply with the Guidelines of the Mauritius
Fire and Rescue Service and the relevant British Standards.
The following fire fighting systems shall be installed in the building:
Hose reel system
Section 5. Specifications and Performance specifications 113 _____________________________________________________________________________________________
113
Portable fire extinguishers
5.2 Design Standards
The design of the fire fighting system shall comply with the following:
BS 5306
BS EN 671
BS 9990
BS 5588
NFPA Standards
The Contractor shall submit catalogues and full technical specifications (including performance
curve of the fire fighting water pump proposed with duty point marked clearly) of all equipment
proposed.
Hose reels shall be cabinet door mounted (pivot hose reel type) and shall be manually operated.
Door latch shall be easy opening type.
Each hose reel shall be complete with:
Stop cock (globe valve type)
30 metres of fibre braid reinforced neoprene hose having an internal diameter of 20 mm
Fullway chromium plated nozzle, adjustable spray or jet type, not larger than 7.5 mm
diameter
The length of the hose must be clearly indicated on the front of the reel.
The drum, which shall be in mild steel, shall be finished in red electrostatic powder coating. Hose
reel shall operate automatically on opening of nozzle. A quarter turn valve shall be provide at the
inlet supply.
A 25 mm diameter pressure reducing valve shall be fitted at each hose reel.
All fire hose reel pipework above ground level shall be pre-grooved galvanized steel of medium
grade conform to BS 1387. All fittings shall also be of medium grade. Pipework laid underground
shall be HDPE PN 16 pressure pipe with electrofusion fittings.
At the hose reel levels, tees with reducers shall be used.
Section 5. Specifications and Performance specifications 114 _____________________________________________________________________________________________
114
Welding or heat cutting shall not be permitted on site; all pipework must be prefabricated in the
Contractor’s workshops.
After the completion of the installation, all exposed threads shall be properly treated with cold
galvanized paint and the complete piping reticulation thoroughly cleaned and painted with two
coats of appropriate paint in red colour.
The entire piping system shall be rigidly supported throughout the building structure in a neat and
workmanlike manner by means of proper clamps/hangers. All clamps and hangers shall be of
galvanized steel.
Fire fighting pipework shall be pressure tested with air with an accurate pressure gauge for a
period of 24 hours to 250 kPa and with water to 50% over the maximum allowable working
pressure of a fire hydrant system subject to a minimum of 1500 kPa excluding static pressure.
5.3 Portable Fire Extinguishers
A combination of dry powder and carbon dioxide fire extinguishers shall be installed at
appropriate locations as per the Guidelines issued by the Mauritius Fire and Rescue Service and
the relevant British Standards.
These fire extinguishers shall be mounted on varnished, hard wood backing boards.
Portable fire extinguishers shall always be sited on the line of escape routes but not too near
danger points, near to room exits inside or outside according to occupancy and/or risk.
Morevoer, the fire extinguishers shall be sited in such a place so that no person shall travel more
than 30 metres to reach them.
These extinguishers shall be sited in such a way that its carrying handle lies 1 metre from the
floor level.
Section 5. Specifications and Performance specifications 115 _____________________________________________________________________________________________
115
6. Documents to be submitted at Bid Stage
The Contractor shall submit a design report and appropriate layout drawings and schematics
to present his scheme. Though working drawings are not expected at this stage, the scheme
shall be detailed enough to enable the pricing to be realistic. The following shall be submitted
with the bid:
A design report, on A4 size, including the conceptual design, cost analysis, design
parameters and standards, etc.
Preliminary mechanical drawings including layouts, schematics and site plans.
The name and CV of the Registered Professional Engineer who will be responsible
for the design and supervision of all mechanical installations.
7. Testing and commissioning
The cold water, hot water, waste/sewage and firefighting systems shall be thoroughly
commissioned and tested by the Contractor to demonstrate and prove to the Employer that they
are capable of achieving the specified performance, to prove the correct and stable operation of
all control systems and to demonstrate that they are safe to operate and maintain.
Fully detailed method statements shall be provided in advance for each system, to indicate the
methods to be employed. Tests shall be carried out in accordance with agreed and recognized
standards such as those produced by CIBSE.
All tests will be witnessed by the Employer’s representative. Certificates of testing shall be
submitted by the Contractor to the Employer upon successful completion of the testing.
8. As-Made Drawings
Operating and Maintenance (O & M) manuals shall be submitted in three copies by the Contractor
upon practical completion of the works. This manual shall be of loose leaf type A4 size having stiff
plastified covers, plastified sub-divisions for each section, a ready means of reference and a
detailed index.
As made drawings for the whole of the mechanical services works shall be submitted in three
copies.
