(03)-a- instructions to tenderers

20
SECTION A INSTRUCTIONS TO TENDERER

Upload: musadhiq

Post on 15-Jan-2016

35 views

Category:

Documents


0 download

DESCRIPTION

Tender Instructions

TRANSCRIPT

Page 1: (03)-A- Instructions to Tenderers

SECTION A

INSTRUCTIONS TO TENDERER

Page 2: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA-14/15 C 070 G A/Contents (1) February 2015 Construction of 2 New Schools at Doha and Villages

BRIEF DESCRIPTION OF THE WORKS A/1

PART 1 : INSTRUCTIONS TO TENDERERS:

1. SUBMISSION OF TENDERS A/2

2. TENDER VALIDITY PERIOD A/4

3. TENDER OPENING A/4

4. TENDER DOCUMENTS A/5

5. STANDARD DOCUMENTS A/5

6. INTERPRETATION OF THE DOCUMENTS A/6

7. CORRECTIONS TO AND CLARIFICATION OF TENDERS AFTER SUBMISSION A/7

8. QUALIFICATION OF TENDERS AND ALTERNATIVES A/7

9. ACCEPTANCE OR REJECTION OF TENDERS A/8

10. RIGHT TO VARY THE WORKS A/8

11. CONFIDENTIALITY OF TENDER DOCUMENTS A/8

12. ADVANCE PAYMENT A/8

13 MAXIMUM PENALTY LIMIT AND EXCESSIVE DELAY A/9

14. MEMORANDUM OF PROCEDURE A/9

15. SITE CONDITIONS A/9

16. SHIPMENT OF CARGO TO QATAR A/9

17. LUMP SUM CONTRACT PRICE A/10

18. INSURANCE A/10

19. CO-ORDINATION WITH OTHER CONTRACTORS A/10

20. STATEMENT OF RESOURCES A/10

21 SUPPLEMENTARY NOTICES A/10

22. COMMENCEMENT DATE FOR THE WORKS A/10

23. SUBMISSION OF PROGRAMME A/11

24. PREFERENCE FOR LOCALLY MADE PRODUCTS A/11

25.

26.

IMPORTED FILL MATERIAL

FOREIGN TENDERER

A/11

A/11

27. RELOCATION OF SITE(S) A/11

28. JOINT VENTURE, CONSORTIA AND OTHER ASSOCIATIONS A/11

29. PARENT COMPANY GUARANTEE A/12

30. QATAR CENTRAL BANK A/12

Page 3: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 071 G A/Contents(2) February 2015 Construction of 3 New Schools at Doha and Villages

PART 2 : TENDER CONDITIONS AND TENDERER’S INSTRUCTIONS OF PARTICULAR APPLICATION

31. TENDER CONDITIONS A/12

32. TENDER ADJUDICATION PROCESS A/13

PART 3 : SPECIMEN FORMS

PART 3.1 TENDER BOND A/15

PART 3.2 TENDER CHECKLIST & AUTHORIZATION FORM A/16

Page 4: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/1 February 2015 Construction of 2 New Schools at Doha and Villages

BRIEF DESCRIPTION OF THE WORKS

GENERAL

1.01 Location of the Sites

The Sites are located at Rawdat Al-Barrag in Al-Rayyan, State of Qatar as indicated on the site location plans.

1.02 Brief Description of the Works

The Works comprises Construction, Completion, Test & Commission and Maintenance of Two (2) New Schools as follows:

1. School No. 1/9 –Rawdat AlBarrag Boys School #1 (PIN No. 84010016).

2. School No. 2/9 – Rawdat AlBarrag Boys School #2 (PIN No. 84010017).

The Work in each school consist but not limited to classrooms, art rooms, laboratories,

library, teachers rooms, administrative offices, assembly & multi-purpose halls, auditorium, canteen, kitchen, pantries, toilets, changing room, services rooms, ancillary buildings, water tank yard, sports courts, hard & soft landscaping, shaded structures, parking, boundary walls, fence & gates, etc… including external site services infrastructures.

The Buildings are reinforced concrete structure with blockwork infill. The assembly and multipurpose halls are covered with space frame/structural steel structure and roof cladding system.

The Works may also include necessary demolition & alterations of existing structures such as buildings, permanent & temporary facilities, boundary walls, fences & gates, roads, walkways, hard & soft landscaping, steel structures & sheds; removal/relocation of trees and disconnection and/or re-routing of existing services depending on the actual condition of the Sites mentioned above. Any existing items on site required by PWA/End-user shall be carefully removed and delivered as per PWA’s direction.

In case, the existing substation located on site is also supplying electricity to other facilities/structures has to be demolished, the same shall only be demolished upon completion of the new substation including the necessary connection from KAHRAMAA and the permanent power supply to the aforesaid facilities/structures is connected by the Contractor or the Contractor shall provide temporary arrangement for uninterrupted supply for the full operation of the aforementioned facilities/structures complete with all necessary expenses until the same are permanently connected to the new substation.

