rssb.rwrssb.rw/sites/default/...of_snags_at_grand_pension_pla… · web viewrssb.rw

164
REPUBLIC OF RWANDA RWANDA SOCIAL SECURITY BOARD (RSSB) BIDDING DOCUMENT TITLE OF TENDER: REPARATION OF SNAGS AT GRAND PENSION PLAZA TENDER NUMBER: N 0 093/W/N/RSSB/OB/2013-2014 TYPE OF TENDER: NATIONAL OPEN COMPETITIVE BIDDING DATE OF ISSUE JULY 2014 i

Upload: votram

Post on 07-Mar-2018

273 views

Category:

Documents


0 download

TRANSCRIPT

REPUBLIC OF RWANDA

RWANDA SOCIAL SECURITY BOARD (RSSB)

BIDDING DOCUMENT

TITLE OF TENDER:

REPARATION OF SNAGS AT GRAND PENSION PLAZA

TENDER NUMBER:

N0 093/W/N/RSSB/OB/2013-2014

TYPE OF TENDER:

NATIONAL OPEN COMPETITIVE BIDDING

DATE OF ISSUE JULY 2014

JULY 2014Table of Contents

i

REPUBLIC OF RWANDA...................................................................................................................................i

TENDER NOTICE................................................................................................................................................v

NATIONAL TENDER NOTICE N0 071/W/N/RSSB/2013-2014..........................................................................vi

BENEFICIARY: RSSB............................................................................................................................................vi

Section I. Instructions to Bidders (ITB).............................................................................................................1

A. General...........................................................................................................................................................21. Scope of Bid.........................................................................................................................................22. Source of Funds...................................................................................................................................23. Fraud and Corruption........................................................................................................................25. Qualifications of the Bidder...............................................................................................................46. One Bid per Bidder............................................................................................................................67. Cost of Bidding...................................................................................................................................68. Site Visit...............................................................................................................................................6

B. Bidding Documents........................................................................................................................................79. Contents of Bidding Documents........................................................................................................710. Clarification of Bidding Documents.................................................................................................711. Amendment of Bidding Documents..................................................................................................7

C. Preparation of Bids...................................................................................................................................712. Language of Bid..................................................................................................................................713. Documents Composing the Bid.........................................................................................................814. Bid Prices.............................................................................................................................................815. Currencies of the Bid and Payment..................................................................................................816. Bid Validity.........................................................................................................................................917. Bid Security.........................................................................................................................................918. Alternative Proposals by Bidders....................................................................................................1019. Format and Signing of Bid...............................................................................................................11

D. Submission of Bids..................................................................................................................................1120. Submission, Sealing and Marking of Bids......................................................................................1121. Deadline for Submission of Bids.....................................................................................................1122. Late Bids............................................................................................................................................1223. Withdrawal, Substitution and Modification of Bids.....................................................................12

E. Bid Opening and Evaluation...................................................................................................................1224. Bid Opening......................................................................................................................................1225. Confidentiality..................................................................................................................................1326. Clarification of Bids.............................................................................................................................1327. Examination of Bids and Determination of Responsiveness........................................................1328. Correction of Errors.........................................................................................................................1429 Currency for Bid Evaluation...........................................................................................................1430 Evaluation and Comparison of Bids...............................................................................................1431 Technical Evaluation of Bids...........................................................................................................15

F. Award of Contract...................................................................................................................................1734. Award Criteria..................................................................................................................................1735. Procurement Entity’s Right to accept any Bid and to reject any or all Bids..............................1836. Notification of Award and Signing of Agreement.........................................................................1837. Performance Security.......................................................................................................................1838. Advance Payment and Security......................................................................................................1939. Adjudicator.......................................................................................................................................1941. Preference for Domestic Bidders....................................................................................................19

ii

Section II. Bid Data Sheet..................................................................................................................................21

Section III. Forms of Bid, Qualification Information, Letter of Acceptance, and Agreement....................21

A. General.........................................................................................................................................................21

B. Bidding Documents.....................................................................................................................................23

C. Preparation of Bids.....................................................................................................................................23

D. Submission of Bids......................................................................................................................................23

E. Bid Opening and Evaluation......................................................................................................................24

F. Award of Contract.......................................................................................................................................24

Section II. Bid Data Sheet..................................................................................................................................25

Section III. Forms of Bid, Qualification Information, Letter of Acceptance, and Agreement....................25

1. Contractor’s Bid...........................................................................................................................................25

2. Qualification Information.............................................................................................................................26

3. Letter of Acceptance.....................................................................................................................................30

4. Agreement.....................................................................................................................................................31

Section IV. General Conditions of Contract....................................................................................................33

A. General Conditions of Contract..................................................................................................................341. Definitions.........................................................................................................................................342. Interpretation....................................................................................................................................363. Language and Law...........................................................................................................................364. Project Manager and Architect & Supervisor’s Decisions...........................................................365. Delegation..........................................................................................................................................366. Communications...............................................................................................................................367. Subcontracting..................................................................................................................................378. Other Contractors............................................................................................................................379. Personnel...........................................................................................................................................3710. Procuring Entity’s and Contractor’s Risks...................................................................................3711. Procuring Entity’s Risks..................................................................................................................3712. Contractor’s Risks............................................................................................................................3813. Insurance...........................................................................................................................................3814. Site Investigation Reports................................................................................................................3915. Queries about the Special Conditions of Contract........................................................................3916. Contractor to carry out the Works.................................................................................................4017. The Works to be completed at the Intended Completion Date....................................................4018. Approval by the Client.....................................................................................................................4019. Safety.................................................................................................................................................4020. Discoveries.........................................................................................................................................4021. Possession of the Site........................................................................................................................4023. Instructions, Inspections and Audits..............................................................................................4124. Disputes.............................................................................................................................................4125. Procedure for Disputes.....................................................................................................................4126. Replacement of Adjudicator............................................................................................................41

B. Control of the schedule.................................................................................................................................4127. Program.............................................................................................................................................4128. Extension of the Intended Completion Date..................................................................................4229. Acceleration.......................................................................................................................................42

iii

30. Delays Ordered by the Client..........................................................................................................4232. Early Warning..................................................................................................................................43

C. Quality Control............................................................................................................................................4333. Identifying Defects............................................................................................................................4334. Tests...................................................................................................................................................4335. Correction of Defects........................................................................................................................4336. Uncorrected Defects.........................................................................................................................43

D. Cost Control.................................................................................................................................................4437. Bill of Quantities...............................................................................................................................4438. Changes in the Quantities................................................................................................................4439. Variations..........................................................................................................................................4440. Payments for Variations..................................................................................................................4441. Cash Flow Forecasts.........................................................................................................................4542. Payment Certificates........................................................................................................................4544. Compensation Events.......................................................................................................................4645. Tax.....................................................................................................................................................4746. Currencies.........................................................................................................................................4747. Price Adjustment..............................................................................................................................4748. Retention...........................................................................................................................................4849. Liquidated Damages.........................................................................................................................4850. Bonus.................................................................................................................................................4851. Advance Payment.............................................................................................................................4852. Securities...........................................................................................................................................4953. Dayworks...........................................................................................................................................4954. Cost of Repairs..................................................................................................................................49

E. completion of the Contract...........................................................................................................................4955. Completion........................................................................................................................................4956. Taking Over......................................................................................................................................4957. Final Account....................................................................................................................................5058. Operating and Maintenance Manuals............................................................................................5059. Termination.......................................................................................................................................50

Section V. Special Conditions of Contract.......................................................................................................53

A. General.........................................................................................................................................................54

B. Time Control................................................................................................................................................55

C. Quality Control............................................................................................................................................55

D. Cost Control.................................................................................................................................................55

E. Finishing the Contract................................................................................................................................55

Section VI. Term of reference, Specifications & Performance Requirements..Error! Bookmark not defined.

Form of Bid Security (Surety from Financial Institution)...........................................................................108

Performance Bank Guarantee........................................................................................................................109

Performance Bond.........................................................................................................................................110

Bank Guarantee for Advance Payment...........................................................................................................112

iv

TENDER NOTICE

v

NATIONAL TENDER NOTICE N0 093/W/N/RSSB/2013-2014(RE-ADVERTISED)TITLE: REPARATION OF SNAGS AT GRAND PENSION PLAZACLIENT: RSSB BENEFICIARY: RSSB SOURCE OF FUNDING: RSSB

The Rwanda Social Security Board (hereinafter called ‘’Client”) has a budget towards the cost of Reparation of Snags at Grand Pension Plaza. The Client intends to apply a portion of the funds to eligible payments under the contract for which this Bidding Document is issued.

1. The Rwanda Social Security Board invites qualified bidders to submit bids for Repara-tion of Snags at Grand Pension plaza as mentioned in the statement of Requirements.

2. Tender Documents in English may be obtained from 10th July 2014 at RSSB headquar-ters/Kiyovu in (procurement unit 7th floor) upon presentation of proof of payment of a non-refundable fee of 10,000 FRw (Ten thousand francs) to Account N° 040-0281146-73, for RSSB entitled ’’Revenus d’investissement’’ opened at Bank of Kigali. The tender doc-ument is on our website: www.rssb.rw.

3. Tender Documents may be obtained on any working day from 7:00 hours to 17:00 hours at the Rwanda Social Security Board Headquarters at Kiyovu/Kigali, in the pro-curement office, 7th floor.

4. All bids shall be accompanied by a bid security of 2% of the bidder’s offer.

5. Enquiries regarding this tender may be addressed to Director General of RSSB, P.O. BOX 250 or 6655 KIGALI.

6. Well typed bids, properly bound and presented in four copies one of which is the origi-nal enclosed in envelopes, must reach Rwanda Social Security Board headquarters at Kiyovu not later than 12th August 2014 at 2:00 o’clock p: m. late bids will be rejected.

7. Bids will be opened in the presence of bidders or their representatives who choose to at-tend at 10th floor, RSSB Building in the meeting room on the same date at 2:30 p: m hours.

8. The Outer envelope should clearly indicate the tender name and title

9. A compulsory site visit is scheduled on 24th July 2014 at 11:00 a:m

10. Bidding will be conducted in accordance with the Law N°12/2007 of 27/03/2007 and the Law N°05/2013 of 13/02/2013 on Public Procurement.

Done at Kigali, 09/07/2014

Marcel MPAMO NKUSI

Director of Corporate Services

Section I. Instructions to Bidders (ITB)

1

A. General

1. Scope of Bid

1.1 The Procuring Entity, as defined in the Bid Data sheet invites bids for the design and build, as described in the BDS and Section VI, “Special Conditions of Contract” (SCC). The name and identification number of the Contract are provided in the BDS and the SCC.

1.2 The successful Bidder shall be expected to complete the Works by the Intended Completion Date specified in the BDS and SCC 1.1 (r).

1.3 Throughout these Bidding Documents:

(a) the term “in writing” means communicated in written form (e.g. by mail, e-mail, fax, telex,) with proof of receipt;

(b) if the context so requires, “singular” means “plural” and vice versa; and

(c) “day” means calendar day.

2. Source of Funds

The Procuring Entity, as defined in the BDS, intends to apply part of the funds from the Funding Agency, as defined in the BDS, towards the cost of the Project, as defined in the BDS, to cover eligible payments under the Contract for the Works. Payments by the Funding Agency shall be made only at the request of the Procuring Entity and upon approval by The Funding Agency in accordance with the grant/credit or Loan agreement, and shall be subject in all respects to the terms and conditions of that Agreement. Except as the Funding Agency may specifically otherwise agree, no party other than the Procuring Entity shall derive any rights from the Grant/credit or Loan Agreement or have any rights to the loan proceeds.

3. Fraud and Corruption

Following the spirit of the Rwanda Public Procurement Regulations, RPPA requires that any public officials as well as Bidders, Suppliers, Contractors, and Consultants, observe the highest standard of ethics during the procurement proceedings and execution of such contracts. In pursuit of this policy, RPPA:

(a) Referring to the Law on public procurement, gives the definition, for the purposes of this provision, of the terms set forth below as follows:(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or

indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution;

(ii) “fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;

2

(iii) “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring Entity, designed to establish bid prices at artificial, non-competitive levels; and

(iv) “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract;

(b) shall reject a proposal for award if it determines that the Bidder recommended for award has,

directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract in question;

(c) shall cancel or renounce to the use of the portion of the fund allocated to a contract if it determines at any time that representatives of the Funding Agency or of a beneficiary of the fund engaged in corrupt, fraudulent, collusive or coercive practices during the procurement or the execution of that contract.

(d) shall sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, if it at any time determines that they have, directly or through an agent, engaged, in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a contract; and

4. Eligible Bidders

4.1 This invitation to bid is opened to Rwandan Contractor firms having technical capacities and sound financial records for this type of work.

4.2 A Bidder shall not have a conflict of interest. All Bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they are associated, or has been associated in the past, directly or indirectly.

4.3 A Bidder that is under a declaration of ineligibility by the RPPA in accordance with the Public Procurement Law N° 12/2007, at the date of contract award, shall be disqualified. The list of such debarred firms is available at the address specified in the BDS1.

4.4 Rwanda Government-owned enterprises may be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) that they are not a dependent agency of the Borrower or Sub-Borrower

3

5. Qualifications of the Bidder

5.1 All bidders shall provide in Section IV, “Form of Bid, Qualification Information, Letter of Acceptance, and Agreement,” a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

5.2 In the event that prequalification of potential bidders has been undertaken, only bids from prequalified bidders shall be considered for award of Contract. These qualified bidders should submit with their bids any information updating their original prequalification applications or, alternatively, confirm in their bids that the originally submitted prequalification information remains essentially correct as of the date of bid submission. The update or confirmation should be provided in Section IV.

5.3 If the Procuring Entity has not undertaken prequalification of potential bidders, all bidders shall include the following information and documents with their bids in Section IV, unless otherwise stated in the BDS:

(a) Copies of original documents defining the constitution or legal status, place of registration, and principal place of business of the Bidder; written power of attorney of the signatory of the Bid to commit the Bidder;

(b) Detailed information on experiences and past achievements relating to similar contract by his nature carried out during the last 10 years, or present contract and any other engagements of the bidder.

Importance of the participation of the bidder in the Contract;

(c) Evidence of relevant experience in designing and building the works of similar nature, including the nature and value of the relevant contracts for each of the last ten years, as well as works in hand and contractually committed. The evidence must answer at least the criteria indicated to under subparagraph 5.5 below.

(d) Major items of design and construction equipment proposed to carry out the Contract. The descriptions must demonstrate the bidder’s ability to complete the works and should include inter area:

The Bidder must indicate whether such equipment is owned by him, hired or used by subcontractor.

(e) Qualifications and experience of key site management and technical personnel proposed for the Contract with their CVs and academic testimonials

(f) Reports on the financial standing of the Bidder, such as profit and loss statements and auditor’s reports for the past five years;

(g) Evidence of adequacy of working capital for this Contract (access to line(s) of credit and availability of other financial resources);

(h) Authority to seek references from the Bidder’s bankers;

(i) Information regarding any litigation, current or during the last five years, in which the Bidder was/is involved, the parties concerned, and the disputed amounts; and awards;

4

(j) Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price. The ceiling for sub contractor's participation is stated in the BDS.

5.4 Bids submitted by a JV of two or more firms in partnership shall comply with the following requirements, unless otherwise stated in the BDS:

(a) The Bid shall include all the information listed in ITB Sub-Clause 5.3 above for each joint venture partner;

(b) The Bid shall be signed so as to be legally binding on all partners;

(c) All partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(d) One of the partners shall be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and

(e) The execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

(f) A copy of the JV Agreement entered into by the partners shall be submitted with the bid; or a Letter of Intent to execute a JV agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed Agreement.

5.5 To qualify for award of the Consultant, bidders shall meet the following minimum qualifying criteria

(a) An average annual financial amount of design and/ or construction work over the period specified in the BDS of at least the multiple indicated in the BDS.

(b) Not having litigations in progress (as a Consultant) on Courts. Not having known a contract cancellation due to poor performances during last 10 years.

(c) Experience as a principal Construction field of at least the number of works of a nature and complexity equivalent to the Works over the period specified in the BDS (to comply with this requirement, works cited should be at least 70 percent complete);

(d) Proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment listed in the BDS;

(d) A Contractor Manager with ten years’ experience in works of an equivalent nature and volume, including no less than five years as Manager; an Architect (at least 10 years of experience), civil engineer/structural engineer (at least 10 years of experience), electrical engineer (at least 10 years), Electro-mechanical Engineer (at least 10 years of experience), Service Engineer (at least 10 years of experience), Geotechnical Engineer (at least 10 years of experience), IT Engineer (at least 10 years). The proposal of the

5

bidder must be accompanied by the curriculum vitae and the availability and exclusiveness certificate duly signed by the proposed director

(e) Liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of no less than the amount specified in the BDS.

A relevant history of litigation or arbitration awards against the Applicant or any partner of a Joint Venture may result in disqualification.

5.6 The figures for each of the partners of a JV shall be added together to determine the Bidder’s compliance with the minimum qualifying criteria of ITB Sub-Clauses 5.5 (a) and (e); however, for a joint venture to qualify, each of its partners must meet at least 25 percent of minimum criteria of ITB Sub-Clauses 5.5 (a), (b), and (e) for an individual Bidder, and the partner in charge at least 40 percent of those minimum criteria. Failure to comply with this requirement shall result in rejection of the joint venture’s Bid. Subcontractors’ experiences and resources shall not be taken into account in determining the Bidder’s compliance with the qualifying criteria, unless otherwise stated in the BDS.

5.7 Domestic bidders and joint ventures of domestic bidders applying for eligibility for the percent of margin’s preference, as specified in the BDS, in bid evaluation shall supply all information to satisfy the criteria for eligibility as descri1bed in ITB Clause 31.

6. One Bid per Bidder

Each Bidder shall submit only one Bid, either individually or as a partner in a joint venture. A Bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) shall cause all the proposals with the Bidder’s participation to be disqualified.

7. Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Procuring Entity shall in no case be responsible or liable for those costs.

8. Site Visit

The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder’s own expense.

6

B. Bidding Documents

9. Contents of Bidding Documents

The set of Bidding Documents comprises the documents listed below and addenda issued in accordance with ITB Clause 11:

Tender Notice /Invitation for Bids Section I Instructions to BiddersSection II Bid Data Sheet Section III Forms of Bid, Qualification Information, Letter of acceptance, Agreement Section IV General Conditions of ContractSection V Special Conditions of Contract Section VI Term of reference, specifications & performance requirementSection VII Forms of Securities

10. Clarification of Bidding Documents

A prospective Bidder requiring any clarification of the Bidding Documents may notify the Client in writing at the Client’s address mentioned in the BDS. The Client shall respond to any request for clarification received earlier than twenty one (21) days for ICB Fourteen (14) days for NCB prior to the deadline for submission of bids. Copies of the client’s response shall be forwarded to all purchasers of the Bidding Documents, including a description of the inquiry, but without identifying its source.

11. Amendment of Bidding Documents

11.1 Before the deadline for submission of bids, the Procuring Entity may modify the Bidding Documents by issuing addenda.

11.2 Any addendum thus issued shall be part of the Bidding Documents and shall be communicated in writing to all purchasers of the Bidding Documents. Prospective bidders shall acknowledge receipt of each addendum in writing to the client.

11.3 The client may, as necessary and in accordance with ITB Sub-Clause 21.2 below, extend the deadline for submission of tenders to give Bidders sufficient time to take modifications into account when preparing their tenders.

C. Preparation of Bids

12. Language of Bid

All documents relating to the bid shall be in the languages Specified in the BDS.

7

13. Documents Composing the Bid

The Bid submitted by the Bidder shall comprise the following document:

(a) The Bid (in the format indicated in Section IV);

(b) Bid Security, in accordance with ITB/TN Clause 17, if required;

(c) Cost estimates and related schematics design;

(d) Qualification Information Form and Documents;

(e) Alternative offers where invited;

And any other materials required to be completed and submitted by bidders, as specified in the BDS.

14. Bid Prices

14.1 The Contract shall be for the whole Works, as described in ITB/TN Sub-Clause 1.1, based on the cost estimates and schematics design submitted by the Bidder.

14.2 The Bidder shall submit the cost estimates for all items of the Works. Items for which no rate or price is presented by the Bidder shall not be paid for by the Procuring Entity when executed and shall be deemed covered by the other rates and prices in the cost estimates. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting and stamped on, if required.

14.3 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, as of the date 28 days for ICB or 14 for NCB prior to the deadline for submission of bids, shall be included in the rates, prices, and total Bid price submitted by the Bidder.

14.4 The rates and price quoted by the Bidder shall be subject to adjustment during the performance of the Contract if provided for in the BDS and SCC and the provisions of Clause 47 of the General Conditions of Contract. The Bidder shall submit with the Bid all the information required under the Special Conditions of Contract and SCCClause 47.

15. Currencies of the Bid and Payment

15.1 The unit rates and prices shall be quoted by the Bidder entirely in Rwandan Franc. Foreign currency requirements shall be mentioned as percentages of the Bid price (excluding provisional sums) and shall be payable at the Bidder’s option in only one bidder’s chosen foreign currency.

15.2 The exchange rate to be used by the Bidder in arriving at the local currency equivalent and the percentages mentioned in Para. 15.1 above shall be the selling rates for similar transactions established by the authority specified in the BDS prevailing on the deadline

8

for submission of bids. These exchange rates shall be applied for all transactions so that no exchange risk shall be borne by the Bidder. If the Bidder uses other rates of exchange, the provisions of ITB Clause 29.1 shall be applied; in any case, payments shall be computed using the rates quoted in the bid. Bidder shall indicate in advance all the details of any expected foreign currency requirements in the Bid.