9. Defects Liability Period
Section 5. Specifications and Performance specifications 116 _____________________________________________________________________________________________
116
The defects liability period shall be of 12 months duration. The appointed Contractor shall carry
out all necessary maintenance, servicing and repairs during this period free of cost. Any defects
or failure due to materials or bad workmanship appearing during this period shall be made good
by the Contractor at his own cost.
10. Terms of Reference for Consulting Mechanical Engineer
The Mechanical Engineer shall be registered with the Council of Registered Professional
Engineers of Mauritius and shall possess at least five (5) years post-registration working
experience. Moreover, he must have successfully carried out the design and supervision of at
least three projects of similar nature and magnitude.
The Mechanical Engineer shall be responsible for the design, supervision, testing and
commissioning all mechanical installations including the following:
i. Cold water system
ii. Hot water system
iii. Waste and sewage system
iv. Fire fighting system
The Mechanical Engineer shall:
i. Liaise and negotiate with public and other utility authorities including the Central Water
Authority, Wastewater Management Authority and the Mauritius Fire and Rescue Service
for the provision or diversion of all necessary incoming services and outgoing services in
order to ensure that their requirements are fully incorporated in the mechanical works, and
for obtaining necessary permits and approvals from these authorities;
ii. Design and prepare detailed drawings for all above mentioned mechanical installations;
iii. Carry out all calculations and details relating to the mechanical installations and submit
same to the Employer and/or any statutory authority, as and when required;
iv. Attend co-ordination, technical and site meetings organized by the project team and submit
weekly or monthly reports as may be required on progress, cost report, register of drawings
and schedules of information required;
v. Make regular visits to the site to inspect the quality and progress of works;
vi. Supervise all mechanical installation works in order to ensure that all these works are being
executed in accordance with his specifications and design drawings as well as with good
engineering practice;
vii. Supervise the setting to work and commissioning of all plant and equipment relating to the
mechanical installations and submit documentary records of same;
Section 5. Specifications and Performance specifications 117 _____________________________________________________________________________________________
117
viii. Inspect the works on completion, record any defects and ensure that all these defects are
attended to by the Contractor;
ix. On completion of the works, prepare As Made drawings, operating instructions and
operation and maintenance (O & M) manuals and submit three hard copies and one soft
copy of same to the Employer;
x. Draw up lists of recommended spare parts to be retained by the Client;
xi. Assist the Employer in preparing Maintenance Contracts for all the mechanical installations;
xii. Issue a completion certificate at the end of the project confirming that all mechanical works
have been executed in accordance with his drawings and specifications;
xiii. Perform such other duties that may be required of the Mechanical Engineer that have not
been explicitly mentioned above.
Section 6. Forms of Bid and Appendices to Bid 118 _____________________________________________________________________________________________
118
Section 6. Forms of Bid and Appendices to Bid
Section 6. Forms of Bid and Appendices to Bid 119 _____________________________________________________________________________________________
119
Form of Technical Proposal Name of Contract: ______________________________________________________________ To: __________________________________________ (Insert name and address of Employer) ___________________________________________________ Gentlemen: (1) We have examined the Conditions of Contract, Employer's Requirements & Specifications, Schedules, Addenda Nos ______ and the matters set out in the Appendix hereto. We have understood and checked these documents and have not found any errors in them. We accordingly offer to design, execute and complete the said Works and remedy any defects fit for purpose in conformity with these documents and the enclosed Proposal. (2) We hereby confirm that the bid complies with:
(a) the Bid validity, and
(b) the Bid Security, (if required);
Alternatively
the Bid Securing Declaration (if required)
We have read and understood the content of the Bid Securing Declaration form contained in section 6 and subscribe fully to the terms and conditions of the Bid Securing Declaration. We further understand that this declaration shall be construed as a signed Bid Securing Declaration which could lead to disqualification on the grounds mentioned in Instructions to Bidders; and
(3) We have no conflict of interest according to ITB Clause 4.3.
(4) We have taken steps to ensure that no person acting for us or on our behalf will engage in
any type of fraud and corruption as per the principles described hereunder, during the bidding process and contract execution:
i.We shall not, directly or through any other person or firm, offer, promise or give to
any of the Public Body’s employees involved in the bidding process or the execution
of the contract or to any third person any material or immaterial benefit which he/she
is not legally entitled to, in order to obtain in exchange any advantage of any kind
whatsoever during the tender process or during the execution of the contract.
ii. We shall not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to introduce cartelisation in
the bidding process.
iii.We shall not use falsified documents, erroneous data or deliberately not disclose
requested facts to obtain a benefit in a procurement proceeding.
We understand that transgression of the above is a serious offence and appropriate actions will be taken against such bidders.
(5) We hereby declare that we are bound by the terms and conditions as well as the price proposal submitted in the separate envelope.