The Works in all the Sites shall commence simultaneously on the date stated on the formal Contract Agreement for a total duration of 480 days plus 600 days maintenance period .

Page 5: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/2 February 2015 Construction of 2 New Schools at Doha and Villages

INSTRUCTIONS TO TENDERERS

1. SUBMISSION OF TENDERS

1.1 Tenders shall be submitted in duplicate and will be accepted only on the Form of Tender provided, which shall be completed in full.

1.2 The Tender shall be signed where indicated and stamped/ initial on every page by a principal duly authorised to represent and bind the Tenderer.

1.3 The Amount of the Tender and the rates and prices inserted in the Bills of Quantities shall be fully inclusive, without limitation, of all liabilities and obligations to be borne by the Contractor in accordance with the Contract

1.4 The Amount of Tender and all rates and prices shall be in Qatar Riyals.

1.5 A lump sum firm price shall be submitted.

1.6 The duplicate Forms of Tender together with all Appendices shall be completed in full and submitted with the following:

(a) The Tender Bond together with a duplicate copy in the style set out in the Specimen Form of Tender Bond annexed to these instructions and in the amount stated on the Form of Tender.

This bond shall be obtained from an approved bank with a registered office in Qatar.

A bond issued by an insurance company is not acceptable.

Cheques are not acceptable as a form of bonding.

A bond in respect of another tender is not acceptable as the bond in respect of this Tender.

The Tender Bond shall be addressed to the Tenders Committee.

(b) All the additional information required by the Appendices to the Form of Tender for the purpose of adjudicating tenders.

(c) Fully priced out duplicate copies of the Bills of Quantities and Schedules of Rates (if any) and all other schedules of information.

Tenders, which do not give the required information and price details, will be subject to rejection.

(d) The return of all Tender Documents provided by the Public Works Authority for the purposes of tendering.

1.7 The tender is to be adjudicated based on a ‘ONE-ENVELOPE’ bid system and therefore the tender and accompanying documents (in duplicate where required) shall be submitted in an enclosed and sealed envelope, which shall bear the tender number, subject and closing date and should not bear any mark, indication or name of the sender.

One set of the returned Tender Documents must be clearly marked “Original Tender” and the other marked “Copy” and that, in the event of the discrepancy the “Original Tender” shall take precedence.

Page 6: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/3 February 2015 Construction of 2 New Schools at Doha and Villages

The envelope must be marked in English and Arabic.

Tender for:

PROJECT TITLE: CONSTRUCTION OF 2 NEW SCHOOLS AT DOHA AND VILLAGES, STAGE 10A, PACKAGE 1

Tender No : ………………………..

Closing Date : ………………….....

and which shall be addressed to:

The Chairman Grand Tenders Committee (GTC) Public Works Authority PO Box 22188 Doha, State of Qatar

The envelope must not bear any mark, indication or name of the Tenderer.

(a) The submission shall comprise the following documents:

1. Front Cover

2. Consortium of Joint Venture Agreement (if applicable)

3. A copy of the ‘Tender Circular Acknowledgement’ Page F/2 (only) of the “Form of Tender”

4. If any, a statement of Tender Qualifications and/or Alternatives in accordance with Clause 8 herein

5. Contents page

6. Section A – Instructions to Tenderers

7. Section B – Conditions of Contract

8. Section C – Specification

9. Section D – Technical Tender Deliverables

10. Section E - Reference Documentation

11. Section F – Form of Tender

12. Section G – Bills of Quantities

13. Financial Tender Qualifications and/or Alternatives (if any)

Tenderers shall submit two (2) CD’s in a PDF format of the above documents.

(b) In addition to and not within the envelope, the Tenderer shall separately submit the following documents at the time of submission of his Tender:

1. Duly completed, signed and stamped "Tender Return Checklist and Authorization Form" in the format set out in the specimen in Part 1.2 to these

Instructions.

By this Form, the Tenderer must authorize a person to deliver the Tender to

Page 7: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/4 February 2015 Construction of 2 New Schools at Doha and Villages

The PWA and declare that the documents marked as "Yes" in the checklist are included in the submitted envelopes.

2. Original and duplicate of the Tender Bond.

3. Accompanying Letter

1.8 The Tender shall be delivered not later than the time and date stated in the Tender Invitation / Advertisement.

1.9 Failure to provide the Tender Bond and the whole of the required material and information or to comply with these instructions in any way may render the Tender null and void.

1.10 The award of a contract following a favourable assessment of the Tender shall not imply approval of any sub-contractor, supplier or proposed manufacturer so named by the Tenderer in his submission.

After award of the Contract the Contractor will be required to submit full details for approval by the Engineer for any part of the Works which he proposes to sub-let or for any material which he proposes to incorporate in the Works.

