tender number: (mr 356/2019)efl.com.fj/wp-content/uploads/2019/11/tender... · 2019. 11. 15. ·...

13
1 Carry out Repair and Refurbishment Works at EFL’s Nadarivatu Power Station Building Tender Number: (MR 356/2019)

Upload: others

Post on 01-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • 1

    Carry out Repair and Refurbishment Works at EFL’s Nadarivatu Power Station Building

    Tender Number: (MR 356/2019)

  • 2

    Energy Fiji Limited (EFL) is a statutory body vested with the responsibility for the provision of

    electricity supply throughout the Fiji Islands.

    The EFL is hereby requesting proposals from the reputable contractors to carry out repair and

    refurbishment works at EFL’s Nadarivatu Power Station Building.

    A. SPECIFICATIONS

    1. PRELIMARY AND GENERAL

    The Contractor shall furnish all labor, equipment, transportation, and services as necessary to complete all refurbishment work included in the specifications.

    2. SITE LOCATION Nadarivatu Power Station Building

    3. SITE CONDITIONS a) The Contractor must the site to familiarise themselves with all aspects of the works. The

    Contractor shall provide adequate protection for all adjoining and adjacent building

    elements. Any damage sustained as a result of the Contractor or their Sub-Contractor’s

    work shall be repaired/replaced to the Superintendents satisfaction without cost to the

    Client and shall be completed within the Contract period.

    b) The contractor is responsible and shall allow for all types of site access, scaffold, ladders,

    hoists as well as barricades, hoardings and or temporary fences.

    c) The contractor is responsible for and shall allow for any and all Council and regulatory

    authority fees and permits.

    d) Hours of work shall be between the hours of 7.00am to 5.00pm Monday to Friday. Work

    required outside of these times may be arranged with the EFL Engineer, but additional

    costs will not be accepted unless a written variation is sought and approved.

    e) The site shall be progressively cleaned of works debris on a daily basis with final clean

    prior to hand-over.

    f) Strict adherence to all safety requirements shall be observed and all works are to be

    carried out in accordance with Fiji Building Code, AS/NZS 3500-3.2:1-2003 & AS 3740-

    2004.

    g) Personal safety wear is to be provided by the Contractor for all site personnel and to be

    utilised at all times.

    h) No alcohol, radios, pets or inappropriate language are permitted to be used or brought on

    site by the Contractor and/or Sub-Contractor personnel

  • 3

    4. SCOPE

    1. Preliminaries and General

    Activity Unit Quantity Rate Cost (VEP)

    a) Allow for Mobilization and De- mobilization

    LS 1

    b) Allow for site establishment LS 1

    c) Allow for Insurance and permits and approvals from local Authorities.

    LS 1

    d) Allow for site clearing, debris Disposal and surrounding cleaning.

    LS 1

    Total carried over to main Summary

    2. Control and Adjacent Rooms

    Roof and Ceiling

    Activity Unit Quantity Rate Cost (VEP)

    a. Remove all existing worn out and deteriorated waterproofing products.

    item

    b. Replace existing flashing with new. Proper installation required to avoid leaks.

    c. Clean all traces of rust from the roof cladding.

    d. Replace damaged roof cladding. Replace any rusted roofing screws.

    e. Apply 2 coats of anti-rust paint on all exposed metallic surfaces.

    f. Apply waterproofing product to all possible leaking points, joints and lapping. Datasheet of the proposed waterproofing product shall be provided with the Bid.

    g. Apply 2 coats of full gloss paint, to the entire control room roof, color to match existing. Ensure the surface is clean from dust and dirt before application of paint.

    h. Remove all damaged ceiling panels of the control room and adjacent quarters, and install new panels to match existing.

  • 4

    Total carried over to main Summary

    NB - All safety precautions, and fall protection mechanisms for personnel and material shall be

    utilised whilst working on the roof and working at heights.

    3. Control Room Flooring

    Activity Unit Quantity Rate Cost (VEP)

    a. Replace the damaged control room flooring supports and boards

    item

    b. Others

    Total carried over to main Summary

    4. Powerhouse Access Road Drainage Reinstatement

    Activity Unit Quantity Rate Cost (VEP)

    a) Excavate and remove all loose stones/boulders and gravel from the edge drains of the access road. All removed material shall be dumped at a location as directed by EFL’s officers (Team Leader Nadarivatu).

