REQUEST FOR PROPOSAL

Similar documents
To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

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

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING)

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Front Porch Roof Replacement Scope of Work

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

THE CORPORATION OF THE DISTRICT OF SAANICH

NOTICE INVITING QUOTATIONS FOR SUPPLY& INSTALLATION OF PIGEON NET AT NID GANDHINAGAR

Request for Tender The Owners Corporation of Units Plan 2413 Landmark Strata and Building Management Services

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

Collective RFQ No.: 1408 Date:

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Balmer Lawrie & Co. Ltd., SBU Performance Chemicals 32, Manali, Chennai (Regd. Office: 21, N.S.Road, Kolkatta )

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

TENDER REQUEST Stratford Town Hall Gutter, Downspout, and Fascia Replacement. TOWN OF STRATFORD 234 Shakespeare Drive Stratford, PEI C1B 2V8

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

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

STANDARD TERMS AND CONDITIONS FOR THE COMMERCIAL HIRE OF GOODS AND EQUIPMENT

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES

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

West Bengal Tourism Development Corporation Limited

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

REQUEST FOR QUOTATION EVENTS TENT RFQ # 04 ( )

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

Works Appointment: We, on behalf of the Employer, would like to inform you that your quotation, Reference Number

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

NOTICE INVITING TENDER. TENDER. NO.: CFS-KOL/Customs Room DATE

General Conditions of Contract for the Hire of Plant With or Without an Operator

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

BANK OF MAURITIUS REQUEST FOR PROPOSAL (RFP) Consultancy Services for the Implementation of IFRS 9 by. Bank of Mauritius

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

Request for Proposals Installation of Pavilions

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

LANTRAK PTY LTD (ABN )

Alabama State Port Authority

L&T HOWDEN PVT. LTD. HAZIRA MANUFACTURING COMPLEX, SURAT

Environmental Graphics for Garage Entrances INVITATION TO BID

1 In these Domestic Sub-Contract Conditions the following expressions and terms shall have the meanings given below:

Discuss and Consider award of contract to Adrian Sauceda for Area 17 (62 nd to 63 rd ).

West Ridge Park Ballfield Light Pole Structural Assessment

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

TENDER DOCUMENT TENDER ID : BAN

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

BANK OF INDIA, AHMEDABAD ZONE

Town of Lee Septic Tank Pumping Services

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Town of South Bruce Peninsula. Tender PW Asphalt Paving

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

NOTICE INVITING QUOTATIONS FOR ANNUAL CONTRACT OF HOUSE-KEEPING FOR THE YEAR PRRIOD TO

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

Strait Regional School Board

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

TATA INSTITUTE OF SOCIAL SCIENCES DEONAR, MUMBAI NOTICE INVITING TENDERS

Notice Inviting Tender.

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

TENDER NOTICE. The bidder may inspect the site on any working days during working hours before submission of their offers.

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

Revised GENERAL CONDITIONS (Procurement Contract)

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

INVITATION TO BID. Demolition of Commercial Building 706 Washburn Switch Road, Shelby, NC N W

HEATING AND COOLING SYSTEM MAINTENANCE

Town of South Bruce Peninsula. Tender PW Resurfacing of D Line

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) Request for Bid Ventilation System for Plant Operation #B12-23

Construction of the Leased Premises

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502

SUBCONTRACT CONSTRUCTION AGREEMENT

GENERAL CONDITIONS OF CONTRACT

ENGINEERING PROJECTS (INDIA) LIMITED (A Government of India Enterprise) Southern Regional Office, Chennai. Tender No. SRO/MKT/TH/277 May 27, 2014

AIRPORTS AUTHORITY OF INDIA CIVIL AIR TERMINAL CHANDIGARH

TENDER NO: BLC/CFS/PIPE LINE PAINTING WORK /28 Dt Tender Document for. Carrying out painting of fire water pipe line work

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

NATIONAL AGRI-FOOD BIOTECHNOLOGY INSTITUTE MOHALI

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

REQUISITION & PROPOSAL

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement

REQUEST FOR PROPOSAL

Transcription:

REQUEST FOR PROPOSAL WATERPROOFING WORKS AT BANK OF MAURITIUS TOWER BUILDING 1. The Bank of Mauritius (Bank) invites bids from eligible and qualified firms for waterproofing works at its premises in Port Louis, as more fully described in the Scope of Work at Annex A below. 2. A site visit will be arranged by the Bank on 04 September 2018 for all interested bidders to take cognizance of the works involved. Interested bidders will have to confirm their attendance to the site visit by calling on 202 3992 or by emailing Procurement@bom.mu by 15hrs on 03 September 2018 at latest. 3. Waterproofing works will have to be completed within 2 months from award of contract. 4. Bids should be valid for a period of 120 days from date of submission. 5. Electronic bidding shall not be permitted. Late bids will be rejected. 6. Bids in sealed envelopes, clearly marked Waterproofing Works on the left hand corner and addressed to The Chairperson, Tender Committee Bank of Mauritius Sir William Newton Street Port Louis should be deposited in the Tender Box of the Bank, located in the Banking Hall, Level 3 by 15.00hrs (local time) on 21 September 2018, at latest. 7. The Bank reserves the right to accept or reject any bid and to annul the bidding exercise and reject all bids without thereby incurring any liability to any bidder or any obligation to inform bidders of the grounds of its action. 22 August 2018

