FORM OF TENDER. Lead Consultancy for Labasa Office (Vatunibale) Restoration Project. June 4, 2018

Similar documents
REQUEST FOR QUOTATION For 64 GB RAM (8X 8GB) for HP Servers at JB REMITTANCE Payment System of ITD(S) of Head Office, Dhaka.

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

Request for Quotation to Supply of

Fiji Electricity Authority

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

PUBLIC TENDER. Terms of Reference TENDER : WAF 16/01/11/PMU/ATS

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

CLIENT-PROFESSIONAL PROJECT AGREEMENT FOR ARCHITECTURAL SERVICES BETWEEN CLIENT AND

INTEGRATED AUTOMATION of KUET (IAoKUET) Central Computer Center, Khulna University of Engineering & Technology (KUET) Khulna-9203, Bangladesh

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF PUBLIC WORKS

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

Request for Proposal Supply & Install Generators at District Health Centers Project

BALMER LAWRIE & CO. LTD ASSOCIATE SERVICES, 32, SATTANGADU VILLAGE MANALI, CHENNAI PHONE: / 542 FAX:

Request for Tender No Supply and Installation of Mosaic Floor Tile at the Nanaimo Ice Centre (NIC)


RFQ No: JBL/DO-South-7PiecesDMP_6/2013 Date: REQUEST FOR QUOTATION For 7 PIECES DOT MATRIX PRINTER

B. The Bid is made in compliance with the Bidding Documents.

IDBI Bank Limited Facilities and Infrastructure Management Department Head Office: IDBI Tower, WTC Complex, Cuffe Parade, Mumbai

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

ANNEX VIII a STANDARD FORMATS AND TEMPLATES

Procurement of Licences of Business Objects BI Platform

Tender Terms and Conditions. Tender No: WAF 14/02/19/PMU/CSGI CONSULTANCY SERVICES FOR GEOTECHNICAL INVESTIGATION FOR WATER AUTHORITY OF FIJI

Submittal Guidelines RFQ# Master Site Plan

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

Water Resources Rules, 2050 (1993)

5.Section 5 - Specimen Forms

INDIAN INSTITUTE OF SCIENCE BENGALURU

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

PROPOSED CONSTRUCTION OF WATER TREATMENT PLANT TENDER DOCUMENT

ICSI HOUSE, C-36, Sector-62, Noida

REQUEST FOR PROPOSALS FOR PROJECT MANAGEMENT CONSULTANCY FOR SMART CITY, AMRUT & OTHER INFRASTRUCTURE PROJECTS IN GUJARAT SEPTEMBER-2015

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

Institutional Quality Assurance Cell Comilla University, Comilla

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal; and

REQUEST FOR PROPOSAL RFP-RCU2012Q2/1

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

Institutional Quality Assurance Cell (IQAC)

Form of Agreement Between the Client And the Quantity Surveyor

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

REPUBLIC OF KENYA MINISTRY OF ENERGY AND PETROLEUM NYAYO HOUSE P. O. BOX NAIROBI

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

INSTRUCTIONS TO BIDDERS

Submittal Guidelines RFQ# Daytona State Beer & Wine Institute

Notice Inviting Tender for Printing of Accounts Manual of APDCL

ICSI HOUSE, C-36, Sector-62, Noida

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

BALMER LAWRIE & CO. LTD.

TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels

INDIAN INSTITUTE OF ENGINEERING SCIENCE AND TECHNOLOGY, SHIBPUR HOWRAH , WEST BENGAL. Advt. No. ARCH/PLAN GRANT/TENDER/01/

Envelop Year Employer Description of Works Amount Contractor s Responsibility (%) Total

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

INSTRUCTIONS TO BIDDERS

LICENSE REQUIREMENTS GUIDELINES

Request for Proposals (RFP)

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

Request for Quotation (RFQ) for Services Transportation Service in Colombia

REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS.