    Item

    b) Reinstate and repair slip sections using gabion basket wall and structured backfill. Measurements of damaged sections shall be taken during the site visit. Plastic coated gabion baskets are recommended

    Item

    c. Repair damaged dish drains by chipping off and removing damaged sections to get a regular shaped section for repair. Spread one layer of 665 mesh over the damaged section, with overlap onto existing section of at least 1.2m. Apply a 150mm layer of shotcrete or hand-placed concrete of at least 25MPa strength in accordance with NZS 3104. Site mix will be allowed provided Concrete mix ratio is provided for approval from EFL Engineers, provided sample cylinders are casted and tested to demonstrate

  • 5

    the required strength has been achieved after 28days. Measurements of damaged sections shall be taken during the site visit. Transition from existing surface to new surface shall be smooth to allow easy passage of storm water.

    Total carried over to main Summary

    Trade Summary

    1. Preliminaries & General $............................. 2. Control and Adjacent Rooms Works

    $.............................

    3. Control Room Flooring $.............................

    4. Powerhouse Access Road Drainage Reinstatement $............................. 5. Others

    $.............................

    Sub-Total $.............................

    9% VAT $.............................

    Total VIP Price - FJD $.............................

    Tender prices to be valid for three (3) months.

    5. ENERGY FIJI LIMITED The contractor shall at all times comply with all Energy Fiji Limited HSE Regulations currently in force.

    6. BUILDING CONDITIONS

    The contractor is advised to visit and assess the site and existing premises prior to tendering, as no claim will be allowed on the grounds of ignorance of the conditions existing.

  • 6

    7. WORK PLAN

    The contractor shall prepare a Work Programme in Microsoft project, Work Safety Plan/Risk Assessment Plan in accordance and shall submit the plan to the Property Officer Western and Manager Properties for his approval before commencing with work on the site which must be submmitted with the tender documents.

    B. OTHER RELEVANT INFORMATIONS

    1. SITE SAFETY MANAGEMENT SYSTEM

    The Contractor shall establish and maintain a Site Safety Management System that ensures the safety of all persons on the Site in accordance with the requirements of the Energy Fiji Limited Occupational Health and Safety Policy and the Health and Safety at Work Act, 1996 requiring strict compliance by the parties hereto.

    EFL will carry out conduct an induction for the Contractor and its members to familiarize with the Energy Fiji Limited Occupational Health and Safety Policy.

    2. ENVIRONMENTAL CONTROL

    Comply with all environmental protection provisions in the Contract and the requirements of any statute, by-law, standard and the like related to environmental protection.

    3. PROTECTION OF PEOPLE AND PROPERTY

    The contractor shall keep all persons (workers) under control and within the boundaries of the site. He will be held responsible for the care of the existing premises and works generally until completion.

    4. DURATION OF WORK

    The expected duration for the completion of work shall be four (4) weeks.

    5. STORAGE ON SITE

    Store materials and equipment on site to prevent damage to site and minimize hazards to persons, materials and equipment. Keep storage area neat and tidy.

    Take proper precautions to keep poisonous and other injurious substance in place secured against access by unauthorized persons.

  • 7

    6. DAILY DIARY REPORTS

    Progress reports shall be submitted daily to the the Property Officer Western and Manager Properties.

    7. CARE OF THE WORKS, ETC

    The contractor shall keep all persons under control and within the boundaries of the site. He will be held responsible for the care of the existing premises and works generally until completion.

    8. CLEARING AWAY

    The contractor shall take down and clear away all plant and temporary work and make good. The contractor shall remove all existing rubbish and debris and surplus materials from the site as they accumulate and at completion; and clean all surfaces, including those of the affected portions of the existing premises, internally and externally, and leave the works clean and to the satisfaction of the Property Officer Western at completion.

    9. EFL CONTACT PERSON

    The EFL’s contact person for the project will be the Manager Properties, Generation Engineer Western and Team Leader on site.

    10. TOBACCO /ALCOHOL/DRUG FREE ENVIROMENT

    EFL maintains tobacco, alcohol, drug free environment. Any personnel of the contractor found violating the policy will be requested to remove the product and themselves from the sites. Offensive language or actions are not acceptable. The EFL shall have the absolute right to require replacement of any employee the EFL deems objectionable to work on EFL premises.