1.11 The Tenderer shall enclose with his Tender an accompanying letter on his company letterhead giving full particulars, as follows:

(a) The full name and address of the Tenderer.

(b) The full name and business address of the owner or the chief executive of the Tenderer’s company.

(c) The full name and address of the Tenderer’s sponsor, agent or representative in Qatar, if the Tenderer is not a local Qatari Company.

1.12 If the Tenderer whose tender has been accepted fails to furnish the required performance bond within the specified period the Public Works Authority may cancel his tender and confiscate the tender bond forthwith without further notice or legal action.

1.13 If the tenderer fails to sign the contract on the fixed date or if he withdraws for any other cause without any strong reason accepted by the Tenders Committee he shall be liable for any of the following penalties:-

1) Warning; 2) Lowering his category; 3) Striking-off his name from the Register for a certain period or permanently; 4) Confiscation of the securities/guarantees (tender bond or performance bond);

A decision by the Chairman of the Tenders Committee shall be issued imposing these penalties on the basis of a proposal by the Tenders Committee.

2. TENDER VALIDITY PERIOD

The Tender shall remain valid for a period of Ninety (90) days from the Tender Closing Date, or any such amended date as formally notified by the Authority and may be accepted by the Public Works Authority at any time before the expiration of that period. However, the Public Works Authority may request an extension to this validity period by a further Thirty (30) days if necessary and the Tenderers shall extend the validity accordingly.

Page 8: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/5 February 2015 Construction of 2 New Schools at Doha and Villages

3. TENDER OPENING

The opening of the Tenders shall be carried out by the Chairman of the Tenders Committee.

4. TENDER DOCUMENTS

The documents provided for purposes of tendering (hereinafter called the “Tender Documents”) are this Document in its entirety, in which are bound all pages as listed in the Contents together with any drawings and schedules listed therein, and includes inter alia:

(a) These Instructions

(b) The Form of Tender, together with all Appendices

(c) The General Conditions of Contract, the Conditions of Particular Application together with all Standard Forms

(d) The Specifications

(e) The Technical Tender Deliverables

(f) The List of Drawings

(g) The Bills of Quantities

5. STANDARD DOCUMENTS

In addition to the Tender Documents listed above Tenderers shall be deemed to have in their possession copies of the following standard documents and, where appropriate, to have included in their tender prices for complying with the provisions of the specifications, regulations, terms and conditions, standard Government procedures, etc. contained therein:

(a) The General Conditions of Contract – May 2007 prepared by the Contracts & Engineering Business Affairs (CEBA), Public Works Authority.

(b) Qatar National Construction Standards (QCS2014) Revision IV prepared by the Qatar General Organization for Standards and Metrology (QGOSM) and all subsequent revisions and amendments.

(c) The Code of Practice and Specification for Road Opening in the Highway prepared by the Public Works Authority, January 1992 WITH January 2011 amendments and revision.

(d) The Guide for Civil Users of Explosives in Qatar prepared by the Ministry of Public Works.

(e) The Qatar Survey Manuals prepared by the Urban Planning and Development Authority (UPDA).

(f) All current Public Works Authority regulations concerning the organization of Tenders and Public Auctions and all subsequent revisions and amendments.

(g) Work Zone Traffic Management Guide, Version 1.1 July 2014, Prepared by Public Works Authority ‘Ashghal’.

(h) Drainage Affairs, Standard Supplementary Specification to Qatar Construction Specification.

(i) Any current and relevant regulation, notice or circular issued by Qatar Telecom (Ooredoo) and Vodafone Qatar prior to the date of the letter or advertisement inviting tenderers.

Page 9: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/6 February 2015 Construction of 2 New Schools at Doha and Villages

(j) Any and all applicable local Municipality regulations.

(k) State of Qatar Law No. (6) of the year 1987 and all subsequent amendments concerning Materials and Equipment from Qatar or other CCASG countries, obtainable from Government House, Doha.

(l) Safety Rules issued by the Department of Electricity Networks.

(m) The Jointing Manual prepared by Electricity Networks Department.

(n) The Standard Method of Measurement of Building Works Seventh Edition Revised 1998 issued by The Royal Institution of Chartered Surveyors (SMM7).

(o) State of Qatar Law No (30) of the year 2002 and all subsequent amendments concerning Protection of the Environment, obtainable from Government House, Doha.

(p) State of Qatar Law No. 32 of 2002 and all subsequent amendments concerning protection of environment, and all associated rules and regulations issued by the Supreme Council for the Environment and Natural Resources.

(q) All current and relevant regulation, notice or circular issued by Water Department and Electricity Department of the Qatar General Electricity and Water Corporation (QGEWC) specifications and all subsequent revisions and amendments.

(r) The Regulations for the Installation of Electrical Wiring, Equipment and Air Conditioning of Residential and Commercial Buildings, fifth re-issue dated June 1986 prepared by the Ministry of Electricity and Water, P.O. Box 41, Doha.