Annex A WATERPROOFING WORKS AT BANK OF MAURITIUS TOWER BUILDING 1.0 SCOPE OF WORKS The contractor is required to propose the most appropriate and effective waterproofing system in view of replacing the existing damaged and deteriorated waterproofing membranes on the Roof areas and also on the balconies at Levels 17 and 21 of the Bank s Tower Building. 1.1.1 Prior to commencement of any waterproofing application or works, the Contractor shall submit relevant method statements on the waterproofing detail. 1.1.2 There shall be a wet weather program and contingent protection works over the treated waterproofing membrane in case of rain while in the process of the application of membrane. 1.1.3 Adjacent walls or parapets or extractor fan necks, chamber for skylight roof etc. shall be included in the waterproofing works. All upturns on vertical wall shall not be less than 300mm high. 1.1.4 Waterproofing shall be allowed to cure and bond properly on each layer. Minimum of 24 hours shall be allowed to cure. Should the weather turn wet, if waterproofing has been applied but not cured, the work may have to be removed for re-work. 1.1.5 The works site shall be kept neat and tidy at all times. All debris to be cleared and transported off-site to ensure no materials are left on the roof and blown on to the airfield. 1.1.6 All waterproofing system proposed shall be tested for suitability upon completion of works. 1.1.7 Upon the completion of the waterproofing works, contractors need to carry out a thorough washing of the surrounding areas of work to remove all dirt from the roof and the gutters.

1.1.8 The contractor shall provide adequate measures to protect the completed waterproofing system from being damaged during the application of subsequent activities. 1.1.9 During the entire installation process the surfaces should be re-examined immediately prior to installation. This is particularly important where works are stopped and resumed after a period of time. 2.0 GENERAL CONDITIONS OF CONTRACT 2.1 SITE VISIT The Contractor must visit and examine the sites and satisfy himself as to the local conditions, the accessibility of the sites, the full extent and character of the operation, the supply and conditions affecting labour, materials and the transportation of labour, material, plants, etc. prior to the execution of the contract as no claim on the grounds of lack of knowledge will be considered. 2.2 MEASUREMENT The Contractor shall take all necessary measurements during the site visit. The Bank shall not consider any claim for extra cost due to lack of information. 2.3 ACCESS TO BALCONIES For the offer, the contractor is required to make provision for accessing the balconies on levels 17 and 21. 2.4 WORK METHODOLOGY The contractor shall include a detailed work methodology in his offer. 2.5 CONTRACT PERIOD The contract period is Two (2) months from the date of award of contract. 2.6 INDEMNITY 2.6.1 Injury to Persons - The Contractor will be liable for and indemnify the Bank and its subsidiaries in respect of any liability, loss claim or proceedings whatsoever arising at common law or by statute in respect of personal injuries to or death of any person whomever arising out of or in the course of the execution of the Works and throughout the Contract Period. 2.6.2 Damage to Property - The Contractor will be liable for and will indemnify the Bank and its subsidiaries in respect of any liability, loss, claim or proceedings and for any damage whatsoever arising out of or in the course of or by reason of the execution of Works and throughout the Contract Period, to any property real or personal due to any negligence, omissions or default of himself, his agents or his servants or

of any authorised sub-contractor or to any circumstances within his control. 2.7 INSURANCES The Contractor is required to take out (1) an Employers Liability insurance and (2) a Contractors All Risks policy for the full Contract Period. The Contractor will deposit originals of the policies for such insurances with the Bank before the commencement of any Works under this Contract. For (1) the Employers Liability: the limit of liability of cover shall be not less than Rs100,000,000 per event and the estimated annual salaries shall be based on the employees and casual workers (if applicable) salaries. The Bank needs to be included as Additional Named Insured under the contractor s Employers Liability policy. For (2) the Contractors All Risks, the Limits of indemnity will be:- (i) the existing property damage Limit MUR 10,000,000 (ii) the third party liability limit MUR 10,000,000 This Policy should : - be endorsed to waive all rights of subrogation against the Bank and/or the Bank s insurer. - include a Cross Liability clause. - have as insured name [Contracting company] &/or BoM &/or Direct Contractors &/or Sub Contractors 2.8 SAFETY REQUIREMENTS The Contractor will at all times observe and comply with all prevailing laws and regulations now and thereafter in force relating to safety, including but not limited to the Occupational Safety and Health Act 2005 (OSHA 2005) and conducting of risk assessments, and will bear all costs connected with the compliance of the same. 2.8.1 Safety Helmets The Contractor will provide safety helmets to all workmen on the site and shall ensure that they are properly used at all times. 2.8.2 Safety Belts The Contractor will provide safety belts, lifelines and all devices for the attachment of lifelines, to all workmen who are required to work in or at areas where they are liable to fall. All safety belts, lifelines and devices for the attachment of lifelines will be of adequate strength. The Contractor will ensure that the safety equipment provided will be used by the workmen. 2.8.3 Personal Protective Equipment

The Contractor shall provide all PPE such as safety boots, appropriate gloves, reflective vest, goggles, etc., for all workers on site and maintain suitable personal protective equipment to all workmen employed on the Site. The Contractor shall ensure that such personal protective equipment comply with the requirements of the Regulations. The Contractor shall also ensure that all equipment are properly used by his workmen during the course of their work. The Contractor shall record the issuance of all equipment to his workmen in the prescribed forms and such forms shall be kept in the Contractor s office and made available for inspection at all times. 2.8.4 Daily Safety Management 2.8.4.1 Safety is utmost important and contractor to take note of the weather condition especially wind and lightning. 2.8.4.2 In case of strong wind or lightning, all works to stop immediately and all resources shall be removed from the roof to a safe shelter. 2.8.4.3 Provide safety line or life line for workers to anchor to while moving around the roof. 2.8.4.4 Since the work is on open roof with strong winds and slippery surfaces, all workers shall comply with the safety requirements for working at height with proper life line to be provided by the contractor and be certified safe for use by the professional bodies.