We are, Gentlemen Yours faithfully Signature ___________________ in the capacity of __________ duly authorized to sign bids for
Section 6. Forms of Bid and Appendices to Bid 120 _____________________________________________________________________________________________
120
and on behalf of ________________________________________________________________ Address ___________________________________________________________________
Section 6. Forms of Bid and Appendices to Bid 121 _____________________________________________________________________________________________
121
Appendix to Technical Proposal
Bidders should fill in the remaining blank spaces in the Appendix. Bidders are required to sign each page of the Appendix to Bid.
Conditions of Contract Sub-Clause
Parties and Persons
1.1.2.2
Employer is:
Ministry of Health & Quality of Life, 5th Floor, Emmanuel Anquetil Building, Port Louis
1.1.2.4 Employer’s Representative is:
Ministry of Public Infrastructure and Land Transport.
Dates, Tests, Periods and Completion
1.1.3.3 1. Time for Completion of construction: 6 months from Start date of construction. 2./Time for completion of design: 3 months from approval of Building Plans Committee
Defects Notification Period
1.1.3.7 Defects Notification Period shall be: 365 days as from taking over certificate.
Works and Goods 1.1.5.6 Sections of the Works shall be as follows: Not Applicable
Interpretation 1.2 Profit shall be: [insert percent] of the Cost.
Not Applicable
Communications 1.3(a) Agreed systems of electronic transmission are: Not Applicable
1.3(b) Address of the Employer is: Not Applicable
1.3(b) Address of the Engineer is : Not Applicable
1.3(b) Address of the Contractor is : Not Applicable
Law and Language 1.4 Law in force governing the Contract is Laws of Mauritius
1.4 Ruling language of the Contract is: English.
1.4 Language for communication is: English.
Right of Access to the Site
2.1 Employer shall give the Contractor access to the Site: 7 days after the Commencement Date.
Possession of site 2.1 Employer shall give the Contractor possession of site to start construction works 14 days after submission of approved program, approved design drawings, calculations, approvals, bond & securities, evidence of insurances and other
Section 6. Forms of Bid and Appendices to Bid 122 _____________________________________________________________________________________________
122
required documents at that stage.
Engineer’s Duties and Authority
3.1(ii) Engineer’s authority to instruct a Variation is limited to 0.5 % of the Contract Price.
3.1(iii) Engineer’s authority to approve a proposal for Variation submitted by the Contractor is limited to: 0.5 % of the Contract Price.
Performance Security 4.2 Performance Security will be in a form acceptable to Employer in the amount of: 10 % of the Accepted Contract Amount, payable in the currencies and proportions of the Accepted Contract Amount.
General Design Obligations
5.1 Contractor’s obligation to notify the Employer of errors, faults or defects in the Employer’s Requirements is: 7 days from the Commencement Date.
Working Hours 6.5 Normal working hours are: as per local labour and Mauritian laws.
Delay Damages 8.7 Amend Sub-Clause 8.7 by (1) Deleting the first sentence of the first
paragraph and replacing by “ If the Contractor fails to comply with Sub-Clause 8.2 [Time for Completion], the Contractor shall pay delay damages to the Employer for this default. and
(2) Adding the following at the end of the 1st paragraph, “ This amount shall be included as a deduction in the Contract Price and Payment Certificates.
Delay damages shall be in the amount of: MUR 10,000 per day of delay in completion of construction
8.7 Maximum amount of delay damages shall be: MUR 0.3 Million
Plant and Materials intended for the Works
14.5 ( c) (ii) Interim payments for approved plant and materials delivered on site only is payable.
Delayed Payment 14.8 Financing charges shall be at the prevailing rate of interest at the legal rate for each occurrence in which payments are made.”
General Requirements for Insurances
18.1 (a)
Insurance for design Evidence of insurances and policies to be submitted before the commencement date
Section 6. Forms of Bid and Appendices to Bid 123 _____________________________________________________________________________________________
123
(b) Other insurances Evidence of insurance to be submitted before the date of possession of site by contractor and policies within 14 days after possession
Insurance for Works and Contractor’s Equipment
18.2(d) Deductibles per occurrence shall be nil or the minimum possible and at the sole expense of the contractor”
Insurance against Injury to Persons and Damage to Property
18.3 Limit of occurrence shall not be less than MUR 10 Million per occurrence, or a series of occurrences arising out of any one event. This cover shall be extended to the Employer and its authorized representatives.