(s) Any Amiri Decree or current and relevant regulation, notice or circular issued by the Ministry of Municipal Affairs and Agriculture (including the previous Ministry of Public Works and the previous Ministry of Industry and Public Works), the Ministry of Electricity and Water or the appropriate local Municipality prior to the date of the newspaper advertisement to Tender.

(t) The Qatar Traffic Manual (QTM) and Qatar Highway Design Manual (QHDM) prepared by the Ministry of Public Works.

(u) Drafting Standards prepared by Public Works Authority.

The successful Tenderers shall maintain a copy of the above documents (a) to (u) on site for the Engineer’s reference.

6. INTERPRETATION OF THE DOCUMENTS

6.1 No unauthorised alteration shall be made by the Tenderer to the Tender Documents.

6.2 Any mistake made in completing the Tender Documents and corrected before submission of the Tender, shall be initialed by the principal authorised to sign the Tender.

6.3 If the Tenderer has any doubts as to the meaning of any part of the Tender Documents, or if he discovers any ambiguity or discrepancy in the Tender Documents, or if any words or figures should be indistinct in the copy of the documents provided, then the Tenderer shall notify the same to the Public Work Authority - Contract Department via e-mail to: [email protected] not later than sixteen (16) days before the date fixed for submission of the tenders. The Public Works Authority’s reply will be given in the form of a circular via e-mail to all Tenderers and any such circular shall be acknowledged by the Tenderers via returned e-mail to: [email protected] and on page F/2 on the Form of Tender. This

Page 10: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/7 February 2015 Construction of 2 New Schools at Doha and Villages

Circular will be issued directly by Contracts Department. If, immediately prior to submitting the Tender, any doubt remains with a Tenderer as to the meaning of any part of the Tender Documents, then the Tenderer shall set out in a letter accompanying his Tender the interpretation upon which he has relied.

6.4 The Tenderer shall check each page and drawing of the Tender Documents against the contents and the Specification. No amendment to a submitted tender will be allowed after the date and time fixed for submission should the Tenderer later claim that any page or drawing was missing or had been duplicated.

7. CORRECTIONS TO AND CLARIFICATION OF TENDERS AFTER SUBMISSION

7.1 Tenderers shall not be permitted to make corrections or amendments to their tender for any reason whatsoever after the time and date fixed for the submission of the tender.

7.2 The Tenders Committee shall adjust arithmetical or other errors made by the Tenderer in compiling his tender, as follows:

(a) Where the total of arithmetical errors is such that the Amount of Tender would have been increased, then the individual rates and prices shall be proportionally reduced such that the Contract Price of the awarded contract shall be the same as the Amount of Tender. Such proportional correction shall not apply to any Prime Cost or Provisional Sums included in the Tender Documents provided by the Public Works Authority.

(b) Where the total of arithmetical errors is such that the Amount of Tender would have been reduced, then the individual rates and prices shall each be corrected such that the Contract Price of the awarded contract shall be for the corrected and reduced amount.

7.3 Any adjustment, correction, clarification or amendment made by the Tenders Committee to a tender shall be stated to the Tenderer prior to award of the contract.

7.4 Where the Amount of Tender is computed by a Tenderer by making a lump sum adjustment to the summed total of the Bill of Quantities or to the summed total of a section of the Bill of Quantities, then the lump sum adjustment so made will be deemed to apply proportionally to the individual rates and prices throughout the Bill of Quantities, or throughout that section of the Bill of Quantities. Such proportional adjustment shall not be applied to any Prime Cost or Provisional Sums given in the Tender Documents by the Public Works Authority.

7.5 Such proportionally adjusted rates and prices shall be those rates and prices used later during the currency of the contract to assess the value of variations to the contract and for the valuation of measured work done for interim payments.

8. QUALIFICATION OF TENDERS AND ALTERNATIVES

A Tender Qualification and a Tender Alternative is differentiated as follows.

8.1 Tender Qualifications

Tender qualifications (that is deviations from the tender / contract Conditions) will be considered, provided that such qualifications are all entered on a separate covering letter to the tender fully described to permit a proper assessment of their implications. Please note that if a fully compliant un-qualified tender is not submitted in addition then if the stated qualifications are not accepted then the Tender may be reject as non-compliant.

8.2 Tender Alternatives

On condition that the Tenderer submits a bona fide tender in accordance with the Tender

Page 11: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/8 February 2015 Construction of 2 New Schools at Doha and Villages

Documentation in the first place, any alternative offers (that is deviations from the technical requirements of the Project Brief) which he may wish to propose must be under a separate cover, which will be given consideration, provided that such alternatives are fully described or accompanied by sufficient drawings and specifications, as applicable, and priced to permit a proper assessment of their implications or suitability.