15.3 Bidder may be required by the Procuring Entity to clarify the foreign currency requirements and to substantiate that the amounts included in the rates and prices, if required in the BDS, are reasonable and responsive to ITB Sub-Clause 15.1.

16. Bid Validity

16.1 Bids shall remain valid for the period specified in the BDS.

16.2 In exceptional circumstances, the client may request that the bidders extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing. If a Bid Security is requested in accordance with ITB Clause 17, it shall be extended up to 30 days after the deadline of the extended bid validity period. A Bidder may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the request shall not be required or permitted to modify his/her Bid, except as provided in ITB Clause 17.

17. Bid Security

17.1 The Bidder shall provide as part of its Bid, a Bid Security in original form as specified in the BDS, if required in the BDS.

17.2 The Bid Security shall be in the amount specified in BDS and denominated in the Rwandan Francs or the currency of the Bid or in another freely convertible currency, and shall:

(a) be in the form of either, a bank guarantee from a banking institution, or surety issued by an financial institution, as the bidder would wish;

(b) Be issued by a reputable institution selected by the bidder and located in any country. If the financial institution issuing the surety is located outside the Republic of Rwanda, it shall have a correspondent financial institution located in the Republic of Rwanda to make it enforceable.

(c) Be substantially in accordance with one of the forms of Bid Security included in Section IX “Security Forms,” or other form approved by the Procuring Entity prior to bid submission;

(d) Be payable promptly upon written demand by the Procuring Entity in case the conditions listed in ITB Clause 17.5 are invoked;

(e) Be submitted in its original form; copies shall not be accepted;

9

(f) Remain valid for a period of 30 days beyond the validity period of the bids, as extended, if applicable, in accordance with ITB Clause 16.2.

17.3 If a Bid Security is required in accordance with ITB Sub-Clause 17.1, any bid not accompanied by a substantially responsive Bid Security in accordance with ITB Sub-Clause 17.1, shall be rejected by the Procuring Entity as non-responsive.

17.4 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the performance security.

17.5 The Bid Security may be forfeited :

(a) If a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Submission Sheet, except as provided in ITB Sub-Clause 16.2; or

(b) If the Bidder does not accept the correction of its Bid Price pursuant to ITB Sub-Clause 28.

(c) If the successful Bidder fails within the specified time to:

(i) Sign the Contract; or (ii) furnish the required performance security.

17.6 The Bid Security under JV must be in the name of the JV that submits the bid. If the JV has not been legally constituted at the time of bidding, the Bid Security shall be in the names of all future partners as named in the letter of intent.

18. Alternative Proposals by Bidders

18.1 Alternatives shall not be considered, unless specifically allowed in the BDS. If so allowed, ITB Sub-Clauses 18.1 and 18.2 shall govern, and BDS shall specify which of the following options shall be allowed:

(a) Option One. A bidder may submit alternative bids with the base bid and the Procuring Entity shall only consider the alternative bids offered by the Bidder whose bid for the base case was determined to be the lowest-evaluated bid, or

(b) Option Two. A bidder may submit an alternative bid with or without a bid for the base case. All bids received, for the base case, as well as alternative bids meeting the technical specifications and performance requirements pursuant to Section VII, shall be evaluated on their own merits.

18.2 Alternative bids shall provide all information necessary for a complete evaluation of the alternative by the Procuring Entity, including design calculations, technical specifications, breakdown of prices, proposed construction methods and other relevant details.

10

19. Format and Signing of Bid

19.1 The Bidder shall prepare one original of the documents composing the Bid as described in ITB Clause 13, bound with the volume containing the Form of Bid, and clearly marked “ORIGINAL.” In addition, the Bidder shall submit copies of the Bid, in the number specified in the BDS, and clearly marked as “COPIES.” In the event of discrepancy between them, the original shall prevail.

19.2 The original and all copies of the Bid shall be typed in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to ITB Sub-Clause 5.3 (a). All pages of the Bid where entries or amendments have been made shall be initialed by the person or persons signing the Bid.

19.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Procuring Entity, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialed by the person or persons signing the Bid.

19.4 The Bidder shall provide information as described in the Form of Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids

20. Submission, Sealing and Marking of Bids

20.1 Bidders will only submit their bids by hand. The Bidder shall seal the original and all copies of the Bid in two inner envelopes and one outer envelope, duly marking the inner envelopes as “ORIGINAL” and “COPIES.”

20.2 The inner and outer envelopes shall

(a) Be addressed to the Procuring Entity at the address provided in the BDS;

(b) Bear the name and identification number of the Consultant as defined in the BDS and SCC; and

(c) Provide a warning not to open before the specified time and date for Bid opening as defined in the BDS.

20.3 In addition to the identification required in ITB Sub-Clause 20.2, the inner envelopes shall indicate the name and address of the Bidder to enable the Bid to be returned unopened in case it is declared late, pursuant to ITB Clause 22.

20.4 If the outer envelope is not sealed and marked as above, the Procuring Entity shall assume no responsibility for the misplacement or premature opening of the Bid.

21. Deadline for Submission of Bids

11

21.1 Bids shall be delivered to the Procuring Entity at the address specified above no later than the time and date specified in the BDS and in the clause 8 of TN.

21.2 The Procuring Entity may extend the deadline for submission of bids by issuing an amendment in accordance with ITB Clause 11, in which case all rights and obligations of the Procuring Entity and the bidders previously subject to the original deadline shall then be subject to the new deadline.

22. Late Bids

Any Bid received by the Procuring Entity after the deadline prescribed in ITB Clause 21 and in the TN Clause 8 shall be returned unopened to the Bidder.

23. Withdrawal, Substitution and Modification of Bids

23.1 Bidders may withdraw, substitute or modify their Bids by giving notice in writing before the deadline prescribed in ITB Clause 21 and in the TN Clause 8.

23.2 Each Bidder’s withdrawal, substitution or modification notice shall be prepared, sealed, marked, and delivered in accordance with ITB Clauses 19 and 20, with the outer and inner envelopes additionally marked or “WITHDRAWAL,” SUBSTITUTION,” OR “MODIFICATION” as appropriate.

23.3 No Bid may be substituted or modified after the deadline for submission of Bids.

23.4 Withdrawal of a Bid between the deadline for submission of bids and the expiration of the period of Bid validity specified in the Bid Data or as extended pursuant to ITB Sub-Clause 16.2 may result in the forfeiture of the Bid Security pursuant to ITB Clause 17.

23.5 Bidders may only offer discounts to, or otherwise modify the prices of their bids, by submitting Bid modifications in accordance with this clause or included in the initial Bid

E. Bid Opening and Evaluation

24. Bid Opening

24.1 The Procuring Entity shall open the bids, including modifications made pursuant to Clause 23, in the presence of the bidders’ representatives who choose to attend at the time and in the place specified in the BDS. Any specific opening procedures required if electronic bidding is permitted in accordance with ITB Sub-Clause 20.1, shall be as specified in the BDS.

24.2 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to ITB Clause 23 shall not be opened.

12

24.3 The bidders’ names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid withdrawals, substitutions, or modifications, the presence or absence of Bid Security, if required, and such other details as the Procuring Entity may consider appropriate, shall be announced by the Procuring Entity at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to ITB Clause 22. Substitution Bids and modifications submitted pursuant to ITB Clause 23 that are not opened and read out at bid opening shall not be considered for further evaluation regardless of the circumstances. Late, withdrawn and substituted bids shall be returned un-opened to bidders

24.4 The Procuring Entity shall prepare Minutes of the Bid Opening, including the information disclosed, to those present, in accordance with ITB Sub-Clause 24.3.

25. Confidentiality

No Information concerning checking, explanation, opinion and comparison of tenders and recommendations concerning the contract award, will be disclosed to Bidders or any other person not officially involved in the process until the name of the successful Bidders has been announced. Any attempt by a Bidder to contact any member of the Evaluation committee directly or indirectly during the evaluation period will be automatically disqualified.

26. Clarification of Bids

To assist in the examination, evaluation, and comparison of Bids, the Procuring Entity may, at the Procuring Entity’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Procuring Entity in the evaluation of the Bids in accordance with ITB Clause 28.

27. Examination of Bids and Determination of Responsiveness

27.1 . Prior to the detailed evaluation of Bids, the evaluation committee shall determine whether each Bid (a) meets the eligibility criteria defined in ITB Clause 4; (b) has been properly signed; (c) is accompanied by the Security, if required; and (d) is substantially responsive to the requirements of the Bidding Documents.

27.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding Documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding Documents, the Procuring Entity’s rights or the Bidder’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

13

27.3 If a Bid is not substantially responsive, it shall be rejected by the evaluation committee, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

28. Correction of Errors

28.1 Bids determined to be substantially responsive shall be checked by the evaluation committee for any arithmetic errors. Errors shall be corrected by the evaluation committee as follows:

(a) Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern; and

(b) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted shall govern, unless in the opinion of the Procuring Entity there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted shall govern, and the unit rate shall be corrected.

28.2 The amount stated in the Bid shall be adjusted by the evaluation committee in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, the Bid shall be rejected, and the Bid Security may be forfeited executed in accordance with ITB Sub-Clause 17.5 (b).

29 Currency for Bid Evaluation

Bids shall be evaluated as quoted in the Rwandan Franc currency, in accordance with ITB Sub-Clause 15.1, unless a Bidder has used different exchange rates than those prescribed in ITB Sub-Clause 15.2, in which case the Bid shall be first converted into the amounts payable in different currencies using the rates quoted in the Bid and then reconverted to the Republic of Rwanda’s currency using the exchange rates prescribed in ITB Sub-Clause 15.2.

30 Evaluation and Comparison of Bids

30.1 The evaluation committee shall evaluate and compare only the bids determined to be substantially responsive in accordance with ITB Clause 27.

30.2 In evaluating the bids, the evaluation committee shall determine for each Bid the evaluated Bid price by adjusting the Bid price as follows:

(a) Making any correction for errors pursuant to ITB Clause 28;

(b) Excluding provisional sums and the provision, if any, for contingencies in the Bill of Quantities, but including Day work, where priced competitively;

(c) Making an appropriate adjustment for any other acceptable variations, deviations, or alternative offers submitted in accordance with ITB Clause 18; and

14

(d) Making appropriate adjustments to reflect discounts or other price modifications offered in accordance with ITB Sub-Clause 23.5.

30.3 The Procuring Entity reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding Documents or otherwise result in unsolicited benefits for the Procuring Entity shall not be taken into account in Bid evaluation.

31 Technical Evaluation of Bids

The evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score (St). A Proposal shall be rejected at this stage if it does not respond to important aspects of the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet. The evaluation commission will constituted to this effect will evaluate the technical offers in the first place as per the criteria below:

32. Evaluation of Financial Proposals

32.1 After the technical evaluation is completed and the concerned parties have issued its no objection (if applicable), the Client shall inform the Contractor who have submitted proposals the technical scores obtained by their Technical Proposals, and shall notify those Contractor whose Proposals did not meet the minimum qualifying mark (70) or were considered non responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. The Client shall simultaneously notify in writing Contractor that have secured the minimum qualifying mark, the date, time and location for opening the Financial Proposals. The opening date shall allow Consultants sufficient time to make arrangements for attending the opening. Contractor’ attendance at the opening of Financial Proposals is optional.

32. 2 Financial Proposals shall be opened publicly in the presence of the Consultants’ representatives who choose to attend. The name of the Contractor and the technical scores of the Consultants shall be read aloud. The Financial Proposal of the Contractor who met the minimum qualifying mark will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded.

32. 3 The Evaluation Committee will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total amount, or between word and figures the formers will prevail. In addition to the above corrections, activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. In case an activity or line item is quantified in the Financial Proposal differently from

15

the Technical Proposal, (i) if the Time-Based form of contract has been included in the RFP, the Evaluation Committee shall correct the quantification indicated in the Financial Proposal so as to make it consistent with that indicated in the Technical Proposal, apply the relevant unit price included in the Financial Proposal to the corrected quantity and correct the total Proposal cost, (ii) if the Lump-Sum form of contract has been included in the RFP, no corrections are applied to the Financial Proposal in this respect. Prices shall be converted to a single currency using the selling rates of exchange, source and date indicated in the Data Sheet.

32. 4 In case of QCBS, the lowest evaluated Financial Proposal (Fm) will be given the maximum financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1) indicated in the Data Sheet: S = St x T% + Sf x P%. The firm achieving the highest combined technical and financial score will be invited for negotiations.

32. 5 In the case of Fixed-Budget Selection, the Client will select the firm that submitted the highest ranked Technical Proposal within the budget. Proposals that exceed the indicated budget will be rejected. In the case of the Least-Cost Selection, the Client will select the lowest proposal among those that passed the minimum technical score. In both cases the selected firm is invited for negotiations.

33. Negotiation

33.1 Negotiations will be held at the address indicated in the Data Sheet. The invited Contractor will, as a pre-requisite for attendance at the negotiations, confirm availability of all Professional staff. Failure in satisfying such requirements may result in the Client proceeding to negotiate with the next-ranked Consultant. Representatives conducting negotiations on behalf of the Consultant must have written authority to negotiate and conclude a Contract.

Technical negotiation

33.2 Negotiations will include a discussion of the Technical Proposal, the proposed technical approach and methodology, work plan, and organization and staffing, and any suggestions made by the Contractor to improve the Terms of Reference. The Client and the Contractor will finalize the Terms of Reference, staffing schedule, work schedule, logistics, and reporting. These documents will then be incorporated in the Contract as “Description of Services”. Special attention will be paid to obtain the maximum the Contractor can offer in the budget limit and to clearly defining the in-puts and facilities required from the Client to ensure satisfactory implementation of the assignment.

16

Financial negotiation

33.3 The financial negotiations will include a clarification (if any) of the firm’s tax liability in the Client’s country, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services. In the cases of QCBS, Fixed-Budget Selection, and the Least-Cost Selection methods, un-less there are exceptional reasons, the financial negotiations will involve neither the remuneration rates for staff nor other proposed unit rates. For other methods, Contrac-tor will provide the Client with the information on remuneration rates described in the Appendix attached to this RFP.

Availability of Professional staff/experts

33.4 Having selected the Contractor on the basis of, among other things, an evaluation of proposed Professional staff, the Client expects to negotiate a Contractor on the basis of the Professional staff named in the Proposal. Before contract negotiations, the Client will require assurances that the Professional staff will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the Contractor may be disqualified. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the Contractor within the period of time specified in the letter of invitation to negotiate.

Conclusion of the negotiations

33.5 Negotiations will conclude with a review of the draft Contract. To complete negotia-tions, the Client and the Contractor will initial agreed Contract. If negotiations fail, the Client will invite the Contractor whose Proposal received the second highest score to negotiate a Contract.

F. Award of Contract

34. Award Criteria

Subject to ITB Clause 33, the Procuring Entity shall award the Contract to the Bidder whose Bid has been selected as being substantially responsive to the Bidding Documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of ITB Clause 4, and (b) qualified in accordance with the provisions of

17

ITB Clause 5.

35. Procurement Entity’s Right to accept any Bid and to reject any or all Bids

Notwithstanding ITB Clause 32, the Procuring Entity reserves the right to accept or reject any Bid, and to cancel the bidding process and reject all bids, at any time prior to the award of Contract, in compliance with the relevant provisions of the Law N°12/2007 of 27/03/2007 and the Law N°05/2013 of 13/02/2013 on Public Procurement

36. Notification of Award and Signing of Agreement

36.1 Before the expiry of the bid validity period, the procuring entity shall simultaneously notify the successful and the unsuccessful bidders of the provisional outcome of the bids evaluation. The notification shall specify that the major elements of the procurement process would be made available to the bidders upon request and that they have seven (7) days in which to lodge a protest, if any, before a contract is signed with the successful bidder. Upon signature of a procurement contract, the procuring entity shall notify other bidders that their bids were not successful.

The notification letter to the successful bidder (hereinafter and in the SCCcalled the “Letter of Acceptance”) shall state the sum that the Procuring Entity shall pay the Contractor in consideration of the execution and completion of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

36.2 The Letter of Acceptance shall constitute the formation of the Contract, subject to the Bidder furnishing the Performance Security in accordance with ITB Clause 35 and signing the Agreement in accordance with ITB Sub-Clause 34.3.

36.3 The Agreement shall incorporate all agreements between the Procuring Entity and the successful Bidder. It shall be signed by the Procuring Entity and sent to the successful Bidder, within 28 days following the Letter of Acceptance’s date. Within 21 days of receipt, the successful Bidder shall sign the Agreement and deliver it to the Procuring Entity.

36.4 Only the signed contract will constitute an official commitment on the part of the Procuring Entity, and activities may not begin until the contract has been signed by the contracting authority and the successful bidder.

37. Performance Security

a. Within 21 days after receipt of the Letter of notification, the successful Bidder shall sign the contract and deliver to the client a Performance Security in the amount stipulated in the SCCand in the form stipulated in the BDS, denominated in the type and proportions of currencies in the Letter of

18

notification and in accordance with the GCC.

b. If the Performance Security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued at the Bidder’s option, by a bank located in the Republic of Rwanda, or by an acceptable foreign bank.

c. If the Performance Security is to be provided by the successful Bidder in the form of a Bond, it shall be issued by a surety who the Bidder has determined to be acceptable to the Procuring Entity.

d. Failure of the successful Bidder to comply with the requirements of ITB Sub-Clauses 35.1 and 34.3 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. Upon the successful Bidder’s, signing of the Agreement and furnishing of the Performance Security pursuant to ITB Clause 35.1, the Procuring Entity shall promptly notify the name of the winning bidder to each unsuccessful bidder and shall discharge the Bid Securities of the unsuccessful bidders pursuant to ITB Clause 17.4.

38. Advance Payment and Security

The Procuring Entity shall provide an Advance Payment on the Contract Price as stipulated in the GCC, subject to a maximum amount, as stated in the BDS. The Advance Payment shall be guaranteed by a Security. Section IX “Security Forms” provides a Bank Guarantee for Advance Payment form.

39. Adjudicator

The Procuring Entity proposes the person named in the BDS to be appointed as Adjudicator under the Contract, at an hourly fee specified in the BDS, plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If, in the Letter of Acceptance, the Procuring Entity has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by the Appointing Authority designated in the BDS and the SCC at the request of either party.

40. Confidentiality

Information relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed to the Consultants who submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract.

41. Preference for Domestic Bidders

19

If so indicated in the BDS, domestic contractor s may receive a margin of preference in Bid Evaluation in compliance with the relevant provisions of the Law N°12/2007 of 27/03/2007 and the Law N°05/2013 of 13/02/2013 on Public Procurement.

a. for which this clause shall apply.

b. The following procedure shall be used to apply the margin of preference:

(a) Responsive bids shall be classified into the following groups:

(i) Group A: bids offered by domestic bidders and joint ventures meeting the criteria of nationality as set up by the Law N°12/2007 of 27/03/2007 and the Law N°05/2013 of 13/02/2013 on Public Procurement

and its application texts (ii)

(ii) Group B: all other bids.

(b) For the purpose of further evaluation and comparison of bids only, an amount equal to a maximum of 10 per percent of the evaluated Bid prices determined in accordance with ITB Sub-Clause 30.2 shall be added to all bids classified in Group B.

20

Section II. Bid Data Sheet

Section III. Forms of Bid, Qualification Information, Letter of Acceptance, and Agreement

A. General

BDS 1.1 The Procuring Entity is The RWANDA SOCIAL SECURITY BOARD (RSSB)

The Works are “ Reparation of Snags at Grand Pension Plaza”

The name and identification of the contract are “ Reparation of Snags at Grand Pension Plaza ”

No 093/W/N/RSSB/2013-2014

BDS 1.2 The Intended Completion Date is three months

BDS 2.1 The Project is “ Reparation of Snags at Grand Pension Plaza ”

BDS 4.3 The list of firms debarred from participating in this project is available at the Web Site of RPPA.

BDS 5.3 The information required from bidders in ITB Sub-Clause 5.3 is modified as follows:

1. Submission duly signed, dated and sealed;

2. A copy of trade License;

3. The bidders must submit an original copy or certified copy of tax clearance certificate from RRA.

4. The bidders must submit an original copy or certified copy clearance certificate from Rwanda Social Security Board.

5. A site visit certificate

6. Three similar references with completion certificate delivered by the client,

BDS 5.3 (j) The ceiling for sub contractor's participation is: 0%

21

BDS 5.4 The qualification data required from bidders in ITB Sub-Clause 5.4 are modified as follows: none.

BDS 5.5 The qualification criteria in ITB Sub-Clause 5.5 are modified as follows: NONE.

BDS 5.5 (a) The period is: NONE

BDS 5.5 (b) The essential equipment to be made available for the Contract by the successful Bidder shall be : - NONE

BDS 5.5 (c) Number: 1 project.

BDS 5.5 (d) This article is completed as follows:

The technical criteria are detailed in the Appendix

BDS 5.5 (e) Credit facilities: NONE

BDS 5.6 Subcontractors’ experience and resources shall not be taken into account.

BDS 5.7 The percentage of margin’s domestic preference is: NONE

B. Bidding Documents

BDS 10.1 The Procuring Entity address’s for clarification is:

TO DIRECTOR GENERALAttention: RWANDA SOCIAL SECURITY BOARDRSSB HEADQUARTERS BUILDINGP.O Box: 250/ 6655 KIGALIE-mail:[email protected]

C. Preparation of Bids

BDS 12.1 The language of the bid is: English or French

Bidders are permitted, at their choice, to submit their bids in either of the two languages indicated above. Bidders shall not submit bids in more than one language.