Insurance for Design 18.5 Professional Indemnity Insurance of MUR 5.0 Million for each consultant
Initials of signatory of Bid _____________________________________
Section 6. Forms of Bid and Appendices to Bid 124 _____________________________________________________________________________________________
124
Form of Price Proposal Name of Contract: ______________________________________________________________ To: ___________________________________________(Insert name and address of Employer) ___________________________________________________ Gentlemen:
(a) We have examined the Conditions of Contract, Employer's Requirements & Specifications, Schedules, Addenda Nos _____ and the matters set out in the Appendix hereto. We have understood and checked these documents and have not found any errors in them. We accordingly offer to design, execute and complete the said Works and remedy any defects, fit for purpose in conformity with these documents and the enclosed Proposal, for the fixed lump sum of (in currencies, of payment) _________ or other such sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules herewith and are made part of this bid.
(b) We agree to abide by this Bid until _____________ and it shall remain binding upon us and maybe accepted at any time before that date. We acknowledge that the Appendix forms part of our Bid.
(c) We have no conflict of interest in accordance with ITB Sub-Clause 4.3;
(d) If our bid is accepted, we will provide the specified performance security, preference security (if applicable), commence the Works as soon as reasonably possible after receiving the Employer's Representative's notice to commence, and complete the Works in accordance with the above-named documents within the time stated in the Appendix to Technical Proposal.
(a) Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:
Name and Amount and Purpose of Commission Address of Agent Currency or Gratuity _______________________________ __________________ _________________________ _______________________________ __________________ _________________________ _______________________________ __________________ _________________________ (if none, state “none”).
(f) We have taken steps to ensure that no person acting for us or on our behalf will engage
in any type of fraud and corruption as per the principles described hereunder, during the bidding process and contract execution:
i. We shall not, directly or through any other person or firm, offer, promise or give to
any of the Public Body’s employees involved in the bidding process or the
execution of the contract or to any third person any material or immaterial benefit
which he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the
execution of the contract.
ii. We shall not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission
of bids or any other actions to restrict competitiveness or to introduce cartelisation
in the bidding process.
iii We shall not use falsified documents, erroneous data or deliberately not disclose
requested facts to obtain a benefit in a procurement proceeding.
Section 6. Forms of Bid and Appendices to Bid 125 _____________________________________________________________________________________________
125
We understand that transgression of the above is a serious offence and appropriate actions will be taken against such bidders.
(g) We understand that:- a. you are not bound to accept the lowest or any bid you may receive; and
b. this bid, together with your written acceptance, shall constitute a binding contract
between us, until a formal contract is prepared and executed.
(h) We understand that We are, Gentlemen Yours faithfully Signature ___________________ in the capacity of __________ duly authorized to sign bids for and on behalf of ________________________________________________________________ Address __________________________________________ __________________________________________ Date _____________________________________
Section 6. Forms of Bid and Appendices to Bid 126 _____________________________________________________________________________________________
126
Appendix to Price Proposal
Bidders should fill in the remaining blank spaces in the Appendix. Bidders are required to sign each page of the Appendix to Bid.
Conditions of Contract Sub-Clause
Parties and Persons 1.1.2.2 Employer is:
Ministry of Health & Quality of Life, 5
th Floor, Emmanuel Anquetil
Building, Port- Louis
1.1.2.4 Employer’s Representative is:
Ministry of Public Infrastructure and Land Transport.
Interpretation 1.2 Profit shall be: [insert percent] of the Cost.
Not Applicable
Communications 1.3(a) Agreed systems of electronic transmission are: Not Applicable
1.3(b) Address of the Employer is: Not Applicable
1.3(b) Address of the Engineer is : Not Applicable
1.3(b) Address of the Contractor is : Not Applicable
Law and Language 1.4 Law in force governing the Contract is Laws of Mauritius
1.4 Ruling language of the Contract is: English.
1.4 Language for communication is: English.
Provisional Sums 13.5 13.5(b)(ii)
Payments for off sites transformer works
Percentage for overhead charges and profits for adjustment of Provisional Sums shall be: [ ] percent ([ %). - Not Applicable
Adjustments for Changes in Cost
13.8 See Schedule of Adjustment Data below.
Not Applicable
Advance Payment
14.2 Total advance payment shall be: 10 % of the Accepted Contract Amount less Provisional and Contingency sums. Number and timing of installments of the advance payment shall be: One Installment after handing over of site and start of construction works on site. Currency in which the advance payment shall be paid is: in proportion of the currencies of the Accepted
Section 6. Forms of Bid and Appendices to Bid 127 _____________________________________________________________________________________________
127
Contract Amount.
14.2 Repayment of the advance payment shall start after certification of: Twenty (20)% of the Accepted
Contract Amount.
14.2 Recovery of the advance payments shall be in the amount of: 12.5 % of the total amount of works
certified in monthly Interim Payment Certificates.
14.2 Advance payment shall be recovered in full prior to the time when: Eighty (80) ]%) of the Accepted Contract Amount has been certified for payment.