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

CONSULTATION AND DESIGN AGREEMENT Between ROMAN FOUNTAINS, a New Mexico Corporation and

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

GOVERNMENT OF GUYANA STANDARD REQUEST FOR PROPOSAL. SELECTION OF CONSULTANTS- Individual

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF CONSULTANT (ENGINEER) FOR MACHHAPUCHCHHRE BANK LIMITED (MBL)

INDIAN INSTITUTE OF MANAGEMENT NAGPUR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR PROPOSAL West Virginia Northern Community College RFP #

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP)

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

ICSI HOUSE, C-36, Sector-62, Noida

BHARAT HEAVY ELECTRICALS LIMITED Regional Operations Division MUMBAI

Request for Quotation

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

JAWAR NAVODAYA VIDYALAYA,BHUSAWAL DIST: JALGAON

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

ISSUED BY: SHRI G. C. GAYLONG GENERAL MANAGER & FINANCIAL ADVISOR 2ND FLOOR, SURAKSHA, 170, J. TATA ROAD, CHURCHGATE, MUMBAI

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

Corporation Bank (A Premier Public Sector Bank)

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Transcription:

FORM OF TENDER TENDER DOCUMENT Page 1

TABLE OF CONTENTS SECTION A... 2 1.0 FORM OF TENDER... 3 2.0 PROJECT DETAILS... 5 3.0 SUMMARY OF SCHEDULE OF DESCRIPTIONS... 6 SECTION B : ADDITIONAL INFORMATION REQUIRED... 7 A. COMPANY PROFILE DATA.. 8 B. COMPANY STRUCTURE & ORGANIZATION, PROJECT APPRECIATION AND COMPLIANCE... 9 C. PROPOSED DESIGN RATIONALE AND METHODOLOGY, RELEVANT COMPANY EXPERIENCE.10 D. PROPOSED RESOURCES/ PROJECT PERSONNEL... 11 E. FINANCIAL AND INSURANCE... 12 F. CONSULTING SERVICE FEE.. 12 SECTION C: CONDITIONS OF TENDERING...13 A. GENERAL... 14 B. TERMS & CONDITIONS... 14 C. LEAD CONSULTANT S ADMINISTRATIVE ARRANGEMENTS... 14 D. SUNDRY ITEMS... 14 E. CONDITIONS OF TENDERING... 14-17 ANNEXURE 1 TERMS OF REFERENCE (TOR) TENDER DOCUMENT Page 2

SECTION A FORM OF TENDER TENDER DOCUMENT Page 3

**This Document is to be filled and submitted with Tender Submission** 1.0 FORM OF TENDER (To be submitted with Tender Submission) Tender for: Lead Consultancy Services for Labasa Office (Vatunibale) Restoration Name of Tenderer We, the undersigned hereby offer to execute and complete the whole works as stated on the said documents for the Tender Sum of:- (in words and numbers) Tender Percentage Fee (.%) The above Percentage Fee payment will include VAT (9%) and with no provision for fluctuations in the cost sub-consultants, and to be valid for 3 months from date of submission. As witness our hands this. Day of. 2018 Signature of Consultant... Office Stamp Address Witness (Signatures and Block Capitals) Address Occupation Date........... TENDER DOCUMENT Page 4

2.0 PROJECT DETAILS Tender for: Duration Eighty-three (83) Weeks (including construction) Defect Liability Period (DLP) Twelve (12) Months Period of Final Measurement and Valuation from date named in the Certificate of practical Completion Period for issue of Final Certificate Twelve (12) Months Upon completion but no later than 2 weeks after the expiry of DLP Liquidated and ascertained Damages Five hundred dollars ($500.00) per day Professional Indemnity Cover (PI) FJD $1,000,000.00 minimum Workers Compensation FJD $750,000.00 minimum TENDER DOCUMENT Page 5

3.0 SUMMARY OF SCHEDULE OF DESCRIPTION SCHEDULE OF DESCRIPTION 1.0 Lead Consultant (Total) 1.1 Detailed Design Review, Tender Documentation, Permit Stage Drawings, Final Cost Plan, Approvals from Regulatory Authorities, Quantity Surveying 1.2 Construction Tender Evaluation, Contract Documentation and Construction Set Drawings 1.3 Mobilization [construction commencement] 1.4 Construction supervision and Contract administration Period with monthly reports 1.5 Practical Completion Certificate with As-Built Drawings 1.6 Defect Liability Period with Final Completion Certificate TOTAL TENDER [PERCENTAGE] PERCENTAGE COST Note: The Tender Summary is not in any way a Bill of Quantities and the services shown on the TOR and Consultant s attached documents (all exceptions included) shall take precedence. SIGNATURE OF CONSULTANT CONSULTANT S SEAL DATE TENDER DOCUMENT Page 6