BDS 13.1 Any additional materials required to be completed and submitted by the Bidders are none.

22

BDS 14.4 The Contract is not subject to price adjustment in accordance with SCC Clause 47.

BDS 15.2 The authority for establishing the rates of exchange shall be a Central Bank.

BDS 15.3 Bidders are not required to substantiate the rates and prices.

BDS 16.1 The Bid shall be valid for 90 days

BDS 17.1 Bid shall include a Bid Security issued by a bank or by surety using the form for bid security included in Section IX. Security Forms.

BDS 17.2 The Bid Security amount is: 2% of the bidders offer

BDS 18.1 Alternative shall not be considered.

BDS 19.1 The number of copies of the Bid to be completed and Submitted shall be 3 Copies one of which is marked “original”

D. Submission of Bids

BDS 20.2 (a) The Procuring Entity’s address for the purpose of Bid submission is

Attention:

TO DIRECTOR GENERALAttention: RWANDA SOCIAL SECURITY BOARDRSSB HEADQUARTERS BUILDINGP.O Box: 250/ 6655 KIGALIE-mail: [email protected]

BDS 20.2 (b) Name and Identification number of the contract as given in ITB 1.1 above in this sheet is:

“Reparation of Snags at Grand Pension Plaza ”

No 093/W/N/RSSB/2013-2014

BDS 20.2 (c) The warning should read “TO OPEN IN PUBLIC SESSION”

BDS 21.1 The deadline for submission of bids shall be :

Date: 12th August 2014

Time: 2:00 P.m local time

23

E. Bid Opening and Evaluation

BDS 24.1 The bid opening shall take place at:

RSSB BUILDING

P.O Box: 250/ 6655 KIGALIE-mail: [email protected]

Floor/ Room number: Meeting room 10th Floor.

Country: Rwanda

Date: 12th August 2014

Time: 2:30 p.m. local time

BDS 31.1 Contractors shall not receive a margin of preference in Bid evaluation.

F. Award of Contract

BDS 35.1 The Standard Form of Performance Security acceptable to the Procuring Entity shall be a Bank Guarantee” or Surety from Financial Institution

BDS 36.1 The Advance Payment shall be limited to 20% of the Contract Price.

Section II. Bid Data Sheet

Section III. Forms of Bid, Qualification Information, Letter of Acceptance, and Agreement

1. Contractor’s Bid

The Bidder shall fill in and submit this Bid form with the Bid. If the Bidder objects to the Adjudicator proposed by the Procuring Entity in the Bidding Documents, it should so state in its Bid, and present an alternative candidate, together with the candidate’s daily fees and biographical data, in accordance with ITB Clause 37.

date]

Identification N° and Title of Contract: [insert identification number and title of the Contract]

To: [name and address of Procuring Entity]

24

Having examined the Bidding Documents, including addenda [insert list], we offer to execute the [name and identification number of Contract] in accordance with the SCCaccompanying this Bid for the Contract Price of [insert amount in numbers], [insert amount in words] [insert name of currency].

The Contract shall be paid in the following currencies:

Currency Percentage payable in currency

Rate of exchange: one foreign equals [insert

local]

Inputs for which foreign currency is

required(a)

(b)

The advance payment required is:

Amount Currency(a)

(b)

We accept the appointment of [insert name proposed in Bid Data Sheet] as the Adjudicator.

[or]

We do not accept the appointment of [insert name proposed in Bid Data Sheet] as the Adjudicator, and propose instead that [insert name] be appointed as Adjudicator, whose daily fees and biographical data are attached.

The written acceptance of this bid shall constitute a binding Contract between us. It is understood that the PE is not bound to accept the lowest or any Bid you receive.

It is hereby confirmed that this Bid complies with the Bid validity and, if required, Bid Security as required by the Bidding Documents and specified in the BDS.We, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries in accordance with ITB Sub-Clause 4.1;

We have no conflict of interest in accordance with ITB Sub-Clause 4.2;

Our firm, its affiliates or subsidiaries—including any subcontractors or suppliers for any part of the contract—has not been declared ineligible by the RPPA, or under the laws or official regulations of the Republic of Rwanda in accordance with ITB Sub-Clauses 4.3 and 4.4.

25

Authorized Signature: Name and Title of Signatory: Name of Bidder: Address:

2. Qualification Information

[The information to be filled in by bidders in the following pages shall be used for the purposes of post qualification or for verification of prequalification as provided for in ITB Clause 5. This information shall not be incorporated in the Contract. Attach additional pages, if needed be.

1. Individual Bidders or Individual Members of Joint Ventures

1.1 Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert]

Principal place of business: [insert]

Power of attorney of signatory of Bid: [attach]

1.2 Annual amounts of construction and supply works performed during the last [insert number pursuant to BDS sub clause 4.5(a)] years [insert amounts in the national currency equivalent]

1.3 Number [insert number pursuant to BDS sub clause 4.5 (b)] of works of a nature and amount similar to the Works performed as prime Contractor over the last [insert number pursuant to BDS 4.5(b)] years. [The amounts should be indicated in the same currency used for Item 1.2 above. Also list details of work under way or committed, including expected completion date(s).].

Project name and country [all

completed projects should be proved

by the performance certificates issued

by the clients]

Name of client and contact person

Type of work performed and year of

completion

Value of contract(national currency

equivalent )

(a)

(b)

26

1.4 Major items of Contractor’s Equipment proposed for carrying out the Works. [List all information requested below. Refer also to ITB Sub-Clause 5.3 (d).]

Item of equipment (Attach the possession

and/or leasing

evidences ]

Description, make, and age

(years)

Condition (new, good, poor) and number

available

Owned, leased (from whom?), or to be purchased (from

whom?)

(a)

(b)

1.5 Qualifications and experience of key personnel proposed for administration and execution of the Contract. [Attach biographical data, The CVs and academic testimonials. Refer also to ITB Sub-Clause 5.3 (e) and SCCSub-Clause 9.1.]

Position Name Years of experience (general)

Years of experience in proposed

position(a)

(b)

1.6 Proposed subcontracts and firms involved. Refer to SCCClause 7.

Sections of the Works

Value of subcontract

Subcontractor(name and address)

Experience in similar work

(a)

(b)

1.7 Financial reports for the last [insert number] years: balance sheets, profit and loss statements, auditors’ reports, etc. [List below and attach copies.]

1.8 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents.

1.9 Name, address, and telephone, telex, and facsimile numbers of banks that may provide references if contacted by the PE.

1.10 Information on current litigation(s) in which the Bidder is involved.

27

Other party(ies) Cause of dispute Amount involved(a)

(b)

1.11 Proposed Program (work method and schedule). Descriptions, drawings, and charts, as necessary, to comply with the requirements of the Bidding Documents.

28

2. Joint Ventures

2.1 The information listed in 1.1 - 1.10 above shall be provided for each partner of the joint venture.

2.2 The information in 1.11 above shall be provided for the joint venture.

2.3 Attach the power of attorney of the signatory (i.e.) of the Bid authorizing the signature of the Bid on behalf of the joint venture.

2.4 Attach the Agreement among all partners of the joint venture (and which is legally binding on all partners), which shows that:

(a) All partners shall be jointly and severally liable for the execution of the Contract in accordance with the Contract terms;

(b) One of the partners shall be nominated as being in charge, authorized to incur liabilities, and receive instructions for and on behalf of any and all partners of the joint venture; and

(c) The execution of the entire Contract, including payment, shall be done exclusively with the partner in charge.

3. Additional Requirements

Bidders should provide any additional information required in the BDS.

29

3. Letter of Acceptance[Letterhead paper of the Procuring Entity]

[The Letter of Acceptance shall be the basis for formation of the Contract as described in ITB Clauses 34 and 35. This Standard Form of Letter of Acceptance shall be filled in and sent to the successful Bidder only after evaluation of bids has been completed, subject to any review by the funding entity]

[Insert date]

Identification N° and Title of Contract: [insert identification number and title of the Contract]

To: [insert name and address of the Contractor]

This is to notify you that your Bid dated [insert date] for execution of the [insert name of the Contract and identification number, as given in the SCC] for the Contract Price of the equivalent of [insert amount in numbers and words] [insert name of currency], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Institution

[Insert one of the following (a) or (b) options]

(a) We accept that [insert name proposed by bidder] be appointed as the Adjudicator.

(b) We do not accept that [insert name proposed by bidder] be appointed as Adjudicator, and by sending a copy of this Letter of Acceptance to [insert name of the Appointing Authority], we are hereby requesting [insert name], the Appointing Authority, to appoint the Adjudicator in accordance with ITB Clause 37.1.

You are hereby instructed to (a) proceed with the execution of the said Works in accordance with the Contract Documents, (b) sign and return the attached Contract Documents, and (c) forward the performance security pursuant to ITB Sub-Clause 35.1, i.e., within 21 days after receipt of this Letter of Acceptance, and pursuant to SCCSub-Clause 52.1

Authorized Signature: Name and Title of Signatory: Name of the Procuring Entity:

Attachment: Agreement and Special condition of contract

30

4. Agreement

This Agreement, made the [insert day] day of [insert month], [insert year] between [insert name and address of Procuring Entity] (hereinafter called “the Procuring Entity”) and [insert name and address of Contractor] (hereinafter called “the Contractor”) of the other part.

Whereas the Employer is desirous that the Contractor execute [insert name and identification number of Contract] (hereinafter called “the Works”) and the Procuring Entity has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein in the sum of [insert contract price in words and figures expressed in the contract currency (ies)] (hereinafter called the “the contract price) .

Therefore this Agreement entered into as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement.

2. Considering the terms and conditions of payments to be made by the Procuring Entity to the Contractor as hereinafter mentioned, the Contractor hereby convenes with the Procuring Entity to execute and complete the Works and remedy any defects therein in conformity in all respects with the provisions of the Contract.

c. The Procuring Entity hereby convenes to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

d. The following documents shall constitute the Contract between the Procuring Entity and the Supplier, and each shall be read and construed as an integral part of the Contract:

i. Agreement,

ii. Letter of Acceptance,

iii. Contractor’s Bid

iv. Special Conditions of Contract,

v. General Conditions of Contract,

vi. Term of reference, Specifications & performance requirement

vii. Form securities

viii. Any other document listed in the SCC as forming part of the Contract.

31

e. This Contract shall prevail over all other Contract documents. In the event of any discrepancy or inconsistency within the Contract documents, then the documents shall prevail in the order listed above

Signed, Sealed, and Delivered by the said in the presence of:

Binding Signature of Procuring Entity [signature of an authorized representative of the Procuring Entity]

Binding Signature of Contractor [signature of an authorized representative of the Contractor]

32

Section IV. General Conditions of Contract

33

A. General Conditions of Contract

1. Definitions

(a) The Adjudicator is the person appointed jointly by the Procuring Entity and the Consultant to resolve disputes in the first instance, as provided for in SCCClauses 24 and 25 hereunder.

(b) Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

(c) Compensation Events are those defined in SCCClause 44 hereunder.

(d) The Completion Date is the date of completion of the Works as certified by the Project Manager, in accordance with SCCSub-Clause 55.1.

(e) The Contract is the Contract between the Procuring Entity and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in SCCClause 2.3 below.

(f) The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Procuring Entity.

(g) The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Procuring Entity.

(h) The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.

(i) Days are calendar days; months are calendar months.

(j) Day works are varied work inputs subject to payment on a time basis for the Contractor’s employees and Equipment, in addition to payments for associated Materials and Plant.

(k) A Defect is any part of the Works not completed in accordance with the Contract.

(l) The Defects Liability Certificate is the certificate issued by Project Manager and Project Architect & Supervisor upon correction of defects by the Contractor.

(m) The Defects Liability Period is the period named in the SCC Sub-Clause 35.1 and calculated from the Completion Date.

(n) Drawings include calculations and other information provided or approved by the Project Manager and Project Architect & Supervision for the execution of the Contract.

(o) The Procuring Entity is the party who employs the Contractor to carry out the Works, as specified in the SCC.

34

(p) Equipment is the Contractor’s machinery and vehicles brought temporarily to the Site to construct the Works.

(q) The Initial Contract Price is the Contract Price listed in the Procuring Entity’s Letter of Acceptance.

(r) The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the SCC. The Intended Completion Date may be revised only by the Project Manager by issuing an extension of time or an acceleration order.

(s) Materials are all supplies, including consumables, used by the Contractor for incorporation in the Works.

(t) Plant is any integral part of the Works that shall have a mechanical, electrical, chemical, or biological function.

(u) The ……………….. and ………………………………… are the persons named in the SCC (or any other competent person appointed by the Procuring Entity and notified to the Contractor, to act in replacement of the Project Manager) who is responsible for supervising the execution of the Works and administering the Contract.

(v) SCC means Special Conditions of Contract

(w) The Site is the area defined as such in the SCC.

(x) Site Investigation Reports are those that were included in the bidding documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

(y) Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Project Manager.

(z) The Start Date is given in the SCC. It is the latest date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

(aa) A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract, which includes work on the Site.

(bb) Temporary Works are works designed, constructed, installed, and removed by the Contractor that are needed for construction or installation of the Works.

(cc) A Variation is an instruction given by the Project Manager which varies the Works.

(dd) The Works are what the Contract requires the Contractor to construct, install, and turn over to the Procuring Entity, as defined in the SCC.

35

2. Interpretation

2.1 For the interpretation of these GCC, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Project Manager shall provide instructions clarifying queries about these SCC.

2.2 If sectional completion is specified in the SCC, references in the SCC to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(a) Agreement,

(b) Letter of Acceptance,

(c) Contractor’s Bid,

(d) Special Conditions of Contract,

(e) General Conditions of Contract,

(f) Term of reference, specifications & performance requirement,

(g) Any other document listed in the SCC as forming part of the Contract.

3. Language and Law

The Law governing the Contract and the Language of the Contract are stated in the SCC.

4. Project Manager and Architect & Supervisor’s Decisions

Except where otherwise specifically stated, the Project Manager and project architect & supervisor shall decide contractual matters between the Procuring Entity and the Contractor in the role representing the Procuring Entity.

5. Delegation

The Project Manager may delegate any of his duties and responsibilities to other people except to the Adjudicator, after notifying the Contractor, and may cancel any delegation after notifying the Contractor.

6. Communications

Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is delivered.

36

7. Subcontracting

The Contractor may subcontract with the approval of the Project Manager, in compliance with the relevant provisions of the Public Procurement Law N°12/2007 and its application texts. Subcontracting shall not alter the Contractor’s obligations.

8. Other Contractors

The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Procuring Entity between the dates given in the Schedule of Other Contractors, as referred to in the SCC. The Contractor shall also provide facilities and services for them as described in the Schedule. The Procuring Entity may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification.

9. Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel, as referred to in the SCC, to carry out the functions stated in the Schedule or other personnel approved by the Project Manager. The Project Manager shall approve any proposed replacement of key personnel only if their relevant qualifications and abilities are substantially equal to or better than those of the personnel listed in the Schedule.

9.2 If the Project Manager requests the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

10. Procuring Entity’s and Contractor’s Risks

The Procuring Entity carries out the risks which this Contract states are Procuring Entity’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

11. Procuring Entity’s Risks

11.1 From the Start Date until the Defects Liability Certificate has been issued, the following are Procuring Entity’s risks:

(a) The risk of personal injury, death, or loss of or damage to property (excluding the Works, Plant, Materials, and Equipment), which are due to

(i) Use or occupation of the Site by the Works or for the purpose of the Works, which is the unavoidable result of the Works or

(ii) Negligence, breach of statutory duty, or interference with any legal right by the Procuring Authority or by any person employed by or contracted to him except the Contractor and subcontractors.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Procuring Entity or in the Procuring Entity’s design, or due to war

37

or radioactive contamination directly affecting the country where the Works are to be executed.

11.2 From the Completion Date until the Defects Liability Certificate has been issued, the risk of loss of or damage to the Works, Plant, and Materials is an Procuring Entity’s risk except loss or damage due to

(a) A Defect which existed on the Completion Date,

(b) An event occurring before the Completion Date, which was not itself an Procuring Entity’s risk, or

(c) The activities of the Contractor on the Site after the Completion Date.

12. Contractor’s Risks

From the Starting Date until the Defects Liability Certificate has been issued, the risks of personal injury, death, and loss of or damage to property (including, without limitation, the Works, Plant, Materials, and Equipment), which are not Procuring Entity’s risks, are Contractor’s risks.

13. Insurance

13.1 The Contractor shall provide, in the joint names of the Procuring Entity and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the SCC for the following events which are due to the Contractor’s risks:

(a) Loss of or damage to the Works, Plant, and Materials;

(b) Loss of or damage to Equipment;

(c) Loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection with the Contract; and

(d) Personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Project Manager for the Project Manager’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates required, the Procuring Entity may affect the insurance which the Contractor should have provided and recover the premiums the Procuring Entity has paid from payments otherwise due to the Contractor or, if no payment is due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of insurance shall not be made without the approval of the Project Manager.

13.5 Both parties shall comply with any conditions of the insurance policies.

38

14. Site Investigation Reports

Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in the SCC, supplemented by any information available to the Bidder.

15. Queries about the Special Conditions of Contract

The client shall clarify queries on the SCC.

39

16. Contractor to carry out the Works

The Contractor shall carry out the Works in accordance with the Specifications and Drawings. The Client shall clarify queries on the SCC.

17. The Works to be completed at the Intended Completion Date

The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program submitted by the Consultant, as updated with the approval of the client, and complete them by the Intended Completion Date.

18. Approval by the Client

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Client, who is to approve them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The Client approval shall not alter the Contractor’s responsibility for design of the Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Client before this use.

19. Safety

The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Procuring Entity. The Contractor shall notify the Client of such discoveries and carry out the Client’s instructions for dealing with them.

21. Possession of the Site

21.1 The Procuring Entity shall give possession of all parts of the Site to the Consultant. If possession of a part is not given by the date stated in the SCC, the Procuring Entity shall be deemed to have delayed the start of the relevant activities, and this shall be a Compensation Event.

22. Access to the Site

22.1 The Contractor shall allow the Client and any person authorized by the Client to access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

40

23. Instructions, Inspections and Audits

23.1 The Contractor shall carry out all instructions of the Client which comply with the applicable laws where the Site is located.

23.2 The Contractor shall permit the Procuring Entity to inspect the Contractor’s accounts and records relating to the performance of the Consultant and to have them audited by auditors appointed by the Procuring Entity.

24. Disputes

If the Contractor believes that a decision taken by the Client was either outside the authority given to the Client by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Client decision.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

25.2 The Adjudicator shall be paid by the hour at the rate specified in the BDS and SCC, together with reimbursable expenses of the types specified in the Contract Data, and the cost shall be divided equally between the Procuring Entity and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator’s written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator’s decision shall be final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedures published by the institution named and in the place specified in the SCC.

26. Replacement of Adjudicator

The Adjudicator resigns or dies, or should the Procuring Entity and the Contractor agree that the Adjudicator is not functioning in accordance with the provisions of the Contract; a new Adjudicator shall be jointly appointed by the Procuring Entity and the Contractor. In case of disagreement between the Procuring Entity and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the SCC at the request of either party, within 14 days of receipt of such request.

B. Control of the schedule

27. Program

27.1 Within the time stated in the SCC, after the date of the Letter of Acceptance, the Contractor shall submit to the Client for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works.

41

27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

27.3 The Contractor shall submit to the Client for approval an updated Program at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program within this period, the Client may withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.

27.4 The Client’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Client again at any time. A revised Program shall show the effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

28.1 The Client shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work, which would cause the Contractor to incur additional cost.

28.2 The Client shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Client for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

29. Acceleration

29.1 When the Procuring Entity wants the Contractor to finish before the Intended Completion Date, the Client shall obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Procuring Entity accepts these proposals, the Intended Completion Date shall be adjusted accordingly and confirmed by both the Procuring Entity and the Contractor.

29.2 If the Contractor’s priced proposals for acceleration are accepted by the Procuring Entity, they are incorporated in the Contract Price and treated as a Variation.

30. Delays Ordered by the Client

The Client may instruct the Contractor to delay the start or progress of any activity within the Works.

31. Management Meetings

31.1 Either the Client or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to inspect the progress and remaining work and to deal with matters raised in accordance with the early warning procedure.

42

31.2 The Client shall record the business of management meetings and provide copies of the record to those attending the meeting and to the Procuring Entity. The responsibility of the parties for actions to be taken shall be decided by the Client either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor shall warn the Client at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the Works. The Client may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

32.2 Contractor shall cooperate with the client in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Client.

C. Quality Control

33. Identifying Defects

The Client shall check the Contractor’s work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Client may instruct the Contractor to search for a Defect and to uncover and test any work that the Client considers may have a Defect.

34. Tests

If the Client instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect, the test shall be a Compensation Event.

35. Correction of Defects

35.1 The Client shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the SCC. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Project Manager’s notice.

36. Uncorrected Defects

If the Contractor has not corrected a defect within the time specified in the Client’s notice, the Client shall assess the cost of having the Defect corrected, and the Contractor shall pay this amount.

43

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning work to be done by the Contractor.

37.2 The Bill of Quantities is used to calculate the Contract Price. The Bill of quantities will derive from the costs estimates.

The Contractor is paid for the quantity of the work done at the rate in the cost estimates or Bill of Quantities for each item.

38. Changes in the Quantities

38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 1 percent of the Initial Contract Price, the Client shall adjust the rate to allow for the change.

38.2 The Client shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 15 percent, except with the prior approval of the Procuring Entity.