Application for Interim Payment Certificates
14.3(c) Amount to be retained shall be: Ten (10 ) %) of Interim Payment Certificates.
14.3(c) Limit of retention money shall be: Ten (10) %) of the Contract Price.
Payment for design shall only be effected after submission and approvals of all construction drawings and documentation.
Issue of Interim Payment Certificates
14.6 Minimum amount of an Interim Payment Certificates shall be: Two (2 ) % of the contract price , with no
more than one (1) submission per month.
Delayed Payment 14.8 Financing charges shall be at the prevailing rate of interest at the legal rate for each occurrences in which payments are made.”
Payment of Retention Money
14.9 Payment for each Section shall be as follows: Not Applicable
Currencies of Payment 14.15 Currencies of payment shall be: ……………….. , in the following proportions, as nominated by the Contractor: Not Applicable
Initials of signatory of Bid _____________________________________
Section 7- Sample forms 128 _________________________________________________________________________________________________
128
Section 7. Sample Forms
Section 7- Sample forms 129 _________________________________________________________________________________________________
129
Table of Contents Form of Bid Securing Declaration……………………………………………………………………130 Form of Contract Agreement…………………………………………………………………………131 Form of Performance Security……………………………………………………………………….132 Form of Preference Security…………………………………………………………………………133 Form of Advance Payment Security………………………………………………………………...134 Form of acceptance by Consultants………………………………………………………………......135 Format of CV……………………………………………………………………………………………..136
Section 7- Sample forms 130 _________________________________________________________________________________________________
130
Form of Bid-Securing Declaration
Date: [insert date (as day, month and year)] Bid No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is an alternative bid ]
To: [insert complete name of Public Body]
I/We*, the undersigned, declare that:
I/We* understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration. I/We* accept that I/we* may be disqualified from bidding for any contract with any Public Body for the period of time as may be determined by the Procurement Policy Office under section 35 of the Public Procurement Act, if I am/we* are* in breach of any obligation under the bid conditions, because I/we*:
(a) have modified or withdrawn my/our* bid after the deadline for submission of bids during the period of bid validity specified in Instructions to Bidders; or
(b) have refused to accept a correction of an error appearing on the face of the bid; or
(c) having been notified of the acceptance of our bid by the [insert name of public
body] during the period of bid validity, (i) have failed or have refused to execute the Contract, if required, or (ii) have failed or have refused to furnish the Performance Security, in accordance with the Instructions to Bidders.
I/We* understand this Bid Securing Declaration shall cease to be valid (a) in case I am/we are the successful Bidder, upon receipt of copies of the contract signed by me/us and the issuance of the Performance Security; or (b) in case I am/we are* not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of my/our* bid.
Signature: …………………………………………………………….. Name: [insert complete name of person signing the Bid Securing Declaration] In the capacity of: [Insert the position of the signatory in the company].................. Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder] Dated on ____________ day of __________________, _______ [insert date of signing] Corporate Seal [where appropriate] [Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid.] [*Please delete as appropriate]
Section 7- Sample forms 131 _________________________________________________________________________________________________
131
Form of Contract Agreement This Agreement made this _____ day of ____________ 20 _____ between ________________ _____________________________________________________________________________ of ___________________________________________________________________________ (hereinafter called “the Employer") of the one part and __________________________________ of ____________________________________________ (hereinafter called "the Contractor") of the other part Whereas the Employer desires that the Works known as ________________________________ should be designed and executed by the Contractor, and has accepted a Bid by the Contractor for the design, execution and completion of such Works and the remedying of any defects therein. The Employer and the Contractor agree as follows: 1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and be read and construed as part of
this Agreement:
(a) The Letter of Acceptance dated ____________ (b) The Employer's Requirements & Performance specifications (c) The Addenda nos. ___________ (d) The Bid dated _______________ (e) The Conditions of Contract (Parts I and II) (f) The completed Schedules, and (g) The Contractor's Proposal.
3. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to design, execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor, in consideration of the design,
execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
In Witness whereof the parties hereto have caused this Agreement to be executed the day and year first before written in accordance with their respective laws. Authorized signature of Employer Authorized signature of Contractor SEAL SEAL (if any) (if any) in the presence of: in the presence of: Name ___________________________ Name ___________________________ Signature ________________________ Signature ________________________ Address _________________________ Address _________________________
Section 7- Sample forms 132 _________________________________________________________________________________________________
132
Form of Performance Security (Bank Guarantee)
To: _______________________________________________________ [name of Employer] _______________________________________________________ [name of Employer] WHEREAS____________________________________ [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. ____________ dated ______ to execute __________________________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with its obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of __________________________________ [amount of Guarantee]
11 _______________________________________ [in words], such sum being
payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ______________________________________ [amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the date of issue of the Performance Certificate. Signature and Seal of the Guarantor ______________________________ Name of Bank ______________________________ Address ______________________________
Date ______________________________
11
An amount is to be inserted by the Guarantor, representing the percentage of the Contract Price specified in the
Contract, and denominated either in the currency(ies) of the Contract or in a freely convertible currency acceptable to the Employer.