    11. INSURANCE REQUIREMENTS

    The Contractor shall be solely responsible for all respective insurance cover of person,

    tools, equipment involved in carrying out the Works.

    The Contractor must obtain and maintain respective insurance cover at all relevant times

    sufficient to cover any loss or costs that may be incurred and for which the Contractor

    is liable in connection with the contractual works.

    12. Site Visit

    a) All interested bidders must attend a compulsory site visit as follows:

    Location Date Time Contact Person

    1. Nadarivatu Power Station

    19/11/19

    12.00pm Shifaan Ali - 9992401

  • 8

    b) All tenderers shall inspect and examine the site, its surroundings, and shall satisfy him before submitting his tender, as to the nature of the work and necessity for the carrying out the contract work.

    c) All bidders must come in proper PPE for the site visit. Safety or closed shoes is encouraged.

    PICTURES

  • 9

  • 10

  • 11

    TENDER SUBMISSION CHECK LIST

    The Bidders must ensure that the details and documentation mention below must be submitted as part of their tender Bid

    Tender Number _________________

    Tender Name__________________________________________________________________________

    1. Full Company / Business Name:_______________________________________________________

    (Attach copy of Registration Certificate)

    2. Director/Owner(s):______________________________ __________________

    3. Postal Address:____________________________ ______________________

    4. Phone Contact:____________________________ ______________________

    5. Fax Number:_________________________ ____________________________

    6. Email address:________________________ ___________________________

    7. Office Location:__________________________ ________________________

    8. TIN Number:_____________________________________________________

    (Attach copy of the VAT/TIN Registration Certificate - Local Bidders Only (Mandatory)

    9. FNPF Employer Registration Number: _________(For Local Bidders only) ( Mandatory)

    10. Provide a copy of Valid FNPF Compliance Certificate ( Mandatory- Local Bidders only)

    11. Provide a copy of Valid FRCS (Tax) Compliance Certificate ( Mandatory Local Bidders only)

    12. Contact Person:

    I declare that all the above information is correct.

    Name:_________________

    Position: _______________

    Sign: __________________

    Date:__________________

  • 12

    Information required for this Tender Check List (Please Tick & Enter the page number of

    the Submission)

    Company Profile (Including Director(s) Owner(s) Page NO._______

    Certificate of Business Registration Page NO._______

    Business License Page NO._______

    TIN Number Page NO._______

    Vat Registration Page NO._______

    FNPF Registration Number Page NO._______

    Evidence of Workman Compensation Insurance Cover Page NO._______

    Evidence of Public Liability Insurance Cover Page NO._______

    HSE Certification & Policies Page NO._______

    Previous Work Experience/Customer Reference Page NO._______

    Knowledge & Expertise of Staff Page NO._______

    (Key Employee Profile. Curriculum Vitae….etc)

    Cost Proposal Page NO._______

    Description & Quality of Product/Service Page NO._______

    Price Validity of Product/Service Page NO._______

    Warranty/Guarantee of Product/Service Page NO._______

    Other Information Regarding this Tender Page NO._______

    To be filled and accompanied with the Tender Proposal Documents

  • 13

    Submission of Tenders

    Two (2) hard copies of the tender bids in sealed envelope shall be deposited in the tender box located at the Supply Chain Office at the EFL Head Office, 2 Marlow Street, Suva, Fiji. Courier charges for delivery of Tender Document must be paid by the bidders.

    This tender closes at 4:00pm, on Wednesday, 27th November, 2019.

    Each tender shall be sealed in an envelope with:

    The envelope bearing only the following marking:

    Tender- MR 356/2019 – Carry out Repair and Refurbishment Works for Nadarivatu Power Station Building The Secretary, Tender Committee Fiji Electricity Authority Supply Chain Office Private Mail Bag, Suva

    It must also indicate the name and address of the tenderer on the reverse of the envelope.

    All late tenders, unmarked Envelopes and envelopes without bidder’s name and address

    on the reverse of the envelope. (Bids via e-mail or fax will not be considered).

    For further information or clarification please contact our Supply Chain Office on phone (+679)

    3224360 or (+679) 9991587.