38.3 If requested by the Client, the Contractor t shall provide the Client with a detailed cost breakdown of any rate in the Bill of Quantities.

39. Variations

All Variations shall be included in updated Programs produced by the Contractor.

40. Payments for Variations

40.1 The Contractor shall provide the Client with a quotation for carrying out the Variation when requested to do so by the Client. The Client shall assess the quotation, which shall be given within seven (7) days of the request or within any longer period stated by the Client and before the Variation is ordered.

40.2 If the work in the variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Client, the quantity of work above the limit stated in Sub-Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work.

40.3 If the Contractor’s quotation is unreasonable, the Client may order the Variation and make a change to the Contract Price, which shall be based on the Client own forecast of the effects of the Variation on the Contractor’s costs.

40.4 If the Client decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation

44

shall be treated as a Compensation Event.

40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

41. Cash Flow Forecasts

When the Program1 is updated, the Contractor shall provide the Client with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted as necessary using the Contract exchange rates.

42. Payment Certificates

42.1 The Contractor shall submit to the Project supervisor monthly statements of the estimated value of the work executed less the cumulative amount certified previously..

42.2. The Project Supervisor shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

42.3 The value of work executed shall be determined by the Project Supervisor and certified by the Project Manager.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed..

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.

42.6 The bank guarantee shall be released when the payments reach fifty (50) percent of the lump amount.

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments and retention. The Procuring Entity shall pay the Contractor the amounts certified by the Client within 45 days of the date of each certificate. If the Procuring Entity makes a late payment, the Contractor shall be paid interest equivalent to 1/1000 for every day of delayed payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.

1

45

43.3 Unless otherwise stated, all payments and deductions shall be paid or charged in the proportions of currencies comprising the Contract Price.

43.4 Items of the Works for which no rate or price has been entered in shall not be paid for by the Procuring Entity and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following shall be Compensation Events:

(a) The Procuring Entity does not give access to a part of the Site by the Site Possession Date pursuant to SCCSub-Clause 21.1.

(b) The Procuring Entity modifies the Schedule of Other Contractor in a way that affects the work of the Contractor under the Contract.

(d) The Client instructs the Contractor to uncover or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Client unreasonably does not approve a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.

(g) The Client gives an instruction for dealing with an unforeseen condition, caused by the Procuring Entity, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Procuring Entity does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effects on the Contractor of any of the Procuring Entity’s Risks.

(k) The Client unreasonably delays issuing a Certificate of Completion.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date shall be extended. The Client shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Client, and the Contractor Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Client shall adjust the Contract Price based on the Client’s own forecast. The Client shall assume that the Contractor shall react competently and promptly to the event.

46

44.4 The Contractor shall not be entitled to compensation to the extent that the Procuring Entity’s interests are adversely affected by the Contractor not having given early warning or not having cooperated with the Client.

45. Tax

The client shall adjust the Contract Price if taxes, duties, and other levies are changed between the date 28 days before the submission of bids for the Contractor and the date of the last Completion certificate. The adjustment shall be the change in the amount of tax payable by the Contractor, provided such changes are not already reflected in the Contract Price or are a result of SCCClause 47.

46. Currencies

Where payments are made in currencies other than the currency of the Republic of Rwanda, the exchange rates used for calculating the amounts to be paid shall be the exchange rates stated in the Contractor’s Bid.

47. Price Adjustment

Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the SCC and in accordance with the Law N°12/2007 of 27/03/2007 and the Law N°05/2013 of 13/02/2013 on Public Procurement. If so provided, the amounts certified in each payment certificate, before deducting for Advance Payment, shall be adjusted by applying the respective price adjustment factor to the payment amounts due in each currency. A separate formula of the type indicated below applies to each Contract currency:

Pc = Ac + Bc Imc/Ioc

where:

Pc is the adjustment factor for the portion of the Contract Price payable in a specific currency “c.”

Ac and Bc are coefficients specified in the SCC, representing the nonadjustable and adjustable portions, respectively, of the Contract Price payable in that specific currency “c;” and

Imc is the index prevailing at the end of the month being invoiced and Ioc is the index prevailing 28 days before Bid opening for inputs payable; both in the specific currency “c.”

47.1 If the value of the index is changed after it has been used in a calculation, the calculation shall be corrected and an adjustment made in the next payment certificate. The index value shall be deemed to take account of all changes in cost due to fluctuations in costs.

47

48. Retention

48.1 The Procuring Entity shall retain from each payment due to the Contractor the proportion stated in the SCC until Completion of the whole of the Works.

48.2 On completion of the whole of the Works, half the total amount retained shall be repaid to the Contractor and half when the Defects Liability Period has passed and the Client has certified that all Defects notified by the Client to the Contractor before the end of this period have been corrected.

48.3 On completion of the whole Works, the Contractor may substitute retention money with an “on demand” Bank guarantee.

49. Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Procuring Entity at the rate per day stated in the SCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the SCC. The Procuring Entity may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor’s liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Client shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in SCCSub-Clause 43.1.

50. Bonus

The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the SCC for each day (less any days for which the Contractor is paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Client shall certify that the Works are complete, although they may not be due to be complete.

51. Advance Payment

51.1 The Procuring Entity shall make advance payment to the Contractor of the amounts stated in the SCC by the date stated in the SCC, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Procuring Entity in amounts and currencies equal to the advance payment. The Guarantee shall remain effective until 50 percent of lump sum is paid.

51.2 The Contractor is to use the advance payment only to pay for Equipment, Materials, and mobilization expenses required specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by carrying out the preliminary studies.

48

52. Securities

52.1 The Performance Security shall be provided to the Procuring Entity not later than the date specified in the Letter of Acceptance and shall be issued in an amount specified in the SCC, by a bank of the first order or surety acceptable to the Procuring Entity, and denominated in the types and proportions of the currencies in which the Contract Price is payable. The Performance Security shall be valid until a date 28 days from the date of issue of the Certificate of Completion in the case of a Bank Guarantee, and until one year from the date of issue of the Completion Certificate in the case of a Performance Bond.

53. Dayworks

53.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Client has given written instructions in advance for additional work to be paid for in that way.

53.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Client. Each completed form shall be verified and signed by the Client within two days of the work being done.

53.3 The Consultant shall be paid for Dayworks subject to obtaining signed Dayworks forms.

54. Cost of Repairs

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

E. completion of the Contract

55. Completion

The Contractor shall request the Client to issue a certificate of Completion of the Works, and the Client shall do so upon deciding that the work is completed.

56. Taking Over

The Procurement Authority shall take over the Site and the Works within seven days of the client’s issuing a certificate of Completion.

57. Final Account

The Contractor shall supply the Client with a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Client shall issue a Defects Liability Certificate and certify any final payment that is due to the

49

Contractor within 56 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Client shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Client shall decide on the amount payable to the Contractor and issue a payment certificate.

58. Operating and Maintenance Manuals

58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the SCC.

58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the SCC, or they do not receive the Client’s approval, the Consultant shall withhold the amount stated in the SCC from payments due to the Contractor.

59. Termination

59.1 The Procuring Entity or the Contractor may terminate the Contract if one or another party causes a grave breach of the Contract.

59.2 Grave breaches of Contract shall include, but shall not be limited to, the following:

(a) The Contractor stops work for 60 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Client;

(b) The Client instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within 60 days;

(c) The Procuring Entity or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;

(d) A payment certified by the Client is not paid by the Procuring Entity to the Contractor within 90 days of the date of the Client’s certificate;

(e) The Client gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Client;

(f) The Contractor does not maintain a Security, which is required; and

(g) The Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the SCC.

(h) If the Contractor, in the judgment of the Procuring Entity has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

50

For the purpose of this paragraph:

(i) “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition.

(i) (iii) “Collusive practice” means a scheme or arrangement between two or more Bid-ders, with or without the knowledge of the borrower, designed to establish bid prices at artificial, noncompetitive levels; and

(iv) “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract;

59.3 When either party to the Contract gives notice of a breach of Contract to the Client for a cause other than those listed under SCCSub-Clause 59.2 above, the Client shall decide whether the breach is fundamental or not.

59.4 Notwithstanding the above, the Procuring Entity may terminate the Contract for convenience.

59.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible.

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Client shall issue a certificate for the value of the work done less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of the work not completed, as indicated in the SCC. Additional Liquidated Damages shall not apply. If the total amount due to the Procuring Entity exceeds any payment due to the Contractor, the difference shall be a debt payable to the Procuring Entity.

60.2 If the Contract is terminated for the Procuring Entity’s convenience or because of a fundamental breach of Contract by the Procuring Entity, the Client shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

51

61. Property

All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Procuring Entity if the Contract is terminated because of the Contractor’s default.

62. Release from Performance

If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Procuring Entity or the Contractor, the client shall certify that the Contractor has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

63. Suspension of Fund from the Funding Authority

In the event that the Funding Authority suspends the fund the Procuring Authority, from which part of the payments to the Consultant are being made:

(a) The Procuring Entity is obliged to notify the Contractor of such suspension within 7 days of having received the Funding Authority/Agency’s suspension notice.

(b) If the Contractor has not received sums due it within the 28 days for payment provided for in Sub-Clause 43.1, the Consultant may immediately issue a 14-day termination notice.

52

Section V. Special Conditions of Contract

53

A. General

SCC 1.1 (m) The Defects Liability Period is 12 months

SCC 1.1 (o) The Procuring Entity is RWANDA SOCIAL SECURITY BOARD.

SCC 1.1 (r) The Intended Completion Date for the whole of the Works shall be 3 months

SCC 1.1 (u) The Client is RSSB

SCC 1.1 (w) The Site is located at: NYARUGENGE DISTRICT

SCC 1.1 (z) The Start Date shall be: as soon as possible after tendering process

SCC 1.1 (dd) The current project concerns the reparation of Snags at Grand Pension Plaza

SCC 2.2 Sectional Completions are: Not applicable

SCC 2.3 The following documents also form part of the Contract:

Agreement,

Letter of Acceptance,

Contractor’s Bid,

Special Conditions of Contract,

General Conditions of Contract,

Term of reference, Specifications & performance requirement,

Form securities

Any other document listed in the SCC as forming part of the Contract.

The language of the contract is: English

The law that applies to the Contract is the law of the Republic of Rwanda.

SCC 8.1 Schedule of other contractors: NONE.

SCC 9.1 Key Personnel: To be detailed in the appendixSCC 13.1 The minimum insurance amounts and deductibles shall be: all risk

insurance

SCC 15.1 Queries. None

54

B. Time Control

SCC 27.1 The Contractor shall submit for approval a Program for the Works within 4 days from the date of the Letter of Acceptance.

SCC 27.3 The period between Program updates is 14 days.

C. Quality Control

SCC 35.1 The Defects Liability Period is: 12 months

D. Cost Control

SCC 46.1 The currency of the Procuring Entity’s country is: Rwanda Francs.

SCC 47.1 The Contract is not subject to price adjustment in accordance with SCCClause 47, and the following information regarding coefficients DOES NOT APPLY.

SCC 48.1 The proportion of payments retained is: Non

SCC 49.1 The liquidated damages for the whole of the Works are 1/1000 of the final Contract Price per day. The maximum amount of liquidated damages for the whole of the Works is 5% of the final Contract Price.

SCC 50.1 The Bonus for the whole of the Works is 0 % per day. The maximum amount of Bonus for the whole of the Works is 0% of the final Contract Price.

SCC 51.1 The Advance Payments shall be: 20% and shall be paid to the Contractor no later than 30 days.

SCC 52.1 The Performance Security amount is 10% of the final contract price. It will be Bank Guarantee or Surety from Financial Institution.

E. Finishing the Contract

SCC 58.1 The date by which “as built” drawings are required is NONE

SCC 58.2 The amount to be withheld for failing to produce “as built” drawings required in SCC58.1 is : Not Applicable

SCC 59.2 (g) The maximum number of days is: 7 days.

SCC 60.1 The percentage to apply to the value of the work not completed, representing the Procuring Entity’s additional cost for completing the Works, is 10%.

55

TENDER FOR REPAIRING SNAGS AT GRAND PENSION PLAZA

____________________________________________________

General requirements, Term of reference, Specifications & Performance criteria

August 2014

56

1. Introduction

Rwanda Social Security Board (RSSB) through its investment program has constructed and completed an office building referred to as Grand Pension Plaza located in the center of Kigali city. The tender for construction works was awarded to TPGL through RPPA. The building was totally constructed and the handover took place in March 2012. However, the defects observed during provisional handover and period of defect liability period of one year were not repaired.

Due to the fact that TPGL failed to attend those snags and malfunctioning items within the defect liability period, RSSB has decided to repair registered snags and the cost of repair will be deducted from TPGL retention.

2. Objectives

The main objective of these works is to repair all defects at Grand Pension Plaza building.

3. SCOPE OF WORKS.

The contractor to be hired would be requested to correct snags on different parts of the building by using materials similar to those already applied to the parts which do not require to be repaired. These materials are specified in the list of snags.

4. APPROACH AND METHODOLOGY

The contractor is expected to start repair from the topmost floor and then moving downwards.The materials required during repair should neither cause damage to the building nor hindrance to the building occupants. The works should be undertaken smoothly with respect to the existing environment without creating a mess to the building.

5. SNAGS LIST AND MATERIAL SPECIFICATION

The correction of snags in Grand Pension Plaza consist of two major works such as repair/ fix all items that were not well done and replace damaged items. The section below shows the snags to be corrected, method of correction as well as the materials to be used.

5.1. MATERIAL SPECIFICATION

A. Fittings for openings A.1.Repair of fittings

57

All repairs to be carried for door and duct fittings (bolt, handle, hinges…) where indicated must be properly fixed with high skilled (labor) workmanship to meet the state of normal and existing openings. Replacement of fittings All replacement of fittings must be met the following requirement to match the existing conditions.

1. Hinges

Hinges for timber doors should be of type Pairs brass butt hinges - 100 mm with exact nature and quality to the installed one. (D5 toilet main doors: gent, ladies and disable)Hinges for timber door to be replaced will be stainless steel hinges similar to the existing one ((D7 toilet cubicles))

2. Handle

Rollers handle for D12 disabled toilet to be replace should be similar in quality and nature to the existing handle,Emergency exit hardware set no. 80153 including cylindrical panic lock no.8001. to be the same nature and specifications to existing one.

3. Lock

Locks for timber doors to be replaced should be of type of three lever mortice lock - Union 2077 and similar to the one installed in the building, Lock for timber duct door to replace should have the same quality and specification to the existing. These locks must be properly fixed to enable users to open and close easily.

4. Cylinder

The cylinder to be installed where are missing must be of type of three lever mortice lock - Union 2077;The door closer to replace will be of type Overhead door closer - UBM 133-998-100Door stop, rubber in aluminum

Repair: The repair of opening fittings consist of faulty, fix, adjust the followings: door locks, door and windows handles, door roller handle, pull handle to duct, hinges, bolts to duct ; door closer and door stop, in such a way that once repaired, they will work normally.Aluminum fittings Hinges, Lock, bolts and handles for:

aluminum doors aluminum windows

To be replaced must be similar to existing fittings in nature and specification. The bidder shall refer to existing fittings.The repair of the aluminum fittings must be done to enable their properly function. Where it required to fix the entire opening (door or window), the repair must be properly done to enable the door or door to open and close easily.

B. Floor and wall finishes

58

1. Wall finishes with tiles

The cracked tile to be replaced on various areas such walls, floor, staircase will have the following types:

2. In Washroom Walls (Gents, Ladies And disables toilets):

The broken wall tiles to be replaced in wash room must be of Porcelain Ceramic Wall Tiles as GRANITO Ref. 7GDP - 4UP - 8mm Thick Wall tiles 400 x 400mm on C/s base (m.s) jointed and pointed with matching grout, with the same color and quality with existing ones.

3. In washroom floors (gents, ladies and disables toilets):

The broken wall tiles to be replaced in wash room must be of unpolished GRANITO Ref. 7GDP - 4UP - 6mm Thick floor tiles 300 x 300mm on C/s base (m.s) jointed and pointed with matching grout, with the same color and quality with existing ones.

4. In Office

The broken floor tiles to be replaced in office area should be of polished Granito Floor Tiles of 600x600x8mm thick Ref. 7GDP - 4UP - on cement-sand base (m/s) jointed and pointed with matching cement grout, with the same color and quality with existing ones

5. In Lift Lobby

Repair of lift lobby granite include polish granite on lift corner Replace cracked artificial decorative granite on curved area with a new one. This artificial decorative granite must be similar in nature.

6. External

6.1. Wall granite

External wall granite to be replaced where missing must be of high polished granite of 20mm thick with equal size to the one installed.

6.2. Floor Granite

The external terrace granite to be replaced must be of Granite Tiles 20mm thick to floors 450 x 300mm Granite from AthiRiver Mining co. Nairobi or other approved.

6.3. Skirting Area

The skirting to be replaced where necessary will be 150mm high non polished granito tile skirting with same nature and color to existing one.

59

7. Sanitary Fittings

The various sanitary fittings (floor trap, urinary trap, washbasin trap, toilets, cover of toilet, paper holder, soap dispenser, tap mixer, sink….) broken that need to be replaced where necessary in washrooms (ladies, gent and disable toilets) will be of the following quality and must be similar to the ones used in the building:

WC Toilet TOTO CSW728B/TC376CS; Wash hand basin TOTO counter top LW 571CB+ Fosset DL333; Toilet paper dispenser of TOTO DS727-1 (toilet holder; Hand dryer TOTO DH 4000M; Urinary trap to be fitted shall be of urinary TOTO UWN370VB; To supply Mirror plain with frame beveled glass plates size 650*450 mm wide with dome

heated C.P. screw; Zalpon liquid soap dispenser with lock and wall fixings and painted metal body. Twyfords cleaners sink complete with hard wood pad and stainless steel grating Thermo tap thermo mixer tap Paper dispenser TOTO DS 727-1 (Toilet Holder) Floor trap. Supply PVC pipe 7cm to AC cage Apply silicone between (toilet and floor, urinary and wall, washbasin and wall) to address

properly all leakage issues.

NB: In addition to the above replacement, the contractor must also fix with a high quality of workmanship all faulting fittings to enable user to works without hindrance.

8. Electrical Fittings

Replace electrical cable by 3x 4.0sq.mm2 PVC insulated single core copper sheathed flexi-ble cables for projector light to works properly;

Replace a Bricklight, 16xWhite LEDs, IP54 Model No: Z002w. in central staircases and side staircases;

Replace 10 x GU10 50w Halogen spot light bulbs 220-240 volt. Replace 16A 2P+E twin switched, 240V Standard Socket outlet- Legrand; Install eventually all electrical fitting: these fittings must be similar in nature with installed

fittings near area.

Supply and install PC Smart-UPS On-Line,8000 Watts /10 kVA,Input 230V /Out-put 230V, Interface Port DB-9 RS-232, RJ-45 10/100 Base-T, Smart-Slot, Extended run-time model, Includes: CD with software, Service Manual, Smart UPS signaling RS-232 ca-ble, User Manual, Web/SNMP Management Card

9. Ceiling

60

The repair of gypsum board ceiling, in lift lobby area, must be of 20mm thick moulded to meet the existing design; Correct Douglas ceiling alignments in main corridor to washrooms (Gents and ladies) to enable fitting into frames.Install 600 x 600 x 16 mm "Armstrong Fissured minatone panels where missing in the office.

10. Finishes: Screed, Plastering And Re-Painting

Repair of plastering and re-paint in office, staircase and on gypsum ceiling will be done in following manner:

10.1. Platering

Plaster on chipped wall around windows and doors with waterproof plaster of cement and sand (1: 4);Plaster on chipped column with cement and sand (1:3) rendering with approved harder;Repair the cracked wall and skirting with cement and sand (1:4) rendering.

10.2. Repaint

Re-paint the repaired gypsum ceiling in lift lobby with three coat emulsion paint to give a neat appearance. Prepare and apply two coats of Emulsion paint to plastered walls surfaces and one coat of 'Duo-tono' painting decorative wall finish on repaired walls, columns, corners around the windows to give a neat appearance;

Repaint wall where indicate with two coats of silk vinyl and Re- touch with three coats of Emulsion paint to plastered walls slopping soffits;

Polish and vanish doors and ducts where indicated with two coats to give a neat appearance.

10.3. Concrete Works

Cement –sand (1:4) rendering to wall, chipped columns, and chipped corns of windows to wall finishes with a wood float and approved mixtures to floor.

Cement –sand (1:4) to floor screed 5mm thick cement-sand to parking area (level 8, 9, all ramps and all damaged area) with steel float on tempered concrete and admixture Hardener L. SIKA Floor - 3 QUARTZ Top ZA. This concrete mixture will also be applicable to damaged screed identified in this building such as in Basement and ramp access to the parking.

11. Silicon Sealant

1) The silicone sealant to be applied in joint between the following areas: Sink and wall tiles in both gents’ and ladies’ washrooms; Toilet seats and floor tiles; Urinals and wall tiles;

61

Timber doors frame and wall

Should be of the type SIKAFLEX-21, white silicon and 10mm thick. However the silicone sealant to be used between timber door frame and wall should of type of SIKAFLEX-21 of black color. In addition to these the contractor should fix silicon bleed silicon joint on column

2) The silicone sealant to be used for Alco-bond should be of the following specification: ADOS RTV Neutral Cure SiliconeCRC/Barcode Pack Sizes Available 83609403097083603 Cartridge 310 ml, pack size 1228.50cm H x 5.00cm W x 5.00cm D: 0.37kg.

In addition it should also be weather guard; waterproofed and against cracks when exposed to high temperature.