Section 7- Sample forms 133 _________________________________________________________________________________________________
133
Form of Preference Security (Bank Guarantee)
To: ______________________________________________________ [name of Employer] ______________________________________________________ [address of Employer] WHEREAS __________________________________________ [name and addresses of the contractor] (hereinafter called “the Contractor"), has undertaken in pursuance to Contract No. ________ dated ______________________ to execute _____________________________________ [name of Contract and brief Description of Works], (hereinafter called “the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a local commercial bank for the sum specified therein as security for compliance with his obligation stated in Sub-Clause 49.2 of the Conditions of Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of _______________________ [amount of Guarantee]
12,
we undertake to pay you, upon your first written demand and without your having to substantiate such demand any sum within the limit of _________________________ [amount of Guarantee].
1
We hereby waive the necessity of demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in anyway release us from liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee is valid until the date of the Completion Certificate.
Signature and Seal of the Guarantor _______________________________________ Name of Bank _______________________________________
Address _______________________________________ Date _______________________________________
12
Amount to be inserted by the Guarantor in accordance with Sub-Clause 49.2 of the General Conditions of Contract
Section 7- Sample forms 134 _________________________________________________________________________________________________
134
Form of Advance Payment Security (Bank Guarantee)
To: _____________________________________________________ [name of Employer] _____________________________________________________ [address of Employer] _____________________________________________________ [name of Contract] Gentlemen: In accordance with the provisions of the Conditions of Contract, Sub-Clause 14.2 (“Advance Payment") of the above-mentioned Contract, ________________________________ [name and Address of Contractor] (hereinafter called “the Contractor") shall deposit with ________________________________________________ [name of Employer] a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of _____________________________________________ [amount of Guarantee]
13 __________________________________________________________ [in words].
We, the ____________________________ [bank], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to ________________________________________________ [name of Employer] on its first demand without whatsoever right of objection on our part and without its first claim to the Contractor, in the amount not exceeding __________________________________________________________ [amount of Guarantee]
1
__________________________________________________________ [in words]. We further agree that no change or addition to or other modification of the terms of the Contract or of Works to be performed thereunder or of any of the Contract documents which may be made between _______________________________________________ [name of Employer] and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until ________________________________________________ [name of Employer] receives full repayment of the same amount from the Contractor.
Yours truly, ______________________________________ Signature and Seal: ______________________________________
Name of Bank/Financial Institution: ______________________________________ Address: ______________________________________
Date: ______________________________________
13
An amount is to be inserted by the Bank or financial institution representing the amount of the Advance Payment,
and denominated either in the currency(ies) of the Advance Payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer.
Section 7- Sample forms 135 _________________________________________________________________________________________________
135
Form of Acceptance by Consultants
To: Building Contractor ………………………… ………………………… Sir, Design and Construction of a Neonatal Intensive Care Unit of an
approximate area of 343.0 m2 at Victoria Hospital, Candos.
1.0 Having examined the tender documents, we agree to prepare the necessary documents for
submission and to carry out supervision of the works until the end of the defects liability period as required by the conditions of the bid. 2.0 We shall on award of the works submit to you proof of our Professional Indemnity Insurance Cover. 3.0 As requested by the conditions of the bid, during the construction period, we shall avail ourselves for any matter as may be requested by the Employer or his Representative 4.0 We agree to abide by this offer as long as your tender is under consideration by the Employer and if accepted will lead to binding contract between us. ……………………………………………………………………….. Consulting Architect/Civil Structural Eng/Mechanical Eng/Electrical Eng (Note – Form of Acceptance shall be submitted for each discipline, the CV of that will be assign to work on the project is to be submitted as per enclosed format.
Section 7- Sample forms 136 _________________________________________________________________________________________________
136
FORMAT OF CV
Name ……………………………………………………………... Profession ……………………………………………………………… Years with firm ……………………………………………………………… Nationality ……………………………………………………………… Proposed Position In Team ………………………………………………………………. Key Qualification ………………………………………………………………..