SECTION B ADDITIONAL INFORMATION REQUIRED TENDER DOCUMENT Page 7

COMPANY PROFILE DATA PROJECT: Contents A B C D E F Company Profile Data Company Structure and Organization, Appreciation and Compliance Proposed Design Rationale and Methodology, Relevant Company Experience Proposed Resources / Personnel Financial Status and Insurance Consulting Services Fees Notes to Tenderers 1. All questions shall be answered precisely and written neatly. 2. Additional information shall be attached at the back. 3. All the information required under this Section is all MANDATORY. 4. Form of Tender is to be filled, stamped with Company Seal and submits with submission. TENDER DOCUMENT Page 8

A. Company Structure and Organization, Appreciation and Compliance 1. Name of Company: Contact Person:.. Telephone Number. Fax No: Mobile: Email Address: 2. Description of Company (for example, Architectural Company) 3. Please indicate here or attach an organization chart showing the company structure including the position of directors and the key personnel. 4. Detail your understanding of the and particular key issues and constraints associated with. 5. Submit valid FNPF Compliance Certificate, valid Tax Compliance Certificate, valid insurance documents (Public Indemnity & Workers Compensation), valid Business License, Company Registration Certificate and any other relevant certificates. TENDER DOCUMENT Page 9

B. Proposed Design Rationale and Methodology, Relevant Company Experience 1. Outline Design rationale and methodology to address issues and constraints mentioned in part A. Include in submission key examples of cost and time control tools used on similar projects. 2. Number of years experience as a Company in Fiji. 3. Annual value of works undertaken as Lead Consultant/ Manager & Architect for each of the last two years with attached evidence. E.g. s list with values and pictures. 2016 2017 4. Current commitment and value of work in hand 2018 including attached evidence. E.g. s with values and pictures 5. Previous similar works (Lead Consultant / Manager) including attached pictorial evidence and costs. TENDER DOCUMENT Page 10

C. Proposed Resources / Personnel 1. Total Number of Staff in the Company. Technical Administrative.. 2. List staff and name proposed to work on this with attached CV and any other Personnel or site staff. Name: Position Years of Service........ (Please note that the names of staff provided are to be actually working on this project.) 3. Please indicate the main Management software s considered by the Company to be necessary for undertaking the project and whether the software s are already in the company s ownership or will be purchased. 4. List Sub-Consultants and roles in the project, state names and address of subconsultants to be engaged and submit letter of intent. 5. Previous similar works and reference of the sub-consultant companies. TENDER DOCUMENT Page 11

D. Financial Status & Insurance 1. Attach copies of the Company s previous two years accounts statements compromising of: a) Assets and Liabilities/Financial Statement b) Profit and Loss Accounts Statement. (Unaudited accounts to be submitted with bank statement and Accountant s report.) 2. Name and Address of Bankers from who references can be obtained. Provide Bankers Report on financial status and overdraft facilities. 3. Name and Address of Accountant. 4. Please provide valid Professional Indemnity Cover (PI). E. Consulting Services Fee 1. Submit Fees in the Summary of Schedule of Description in section 3.0 TENDER DOCUMENT Page 12

SECTION C CONDITION OF TENDERING TENDER DOCUMENT Page 13

A. GENERAL The name of the is Lead Consultancy for Labasa Office (Vatunibale) Restoration The Employer: Land Transport Authority The Client: Land Transport Authority Principal: Land Transport Authority / Construction Implementation Unit B. TERMS & CONDITIONS Refer to Terms of Reference attached (Annexure 1) C. LEAD CONSULTANT S ADMINISTRATIVE ARRANGEMENTS Deemed to be implicit in the Contract and listed for convenience in pricing at the discretion and risk of the Lead Consultant: a. Head office administration b. Construction Administration; c. Contract Administration; d. Supervision of other sub-consultants; e. Quantity Surveying f. Safety, health and welfare of personnel; and g. Transportation of workmen D. SUNDRY ITEMS Deemed to be implicit in the Lead Consultant and listed for convenience in pricing at the discretion and risk of the Lead Consultant. a. Testing of materials (if required) b. Testing of the works (if required) c. Protecting the works (if required) d. All statutory obligations E. CONDITIONS OF TENDERING 1.0 DESCRIPTION OF SCOPE OF SERVICES 1.01 The Lead Consultant will coordinate and carry the overall responsibility for quality work and performance of all secondary and specialist design Sub- Consultants for the effective provision of their services and the integration of outputs towards the successful completion. This entails the provision of Management and Quantity Surveying. TENDER DOCUMENT Page 14