12. Rubber The rubber sealant to be used should be of type of HJL-885 and high quality . It should also resist to high temperature, sudden change of weather and waterproofed

13. Alcobond

Alco bond to be replaced should be similar with the one installed in color, thickness and strength 14. Balustrades And Railing

Supply and insert a 32mm diameter s.s railing on various staircases and on ramp stairs where missing

Supply and fix a 50mm diameter balustrades and railings on 14th floor.

LIST OF SNAGS

BASEMENTUNIT QUANTIT

Y1.00 BASEMENT    1.111 Repair burnt sockets Item 11.2222 Hack off uneven surfaces on slab soffit, skim and make good

paintwork Item 11.3 Remove all splashes of paint on installations Item 11.4 Complete screeding of floor in pump rooms Item 11.5 Paint pipe at east stair lobby with bright red colour to increase

visibility Item 111.6 Repair crack around door frame and repaint SM 111.7 Leakage of water pump in the basement Item 1

LOWER GROUND FLOOR SNAGGING LIST

62

UNIT QUANTITY

1.00 SHOPS-SUPERMARKET    1.1 Fix tight window that does not open Item   1 1.2 Fix issue of bleeding silicon joint on column and repaint  LM 3 1.3 Replace leakage- stained ceiling panel SM  1 1.4 Repair crack on wall and repaint SM 1 1.5 Replace Main door locker  Item 1 2.00 ARCADE    2.1 Fix main entrance door lock on KOBIL SIDE Item 22.2 Polish lift Item 1 3 LADIES TOILETS    

All Elements    3.1 Replace cracked floor tiles Item 1 3.2 Fix cabinet toilet Item 1 3.3 Fix cubicle doors as well as its lock Item 1 3.4 Fit toilet roll handle Item 1 3.5 Apply grout between cubicle door and granite on worktop LM   13.6 Apply silicon between cubicles and walls LM   23.7 Install Mirror and mirror lights Item 1 3.8 Apply sealant on the main door frame LM 13.9 Replace floor trap 4 GENTS TOILETS    4.1 Fix main door to open and close properly  Item  14.2 Polish main door Item 14.3 Fix cubicle doors lock Item 34.4 Replace mirror lights Item 24.5 Replace damaged floor trap Item 1 4.6 Apply silicon between urinal and wall Item 1 4.7 Replace broken WC Item 1 4.8 Replace missing WC ceramic cover Item 1 4.9 Replace broken wall tile Item 1 4.10 Replace damaged door closer Item 1 4.11 Repair chipped door Item 1 4.12 Replace cabinet toilet door Item 34.13 Supply washbasin trap to be provided Item 15.00 DISABLED PERSONS’ TOILET

5.1Replace broken floor tiles

SM 25.2 Tighten flushing handle on WC Item 1 5.3 Fit toilet-roll handle Item 1 5.4 Replace missing floor trap Item 1 

63

5.5 Replace door lock that is not working Item 1 6.0 Main corridor 6.1 Supply and fix push handle to fire escape Item 17.0 South Africa Airways7.1 Fix handle to main door Item 17.2 Supply and install lower lock to main door item 18.0 Bank of Kigali Office8.1 Fix handle to main door Item 18.2 Supply lower lock to main door item 19.0 Forex Bureau Office9.1 Supply and install lower lock to main door Item 110.0 Exit door LG 08 & 099.2 Supply and install lock to main door Item 2

GROUND FLOOR SNAGGING LIST

UNIT QUANTITY

0.00 WESTERN GATE 0.01 Fix handle door to open and to close easily Item 11.00 SHOPS 1 (PHOENEX OFFICE)    1.1 Repair leakage stains on wall and repaint with silk paint SM 61.2 Polish duct doors Item   1 1.3 Fix aluminum door and lock to close and close easily item 11.4 Place an external canopy to the window to prevent leakage due to rain Item 11.5 Align ceiling recess horizontally Item   1 2.00 SHOPS 2 (RDB OFFICE)    2.1 Repair leaking silicon and repaint stain on wall LM  3 2.2 Replace stained ceiling panels  SM 1 2.3 Supply main door lock and fix it to enable the door to open and

close easily Item   1 2.4 Replace broken floor tile under door SM  1 3.00 SHOPS 3(PLA OFFICE)    3.1 Repaint skirting  SM 5 4.00 SHOPS 4 (SIMBA)    4.1 Supply window handles Item   124.2 Repair stained ceiling above window

 SM 2 4.3 Fix windows to open and close easily

Item 124.3 Replace leakage-stained ceiling panels

SM  44.4 Address leakage and clean off Heavy leakage stains and marks on  SM 3 

64

ceiling and ceiling panels4.5 Repaint wall damaged due to leakage SM  10 4.6 replace ceiling in store room  SM 2 4.7 Repaint wall in store room  SM 15 4.8 Fix door that do not close and fix window handles Item   54.9 Repaint wall with duotone paint SM 104.10 Repair bleeding silicon joint LM 3004.11 Clean up all window frames and glasses Item   14.12 Replace damaged floor tiles SM 25.00 SHOPS 5 (PLI)    5.1 Repaint wall with silk paint  SM 6 5.2 Window frame cleaning Item 1 5.3 Address leakage in ceiling and Replace ceiling panel  SM 1 5.4 Repaint walls near entrance  SM 16 6.00 SHOPS 6    6.1 Clean up window glasses and window frames Item 1 7.00 ARCADE    7.1 Align recess ceiling horizontally Item   1 7.2 Polish duct doors Item   1 8.00 LADIES TOILETS    8.1 Fix cubicle doors  Item 2 8.2 Replace floor trap cover Item   1 8.3 Apply sealant on door frame LM  3 8.4 Replace chipped broken floor tiles SM  1 8.5 Replace fluorescent mirror lights Item   2 8.6 Supply and install cylinder to main entrance door Item 18.7 Replace and install new Mix tap Item 28.8 Fix r washbasin cabinet door Item 29.00 GENTS TOILETS    9.1 Fix cubicle doors Item 29.2 Add joints on all cubicle door frames LM  3 9.3 Clean up floor tiles and wall tiles Item 1 9.4 Insert locker on WC doors Item 1 9.5 Replace floor trap cover Item 1 9.6 Fit toilet roll handle Item 1 9.7 Replaced door closer Item 19.8 Fix lock to WC door to open and close easily Item 19.9 Supply and install toilet paper holder Item 310.00

DISABLE TOILETS

65

10.1 Replace blocken toiled Item 110.2 Seal with silicone sealant around the door frame Item 111.00

SERVICE ROOM

11.1 Adjust hunter Douglass ceiling Item 111.00

ESCALATOR

11.1 Fix handrails between escalator Item 111.2 Replace wire with one enable projector to work properly Item 1

UPPER GROUND FLOOR SNAGGING LIST

UNIT QUANTITY

1.00 WESTERN STAIRCASE    1.1 Clean up window frames and glasses Item 11.2 Repair ceiling above window and repaint SM 12.00 WESTERN LIFT LOBBY/RECEPTION    2.1 Replace missing granite wall tile near entrance door  SM 1 2.2 Replace light spots Item 2

Seal with silicone to all leaking area at entrance canopy Item 3.00 OFFICE SPACE    3.1 Apply grout in tiles SM  1 3.2 Clean paint off window glasses and window frames Item 13.3 Replace ceiling panels SM 13.4 Repair cracking joint between two walls as soon as

possible LM 33.5 Clean up paintings on window glasses and window

frames Item 13.6 Replace damaged tiles SM 43.7 Paint column near window SM 23.8 Paint skirting on columns LM 103.9 Replace broken panel SM 13.10 Repair all chipped portions on columns and repaint SM 33.11 Polish exit door Item 13.12 Paint skirting near door LM 23.13 Repair chip on window sill behind cash registers’ rooms

and repaint SM 13.14 Fix aluminum windows hinges  Item 104.00 EASTERN LOBBY    4.1 Clean up glass and frames to remove splashes of paint

and grout  Item 1 

66

4.2 Repaint walls that have an unpleasant look with duotone paint SM  500 

4.3 Replace outdoor screed tiles SM   14.4 Clean grout off floor  Item 1 4.5 Replace push bar to fire escape door item 15.00 GENTS TOILETS    5.1 Concrete repair near switches SM  1 5.2 Replace broken tiles near duct door SM  1 5.3 Clean grout off floor and walls Item 15.4 Fix cubicles door Item 35.5 Repair concrete chip around washbasin SM 15.6 Insert main strainer in urinal Item 15.7 Polish door Item 15.8 Install mirror lights Item 25.9 Paint inside duct room to avoid a bad appearance SM 35.10 Supply and install lock to WC door Item 235.11 Supply and install urinary trap item 15.12 Fix cabinet door to washbasin Item 16.00 LADIES TOILETS    6.1 Replace broken wall tiles and behind main door SM  1 6.2 Repair broken cubicle doors  Item 1 6.3 Install missing floor trap cover  Item 1 6.4 Polish cubicle door and paint inside cubicles SM  3 6.5 Replace fluorescent mirror lights  Item 2 6.6 Add grout and sealant on door LM 36.7 Fix door handle  Item 1 6.8 Fix low water pressure in WC  Item 1 6.9 Replace broken toilet seat cover  Item 1 6.10 Polish duct door  Item 1 6.11 Replace broken 7.00 EASTERN STAIRCASE    7.01 Repair handles on escape doors Item 17.02 Repair damaged handrails on staircases Item 17.03 Polish escape door Item 1

8.00 DISABLE TOILET8.01 Polish main entrance door to disable toilet Item 18.02 Replace top cover of toilet Item 1

UPPER GROUND FLOOR TERRACE/MAIN STAIRS

UNIT QUANTIT

67

Y1.00 UPPER GROUND FLOOR MAIN STAIRS AND

TERRACE    1.1 Replace broken floor tiles in the corridor at the western

staircase  SM 1 1.2 Replace damaged alcobonds  SM 3 1.3 Fill silicon between tiles near horizontal floor glasses on

terrace LM 201.6 Replace all cracked floor tiles scattered around terrace floor SM 61.7 Replace all broken wall tiles on perimeter parapet wall SM 11.8 Replace broken shuttered canopy glass at east side entrance SM 41.9 Repair joint stained due to leakage LM 3

FIRST FLOOR SNAGGING LIST

UNIT QUANTITY1.00 WESTERN STAIRCASE    1.1 Clean windows and window frames Item 12.00 LIFT LOBBY    2.1 Clean up windows and glasses Item 12.2 Fix door handle Item 22.3 Clean up lifts Item 12.4 Replace light spots Item 113.00 CLEANER'S CORRIDOR    3.1 Polish main door Item 13.2 Clean floor Item 13.3 Apply sealant on kitchen door LM 33.4 Repair chipped door and polish Item 14.00 CLEANER'S ROOM    4.1 Replace broken wall tile SM 14.2 Replace floor trap Item 14.3 Apply door sealant on main door LM 35.00 TEA ROOM    5.1 Replace leaking under sink hot water heater Item 15.2 Apply sealant behind kitchen door  LM 3 5.3 Supply and install door stopper Item 15.4 Supply and install floor trap Item 15.5 Fix door to washbasin cabinet Item 15.6 Polish main door Item 16.00 OFFICE SPACE    6.1 Repair main office door handle Item   1 6.2 Repaint columns and skirting with duotone paint SM 86.3 Fix window to close and open easily Item 1

68

6.4 Replace leakage stained ceiling above window Item 16.5 Add sealant behind door frame LM 36.6 Repaint wall near curtain walls with duotone paint SM 86.7 Replace stained ceiling panels SM 16.8 Repair leakage stained ceiling above window SM 16.9 Replace damaged tiles SM 46.10 Replace damaged MDF board along ECOBANK side Lm 256.11 Supply and install door closer to main door Item 16.12 Supply and install door stopper to main door Item 19.13 Fix aluminum windows hinges  Item 79.14 Fix aluminum windows locks  Item 17.00 OFFICE TOILETS7.1 Fix loose toilet seat cover Item 17.2 Clean up Aluminum window frames Item 17.3 Add toilet roll handle Item 17.4 Replace broken floor tiles near floor traps SM 17.5 Add hand drier Item 17.6 Add mirror frame Item 17.7 Fix leaking toilet Item 17.8 Fix door to close and open easily (Ecobank side) Item 18.00 EASTERN LOBBY    8.1 Clean wall tiles thoroughly Item 18.2 Replace light spots and bulbs Item 128.3 Clean up window frames, window glasses and floor tiles Item 19.00 GENTS TOILETS    9.1 Add sealant behind main door LM 39.2 Add paint behind door to ensure uniform surface SM 19.3 Replace damaged cubicle door and frame Item 19.4 Fix water supply in urinal to allow flushing Item 19.5 Add silicon joint and paint between the tap and the wall Item 19.6 Fix leaking washbasins Item 29.7 Fix window that doesn’t close Item 19.8 Clean up wall and floor surfaces Item 19.9 Install new toilet cover and toilet roll handle Item 19.10 Apply silicon joints on all door frames LM 39.11 Fix duct door and polish Item 19.12 Supply and install cylinder to main entrance door Item 19.13 Fix MDF door cabinet Item 19.14 Supply and fix Urinary trap Item 39.15 Supply and fix washbasin trap Item 3

69

9.16 Supply and install paper holder Item 110.00 LADIES TOILETS    10.1 Replace tile at the door entrance SM  1 10.2 Fastened cubicle doors Item 110.3 Add silicon between worktop and wall LM 210.4 Replace automatic lights Item  2 10.5 Apply grout and sealant behind main door frame LM  3 10.6 Fix window and window handle Item 110.7 Add sealant along door frames LM 910.8 Polish door and door frame and varnish Item 110.9 Polish duct door Item 110.10 Add sealant around duct door LM 310.11 Fix MDF door cabinet Item 110.12 Supply and install paper holder Item 111.00 EASTERN STAIRCASE    11.1 Paint walls with duotone paint to have a uniform look  SM  6012.00 DISABLE TOILET12.1 Polish Main door to the disable toilet Item 112.2 Replace handle to main door office item 1

SECOND FLOOR SNAGGING LIST

ITEM UNIT QUANTITY

1.00 WESTERN STAIRCASE    1.1 Clean off splashes of grout on window glass and frame Item   1 2.00 WESTERN LIFT LOBBY    2.1 Replace light spots Item 122.2 Fit down water drain pipes in AC cage platform Item 122.3 Clean splashes off aluminum frames Item 1 2.4 Fit silicon on AC cage door LM 3

Fix AC cage door and its lock to open and close easily Item 13.00 CLEANER'S CORRIDOR    3.1 Polish main door to service room  Item 1 4.00 CLEANER'S ROOM    4.1 Clean floor tiles of silicon splashes  Item 1 4.2 Clean window frame and glasses of splashes of paint  Item 1 5.00 TEA ROOM    5.1 Address issue of bad odour  Item 1 5.2 Fix cabinet doors Item 16.00 OFFICE SPACE    6.01 Repair chipped concrete on columns SM 16.02 Repaint repaired column with duo tone SM 1

70

9.5 Fix aluminum windows hinges  Item 147.00 EASTERN LIFT LOBBY    7.1 Repair and repaint gypsum ceiling near curved window SM  2 7.2 Fit 7cm diameter-down water drain pipe in AC cage platform Item   47.3 Fit floor traps in AC cage

Item   27.4 Clean up Aluminum frames and Alucobond in AC cage Item   1 7.5 Fit door handles to AC Cage doors Item   2 7.6 Fix window next to curved window Item   1 7.7 Replace light spots that do not work Item   7 7.8 Replace broken artificial granite beneath curved window Item   1 7.9 Supply hand push bar to fire escape door Item 18.00 LADIES TOILETS    8.1 Fix main door to ensure it opens and closes  Item 1 8.2 Fix cubicle doors as well as its lock Item   2 8.3 Replace floor trap  Item 1 8.4 Fix WC door locks Item   2 8.5 Repair broken part of wooden door frame LM  1 8.6 Apply good silicon joint on door frames Item 1 8.7 Fix window to open easily Item 1 8.8 Apply silicon on main door frame LM  3 8.10 Fit ceiling panels well into frame Item 1 8.11 Supply and install cylinder to main entrance door Item 18.12 Fix toilet cabinet doors Item 19.00 GENTS TOILETS    9.1 Fit cubicle door in its frame  Item 1 9.2 Fix window to open and close easily  Item 1 9.3 Supply and install cylinder to main entrance door Item 19.4 Fix main door to ensure it opens and closes Item 19.5 Fix toilet cabinet doors Item 110.00 EASTERN STAIRCASE    10.1 Clean up window glasses and frames  Item 1 

THIRD FLOOR SNAGGING LIST

 UNIT QUANTITY 1.00 WESTERN STAIRCASE    1.1 Clean off grouts and paint off windows and floors Item 12.00 WESTERN LIFT LOBBY    2.1 Replace AC cage door handles  Item 2 2.2 Fit floor trap in AC cage  Item 22.3 Fit down water drain pipe in AC cage  Item 2 

71

2.4 Replace light spots that are not working  Item 112.5 Clean up lift and polish  Item 1 3.00 CLEANER'S CORRIDOR    3.1 Polish door and varnish  Item 1 4.00 CLEANER'S ROOM    4.1 Fix broken garbage duct  Item 1 4.2 Clean up window ceiling and repaint  SM 1 4.3 Clean window elements  Item 1 5.00 TEA ROOM    5.1 Replace floor trap and address bad odor issue  Item 1 5.2 Fix leakage under sink  Item 1 5.3 Fix cabinet toilet door Item 15.4 Supply and install granite tiles to cabinet toilet Item 15.5 Fix door to be service tea room to open and close easily Item 16.00 CORRIDOR TO STORE    6.1 Polish door panel Item 1 6.2 Replace stained ceiling panels SM 16.3 Repaint wall and skirting around main door SM 26.4 Fix door closer  Item 1 7.00 DISABLED PERSONS TOILET    7.1 Fit new door locker  Item 1 7.2 Polish WC door and duct door  Item 27.3 Supply and install to main entrance door Item 17.4 Fix lock to WC door Item 18.00 STORE    8.1 Paint room with silk paint SM   209.00 OFFICE SPACE    9.1 Repaint office wall SM  4 9.2 Replace cable boards damaged by water Item   69.3 Repaint ceiling and walls around curtain walls damaged

by leakage SM 309.4 Repaint ceiling and walls around curtain walls damaged

by leakage SM 309.5 Replace damaged tiles  SM 2 9.6 Fix door closer to main office door Item 19.7 Replace and install a new MDF Board along centenary

side lm 259.8 Fix aluminum windows hinges  Item 710.00 SW CORNER TOILET    10.1 Replace broken window sill tile SM 110.2 Clean up door and polish Item 110.3 Replace floor trap Item 111.00 NW CORNER TOILET    

72

11.1 Replace broken tile SM  1 11.2 Repaint window ceiling board SM   1 11.3 Fix ceiling panel Item 112.00 SE CORNER TOILET    12.1 Replace stained wall tile SM 112.2 Polish door and door frame Item 112.3 Fix window to stop squeaking noise Item 112.4 Repaint ceiling above window SM  1 13.00 NE CORNER TOILET    13.1 Address issue of bad odour Item 113.2 Faulty hand drier Item 114.00 EASTERN LIFT LOBBY    14.1 Polish main office door and duct door Item 214.2 Fit sealant above door Item 114.3 Repaint the gypsum ceiling near curved window SM 214.4 Fit floor trap in AC cage Item 214.5 Fit down water drain pipe in AC platform Item 214.6 Apply silicon on curved window

LM  3 14.7 Apply sealant around duct door LM  3 14.8 Clean up decorative mass at the centre Item 114.9 Replace light spots Item    814.10 Polish escape door Item 115.00 LADIES TOILETS    15.1 Polish door and varnish Item 115.2 Fit grout between floor tiles  SM 1 15.3 Fix cubicle door  Item 1 15.4 Clean up tiles and silicon joints Item 115.5 Replace broken tile under hand-drier SM  115.6 Replace mirror lights Item 315.7 Clean up granite counter Item 115.8 Replace window Item 115.9 Clean up tiles, joints and doors Item 115.10 Supply and install cylinder to main entrance door Item 115.11 Fix lock to WC door Item 115.12 Fix toilet cabinet door Item 116.00 GENTS TOILETS    16.1 Fix stuck window Item 116.2 Apply silicon around door Item 116.3 Replace granite tile under tile under door  SM 1 16.4 Fit missing part of duct door frame LM  1 16.5 Replace broken floor tiles SM  1 

73

16.6 Replace broken wall tile SM   1 16.7 Fix lock to WC door Item 116.8 Fix toilet cabinet door Item 117.00 EASTERN STAIRCASE    17.1 Repaint with duo-tone paint on wall to repair unwanted

marks SM  3 

FOURTH FLOOR SNAGGING LIST

UNIT QUANTITY1.00 WESTERN STAIRCASE    

2.00 WESTERN LIFT LOBBY    2.1 Add filler above service room door LM 12.2 Change main office door locker  Item 1 2.3 Retouch gypsum paint near the curved window  SM 22.4 Address condensation issue in window Item 1 2.5 Clean up on floor tiles  Item  12.6 Fix AC cage lock to open and close easily Item 13.00 CLEANER'S CORRIDOR    3.1 Address bad odour issue  Item 1 4.00 CLEANER'S ROOM    4.1 Fix blocked sink  Item 1 4.2 Fix hinges on metallic garbage duct  Item 1 5.00 TEA ROOM    5.1 Polish door and varnish Item 1 5.2 Fix blocked sink  Item 1 5.3 Apply silicon along sides of the door LM 46.00 CORRIDOR TO STORE    6.1 Polish duct doors  Item 1 6.2 Clean grout off floor tiles Item 17.00 DISABLED PERSONS TOILET    7.1 Fix window to open and close  Item 1 7.2 Fit door handle and cylinder  Item 1 7.3 Apply silicon sealant around doors LM 47.4 Replace broken tile SM 18.00 STORE    