9. ACCEPTANCE OR REJECTION OF TENDERS

9.1 The Public Works Authority does not bind itself to accept the lowest or any tender and will not assign any reason for the rejection of any tender.

9.2 The Public Works Authority will not be responsible for or pay any expenses or losses which may be incurred by any Tenderer in the preparation of his tender.

10. RIGHT TO VARY THE WORKS

10.1 The Tenderer shall note that, the Public Works Authority has the right, during the Contract Period, to increase or decrease the works, in compliance with the Conditions of Contract, by up to 20% of the Contract Price at the same rates and prices applicable to the Contract.

10.2 As regard to preliminaries, PWA will not pay for preliminaries costs for additional Works or deduct from the preliminaries bill for omissions if those fall within the 20% parameter for varying of Works. Any payment on preliminaries arising beyond this limit shall be determined on the basis of actual cost of the preliminaries incurred by the Contractor and must be supported by documentary evidences and records such as invoices, payment receipts, etc.

11. CONFIDENTIALITY OF TENDER DOCUMENTS

11.1 Tender Documents and all matters and details in connection therewith remain highly confidential during and after tendering.

11.2 Drawings or information relating to the Works may only be copied or conveyed by the Tenderer to his proposed sub-contractors, suppliers or other persons concerned with the Works as may be essential for the submission of a proper tender.

It is the Tenderers responsibility to ensure that any information disclosed to any sub-contractors, suppliers or authorised third parties is treated as highly confidential by them, and that any copies or reproductions of documents or drawings given to them are returned to the Tenderer.

11.3 Except as herein before provided, drawings or information relating to the Works shall not be copied or reproduced in any way or conveyed by the Tenderer to any other third party without first obtaining the prior written authorisation of the Public Works Authority.

12. ADVANCE PAYMENT

12.1 The Contractor shall receive an advance payment at the discretion of the Public Works Authority the amount of which, for the following Contract value categories, shall be:

(a) Contract Value NOT EXCEEDING QR50 Million The Advance payment shall be 20% of the Contract Price limited to a maximum of QR 5,000,000

(b) Contract Value EXCEEDING QR50 Million The Advance payment shall be 10% of the Contract Price

12.2 A certificate will be issued by the Engineer for the Advance Payment when the Contractor submits his Performance Bond, Invoice and Bank Guarantee for the said Advance Payment.

Page 12: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/9 February 2015 Construction of 2 New Schools at Doha and Villages

12.3 Specimen Form of the Bank Guarantee for the Advance Payment is shown on Section B of this Tender Document.

13. MAXIMUM PENALTY LIMIT AND EXCESSIVE DELAY

13.1 The Contractor’s attention is drawn to Clause 47 (1) (as amended) of the General Conditions of Contract which states that the maximum penalty for Delay shall not exceed 10% of the total Contract Sum or adjusted Contract Sum.

13.2 However the Contractor is hereby informed and accepts that should the delay persist after the maximum penalty for delay has been reached then the Public Works Authority shall consider action in terms of Clause 63 of the General Conditions of Contract and reserves the right to expel the Contractor from the site without having to establish any other such form of default.

14. MEMORANDUM OF PROCEDURE

14.1 Tenderers shall submit with their Tender a memorandum, set out in the relevant Appendix to Technical Tender Deliverables, giving in outline their general scheme of procedure, a programme and a timetable for the execution of the Works. The memorandum shall not preclude the Tenderer from supplying the detailed general scheme of procedure and method to be furnished by the successful Tenderer in accordance with the General Conditions of Contract.

14.2 In preparing the Memorandum of Procedure and assessing the costs and resources required to complete the Works within the Time of Completion, Tenderers must make full allowance for port congestion and surcharges, costs of air-freighting and trucking imported materials and difficulties connected with obtaining continuous adequate supplies. None of the forgoing nor any difficulty that the Tenderer may experience in obtaining adequate labour will be considered as special circumstance fairly entitling the Contractor to an extension of time for the completion of the Works as stated in the General Conditions of Contract, nor will they be considered as being grounds for additional payments over and above the Contract sum nor for variations to be issued under the General Conditions of Contract.

15. SITE CONDITIONS

15.1 All firms or persons tendering must acquaint themselves with the Site and they shall obtain at their own responsibility all information necessary for preparing a Tender and entering into a Contract.

15.2 The Tenderer must also, before submitting a Tender, satisfy himself as to the nature of the existing roads or other means of communication and access to and egress from the Site and loading and unloading facilities at Site, docks etc.

15.3 Tenderers must also satisfy themselves as to the sources of supply, sufficiency and means of obtaining and delivering all materials, water, fuel, power and other matters or things required for the Works and they must examine and consider all other matters and all possible and probable contingencies and generally must obtain their own information on all matters affecting the Works and all matters which may influence them in preparing their Tender and determining the rates to be entered into the Bills of Quantities.