(Under this heading, give outline of staff member’s experience and training most pertinent to assigned work on proposed team. Describe degree of responsibility held by staff member and relevant previous assignments and give dates and locations. Education (Under this heading, summaries College/University and other specialized education of staff member, giving name of schools, dates attended and degrees obtained. Use up to a quarter pages) Experience Record (Under this heading, list all positions held by staff members since graduation, title of positions held and location of assignment. For example in last ten years, also give types of activities performed and Employers references, where appropriate. Use up to three quarters of a page). Languages (Indicate proficiency in speaking, reading and writing of each language by “excellent “,”good”, “fair” or “poor”) Signature of staff members………………………………………..Date…………………………
Section 8- Schedules 138
138
CONTRACT SUM ANALYSIS (FORMAT)
Section 1 Item No. Description Amount (MUR)
1. PRELIMINARIES & GENERAL COSTS The Contractor is to allow for costs related to Preliminaries and General Conditions of Contract requirements including the following but not limited to setting out of works, site management, Contractor’s Office, overheads, tools, plants, scaffolding, store, stacking and storage of materials, Architect’s facilities, insurances, bonds, watchmen, light, electricity, signboard, Protection, security of workmen, etc… and works on site, temporary hoardings and gantries, pumping and dewatering, police requirements, etc.
The contractor is to substantiate the costs attributed to preliminaries with a fully detailed breakdown.
2. SUBSTRUCTURE 2.1 Excavation 2.2 Column bases+strip footing 2.3 Works to plinth level
3. SUPERSTRUCTURE
3.A Frame 3.A.1 Concrete 3.A.2 Metallic
3.B Upper floor
3.C Roof 3.C.1 Roof structure 3.C.2 Roof coverings 3.C.3 Roof drainage 3.C.4 Roof lights 3.C.5 Roof Insulation
3.D Stairs 3.D.1 Stair structure 3.D.2 Stair finishes 3.D.3 Stair balustrades and handrails
3.E External walls
3.F Windows and external doors 3.F.1 Windows 3.F.2 External doors
3.G Internal walls and partitions
3.H Internal doors
4. FINISHES
4.A Wall finishes 4.A.1 External 4.A.2 Internal
Section 8- Schedules 139
139
Item No. Description Amount (MUR)
4.B.4 Others
4.C Ceilings Finishes 4.C.1 Finishes to ceilings 4.C.2 Suspended ceilings
4.D Acoustic treatment
5. SITEWORKS (detail below)
In association with provision of utilities i.e power, water, telephone etc supplies
6.. To include other items as deemed necessary
TOTAL Section 1 carried to Main Summary
Section 8- Schedules 140
140
Section 2 : Electrical and Mechanical works
Item No.
Description Qty. Amount
ELECTRICAL WORKS 1. To supply, install, test and commission the Main Distribution
Board complete with MCCB, busbars, distribution blocks, MCBs, RCDs, etc and other accessories and labeling.
Lot
2. To supply, install, test and commission the Sub Distribution Boards/Outdoor panels complete with MCBs, RCDs, etc and other accessories and labeling.
Lot
3. Supply, install, test and commission all luminaires. Lot 4. Supply, install, test and commission Lightning Protection
System and accessories Lot
5. Supply, install, test and commission all Cables and Wirings for all final circuits
Lot
6. Supply, install, test and commission all Conduit works for all the circuits
Lot
7. Supply, install, test and commission the Fire Detection and Alarm System
Lot
8. Supply, install, test and commission the Ventilation System Lot 9. Supply, install, test and commission all Air Conditioning Units Lot 10. Supply, install, test and commission all fans including wall
fans, extractor fans (in toilet blocks) inclusive of switch power sockets
Lot
11. Supply, install, test and commission the Emergency Generator Set including the base and the exhaust system
Lot
12. Supply, install, test and commission the Water Pump and pump house
Lot
13. Supply, install, test and commission all Hand Driers complete with switches power sockets
Lot
14. Supply, install, test and commission all other accessories including switches, power sockets, double pole switches, etc
Lot
15. Supply, install, test and commission all cable tray works Lot
16. Supply, install, test and commission earthing system including earth pits
Lot
17. Supply, install, test and commission the underground works including excavation, laying of high pressure pipes, warning tape, backfilling, making good to surface , construction of electric manholes, etc.
Lot
18. Liaison with CEB for connection of electricity supply Lot 19. Provision of as-made drawings and operational manuals Unit 20. Maintenance during Guarantee period including repairs and
associated works c/w deployment of technical staff on site during normal working hours
Lot
21. Testing and Commissioning of the whole installation and submission of test reports and certificates.
Lot
22. Any other items not mentioned above but deemed necessary
to complete the project and make the system fully operational. Please give details
Lot
Section 8- Schedules 141
141
Item No.
Description Qty. Amount
MECHANICAL WORKS 23.0 Fire Fighting systems 23.1 Design, supply, install fire fighting systems including hose reel
installation and hydrant system Sum
24.0 24.1
Plumbing and sanitation systems Allow for all the plumbing works inclusive of all accessories, and fittings.