9.00 OFFICE SPACE    9.1 Repaint gypsum ceiling  SM 29.2 Fix rigid windows to open and close easily  Item  19.3 Repair chipped concrete column and repaint with

duotone paint  SM  1

74

9.4 Fix aluminum windows hinges  Item 810.00 SW CORNER TOILET    10.1 Replace stained ceiling  SM 210.2 Apply silicon on window frames LM 210.3 Polish door and varnish  Item 1 11.00 NW CORNER TOILET    11.1 Clean up window frames and door frame  Item 1 11.2 Repair window ceiling SM 212.00 SE CORNER TOILET    12.1 Fix light  Item 1 12.2 Clean up wall tiles and window frames  Item 1 13.00 NE CORNER TOILET    13.1 Clean up window frames  Item 1 14.00 EASTERN LIFT LOBBY    14.1 Repair and repaint gypsum ceiling near curved window  SM 214.2 Repair door handles of AC doors  Item 214.3 Clean grouts off tiles and polish to have a smooth surface  Item 1 14.4 Replace all spots  Item 1214.5 Fix AC cage lock to open and close easily Item 115.00 CLEANER'S CORRIDOR    15.1 Replace floor trap  Item 1 15.2 Polish doors and varnish  Item 1 15.3 Install window handle

 Item 1 15.4 Replace broken piece of door frame in WC  LM 1 15.5 Fix tiles beneath the worktop  SM 1 15.6 Supply and install paper holder Item 116.00 GENTS TOILETS    16.1 Address water supply issue in one of the washbasin  Item 1 16.2 Fix toilet locker  Item 1 16.3 Replace mirror lights  Item 316.4 Supply and install cylinder to main entrance door Item 116.5 Fix lock to WC door to open and close easily Item 116.6 Supply and install granite tiles to toilet cabinet SM 117.00 EASTERN STAIRCASE    17.1 Clean up window frames and glasses  Item 1 

FIFTH FLOOR SNAGGING LIST

Unit Quantity1.00 WESTERN STAIRCASE    1.1 Replace door closer to fire exit door Item 11.2 Repair handrail Item 1

75

2.00 WESTERN LIFT LOBBY    2.2 Replace broken floor tile in front the lift door SM   12.3 Apply filler between gypsum ceiling and wall above AC

cage door LM  1 2.4 Address issue of condensation in window

 Item 1 2.5 Fix AC door handles and lock that are not locking  Item 2 2.6 Fix cables’ cover on top of the main office door  Item 1 2.7 Replace faulty light spots  Item  32.8 Polish main office door  Item 1 2.9 Fit down water pipes in AC cage Item 22.10 Fit floor trap in AC cage Item 23.00 CLEANER’S CORRIDOR    3.1 Polish two doors and varnish  Item 1 3.2 Apply sealant on both sides of two doors  LM 84.00 CLEANER’S ROOM    4.1 Fix hinges on the metallic garbage chute  Item 1 4.2 Fix door to stop squeaking sound  Item 1 5.00 TEA ROOM    5.1 Clean up windows and window frames  Item 1 5.2 Apply varnish on kitchen door to match the rest of the

door frame  Item 1 6.00 CORRIDOR TO STORE    6.1 clean up floor tiles and grouted joints  Item 1 7.00 DISABLED PERSONS’ TOILET    

8.00 STORE    

9.00 OFFICE SPACE    9.1 Fix tight windows to open and close easily  Item 1 9.2 Repair and repaint ceiling near window  SM 20 9.3 Repair chipped concrete on columns  SM 29.4 Fix aluminum windows hinges  Item 129.5 Fix aluminum windows lock  Item 110.00 SW CORNER TOILET    10.1 Replace broken floor tile  SM 1 10.2 Polish door and varnish  Item 1 10.3 Fix hanging silicon strip to curtain walls  Item 1 10.4 Paint walls near curtain walls removed due to leakage  SM 10 11.00 NW CORNER TOILET    11.1 Repaint ceiling stained due to leakage SM 212.00 SE CORNER TOILET    12.1 Replace broken wall tile  SM 1 

76

13.00 NE CORNER TOILET    13.1 Polish door and varnish  Item 1 13.2 Repaint window sill near window SM   214.00 EASTERN LOBBY    14.1 Fix faulty lift to operate throughout all floors  Item 1 14.2 Clean grouts off floor  Item 1 14.3 Replace light spots  Item  614.4 Repaint gypsum ceiling near curved window  SM 214.5 Fit floor traps in AC cages  Item  214.6 Fit down water pipes in AC cages  Item  215.00 LADIES TOILETS    15.1 Replace floor trap  Item 1 15.2 Finish cubicle sides with silicon  LM 315.3 Replace mirror lights  Item  215.4 Replace door handle cylinder  Item 1 15.5 Apply door sealant along all door frames  LM 20 15.6 Supply and install lock to cubicle door Item 215.7 Repair toilet door cabinet Item 215.8 Supply and install cylinder to main entrance door Item 116.00 GENTS TOILETS    16.1 Re-set installations of the hand-drier  Item 1 16.2 Replace damaged door handle  Item 1 16.3 Add wooden base frame on duct door  Item 1 16.4 Install door locker on WC door and shutter  Item 1 16.5 Supply and install lock to cubicle door Item 116.7 Supply and install lock to main entrance door Item 117.00 EASTERN STAIRCASE    17.1 Clean up floor tiles and polish escape door  Item 1 

SIXTH FLOOR SNAGGING LIST

Unit Quantity

1.00 WESTERN STAIRCASE    1.1 Clean up window glasses and frames with splashes

of grout and paint  Item 1 2.00 WESTERN LIFT LOBBY    2.1 Replace the single missing curved glass window Item  12.2 Repaint gypsum ceiling near curved window SM 2 2.3 Replace faulty spots Item 10 3.00 CLEANER'S CORRIDOR    3.1 Clean grout off wall tiles  Item  1

77

3.2 Clean grout off floor tiles  Item  13.3 Fit ceiling panels into brackets  SM 4 4.00 CLEANER'S ROOM    4.1 Apply grout between floor tiles near door SM  14.2 Install drain pipe from sink and fix water supply  Item  14.3 Polish door and frame  Item  14.4 Fix window to open and close easily  Item  15.00 TEA ROOM    5.1 Polish door smoothly  Item  16.00 CORRIDOR TO STORE    6.1 Apply sealant around main door frame  LM 4 6.2 Clean grout off floor tiles  Item  17.00 DISABLED PERSONS TOILET    7.1 Clean paint and dirt off WC handles  Item  17.1 Clean up windows and trim off silicon  Item  17.2 Replace broken tile near top of WC door SM 1 7.3 Replace the damaged door locker  Item  17.4 Polish door to conceal the patches made on door  Item  17.5 Adjust lock to cubicle doors item 18.00 STORE    8.11 Repaint walls with silky vinyl paint SM  20 9.00 OFFICE SPACE    9.1 Polish main office door  Item  19.2 Fix damaged door handle  Item  19.3 Fix rigid windows to close and open easily  Item  19.4 Repair and repaint ceiling crack near curtain walls

along the whole room. SM 20 9.5 Replace damaged tile SM 1 9.6 Fix aluminum windows hinges  Item 99.6 Fix aluminum windows locks  Item 110.00 SW CORNER TOILET    10.1 Polish door  Item  110.2 Cleaning of joints, windows and frames  Item  110.3 Paint sides of windows and ceiling with silk vinyl

paint  SM 211.00 NW CORNER TOILET    11.1 Polish door  Item  112.00 SE CORNER TOILET    12.1 Fill in silicon/grout at window frames and sill tiles  LM  1012.2 Clean door and varnish  Item  113.00 NE CORNER TOILET    13.1 Clean off splashes of paint on floor  Item  114.00 EASTERN LOBBY    

78

14.1 Repair and repaint gypsum near curved window SM  214.2 Replace faulty spots  Item 6 14.3 Remove protective film on aluminum finns  Item  114.4 Fit floor trap in AC cage Item  214.5 Fit down water drain pipe in AC platform  Item  215.00 LADIES TOILETS    15.1 Replace door stopper Item  115.2 Fix cubicle doors Item  215.3 Replace mirror fluorescent light Item  215.4 Apply sealant along cubicle doors LM  215.5 Clean up windows  Item  115.6 Apply good quality silicon along door that doesn’t

come off LM  215.7 Repair door lockers in WC to lock with ease  Item  315.8 Replace damaged alcobond acting as window cill  Item  115.9 Adjust lock to cubicle doors item 315.10 Repair Toilet cabinet Item 116.00 GENTS TOILETS    16.1 Replace faulty automatic lights  Item  216.2 Fix cubicle door  Item  116.3 Replace fluorescents mirror lights  Item  216.4 Fix rigid window to open and close easily  Item  116.5 Polish duct door and varnish  Item  116.6 Apply sealant along cubicle doors LM 1 16.7 Repair Toilet cabinet Item 117.00 EASTERN STAIRCASE    17.1 Repair damaged window ceiling due to leakage

and repaint  SM 2 

SEVENTH FLOOR SNAGGING LIST

Unit Quantity1.00 WESTERN STAIRCASE    1.1 Repair cracked window ceiling SM 1 1.2 Clean grout on granite stairs  Item 1 2.00 LIFT LOBBY    2.1 Apply varnish to the main door to office room Item 12.2 Apply sealant around Main door and duct door frames LM 82.3 Replace missing door stopper Item 22.4 Replace faulty spots Item 122.5 Apply sealant around disabled person’s toilet door and service

room LM 63.00 CLEANER'S CORRIDOR    

79

3.1 Replace broken door closer Item 14.00 CLEANER'S ROOM    4.1 Replace broken door stopper Item 14.2 Replace broken door stopper Item 14.3 Clean up window and frames Item 15.00 TEA ROOM    5.1 Fit ceiling panels in brackets SM 45.2 Polish door( and door frame) and apply varnish Item 15.2 Fit door stopper and broken tile Item 15.3 Clean off all dirt on window glass and frames Item 15.4 Apply sealant along window LM 2 5.5 Fix blocked washbasin to let down water Item 16.00 CORRIDOR TO STORE    6.1 Clean grout off wall and floor tiles  Item 1 6.2 Polish duct door Item 17.00 DISABLED PERSONS TOILET    7.1 Apply sealant around doors  LM 87.2 Fix blocked washbasin to let down water Item 17.3 Supply and install door stopper to the main entrance door Item 18.00 STORE    8.1 Paint walls with silk vinyl paint  SM 20 9.00 OFFICE SPACE    9.1 Repair damaged ceiling along curtain walls due to leakage, and

repaint with silk vinyl paint SM 20 

9.2 Repaint damaged walls near curtain walls with duotone paint SM 10 9.3 Fix aluminum windows hinges  Item 109.4 Fix aluminum windows locks  Item 110.00 SW CORNER TOILET    10.1 Clean up window glasses and frames Item 110.2 Repair cracked duct door Item 111.00 NW CORNER TOILET    11.1 Clean up floor tiles and window frames Item 112.00 SE CORNER TOILET    12.1 Clean up window frames Item 113.00 NE CORNER TOILET    13.1 Clean up door and varnish Item 114.00 EASTERN LOBBY    14.1 Clean paint off AC door, window glasses and aluminum

frames Item 114.3 Apply silicon around AC door LM 4 14.4 Fit floor traps in AC cage Item 214.5 Fit down water drain pipes in AC cage  Item  2

80

14.6 Repair gypsum ceiling near curved window  SM 2 15.00 LADIES TOILETS    15.1 Replace broken wall tile  SM 1 15.2 Fill sealants between counter cubicles and wall  LM 215.3 Trimming excess silicon off doors Item 115.4 Install lockers in doors Item 215.5 Apply sealant on WC door frames  LM 8 15.6 Clean up window elements Item 115.7 Adjust lock of cubicle door to open and close easily Item 316.00 GENTS TOILETS    16.1 Apply sealant on main door  LM 416.2 Fit ceiling properly into brackets  SM 4 16.3 Remove red marks from tiles Item 116.4 Polish duct doors, counter, wall tiles, joints and windows Item 116.5 Insert urinal tap covers Item 216.6 Apply sealant on door frames LM 816.7 Clean grout off cubicle tiles Item 116.8 Apply sealant behind cubicle doors  LM 2 16.9 Supply and install door stopper Item 117.00 EASTERN STAIRCASE    17.1 Clean up floor and window elements Item 1

EIGHTH FLOOR SNAGGING LISTUNIT QUANTIT

Y   

1.00 WESTERN STAIRCASE    1.1 Clean up floor surface and joints to give a smooth

finishing  Item 1 2.00 LIFT LOBBY    2.1 Fix main door to close properly and replace lock  Item 1 2.2 Remove grouts on floor  Item 1 2.3 Apply vanish on main door to service room  Item 1 2.4 Apply varnish on main office door  Item 1 2.5 Fix AC cage door handles  Item 2 2.6 Fit AC down water pipes  Item  22.7 Fit floor traps In AC cage  Item  23.00 CLEANER'S CORRIDOR    3.1 Adjust main corridor door to close with ease  Item 1 4.00 CLEANER'S ROOM    4.1 Apply sealant along duct door frame  Item 1 4.2 Varnish main door  Item 1 4.3 Fix door to allow closing  Item 1 

81

5.00 TEA ROOM    5.2 Clean off all dirt on window glass and frames  Item 1 5.3 Adjust door that’s brushing onto floor  Item 1 5.4 Cabinet door to washbasin to be repaired Item 16.00 CORRIDOR TO STORE    6.1 adjust ceiling panels to fit properly into brackets  Item 1 6.2 Clean up floor tiles and grouted joints  Item 1 7.00 DISABLED PERSONS TOILET    7.1 Clean up window frames and glass  Item 1 7.2 Apply touch up varnish to match on repaired patch of

door  Item 1 7.3 Fix window to close easily  Item 1 7.4 Replace floor trap  Item 1 7.5 Apply silicon sealant along WC doors and main door LM 107.6 Fix and increase water pressure in washbasin  Item 1 8.00 STORE:    8.1 Clean up floor and repaint walls with silk vinyl paint  Item 1 9.00 OFFICE SPACE    9.1 Clean up windows and frames  Item 1 9.2 Repair cracks along ceiling boards and repaint  SM  209.3 Install missing ceiling panel  SM  19.4 Repair dismantled concrete  SM 2 9.5 Supply and install missing cylinder at main entrance

door Item 19.6 Replace door closer to east main entrance door Item 110.3 Fix aluminum windows locks  Item 610.00 SW CORNER TOILET    10.1 Clean up window glass and frames  Item 1 10.2 Repair falling ceiling on window due to leakage and

repaint  SM  111.00 NW CORNER TOILET    11.1 Apply varnish on door  Item 1 11.2 Clean joint grouting to consistent color  Item 1 12.00 SE CORNER TOILET    12.1 Clean up door frame and panel  Item 1 12.2 Address issue of leakage from ceiling  Item 1 12.3 Apply door sealants LM 5 13.00 NE CORNER TOILET    13.1 Clean joint grouting to consistent color  Item 1 13.2 Address bad odour issue  Item 1 14.00 EASTERN LOBBY    14.1 Clean white paint off wall tiles  Item 1 14.2 Insert granite tile above main office door SM 1

82

14.3 Polish exposed end edges of granite tiles  Item 1 14.4 Clean mortar grouts on floor  Item 1 14.5 Install missing locker on lift  Item 1 14.6 Replace blown-up spots  Item 514.7 Clean off splashes of paint on duct doors  Item 1 14.8 Remove protective film on aluminum finns  Item 1 14.9 Fit floor trap in AC cage  Item 2 14.10 Fit down water drain pipe in AC platform  Item 214.11 Repair gypsum ceiling near curved window SM 2 14.12 Repair broken door lock and polish the whole office

door  Item 1 15.00 LADIES TOILETS    15.1 Cleaning of joints  Item 1 15.2 Replace floor trap  Item 1 15.3 Fit ceiling panels properly in brackets  SM 1015.4 Clean up floor tiles and grouted joints. Joints to have

consistent color  Item 1 15.5 Install door stopper  Item 1 15.6 Fit sealant between curtain walls and outer part of

window LM 215.7 Install soap dispenser  Item 1 15.8 Supply and install missing cylinder at main entrance

door Item 115.9 Adjust lock in cubicle door to enable easy opening and

closing Item 116.00 GENTS TOILETS    16.1 Polish counter granites  Item 1 16.2 Fit properly ceiling panels into brackets  SM  1016.3 Repair chipped cubicle doors and polish  Item 216.4 Cleaning of doors and polishing  Item 1 16.5 Supply and install missing cylinder at main entrance

door Item 117.00 EASTERN STAIRCASE    17.1 Repair leaking ceiling on window and repaint  SM 2 

NINTH FLOOR SNAGGING LIST

UNIT QUANTITY

   1.00 WESTERN STAIRCASE    1.1 Clean up floor surface  Item 1 

83

2.00 LIFT LOBBY    2.1 Polish granite at top corners of lift doors reveals  Item 1 2.2 Apply silicon to all joints in aluminum frame  LM  42.3 Fit floor trap in AC cage  Item 2 2.4 Fit down water drain pipe in AC platform  Item  22.5 Remove protective film on aluminum finns  Item 1 2.6 Repaint of gypsum stained ceiling above curved window SM 22.7 Clean-up of windows and frames  Item 1 3.00 CLEANER'S CORRIDOR    3.1. Replace broken door stopper cover  Item 1 4.00 CLEANER'S ROOM    4.1 Clean window glass  Item 1 4.2 Repair chip on duct door  Item 1 5.00 TEA ROOM    5.1 adjust ceiling panels above window to fit properly  SM 4 5.2 Remove grout from floor and walls  Item 1 5.3 Clean off all dirt on window glass and frames  Item 1 5.4 Fix broken cubicle door under sink  Item 1 5.5 Fix sink tap firmly to stop leaking  Item 1 6.00 CORRIDOR TO STORE    6.1 Re-varnish door  Item 1 7.00 DISABLED PERSONS TOILET    7.1 Clean up floor and wall surfaces to remove excessive grout8.00 STORE:    8.1 Clean floor joint grouting    9.00 OFFICE SPACE    9.1 Repair chips on columns and repaint  SM 5 9.2 Apply touch up varnish on main office doors  Item 1 9.3 Supply lock to main office door Item 110.00 OFFICE TOILETS    10.1 Clean up grouts off floor tiles  Item 1 10.2 Fit door closer behind the door  Item 1 10.3 Fix aluminum windows hinges  Item 810.4 Fix aluminum windows lock  Item 111.00 EASTERN LOBBY    11.1 Repair falling ceiling near the curved window and repaint  SM 2 11.2 Polish granite at top corners of lift doors reveals  Item 1 11.3 Clean up floor grouts and ensure smooth surface of tiles  Item 1 11.4 Ensure smooth wall surface  Item 1 11.5 Polish escape door  Item 1 12.00 LADIES TOILETS    12.1 Fix blocked washbasin  Item 1 

84

12.2 Apply sealant around cubicle doors LM 1 12.3 Replace shuttered window glass  Item 1 12.4 Fit silicon joint between WC supply pipe and wall  Item 1 13.00 GENTS TOILETS    13.1 Clean up grouts on wall and floor tiles  Item 1 13.2 Polish main door and apply varnish  Item 1 13.3 Fit ceiling panels properly in brackets.  SM 4 13.4 Give a clean finish on the tiles around cubicles  Item 1 13.5 Clean joints on worktop and polish entire counter  Item 1 13.6 Address issue of condensation in window  Item 1 13.7 Repaint ceiling above window  SM 1 13.8 Clean-up of Aluminum frames  Item 1 13.9 Fix WC that is blocked and doesn’t flush  Item 1 14.00 EASTERN STAIRCASE    14.1 Clean up window glasses and frames  Item 1 

TENTH FLOOR SNAGGING LIST

UNIT QUANTITY

1.00 WESTERN STAIRCASE    1.1 Repair window ceiling board and repaint SM 1 1.2 Repair handrail Item 12.00 LIFT LOBBY    2.1 Install tinted double-glass curved window  Item 1 2.2 Clean up floor surface and wall surfaces  Item 1 2.3 Fill sealant along fire door and duct door LM  42.4 Silicon near AC cage door  LM 12.5 Replace broken artificial granite under curved window  Item 1 2.6 Install cover for cables uncovered above main office

door  Item 1 2.7 Clean up grouts off lift tiles  Item 1 2.8 Remove protective film on aluminum finns  Item 1 2.9 Fit door handles on doors into AC cage  Item 22.10 Fit floor trap in AC cage  Item 22.11 Fit down water drain pipe in AC platform  Item 2 2.12 Fix aluminum door in AC cage to close and open easily Item 13.00 CLEANER'S CORRIDOR    3.1 Clean up tile especially joint grouting to be a uniform

color  Item 1 3.2 Replace door handle of main door to service room  Item 1 4.00 CLEANER'S ROOM    4.1 Fix leaking sink  Item 1 