16. SHIPMENT OF CARGO TO QATAR

Tenderers attention is drawn to circular No. 9/97 dated 23.8.1397 (08.08.1977) issued by the Department to Ports, Ministry of Communications and Transport. This circular prohibits the use of Vessels more than Fifteen (15) years old for either loading of cargo bound for Qatar or for the discharge of cargo at Ports in Qatar unless exception has been obtained from the Department of Ports.

Page 13: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/10 February 2015 Construction of 2 New Schools at Doha and Villages

17. LUMP SUM CONTRACT PRICE

17.1 This contract is to include the whole of the Works which are described in or implied by the Contract Documents. All matters omitted from the documents which may be inferred to be obviously necessary for the efficiency, stability or completion of the Works shall be deemed to be included in the Lump Sum Price.

17.2 Works shown upon drawings and not mentioned or described in the Employer’s Requirements / Specification and works described in the Employer’s Requirements / Specification and not shown on the drawings will nevertheless be deemed to be included in the Lump Sum Contract Price in the same manner as if they had been expressly shown upon the drawings and / or described in the Employer’s Requirements / Specification as the case may be.

17.3 The Lump Sum Contract Price shall not be adjusted or altered in any way whatsoever except in Bills with Provisional Quantity, which shall be re-measured.

18. INSURANCE

Attention is drawn to the fact that all insurance’s obtained under the relevant Clauses of the Specification or General Conditions of Contract shall be effected by one of the Public Works Authority approved insurance companies listed in Section E, Reference Documentation, Part 2 - Insurances and of the General Conditions of Contract.

19. CO-ORDINATION WITH OTHER CONTRACTORS

The Tenderer shall make full allowance in his Tender Price for all costs arising from programme and work co-ordination with all other Contractors and State Service Departments.

20. STATEMENT OF RESOURCES

The Tenderer must complete all appendices of the Form of Tender relating to this subject.

21. SUPPLEMENTARY NOTICES

The Public Works Authority reserves the right to issue any necessary supplementary notices to the Tenderers prior to the return of the Tenders. The Tenderers will be required to acknowledge the receipt of these notice both to the Engineer and on the Form of Tender and to allow for any instruction so issued in their Tender Price.

22. COMMENCEMENT DATE FOR THE WORKS

22.1 Prior to the expiration of the tender validity period, the Tenders Committee of PWA will send to the successful Tenderer the Awarding letter.

22.2 The Awarding letter may only be accepted by the Tenderer upon signing, dating, stamping and returning an acknowledgement copy of it to the Tenders Committee of PWA within twenty four (24) hours of receipt of it. The acceptance of this Awarding letter shall effect a contract between the parties under which the rights and obligations of the parties are governed solely by the terms and conditions of the contract.

22.3 The Commencement Date for the contract shall be determined as being twenty eight (28) calendar days from the date of acceptance of the award by the successful Tenderer unless the he receives any written instruction from the Engineer regarding the change in the said date.

22.4 The Tenderers shall note that by this instruction the requirement of the Engineer's written order to commence the Works at site is no longer required.

Page 14: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/11 February 2015 Construction of 2 New Schools at Doha and Villages

23. SUBMISSION OF PROGRAMME

Apart from this general requirement from the Tenderers as mentioned in the Tender deliverables it is mandatory by the successful Tenderer to submit the detailed programme of Works including his method of implementation by incorporating amendments (if any) as required by the Engineer. These documents shall be submitted in accordance with the Clause 14 of the Conditions of Contract and shall be prior to the signing of Contract Agreement.

24. PREFERENCE FOR LOCALLY MADE PRODUCTS

The Tenderer is required to obtain LOCALLY MADE PRODUCTS TO THE EXCLUSION OF IMPORTED PRODUCTS, unless such products of equivalent standard and complying with specifications are not available; and unless the Engineer approves the use of alternative source.

25. IMPORTED FILL MATERIAL

25.1 If this contract includes for the supply of imported fill materials to be provided under an agreement between the Qatar National Transport Office or Qatar Leasing Company (as the Second Party) and the Contractor (as the First Party), then payment to the Second Party will be made directly by the Contractor (the First Party). The cost of the supply only of the fill material as agreed between the Contractor and the Second Party is to be included in the Tender (Total stated in the Main Summary Sheet), and carried to the Form of Tender, Page F/1.

25.2 Notwithstanding, Tenderers are referred to the Preambles to the Bills of Quantities and shall be deemed to have included for all costs, co-ordination with the Second Party etc. that may be required as a consequence, within their lump sum tender price.

26 FOREIGN TENDERER

26.1 If the Tender greater than QR.200,000,000.00 and the successful Tenderer is a foreign company, at least 30% of the scope of works for the project, [hereinafter called “the Qatari Works”] shall be awarded to Qatari Subcontractors.

26.2 The successful Tenderer shall provide Subcontract Agreement to the Engineer prior to

start of the Qatari Works.