Sum
25.0 Testing and Commissioning 25.1 Test and Commission the whole system inclusive of
submission of all test certificates Sum
26.0 Maintenance during guarantee period 26.1 To allow for the maintenance and repairs of the electrical and
associated works (including electromechanical equipment e.g. passenger lift and generator) c/w deployment of technical staff on site during working hours, as per specifications.
Sum
27.0
Provision of “As fitted” drawings and manuals
27.1 Supply of “As fitted” drawings and technical maintenance and operation manuals as per specifications and tender documents
Sum
28.0
Any other item not mentioned but needed to complete the installation and make fully operational as per proposed set up and specifications or according to drawings but not detailed above . (Please specify with details). Item required but not mentioned will be deemed to have been included elsewhere in the bid
Sum
Section 2 (Brought to Main summary) Sum
Section 8- Schedules 142
142
MAIN SUMMARY
Rs Cs
A Section 1
B Section 2
C SUB-TOTAL
D Design fees (Payment shall be effected only after submission and approvals of all construction drawings and other documentation). E Fees for supervision of works by consultants during construction and defects liability period. The minimum amount for supervision fee shall be 2 % of sub-total C above. A lower amount shall not be considered. (This amount will be disbursed on a monthly basis as per approval of the Employer’s Representative)
SUB-TOTAL Works (a)
Discount (if any) (b) Total Excluding VAT (a-b)= (c)
Allow the Contingency sum of Rupees five hundred Thousand to be used at the discretion of the Employer and deducted in whole or in part, if not required. (d) Provisional sum for timely off sites transformer works
VAT @ 15% of (d) = (e)
500,000 ………………..
00
TOTAL (inl. VAT) and contingency = (c) + (d)+ (e)
Priced Activity Schedule Authorised By:
Signature: ___________________________
Name: ____________________________
Position: ___________________________ Date: ____________________________ Authorized for and on behalf of:
(DD/MM/YY)
Company: _________________________________________________________________
Section 8- Schedules 143
143
Schedule of Key personnel
Name Summary of qualifications (I) Nominee Experience and (ii) Alternate Present Occupation
Headquarters Partner/Director Other Key Staff (give designation) Site Office Site Superintendent Deputy Superintendent Supervising Engineers Construction Supervisors Other Key Staff
The bidder shall list in this Schedule the Key personnel (including first nominee and the second choice alternate) he will employ from headquarters and from Site Office to direct and execute the Work, together with their qualifications, positions held and their nationalities.
Section 8- Schedules 144
144
Schedule of Subcontractors
Statement of Similar Element of Approximate Value Name and Address Works Previously
Work of Subcontractor Executed
The bidder shall enter in this Schedule a list of the Sections and appropriate value of the work for which he proposes to use subcontractors, together with the names and addresses of the proposed subcontractors. The bidder shall also enter a statement of similar works previously executed by the proposed subcontractors, including description, location and value of work, year completed, and name and address of the Employer/Employer’s Representative. Notwithstanding such information, the bidder, if awarded the Contract, shall remain entirely and solely responsible for the satisfactory completion of the Works.
Section 8. Drawings _________________________________________________________________________________________________
145
Section 9. Drawings The only available drawing is the Site plan (refer to page 148 and 149) indicating the plot allocated for the project
Notes on Drawings to be submitted As a minimum, drawings requested in section 4: Employer’s Requirements are to be submitted
Section 10.Checklist _________________________________________________________________________________________________
146
Section 10. Checklist
The bidder should ensure that the table below is completed and attached to the bid document at the time of submission
Section 10.Checklist _________________________________________________________________________________________________
147
CHECKLIST FOR SUBMISSION - Self Adherence
DOCUMENTS TO BE INCLUDED IN TECHNICAL ENVELOPE Bidder use
Office Use
Yes No Yes No Remarks
1. Bid Form for Technical Proposal and Appendix to Technical Proposal
2.Bid Securing Declaration
3.Information on Qualification ;(as per clause 6.1 of the ITB )
4.Confirmation of Eligibility as per clause 4
5. Section 2 –general conditions of contract
6. Section 3 –Conditions of particular application
7. Section 4 -Employer’s requirements ( Pg 50-55)
8. Section 5 -Specifications and performance specifications. ( Pg 57-90)
9. Schedule of Key Personnel
10 Schedule of Subcontractors;
11. Forms of acceptance by Consultants
12.C V of personnel & Consultants
13.Schedule of compliance sheets
14.Drawings & Report
DOCUMENTS TO BE INCLUDED IN FINANCIAL ENVELOPE Bidder use
Office use
Yes No Yes No
1.Bid Form for Price Proposal
2.Contract Sum Analysis/Breakdown of contractor’s price
3.Appendix to Price Proposal
…………………………………………………(Signature of Bidder)
Section 10.Checklist _________________________________________________________________________________________________
148