85

4.2 Remove and replace wall tile around sink tap. Cut in tile to be concealed by tap washer  SM  1

4.3 Replace broken wall tile around leakage SM 14.4 Replace broken floor tile near floor trap  SM 1 4.5 Replace switch near main door  Item 1 4.6 Polish and varnish main door and frame  Item 1 4.7 Clean window glass  Item 1 4.8 Replace broken granite tile on door lintel  Item 1 5.00 TEA ROOM    5.1 Replace broken wall tile at right of worktop SM 1 5.2 Clean grout off floor to give a uniform look  Item 1 5.3 Supply floor trap to outside of cabinets  Item 1 5.4 Touch up varnish to repaired patches of door surface  Item 1 5.5 Fix sink firmly.  Item 1 6.00 CORRIDOR TO STORE    6.1 Cast fire stop in duct floor  Item 1 6.2 Fit architraves around duct doors  Item 1 6.3 Apply coat of varnish on door  Item 1 7.00 DISABLED PERSONS TOILET    7.1 Adjust window that is stuck to open with ease  Item 1 7.2 Apply touch up varnish on door  Item 1 7.3 Fix broken door hinges of main door  Item 1 7.4 Replace the door closer Item 18.00 STORE:    8.1 Clean floor tiles  Item 1 8.2 Apply touch up to repaired door  Item 1 9.00 OFFICE SPACE    9.1 Repair gypsum ceiling boards along the whole length

of the room  SM 209.2 Repair and paint to match all chipped edges of columns  SM 10 9.3 Apply duo tone paint on exposed top edge of skirting

tile to match wall SM 4 9.4 Repair broken skirting tiles SM 19.5 Fix faulty door handle  Item 1 9.6 Apply silicon around door frames LM 39.7 Polish main entrance door Item 19.8 Fix aluminum windows hinges  Item 510.00 NW CORNER TOILET    10.1 Reapply properly silicon around window  LM 5 10.2 Repair ceiling board near window and repaint SM 110.3 Apply touch up varnish on door  Item 1 11.00 SW CORNER TOILET    11.1 Replace tile near floor trap  SM 1 

86

11.2 Replace broken wall tile near ceiling SM  112.00 SE CORNER TOILET    12.1 Install window glass  Item 1 12.2 Apply touch up varnish to match on repaired patch of

door lip  Item 1 13.00 NE CORNER TOILET    13.1 Clean joint grouting on walls and floor to a consistent

color  Item 1 13.2 Apply sealant around door  LM 3 14.00 EASTERN LOBBY    14.1 Round off and polish granite at top corners of lift doors

reveals  Item 1 14.2 Clean up aluminum frames  Item 1 14.3 Apply silicon to gaps around curved window frame  LM 5 14.4 Adjust opening sash of window to close with ease  Item 1 14.5 Fit floor trap in AC cage  Item 214.6 Fit down water drain pipe in AC platform  Item 2 14.7 Remove protective film on aluminum finns  Item 1 14.8 Replace broken artificial granite beneath curved

window  Item 1 14.9 Fix aluminum door in AC cage to close and open easily Item 115.00 LADIES TOILETS    15.1 Put grout in tiles at water inlet in WC cubicles  SM 2 15.2 Replace leakage-stained ceiling panel SM 115.3 Clean up floor tiles and grouted joints. Joints to have

consistent color  Item 1 15.4 Clean off all dirt on window glass and frames  Item 1 15.5 Apply touch up varnish to match on repaired patch of

door frame and shutter  Item 1 15.6 Fit quarter round beading around cubicle doors  Item 1 15.7 Apply sealant around WC cubicle doors  LM 5 15.8 Supply and install missing cylinder at main entrance

door Item 115.9 Replace the lock in cubicle door Item 116.00 GENTS TOILETS    16.1 Adjust ceiling panel to fit into frame  Item 1 16.2 Replace chipped tile above urinal  SM 1 16.3 Apply missing sink strainer cover  Item 1 16.4 Clean off all dirt on window glass and frames and

window sill  Item 1 16.5 Fix water supply in urinals  Item 1 16.6 Apply varnish on doors and duct door  Item 1 16.7 Supply and install missing cylinder at main entrance Item 1

87

door 16.8 Replace the door closer Item 117.00 EASTERN STAIRCASE    17.1 Apply duotone paint on the scratched wall portions  SM 30 

ELEVENTH FLOOR SNAGGING LIST

unit quantity1.00 WESTERN STAIRCASE    1.1 Retouch with duotone paint  SM  301.2 Fix handrail item 12.00 LIFT LOBBY    2.1 Repairing and repainting of gypsum ceiling near

curved window  SM 22.2 Clean off smears of black grouting near service room  Item 1 2.3 Polish granite at top corners of lift doors reveals  Item 1 2.4 Clean up floor surface and curved window surface  Item 1 2.5 Replace break-glass switch  Item 1 2.6 Fit floor trap in AC cage  Item 2 2.7 Fit down water drain pipe in AC platform  Item 22.8 Replace light spots not working  Item 52.9 Replace granite tiles near main door with grouts SM 12.10 Apply varnish on fire and IT door  Item 1 2.11 Supply and install metallic handle in fire escape

door Item 12.12 Fix AC cage lock to enable close and open easily Item 23.00 CLEANER'S CORRIDOR    3.1 sand down to remove scratch marks from door and

re-polish  Item 1 4.00 CLEANER'S ROOM    4.1 Adjust ceiling panels to fit into brackets properly  Item 1 4.2 Clean floor tiles  Item 1 4.3 Varnish the door frames  Item 1 5.00 TEA ROOM    5.1 Clean grout off floor tiles  Item 1 5.2 Fix automatic lights  Item 1 5.3 Clean off all dirt on window glass and frames  Item 1 5.4 Apply touch up varnish to match on repaired patch

of main door  Item 1 5.5 Fix leakage under sink  Item 1 5.6 Clean-up of floor surfaces  Item 1 5.7 Replace floor trap cover  Item 1 6.00 OFFICE SPACE    

88

6.1 Repair water leakages and damaged gypsum ceiling  SM  20

6.2 Varnish on the main office door  Item 1 6.3 Varnish on duct doors

 Item 1 6.4 Apply sealants along main office door frame  LM 56.5 Apply sealant around duct doors LM 106.6 Replace broken glass and opening sash  Item 1 6.7 Clean off dirt on glass  Item 1 6.8 Repaint wall untidy wall near printer SM 3 6.9 Repaint return walls off curtain walls  SM 206.10 Apply concrete patch on column and repaint SM 36.11 Replace gypsum ceiling panels stained by leakage SM 106.12 Fix aluminum windows hinges  Item 27.00 NW CORNER TOILET    7.1 Clean up floor and especially grouting within joints  Item 1 7.2 Remove protection film on frames and clean window  Item 1 7.3 Apply touch up varnish to match on repaired patch

of door lip  Item 1 7.4 Clean off splashes of paint on door  Item 1 7.5 Clean-up of Aluminum frames on curtain walls  Item 1 8.00 SW CORNER TOILET    8.1 Apply sealant along door frames  LM 4 8.2 Apply varnish  Item 1 9.00 SE CORNER TOILET    9.1 Clean joint grouting to consistent colour  Item 1 9.2 Clean all frames  Item 1 9.3 Apply touch up varnish to match on repaired patch

of door lip  Item 1 10.00 NE CORNER TOILET    10.1 Apply sealant around door frame  LM 4 10.2 Clean all frames and glass panes  Item 1 11.00 EASTERN LOBBY    11.1 Make good paint along edge with curved window  SM 211.2 Replace blown-up spots  Item 9 11.3 Polish granite at top corners of lift doorway reveals  Item 1 11.4 Align tiles between lifts to fit in wall neatly  SM 4 11.5 Align opening sash of door vertically  Item 1 11.6 Clean up aluminum frames and glass  Item 1 11.7 Apply silicon around opening door sash frame LM 511.8 Fit lock and pull handles on duct doors  Item 3 11.9 Fit pull handles on door into AC cage  Item 1 

89

11.10 Fit floor trap in AC cage  Item 211.11 Fit down water drain pipe in AC platform  Item 211.12 Remove protective film on aluminum finns  Item 1 12.00 GENTS TOILETS    12.1 Fix window to open easily  Item 1 12.2 Fix broken cubicle door  Item 1 12.3 Apply sealant on doors LM 612.4 Clean up floor tiles  Item 1 12.5 Replace fluorescent tubes above mirror  Item 312.6 Paint walls in the cubicles to keep a tidy look SM 612.7 Supply and install missing cylinder on the main door Item 112.8 Fix toilet cabinet Item 113.00 LADIES TOILETS    13.1 Align panels to sit into frames properly  SM  1013.2 Clean up floor tiles and grouted joints. Joints to have

consistent colour  Item 1 13.3 Fix window to enable free opening and closing  Item 1 13.4 Apply sealant around WC door frames  LM 613.5 Apply touch up varnish to match on repaired patch

of door frame and shutter  Item 1 13.6 Apply silicon around joint of washbasin and counter

top  LM  313.7 Apply sealant along W.C door frames LM 3013.8 Supply and install missing cylinder on the main door Item 114.00 EASTERN STAIRCASE    14.1 Clean up wall and floor grout.  Item 1 14.2 Repaint window sills stained by leakage SM 2

TWELVTH FLOOR SNAGGING LIST

Quantity Unit1.00 WESTERN STAIRCASE    1.1 Clean grout off floor tiles  Item 1 1.2 Repair handrail Item 12.00 LIFT LOBBY    2.1 Apply silicon outside disable person’s toilet door frame. LM  22.2 Remove grout from wall tiles  Item 1 2.3 Trim off grout marks from floor tiles  Item 1 2.4 Fix AC cage doors to lock, open and close normally  Item 2 2.5 Replace AC cage doors to hinges, open and close normally Item 32.5 Remove protective film on aluminum finns  Item 1 2.6 Fit door handles on doors into AC cage  Item 22.7 Fit floor trap in AC cage  Item 2 

90

2.8 Fit down water drain pipe in AC platform  Item 2 2.9 Polish granite floor tiles  Item 1 2.10 Replace shuttered window with similar tinted glass  Item 1 2.11 Fix leakage along curved window and Repaint gypsum

ceiling SM 22.12 Fit filler along edge between AC cage door and ceiling LM 13.00 CLEANER'S CORRIDOR    3.1 Clean up tile especially joint grouting to be a uniform

colour  Item 1 4.00 CLEANER'S ROOM    4.1 Clean window glass  Item 1 4.2 Varnish planned door lipping to match rest of door  Item 1 5.00 TEA ROOM    5.1 Adjust panels along edges to fit properly into frame  Item 1 5.2 Replace floor trap  Item 1 5.3 Apply silicon joint above window and tiles LM 15.4 Clean up all the surfaces and wooden material on worktop  Item 1 5.5 Apply sealant along duct door  LM  35.6 Clean off all dirt on window glass, door lintels and frames  Item 1 5.7 Repair stained window ceiling board SM 25.8 Apply touch up varnish to match on repaired patch of door  Item 1 5.9 Replace unplugged switch  Item 1 6.00 CORRIDOR TO STORE    6.1 Straighten bent ceiling along centre and align brackets  Item 1 6.2 Cast fire stop in duct floor  Item 1 6.3 Clean grout off floor  Item 1 7.00 DISABLED PERSONS TOILET    7.1 Align ceiling brackets to ensure ceiling is not bent  Item 1 7.2 Clean up window frames and glass  Item 1 7.3 Apply Sealant along door frames LM 4 7.4 Apply touch up varnish to match on repaired patch of door  Item 1 7.5 Replace broken wall tile  SM  17.6 Install door closer  Item 1 8.00 OFFICE SPACE    8.1 Address leakage issue and repaint the longitudinal crack

on the ceiling  SM 208.2 Repaint return walls off curtain walls with duo-tone paint  SM 108.3 Repaint columns with splashes of silky vinyl paint and

grout  SM 108.4 Align door leafs to close easily  Item 1 8.5 Clean up tile grouting to a consistent colour  Item 1 8.6 Clean off dirt on window glasses  Item 1 8.7 Apply silicon around main office door  LM 5 

91

8.8 Polish main entrance door Item 18.9 Fix aluminum windows hinges  Item 29.00 NW CORNER TOILET    9.1 Clean up floor and especially grouting within joints  Item 1 9.2 Replace broken ceiling panel  SM  19.3 Apply touch up varnish to match on repaired patch of door

lip  Item 1 9.4 Replace ceiling board above window stained due to

leakage  SM 2 10.00 SW CORNER TOILET    10.1 Clean joint grouting to consistent color  Item 1 10.2 Apply touch up varnish to match on repaired patch of door

lip  Item 1 11.00 SE CORNER TOILET    11.1 Repair ceiling leakages and repaint ceiling  SM 2 11.2 Apply grout gap in tile joints around WC water supply

pipe  SM 1 11.3 Replace broken tiles behind WC SM 1 11.4 Clean joint grouting to consistent color  Item 1 11.5 Apply silicon around frame at window sill  LM 1 11.6 Apply touch up varnish to match on repaired patch of door

lip  Item 1 12.00 NE CORNER TOILET    12.1 Clean joint grouting to consistent color  Item 1 12.2 Apply silicon around frame of opening sash and main

aluminum frame  LM  412.3 Apply touch up varnish to match on repaired patch of door

lip  Item 1 13.00 EASTERN LOBBY    13.1 Repaint ceiling along curved windows  SM 2 13.2 Fix escape door handle  Item 1 13.3 Polish granite at top corners of lift doors reveals  Item 1 13.4 Clean up alcobond near window  Item 1 13.5 Apply silicon along A.C cage doors to fit well with wall LM 413.6 Repair dents in decorative marble  Item 1 13.7 Clean off splashes of grouting on floor tiles  Item 1 13.8 Replace damaged tile near escape door  SM  113.9 Clean up aluminum frames and glass  Item 1 13.10 A.C cage door locks to be fixed  Item 2 13.11 Align horizontally the strip of the curved window frame  Item 1 13.12 Fit floor trap in AC cage  Item 2 13.13 Fit down water drain pipe in AC platform  Item 2 14.00 LADIES TOILETS    14.1 Align ceiling brackets to achieve uniform thickness of  Item 1 

92

joints14.2 Replace blown-up fluorescent tubes  Item 314.3 Replace Floor trap  Item 1 14.4 Apply silicon along the heights of WC door frames LM 4 14.5 Missing cylinder on the main door15.00 GENTS TOILETS    15.1 Clean off plaster on wall tiles  Item 1 15.2 Clean off all dirt on window glass and frames and window

sill  Item 1 15.3 Repair chipped cubicle door  Item 1 15.4 Supply and install missing cylinder on the main door item 115.5 Clean off grouting on walls  Item 1 16.00 EASTERN STAIRCASE    16.1 Clean off leakage stains on window ceilings  SM  2

THIRTEENTH FLOOR SNAGGING LIST

quantity Unit1.00 WESTERN STAIRCASE    1.1 Retouch on the wall paint work  SM 30 2.00 LIFT LOBBY    2.1 Sand and repaint ceiling at junction with curved window  SM  22.2 Clean up splashes of grouting on tiles  Item 1 2.3 Polish granite at top corners of lift doors reveals  Item 1 2.4 Fix grouting around decorative marble  Item 1 2.5 Clean up aluminum frames  Item 1 2.6 Remove protective film on aluminum finns  Item 1 2.7 Fit floor trap in AC cage  Item 22.8 Fit down water drain pipe in AC platform  Item 2 2.9 AC cage door locks to be adjusted to open and close easly Item 23.00 CLEANER'S CORRIDOR    3.1 Align ceiling tiles above door to fit properly into frame  Item 1 3.2 Clean up tile especially joint grouting to be a uniform color  Item 1 4.00 CLEANER'S ROOM    4.1 Remove and replace broken tile at return wall to left of

sink  SM 1 4.4 Install door stopper  Item 1 4.5 Clean window glass  Item 1 4.6 Varnish planned door lipping to match rest of door  Item 1 

93

5.00 TEA ROOM    5.1 Align ceiling panels  Item 1 5.2 Adjust window to ensure window opens with ease  Item 1 5.3 Apply silicon around aluminum frame at sill and lintel  Item 1 5.4 Clean off all dirt on window glass and frames  Item 1 5.5 Fix main door to service room to close and open easily Item 16.00 CORRIDOR TO STORE    6.1 Align ceiling brackets to achieve uniform thickness of

joints  Item 1 6.2 Install door stopper  Item 1 7.00 DISABLED PERSONS TOILET    7.1 Clean up window frames and glass  Item 1 7.2 Apply touch up varnish to match on repaired patch of door  Item 1 8.00 STORE    8.1 Install door stopper  Item 1 9.00 OFFICE SPACE    9.1 Apply Duotone paint on the return walls off curtain walls  SM 8 9.2 Apply Silk vinyl paint on ceiling near curtain walls SM  209.3 Repair of leakage stain and repaint of walls  SM 10 9.4 Re-fixing of the wooden planks that cover cables along the

entire office area  Item 1 9.5 Fix aluminum windows hinges

 Item 109.6 Fix aluminum windows

item 210.00 NW CORNER TOILET    10.1 Repair of the window ceiling board and repaint  SM 1 10.2 Cleaning of the window  Item 1 11.00 SW CORNER TOILET    11.1 Replace broken wall tile behind wc  SM  111.2 Clean wall joint grouting to consistent color  Item 1 11.3 Apply touch up varnish to match on repaired patch of door

lip  Item 1 11.4 Install door stopper  Item 1 12.00 SE CORNER TOILET    12.1 Replace broken wall tile behind W.C  SM 1 12.2 Clean joint grouting to consistent color  Item 1 12.3 Install door stopper  Item 1 13.00 NE CORNER TOILET    13.1 Clean off dirt marks of grouting on window glass and

frame  Item 1 13.2 Sand down joint grouting splashed over tiles along joints  Item 1 13.3 Apply silicon around frame of opening sash and main

aluminum frame  LM 4 

94

13.4 Fix door stopper  Item 1 14.00 EASTERN LOBBY    14.1 Polish granite at top corners of lift doors reveals  Item 1 14.2 Clean up aluminum frames  Item 1 14.3 Remove protective film on aluminum finns  Item 1 14.4 Fit door handles on doors into AC cage  Item 2 14.5 Fit floor trap in AC cage  Item 2 14.6 Fit down water drain pipe in AC platform  Item 214.7 Replace broken tiles in A.C cages cracked due to drain

pipes  SM 115.00 LADIES TOILETS    15.1 Replace automatic light bulb  Item 1 15.2 Fix Cubicle doors  Item 1 15.3 Replace broken tile inside cubicle. SM 115.4 Clean up floor tiles and grouted joints. Joints to have

consistent color  Item 1 15.5 Clean off all dirt on window glass and frames  Item 1 15.6 Apply touch up varnish to match on repaired patch of door

frame and shutter  Item 1 15.7 Supply and install the missing cylinder on the main door Item 115.8 Fix window to close and open easily  Item 1 16.00 GENTS TOILETS    16.1 Clean up joints along floor tiles  Item 1 16.2 Clean off grouting splashed onto tiles  Item 1 16.3 Polish WC doors, clean off splashes of paint and varnish  Item 1 16.4 Apply silicon around aluminum frame at window sill  LM 4 16.5 Clean off all dirt on window glass and frames and window

sill  Item 1 16.6 Apply touch up varnish to match on repaired patch of door

frame and shutter  Item 1 16.7 Fix cubicle doors to close easily  Item 1 16.8 Replace tile near duct door SM 116.9 Supply and install the missing cylinder on the main door Item 116.10 Fix window to open and close easily Item 117.00 EASTERN STAIRCASE  17.1 Clean up window glasses and frames  Item 1 

FOURTEENTH FLOOR (RESTAURANT) SNAGGING LIST

unit quantityDate    

1 WESTERN STAIRCASE    1.1 Repair cracks and Retouch walls with duotone paint SM 30

95

2 LIFT LOBBY    2.1 Sand and repaint ceiling at junction with curved  SM 32.2 Clean up splashes of grouting on tiles  Item 1 2.3 Polish granite at top corners of lift doors reveals  Item 1 2.4 Remove protective film from Aluminum finns  Item 1 2.5 Polish duct doors  Item 1 2.6 Fit floor trap in AC cage  Item 22.7 Fix AC cage door handles to close and open easily.  Item 22.8 Fit down water drain pipe in AC platform.  Item 22.9 Painting in AC cage room SM 12.10 Replace light spots  Item 2 2.11 AC Cage door to be fixed to ease opening and closing  Item 1 3 CHANGING ROOMS CORRIDOR    3.1 Touch up varnish to make good repaired door surfaces  SM 2 4 LADIES CHANGING ROOM    4.1 Re-lay shower floor with falls towards floor trap and built

up-stand at door  Item 1 4.2 Clean window glass  Item 1 4.3 Varnish planned door lipping to match rest of door  Item 1 4.4 Fit door stopper for main door  Item 1 4.5 Fit locker on main door  Item 1 4.6 Install Mirror  Item 1 5 GENTS CHANGING ROOM    5.1 Re-lay shower floor with falls towards floor trap and built

up-stand at door  Item 1 5.2 Adjust window to ensure window opens with ease  Item 1 5.3 Trim curtain wall anchorage plate above window  Item 1 5.4 Clean up window aluminum frames  Item 1 5.5 Fix blocked washbasin to let down water  Item 1 6 CORRIDOR TO STORE    6.1 Clean up all surfaces  Item 1 7 DISABLED PERSONS TOILET    7.1 Clean up window frames and glass  Item 1 7.2 Apply touch up varnish to match on repaired patch of door  Item 1 7.3 Fix W.C to flush  Item 1 7.4 Add Mirror frame  Item 1 7.5 Replace floor trap  Item 1 8 STORE    8.1 Clean up floor  Item 1 9 DINING SPACE    9.1 Fit ceiling well into frames  Item 1 9.2 Repair all roof leakages at column and make good duo tone  SM 10 

96

paintwork on adjacent walls9.3 Repaint above-kitchen door patches SM 39.4 Repaint of columns SM 209.5 Replace stained ceiling panels SM 109.6 Change and fix locks on sliding leafs  Item 1 9.7 General Clean-up of inside and outside wall tiles  Item 1 9.8 Polishing and Varnishing of Dining Door  Item 1 10 SOUTH SIDE BALCONY10.1 Install guard rails along the length of this floor LM 3010.2 Fit missing Alcobond panels near window frame  SM 1 10.3 Relay balustrade coping to fall inwards  Item 1 10.4 Clean up floor tiles of splashes of mortar  Item 1 10.5 Remove grout from all wall tiles  Item 1 10.6 Make good silicon fill in Alcobond joints LM 410.7    11 NORTH SIDE BALCONY    11.1 Re-lay tiles to fall to drain outlets  Item 1 11.2 Relay balustrade coping to fall inwards  Item 1 11.3 Replace floor trap cover  Item 1 11.4 Make good silicon fill in Alcobond joints LM 4

   12 KITCHEN    12.1 Re-install kitchen extract hood to align horizontally  Item 1 12.2 Install drain channel gratting cover  Item 1 12.3 Fit architrave and beadings around door  Item 1 13 STORES    

Store 1    13.1 Fix leakage issue and replace damaged ceiling board  SM 1 13.2 Clean up all surfaces  Item 1 

Store 2    13.3 Fit grease trap  Item 1 13.3 Fix door stopper  Item 1 13.4 Touch up with varnish the repaired door surfaces  Item 1 14 EASTERN LOBBY    14.1 Repair of leakages around window frames, Sand and

repaint ceiling at junction with curved window  SM 2 14.2 Clean up splashes of grouting on wall tiles  Item 1 14.3 Polish granite at top corners of lift doors reveals  Item 1 14.4 Remove protective film on Aluminum fins  Item 1 14.5 Decorative tile at the center to be cleaned  Item 1 14.6 Replace broken granite floor tile near door into ladies

toilets SM 1 14.7 General clean-up of floor tile  Item 1 

97

14.8 Clean up aluminum frames  Item 1 14.9 Fit tower bolts on duct doors  Item 1 14.10 Fit floor trap in AC cage  Item 214.11 Fit down water drain pipe in AC platform  Item 215 LADIES TOILETS15.1 Adjust already laid ceiling panels to sit properly into

frames  Item 1 15.2 Fit tiles properly at left of counter top to have a similar

smooth surface  Item 1 15.3 Clean up floor tiles and grouted joints. Joints to have

consistent color  Item 1 15.4 Clean off all dirt on window glass and frames  Item 1 15.5 Apply touch up varnish to match on repaired patch of door

frame and shutter  Item 1 16 GENTS TOILETS    16.1 Fit ceiling properly within brackets  Item 1 16.2 Clean up cubicle doors, worktop, and inside the cubicles  Item 1 16.3 Clean up floor tiles  Item 1 16.4 Change fluorescent tubes above the mirror  Item 3 16.5 Polish granite worktop  Item 1 16.6 Apply touch up varnish to match on repaired patch of door

frame and shutter  Item 1 17 EASTERN STAIRCASE    17.1 Clean grout off window frames and window glass  Item 1 

TOWER ROOF SNAGGING LIST

 UNIT QUANTITY 1.00 TOWER ROOF    

1.1 All Elements    1.1 Replace damaged roofing sheets Item 11.2 Re-screed floor to falls to ensure no ponding of water Item 11.3 Complete repainting of middle walls SM 1201.4 Clean off paint splashed on pipes and other installations Item 11.5 Unblock blocked rain water down pipes Item 11.6 Conceal cradle support bolts on walls Item 11.7 Fabricate and install guard rail on cat ladder to pilot light

platform Item 11.8 Make good storm water drainage under water tanks Item 11.9 Clean off splashes of paint, mortar and debris from roof Item 11.10 Apply 2 undercoats and final weather guard paint to all

plastered walls  SM 1801.11 Fit missing pieces of Alcobond cladding Item 1

98

1.12 Repair all cracks on walls Item 11.13 Make good roof storm water drainage Item 11.14 Replace door to roof ( new door should be protective

aluminum steel on its lower part and handle ) Item 11.15 Supply and install a canopy to protect the door from raining Item 11.16 Water Gauge in the Tank Item 2

COMMON ITEMS

UNIT QUANTITY

1.00 COMMON ITEMS    1.1 Seal all voids in all ducts with rock wool  SM 60 1.2 Remove and replace all glass of differently colored tint with

glass of approved tint colour  Item 1 1.3 Remove all WC fittings which are not as per client approved

fittings and fit approved WCs  Item 1 1.4 Fill up all Alcobond joints with silicon LM 10001.5 Clean up all Alcobond and glass surfaces  Item 1 1.6 Paint duct walls to a pleasant appearance SM 3001.7 Supplied lock to all service duct door Item 2741.8 Supplied lock to all service duct door in lift lobby Item 721.9 Protective aluminum on lower part of fire escape door (all

doors) item 371.10 Diagnose lift to work properly Item 51.11 UPS Item Item

PARKING SILO SNAGGING LIST

UNIT QUANTITY

1.00 PARKING SILO    1.1 Redo screeding throughout the whole parking area SM  24501.2 Clean off all paint splashed on ventilation ducts  Item 1 1.3 Repair longitudinal crack in wall on parking level 8  LM 5 1.4 Replace shuttered glass Item 11.5 Apply silicon between alcobond and lintel leading LM 21.6 Fit missing fullbore outlet covers Item 41.7 Complete installation of balusters in ramp balustrade Item 11.8 Fit ramp balustrade firmly Item 1

99

1.9 Lay skirting tiles on wall off ramp LM 301.10 Introduce additional storm water outlet pipe at hump on ramp

at parking level 8 Item 11.11 Introduce 200mm high curbstone to protect MV grill/duct Item 11.12 Cover cable tray across ramp Item 11.13 Repair crack on wall on parking level 9 LM 31.18 Manholes at back passage to have double air seal Item 11.19 Repaint wall between parking silo and western side of upper

ground floor, as viewed from the parking entrance SM 401.20 Add roof above trench between the western gate of upper

ground floor and lowermost parking silo LM 71.21 Finish laying of floor screed in service rooms (generator

room, switch rooms and transformer room) SM1.22 Replace the existing pumps with the following pumps:

SUBMERSIBLE DRAINAGE PUMPS, 3X415V, 50-60HZPump Head (m) = 10m, Q= 18-20 m3/h, Eta %= 50, H=10m, Liquid temperature = 0-40 Celsius degree, Pumped liquid: thin chemically non-aggressive liquids containing solids up to the specified particle size. With a bulb foat-switch and control panel with D302 Model. Including PV, PP, MA,MH and CL. Item 2

1.22 a Allow a provisional sum of 15% to install new pumps item 21.23 Clean off splashes of paint on floors Item 11.23 Complete paintwork on ceiling  SM 21001.24 Connect overflow pipe to treatment plant Item 11.25 Install all missing light fittings Item 11.26 Paint PVC pipe to give pleasant appearance Item 11.28 Fasten all cables onto electric cable tray Item 11.29 Connect generator exhaust pipe Item 11.30 Provide pedestrian access to level 8 parking Item 11.31 Make good flaking paint on parapet walls  SM 380 

EXTERNAL WORKSUNIT QUANTITY

1.00 EXTERNAL WORKS    1.1 Replace broken tiles under guard rail stands In ramps  SM 1 1.2 Replace broken alcobond  SM 1 1.3 Address issue of cracks on eastern side of the building that

appear on 3 levels in joints between the main building and parking silo Item 1

1.4 Install missing part of guard rail on the upper ground floor eastern gate Item 1

1.5 Repair longitudinal crack under ramp on upper ground floor LM 20

100

eastern side1.6 Repair crack at the back wall of ground floor parking on

eastern side LM 31.7 Replace missing concrete wall tile under staircase of upper

ground floor ,eastern side SM 11.8 Repair crack on the wall between upper ground floor and

parking silo LM 41.9 Repaint the cylindrical parapet wall between parking silo and

ground floor SM 701.10 Fit granite tiles on stairs from parking to the ground floor and

lower ground floor LM 151.11 Fit tiles on landing between staircases to parking SM 301.12 Fit granite tiles on stair treads capable of barring water from

flowing to lower floors LM 3001.13 Replace all scratched Alcobond panels SM 51.14 Fill up all Alcobond joints with silicon LM 301.15 Clean off dirt marks on all Alcobond panels Item 11.16 Repair crack which extends from joint on ramp wall: eastern

side of first floor LM 21.17 Cover all uncovered cables Item 11.18 Insert missing part of guard rails on ramp Item 1

RAMP BETWEEN PARKING SILO AND MAIN BUILDING 1.19 Strengthen Cracked Beam 1.19a Preliminary Item 11.19b Removing the rendering which attached to the beam,

reinforcing original beam beams for temporally Item 11.19c Crack filling by low-grade cement, site clearance item 1

Sub total item 11.20d Steel structural beam and anchoring accessories 1.19d Steel special shape beam m 7.11.19e M16 Chemical bolts Item 461.19f Aluminum composite plate m2 11

Sub total1.19g Allow a provisional sum of 15% to reinforce the above beam item

6. MODE OF PAYMENT

The payment shall be made based on milestone; the quantity and quality of the snags repaired

7. DAMAGES DUE TO DELAY

The penalties for delayed completion are fixed to 1/1000 of the contract sum per day but the maximum penalties should not exceed 20% of the contract amount.

101

6. PERFORMANCE REQUIREMENT OF THE COMPANY

The construction firm should demonstrate sufficient experience at least have 5 years within the field; (this is compulsory)

The construction firm should prove one similar project executed on high-rise building such as grand Pension plaza with similar finishes. (this is compulsory)

The construction firm should prove the adequate equipments to be used during repair of snags in grand pension plaza.

Turner over of the construction firm should equal or exceeds Rwf 300,000,000 in the last three years and confirmed by audited financial statement that should be annexed (this is compulsory)

7. PERFORMANCE REQUIREMENT OF THE CONSTRUCTION TEAM

11.1 Construction team

In general, the construction firm should have at least 10 years of experience in the similar works. It is also required to have executed Five Similar projects of the same volume and nature. If the construction firm has been sub-contracted in RSSB pension plazas buildings to carryout finishing works would be an added advantage .The key staffs to be used are the following:

i. Project / contract manager:

This project should have at least one project manager to coordinate the construction activities. He/ she must hold a Bachelor degree in civil engineering with at least 10 years experience in the same field. This person should have headed at least 1 similar project of same volume and nature;

ii. Painting experts

The painting technician should have at least an A- level in construction or any other equivalent certificate with at least 3 years experience in the same field. This person should have worked in at least 1 similar project of same volume and nature.

iii. Ceiling and tiling expert :

The ceiling and tiling technician should have at least an A- level in construction or any other equivalent certificate with at least 5 years experience in the same field. This person should have worked in at least 2 similar projects of same volume and nature.

iv. Curtain wall expert

102

The curtain walling technician should have at least an A- level in construction or any other equivalent certificate with at least 3 years experience in the same field. This person should have worked in at least 2 similar projects of same volume and nature.

v. Electrical technician :

An electrical technician should have at least an A- level in electricity or any other equivalent certificate with at least 3 years experience in the related field. This person should have headed at least 2 similar projects of same volume and nature;

vi. Plumbing technician

A plumbing technician should have at least an A- level in plumbing or any other equivalent certificate with at least 5 years experience in the related field. This person should have headed at least 2 similar projects of same volume and nature;

Vii. Concrete technician

A Concrete technician should have technician at least an A- level in concrete works or any other equivalent certificate with at least 5 years experience in the related field. This person should have worked in at least 2 similar projects of same volume and nature;

The offer will be accompanied by the following important documents:

The contractor will present the performance guarantee equivalent to 100% of the total project cost before signing the contract;

The current capacity and capability to execute the works;

The program of works;

The environmental control plan;

Safety and health plan;

Labor force.

103

Annex 1: Drawing showing the way to strengthen cracked beam

104

105

Form of Bid Security (Bank Guarantee)

[If required, the Bank shall fill in this Bank Guarantee form in accordance with the instructions indicated in brackets.]________________________________[Bank’s Name, and Address of Issuing Branch or Office]

Beneficiary: ___________________ [Name and Address of Procuring Entity]

Date: ________________

BID GUARANTEE N°.: _________________

We have been informed that [name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated (hereinafter called "the Bid") for the execution of [name of contract] under In-vitation for Bids No. [IFB number] (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [amount in figures] ([amount in words]) upon receipt by us of your first demand in writing stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Procuring Entity during the period of bid validity, (i) fails or refuses to Sign the Contract or (ii) fails or refuses to furnish the per-formance security, in accordance with the Instructions to Bidders.

(c) does not accept the arithmetic corrections made to his bill of quantities and price list of his bill

This guarantee will expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the contract signed by the Bidder and the performance security issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the name of the successful bidder; or (ii) thirty days af-ter the expiration of the Bidder’s Bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on or before that date.

Date:………………………………..

Name of Authorized Representative person ……Address:…………………………………… Posi-tion:…………………………….

Signature:………………………………. Seal:……………………………………

106

Form of Bid Security (Surety from Financial Institution)

BOND NO. ______________________

BY THIS SURETY [name of Bidder] as Principal (hereinafter called “the Principal”), and [name, legal title, and address of surety], authorized to transact business in [name of country of Procuring Entity], as Surety (hereinafter called “the Surety”), are held and firmly bound unto [name of Procuring Entity] as Obliged (hereinafter called “the Procuring Entity”) in the sum of [amount of surety]2 [amount in words and in figures], for the payment of which sum, well and truly to be made, we, the said Principal and Surety, bind ourselves, our successors and assigns, jointly and severally, firmly by these presents.

WHEREAS the Principal has submitted a written Bid to the Procuring Entity dated the ___ day of ______, 20__, for the construction of [name of Contract] (hereinafter called the “Bid”).

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal:

(a) withdraws its Bid during the period of bid validity specified in the Form of Bid; or

(b) having been notified of the acceptance of its Bid by the Procuring Entity during the period of Bid validity; (i) fails or refuses to execute the Contract Form, if required; or (ii) fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders;

(c) (c) does not accept the arithmetic corrections made to his bill of quantities and price list of his bill

then the Surety undertakes to immediately pay to the Procuring Entity up to the above amount upon receipt of the Procuring Entity’s first written demand, without the Procuring Entity having to substantiate its demand, provided that in its demand the Procuring Entity shall state that the demand arises from the occurrence of any of the above events, specifying which event(s) has occurred.

The Surety hereby agrees that its obligation will remain in full force and effect up to and including the date 30 (thirty) days after the date of expiration of the Bid validity as stated in the Invitation to Bid or extended by the Procuring Entity at any time prior to this date, notice of which extension(s) to the Surety being hereby waived.

IN TESTIMONY WHEREOF, the Principal and the Surety have caused these presents to be executed in their respective names this ____ day of ____________ 20__.

Date:………………………………..

Name: of Authorized Representative person…………Address:………Position:…………… Signa-ture:………………………………. Seal:……………………………………)

2 The amount of the Bond shall be denominated in the currency of the Republic of Rwanda or the equivalent amount in a freely convertible currency.

107

Performance Bank Guarantee (Unconditional)

[The bank providing the Guarantee shall fill in this form in accordance with the instructions indicated in brackets, if the Procuring Entity requires this type of security.]

[insert bank’s name, and address of issuing branch or office]

Beneficiary: [insert name and address of Procuring Entity]

Date: [insert date]

PERFORMANCE GUARANTEE No.: [insert Performance Guarantee number]

We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. [insert reference number of the Contract] dated with you, for the execution of [insert name of Contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert amount in words]),3 such sum being payable in the types and proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire no later than thirty days from the date of issuance of the Taking-Over Certificate, calculated based on a copy of such Certificate which shall be provided to us, or on the [insert number day of [insert month], [insert year],4 whichever occurs first. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

Date:………………………………..

Name:………………………………Address:……………………………………

Position:…………………………….

3 The Guarantor (bank) shall insert an amount representing the percentage of the Contract Price specified in the Contract and denominated either in the currency (ies) of the Contract or a freely convertible currency acceptable to the Procuring Entity.4 Insert the date twenty-eight days after the expected Completion date. The Procuring Entity should note that in the event of an extension of the time for completion of the Contract, the Procuring Entity would need to request an extension of this Guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the Guarantee. In preparing this Guarantee, the Procuring Entity might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this Guarantee for a period not to exceed [six months][one year], in response to the Procuring Entity’s written request for such extension, such request to be presented to the Guarantor before the expiry of the Guarantee.”

108

Signature:…………………………… Seal:……………………………

Performance Bond

[The Surety providing the Bond shall fill in this form in accordance with the instructions indicated in brackets, if the Procuring Entity requires this type of security]

By this Bond, [insert name and address of Contractor] as Principal (hereinafter called “the Contractor”) and [insert name, legal title, and address of surety, bonding company, or insurance company] as Surety (hereinafter called “the Surety”), are held and firmly bound unto [insert name and address of Procuring Entity as Obliged (hereinafter called “the Procuring Entity”) in the amount of [insert amount of Bond] [insert amount of Bond in words],5 for the payment of which sum well and truly to be made in the types and proportions of currencies in which the Contract Price is payable, the Contractor and the Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

Whereas the Contractor has entered into a Contract with the Procuring Entity dated6 the [insert number] day of [insert month], [insert year] for [insert name of Contract] in accordance with the documents, plans, specifications, and amendments thereto, which to the extent herein provided for, are by reference made part hereof and are hereinafter referred to as the Contract.

Now, therefore, the Condition of this Obligation is such that, if the Contractor shall promptly and faithfully perform the said Contract (including any amendments thereto), then this obligation shall be null and void; otherwise it shall remain in full force and effect. Whenever the Contractor shall be, and declared by the Procuring Entity to be, in default under the Contract, the Procuring Entity having performed the Procuring Entity’s obligations hereunder, the Surety may promptly remedy the default, or shall promptly:

(1) Complete the Contract in accordance with its terms and conditions; or

(2) obtain a Bid or bids from qualified bidders for submission to the Procuring Entity for completing the Contract in accordance with its terms and conditions, and upon determination by the Procuring Entity and the Surety of the lowest responsive Bidder, arrange for a Contract between such Bidder and Procuring Entity and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term “Balance of the Contract Price,” as used in this paragraph, shall mean the total amount payable by the

5 An amount is to be inserted by the Surety, representing the percentage of the Contract Price specified in the Contract Data, and denominated either in the currency(ies) of the Contract or in a freely convertible currency of type and amount acceptable to the Procuring Entity.6 Date of Letter of Acceptance or Agreement.

109

Procuring Entity to the Contractor under the Contract, less the amount properly paid by the Procuring Entity to the Contractor; or

(3) pay the Procuring Entity the amount required by the Procuring Entity to complete the Contract in accordance with its terms and conditions up to a total not exceeding the amount of this Bond.

The Surety shall not be liable for a greater sum than the specified penalty of this Bond.

Any suit under this Bond must be instituted before the expiration of one year from the date of issuance of the Certificate of Completion.

No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Procuring Entity named herein or the heirs, executors, administrators, successors, and assigns of the Procuring Entity.

In testimony whereof, the Contractor has hereunto set its hand and affixed its seal, and the Surety has caused these presents to be sealed with its corporate seal duly attested by the signature of its legal representative, this [insert day] day of [insert month], [insert year].

Date of issue:………………………………..

Name:………………………………Address:……………………………………

Position:…………………………….

Signature: [insert signature(s) of authorized representative(s) ]Seal:……………………………………on behalf of [name of Contractor] in the capacity of [insert title(s)]

110

Bank Guarantee for Advance Payment

The bank/successful bidder providing the Guarantee shall fill in this form in accordance with the instructions indicated in brackets, if an Advance Payment is to be provided under the Contract

[insert Bank’s name, and address of issuing branch or office]

Beneficiary: [insert name and address of Procuring Entity]

Date: [insert date]

ADVANCE PAYMENT GUARANTEE No.: [insert number]

We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered into Contract No. [insert reference number of the contract] dated [insert date] with you, for the execution of [insert name of contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance payment is to be made against an advance payment guarantee in the sum or sums indicated below.

At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [insert amount in figures] ([insert amount in words]7) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor used the Advance Payment for purposes other than the costs of mobilization in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the Advance Payment referred to above must have been received by the Contractor on its account number [insert account number] at [insert name and address of Bank].

The maximum amount of this guarantee shall be progressively reduced by the amount of the Advance Payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the Interim Payment Certificate indicating that eighty (80) percent of the Contract Price has been certified for payment, or on the [insert number] day of [insert month],

7 The Guarantor shall insert an amount representing the amount of the Advance Payment and denominated either in the currency(ies) of the Advance Payment as specified in the Contract, or in a freely convertible currency acceptable to the PROCURING ENTITY.

111

[insert year],8 whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

Date of issue:………………………………..

Name:………………………………Address:……………………………………

Position:…………………………….

Signature: [insert signature(s) of authorized representative(s of bank) ]Seal:……………………………………on behalf of [name of Contractor] in the capacity of [insert title(s)]

8 Insert the expected expiration date of the Time For Completion. The Procuring Entity should note that in the event of an extension of the Time For Completion of the Contract, the Procuring Entity would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Procuring Entity might consider adding the following text to the form, at the end of the penultimate paragraph: “ We agree to a one-time extension of this guarantee for a period not to exceed [six months][one year], in response to the Procuring Entity’s written request for such extension, such request to be presented to us before the expiry of the guarantee.”

112