26.3 The successful Tenderer shall Subcontract the Qatari Works in accordance with the

General Conditions of Contract and the Qatar National Construction Standards (QCS 2014)

27 RELOCATION OF SITE(S) (NOT APPLICABLE)

Should any and or all the Site(s) are to be relocated by the Engineer for whatsoever reason, all the External Works shall be re-measured and priced using the rates indicated in the submitted Bill of Quantities.

28 JOINT VENTURE, CONSORTIA AND OTHER ASSOCIATIONS

28.1 Where the Tenderer is a juristic entity comprising two or more parties forming a Joint Venture, Consortia and other Associations for the purposes of tendering, a copy of the Joint Venture Agreement is to be provided with the Technical Submission. Where such an Agreement is to be executed upon award a copy of the draft Agreement as stipulated in Appendix G, Item 1.10.1 of Section D, Technical Tender Deliverables must be provided with the Technical Submission.

Page 15: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/12 February 2015 Construction of 2 New Schools at Doha and Villages

28.2 The Authority reserves the right to reject a preferred Tender should the Joint Venture Agreement not meet the Authority’s satisfaction and subsequent negotiations fail to address the Authority’s concerns.

28.3 A specimen form of Declaration of Willingness is provided in the Appendix G, Section D,

Technical Tender Deliverables and stipulated in Item 1.10.2.

28.4 The Tender Bond from a Joint Venture can be issued as a single bond from a Joint Venture and/or in two separate bonds equivalent to the total bond amount and in such proportion as agreed by both parties.

28.5 A single Performance Bond shall be issued by a Joint Venture in the amount of 10% of the

Contract Price for a tender project is accepted. 29 PARENT COMPANY GUARANTEE 29.1 In the event that the successful tender fails under the category of the requirement of Sub-

Clause 10.1 [Parent Company Guarantee] of Section B Part 2 Conditions of Particular Application, he shall provide the Authority a Parent Company Guarantee within 28 Days from the Commencement Date of the Contract.

29.2 The Parent Company Guarantee shall be provided by the Contractor in the format stated

in the Specimen Form of the Parent Guarantee as shown in Section Part 3. 30 QATAR CENTRAL BANK 30.1 All bonds/guarantees should be issued by banks operating under the supervision/control

of the Qatar Central Bank (QCB).

PART 2: TENDER CONDITIONS AND TENDERER’S INSTRUCTIONS OF PARTICULAR APPLICATION

31 TENDER CONDITIONS

31.1 These Instructions to Tenderers constitutes the ‘Conditions of Tender’ of this Tender and should the Tenderer fail to comply herewith the Public Works Authority reserves the right to disqualify and reject the Tender as non-compliant and is not bound to provide any reason for the rejection of any tender.

31.2 The entire contents of this tender document as listed on the contents page is deemed to be the tender and all appendices, schedules, etc, to be completed and all other Information requested is to be incorporated in the Tenderer’s submission and will form part of the assessment and adjudication of the tenders.

31.3 The Technical Tender Deliverables, Form of Tender, Price Schedules, etc. of the document has particular reference in this regard and all minimum information required is to be submitted in the required format.

31.4 The Preambles and requirements of Section D – Technical Tender Deliverables are an express condition of tender and failure to comply in strict accordance therewith may render the tender submission non-compliant and disqualified from the tender adjudication process.

31.5 This tender document as listed on the contents page in its entirety will form part of the contract documentation.

Page 16: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/13 February 2015 Construction of 2 New Schools at Doha and Villages

32. TENDER ADJUDICATION PROCESS

32.1 TECHNICAL CRITERIA

Tenders will be assessed and adjudicated based on Technical and Financial Criteria of the tender document and will take into account:

(1) GENERAL

(a) Compliance with the ‘Tender Conditions’ and information and tender deliverable requirements. Should the Tenderer fail to submit all the information required and/or the information provided is not compliant with the specification requirements the Public Works Authority may disqualify and reject the Tender outright as non-compliant.

(b) The demonstrated capacity and ability of the Tenderer to carry out the Works successfully, cost effectively and to world class state of the art standards.

(2) TECHNICAL CRITERIA DELIVERABLES

The Technical Criteria deliverables comprise of two separate elements as follows: (a) General Company Information and Details

Specific information and data pertaining to the Tenderer’s company’s capacity, ability and construction history and experience.

(b) Project Specific Information Requirements Specific information and data pertaining to this project including a method statement and project appreciation statement which should demonstrate the Contractor’s ability to execute the Works successfully to the required standards.

It is important to note that this information and data must be presented in the format and under the specific heading dictated by the appendices.

32.2 FINANCIAL CRITERIA

(1) The Tenders Committee on behalf of the Public Works Authority will adjudicate Financial Criteria of those tenders where the Technical Criteria has achieved full compliance in all aspects of Clause 32.1 above.