2.0 TENDERER TO BE INFORMED FULLY 2.01 The Tenderer shall inspect the project site and be familiar with all relevant aspects and details in relation to the Scope of Works before submitting the Tender. The Tenderer shall ensure an understanding of the availability, quantities and qualities of the work, the existing conditions and the pertinent risks, contingencies and circumstances which may affect the Tender 2.02 Inspection of the site is to be carried out with the Client through prior arrangement of a Pre-Tender site inspection. 3.0 TENDERS Proposals are to be submitted on the enclosed FORM OF TENDER fully completed. The hard copies of the Proposal are required to be submitted no later than 4pm on 22 nd JUNE, 2018, in a sealed envelope. This shall be submitted in a plain sealed envelope, marked: Tender Committee Chairman RFT [Tender No & Name] Land Transport Authority P.O. Box 6677 Lot 1 Daniva Road, Valelevu, Nasinu, Fiji 3.01 The Tender submission closing deadline: Time: 4 pm on specified date as per the advertisement, i.e. 22 nd June 2018. Late or faxed Tender submissions shall not be accepted and the lowest or any Tender will not necessarily be accepted. Tenderers may also upload their submission electronically to the tender site - https://www.tenderlink.com/ltafj/ by the above-mentioned timeline. 3.02 The Land Transport Authority reserves the right to approve modification of the Terms of Reference to suit budgetary or client requirements and after consultations with the Final Design to be confirmed prior to the Contract being signed. 3.03 All clarifications on the Tender Documents must be made with the Client and resolved by all parties in writing before the end of the Tender period deadline for closing. 3.04 Where there is a discrepancy between the amount in figures and in words, the amount in words will prevail as the correct figure. If the Tenderer does not accept this, its Tender submission will be disqualified. TENDER DOCUMENT Page 15

4.0 QUALIFICATION OF TENDERS 4.01 Tenders not complying with any Tender condition as stated in the Tender documents are deemed non conforming and shall be disqualified. 4.02 Failure to submit the Form of Tender fully completed, will render the Tender invalid and it will be disqualified. 5.0 FLUCTUATION 5.01 For the purpose of this Tender submission, the Tender Percentage Fee is to be on approved rate from LTA and Construction Implementation-Ministry of Economy and will not be subject to Government regulated monetary fluctuations or any variations unless approved by the Client and Construction Implementation-Ministry of Economy. 5.02 Where the cost of the total project is over 10% of the initial estimated project cost, there shall be an allowance of variation granted and the same must be approved by the LTA and Construction Implementation-Ministry of Economy. 5.03 The Lead Consultant must state at what percent the variation fees will be charged and the same shall be valid for at least 76 weeks from the date of signing the contract. 5.04 Any notification of variation must be notified in writing to the client within thirty [30] consecutive days from the date the said variation becomes legitimate. 6.0 FINAL MEASUREMENT AND VALUATION 6.01 The period of final measurement and valuation for Final Completion shall be twelve months from the date of the Practical Completion certificate. 7.0 DELAYS/TIME EXTENSIONS 7.01 Period of delay allowed due to loss or damage caused and client endorsements shall be a maximum of 6 weeks in instances of Heavy Rain, Hurricane, Cyclone and/or floods. Cost of such delays must be clearly stipulated in the submission. 7.02 Causes of delays includes: Heavy Rain, Hurricane, Floods and endorsements. TENDER DOCUMENT Page 16

8.0 LIQUIDATED AND ASCERTAINED DAMAGES 8.01 This shall be in accordance with clause 22 of the Terms of Reference and shall be Five hundred dollars ($500.00) per day. 9.0 CLAIMS AND PAYMENT 9.01 Progress Payment Claims and Certified Payments are to be made on an agreed basis e.g. upon the submission and verification of valid, properly documented Progress Claims. 9.02 All payments shall be settled within twenty [20] working days from the date of submission, unless the submitted claims are disputed by any party. 10.0 DEFECTS LIABILITY PERIOD 10.01 This period shall be twelve (12) months from Practical Completion 11.0 MISCELLANEOUS 11.01 The work must be carried out with absolute care and every effort must be made to ensure that project objectives are met. 11.02 The Lead Consultant must at all times take full ownership of the project collectively with Client and Administrator. TENDER DOCUMENT Page 17