The PWA decision with regard to which Technical and Financial Package are to be opened is final and binding.

(2) The Financial Criteria package will be assessed and adjudicated taking into account: (a) Compliance with the ‘Tender Conditions’ and information and tender deliverable Requirements.

(b) The optimum value weighting of prices of elements of the Works which reflect the true and realistic value of the element in terms of work input required and value of product deliverable received by the Public Works Authority.

Page 17: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/14 February 2015 Construction of 2 New Schools at Doha and Villages

Unreasonable and unjustified price weighting of items or elements of the Tender Price Schedule will not be accepted.

The Public Works Authority reserves the right to insist on details of the Tenderer’s pricing structure to establish and demonstrate the optimum and realistic value of any price element and further reserves the right to insist that any unreasonable and unjustified weighting of items or elements be adjusted to reflect the true value of the item or element as described in the Project Brief / Employer’s Requirements relative to the overall project worth.

Page 18: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/15 February 2015 Construction of 2 New Schools at Doha and Villages

PART 3: SPECIMEN FORMS

PART 3.1: SPECIMEN FORM OF TENDER BOND

Tender for:

PROJECT TITLE: CONSTRUCTION OF 2 NEW SCHOOLS AT DOHA AND VILLAGES, STAGE 10A, PACKAGE 2 PROJECT ID: BA 14/15 C 070 G

Sir, We have the honour to inform you that we guarantee Messrs ...............…..................................

.......................................................................................................................................................

of....................................................................................................................................................

.......................................................................................................................................................

for the amount of Qatar Riyals …………………………………… (QR. …………..) with the Public

Works Authority in order to allow them to submit a tender for the above as specified in the Tender

Documents.

This guarantee shall remain valid for a period of one hundred and twenty (120) days starting on

the date fixed for the opening of tenders by the Tenders Committee, that is:

from...................................................................to.....................……..................................................

.

or such earlier time as a Performance Bond shall have been duly provided by a Tenderer whose

Tender has been accepted, and is subject to renewal by the Tenders Committee without objection

of Messrs ................………….............…………………......................................................................

In the event of Messrs................……………..............………………..................................................

withdrawing their tender before the expiration of validity of the tender or failing to provide a

Performance Bond within 28 days of being requested to do so by the Public Works Authority,

whichever date is earlier, we definitely undertake to deposit with the Public Works Authority of the

State of Qatar, upon the Tenders Committee’s demand and notwithstanding any objection on the

part of the said Messrs ……………..……………………………………………….. the aforesaid sum

of Qatar Riyals …………………………………………………………. (QR ……………………………).

Page 19: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/16 February 2015 Construction of 2 New Schools at Doha and Villages

PART 3.2 : SPECIMEN FORM OF TENDER CHECKLIST AND AUTHORIZATION FORM

Tender Return Checklist and Authorization Form

Title: CONSTRUCTION OF 2 NEW SCHOOLS AT DOHA AND VILLAGES, STAGE 10A, PACKAGE 1

Project ID: BA 14/15 C 070 G

Tender No.:

We, ________________________ [Insert Company Name]____________ hereby authorize

__________[Insert Delivery Person’s Name]_____________ to deliver the Tender package

comprising the following documents:

A. Sealed Envelope Submission Consists of hardcopy (one original and one duplicate) and softcopy (two labeled CDs in

pdf format) each comprising the following document in the stated serial order.

Document Document Title Yes/No

1 Front Cover

2 Contents Page

3 Consortium or Joint Venture Agreement (if applicable)

4 Tender Circular Acknowledgement (page F/2 only)

5 Technical Tender Qualifications and/or Alternatives (if any)

6 Section A – Instructions to Tenderers

7 Section B – Form and Conditions of Contract

8 Section C – Specifications

9 Section D – Technical Tender Deliverables, duly signed and stamped for each Appendix

10 Section E – Reference Documentation.

11 Section F – Form of Tender

12 Section G – Bill of Quantities

13 Financial Tender Qualifications and/or Alternatives (if any)

Circulars / Addenda

Acknowledgement

1

2

3

4

Page 20: (03)-A- Instructions to Tenderers

SECTION A INSTRUCTIONS TO TENDERERS

BA 14/15 C 070 G A/17 February 2015 Construction of 2 New Schools at Doha and Villages

Circulars / Addenda

Acknowledgement

5

6

7

B. Accompanying letter, Tender Return Checklist & Tender Bond (submit separately, not

within sealed envelope)

Document Document Title Yes/No

1 Accompanying Letter

2 Duly completed, signed & stamped of this “Tender Return Checklist & Authorization Form”

3 Tender Bond

We hereby declare that we have checked and included the above documents in the respective envelopes prior to sealing them and that, to the best of our knowledge, the submissions are in order.

Signature:

Name:

In the capacity of: Tender Manager / Managing Director

Date:

Company Seal: